HomeMy WebLinkAbout07 AWARD OF CONTRACTS FOR ANNUAL LANDSCAPE MAINTENANCE SERVICES FOR THE GENERAL FUND CITYWATER FACILDocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
1Agenda AGENDA REPORT Reeweldm
v
City Manager
Finance Director dK
MEETING DATE: JUNE 18, 2024
TO: ALDO E. SCHINDLER, CITY MANAGER
FROM: MICHAEL GRISSO, ACTING DIRECTOR OF PUBLIC WORKS
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 (TLLD), covering an
initial term, beginning July 1, 2024 through June 30, 2025 with an option for three additional one-
year extensions at the City's sole discretion.
RECOMMENDATION
It is recommended that the City Council award two landscape maintenance services contracts to
Mariposa Landscapes, Inc. for the General Fund City/Water Facilities in the amount of
$1,628,100.24 annually and for the Tustin Landscape and Lighting District in the amount of
$315,312.00 annually, and authorize the Mayor and the City Clerk to execute the contract
documents on behalf of the City.
FISCAL IMPACT
Funding for these contracts has been budgeted within the Public Works operating budget. Each
subsequent year will be 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. 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.
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 such as the Metrolink Station, City Hall, Senior
Center, Annex, War Memorial, Emergency Operations Center and Corporate Yard, Family Youth
Center and Water facilities. The TLLD contract covers the annual landscape maintenance services
for the Assessment District within Tustin Ranch.
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Award of Landscape Maintenance Contracts
June 18, 2024
Page 2
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.
DISCUSSION
On March 21, 2024, three proposals were received for the General Fund/Water Facilities and two
proposals were received for the Tustin Landscape and Lighting District. An evaluation team,
comprised of staff from Parks and Recreation, Finance, and Public Works, evaluated each
proposal on responsiveness, experience, staffing, licenses, references, management approach
and financial impact.
As a result of this evaluation process, Mariposa Landscape, Inc. was rated highest, with their
proposal demonstrating quality workmanship, customer service and responsiveness, significant
current and past experience working with municipal agencies and supported through positive
references.
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 $1,664.246.42):
Mariposa Landscapes, Inc. — Irwindale .................................................$ 1,539,612.24
Merchants Landscape Services, Inc. — Santa Ana ..............................$ 1,404,875.72
Greenfield Landscaping and Maintenance, Inc. — Hacienda Heights ... $ 2,263,420.00
• Tustin Landscape and Lighting District (existing contract amount is $768,000.00):
Mariposa Landscapes, Inc. — Irwindale ...............................................$ 630,624.00
Merchants Landscape Services, Inc. — Santa Ana ..............................$ 720,000.00
During contract negotiations, the City informed Mariposa of two additional General Fund areas to
be maintained under contract. The OC Flood Channel Parkway and the Alley Grove Park have
been added, resulting in an added cost of $88,488.00 annually, and bringing the total contract price
to $1,628,100.24. The City also informed Mariposa that a 50% reduction in services for the TLLD
would be needed, as has been the case since September 2021. The updated and agreed upon
contract amount for TLLD has been reduced to $315,312.00 annually.
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, Inc.
V%—'A _0 C----
Michael Grisso
Acting Director of Public Works
Attachments:
1. Landscape Maintenance Services Contract - General Fund
2. Mariposa Landscapes Proposal (General Fund Areas)
3. OC Flood Channel Parkway Proposal
4. Alley Grove Park Proposal
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Award of Landscape Maintenance Contracts
June 18, 2024
Page 3
5. Request for Proposals (General Fund Areas)
6. Landscape Maintenance Services Contract - Tustin Landscape and Lighting District
7. Request for Proposals (Tustin Landscape and Lighting District)
8. Mariposa Landscapes Proposal (Tustin Landscape and Lighting District)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ATTACHMENT 1
Landscape Maintenance Services Contract — General Fund
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTRACT
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
GENERAL FUND AREAS
July 1, 2024 — June 30, 2026
This agreement, made and concluded, in triplicate, this 1st day of July, 2024, 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, 2024 — June 30, 2026
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, C a I i f o r n i a .
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.
LUMP SUM PER AREA:
The following areas are 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 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.
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
practices and consistent with the expectations of the community for high quality, clean, weed free and attractive
landscape.
General Fund Maintenance Items
Item
Item Name
Type
Units
Unit Price
Annual Price
1
Jamboree Road
14 Medians, 4
Parkways, 2 Ivy walls
12
$15,838.91
$190,066.92
2
Tustin Ranch Road
16 Medians and 4
Parkways
12
$10,478.05
$125,736.60
3
Tustin Ranch Road
Legacy
8 Medians, 2
Parkways, 1 Slope
and 7 Bioswales
12
$8,528.64
$102,343.68
4
Red Hill Ave
10 Medians
12
$774.86
$9,298.32
5
Red Hill Ave Legacy
7 Medians, 3
Bioswales and 3
Parkways
12
$2,924.11
$35,089.32
6
Armstrong Ave
1 Median and 10
Bioswales
12
$661.28
$7,935.36
7
Newport Ave
23 Medians, 13
Parkways, & 8 Bike
Paths
12
$2,924.11
$35,089.32
8
Del Amo Ave
1 Median
12
$61.56
$738.72
9
Pacific Street
2 Islands and 1
Parkway
12
$112.51
$1,350.12
10
Plaza Drive
1 Median
12
$14.86
$178.32
11
Halls Circle
2 Medians
12
$30.78
$369.36
12
Fashion Lane
2 Medians
12
$25.47
$305.64
13
Park Ave
3 Medians and 2
Bioswales
12
$381.06
$4,572.72
14
Pioneer Way
1 Median
12
$217.60
$2,611.20
15
Portola Parkway
2 Medians
12
$226.09
$2,713.08
16
La Colima Drive
1 Median
12
$450.06
$5,400.72
17
17th Street
1 Medians
12
$437.32
$5,247.84
18
Vandenberg Lane
1 Parkway
12
$64.75
$777.00
19
Santa Clara Ave
2 Slopes
12
$509.50
$6,114.00
20
Marshall Lane
1 Parkway
12
$188.94
$2,267.28
21
Old Irvine Blvd
1 Median and 1 Island
12
$77.49
$929.88
22
Irvine Blvd
22 Medians
12
$2,436.76
$29,241.12
23
First Street
22 Medians and 1
Island
12
$840.67
$10,088.04
24
Bryan Ave
6 Medians, 1 Island &
1 Parkway
12
$1,236.59
$14,839.08
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
25
Main Street
2 Islands, 4 Slopes, 2
Parkways and 1
Median
12
$1,282.23
$15,386.76
26
El Camino Real
1 Parkway
12
$142.23
$1,706.76
27
Nisson Road
2 Parkways
12
$1,189.89
$14,278.68
28
McFadden Ave
4 Slopes and 1
Median
12
$1,382.01
$16,584.12
29
Walnut Ave
8 Medians and 3
Parkways
12
$819.44
$9,833.28
30
Sycamore Ave
4 Medians and 2
Parkways
12
$1,095.42
$13,145.04
31
Edinger Ave
12 Medians and 6
Islands
12
$5,360.86
$64,330.32
32
Valencia Ave
8 Medians and 2
Parkways
12
$1,418.10
$17,017.20
33
Moffett Drive
7 Medians and 6
Bioswales
12
$1,126.20
$13,514.40
34
Victory Road
2 Medians
12
$146.48
$1,757.76
35
Warner Ave
7 Medians, 3
Parkways, 2 Slopes
and 11 Bioswales
12
$4,386.16
$52,633.92
36
Old Town Tustin
35 Islands, 20
Parkways, 1 Planter
Box, 10 Sidewalks,
and 1 Parkette
12
$7,797.62
$93,571.44
37
Foothill Reservoir
Reservoir Facility
12
$487.35
$5,848.20
38
Rawlings Reservoir
Reservoir Facility
12
$852.86
$10,234.32
39
Newport Reservoir
Reservoir Facility
12
$121.84
$1,462.08
40
Lyttle Reservoir
Reservoir Facilty
12
$24.41
$292.92
41
Simon Ranch
Reservoir
Reservoir Facility
12
$243.68
$2,924.16
42
Simon Ranch
Booster
Booster Station
12
$11.68
$140.16
43
Yorba Well
Well
12
$81.73
$980.76
44
17th Street Desalter
Desalter Facility
12
$243.68
$2,924.16
45
Vandenberg Well
Well
12
$25.47
$305.64
46
Beneta Well
Well
12
$121.84
$1,462.08
47
Livingston Well
Well
12
$13.80
$165.60
48
Newport Well
Well
12
$19.11
$229.32
49
Pasadena Well
Well
12
$243.68
$2,924.16
50
Edinger Well
Well
12
$121.84
$1,462.08
51
Pankey Well
Well
12
$44.58
$534.96
52
Main Street
Reservoir
Reservoir Facility /
Public Parking Lot
12
$974.70
$11,696.40
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
53
Tustin Corporate
Yard
Facility
12
$268.04
$3,216.48
54
Tustin Civic Center
Facility
12
$6,091.89
$73,102.68
55
Tustin Area Senior
Center
Facility
12
$1,949.40
$23,392.80
56
Tustin Metrolink
Facility
12
$3,655.13
$43,861.56
57
Legacy Annex
Facility
12
$700.56
$8,406.72
58
Tustin Family &
Youth Center
Facility
12
$281.28
$3,375.36
59
OCFA Fire Station
Facility
12
$980.78
$11,769.36
60
Tustin War
Memorial
Vacant Building
12
$200.61
$2,407.32
61
Old Army Reserve
Facility/ Vacant
Building
12
$3,167.78
$38,013.36
62
Linear Park
Park
12
$20,712.42
$248,549.04
63
Katherine Spur
Right of way area
12
$1,949.40
$23,392.80
64
TRR Gated Area
Right of way area
12
$609.19
$7,310.28
65
Peters Canyon
Slope
Raised Roadway
Slope
12
$731.03
$8,772.36
66
Newport/Edinger
Vacant Lot
Vacant Lot
12
$1,218.38
$14,620.56
67
Newport/Valencia
Vacant Lot
Vacant Lot
12
$1,705.73
$20,468.76
68
Edinger Vacant Lot
Vacant Lot
12
$1,218.38
$14,620.56
69
15171 Del Amo
Building Frontage
Front of City owned
building
12
$158.16
$1,897.92
70
OC Flood Channel
Parkway
1 Parkway
12
$1,507.00
$18,084.00
71
Alley Grove Park
Park
12
$5,867.00
$70,404.00
72
Trash Pick Up
Service
Various Locations
12
$2,171.00
$26,052.00
73
Power Washing
Library Plaza and
Metrolink Ramps &
Tunnel
12
$1,130.00
$13,560.00
74
Quarterly Weed
Abatement
map link in Section E,
page E-2
4
$543.00
$2,172.00
Agreed Annual Price $1,628,100.24
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
idly sirrigatockedion ruck
(3) Fully stocked trucks
(1) Irrigation Specialist
Include Irrigation
with controller
All Contract Sites
(2) Irrigation Technicians
System Monitoring and
remotes for
Maintenance for
Weathermatic and
Calsense,
Calsense or tablets with
Weathermatic, Hunter,
web access for remote
and DIG
access
(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:
(2)Installation
(1) one -ton stake bed
Maintenance Laborers
Installation
trucks or equivalent
Refurbishment Items
(1)Installation
(1) one -ton stake bed
Maintenance
Installation
trucks or equivalent
Refurbishment Items
Drive rs/Leadworker
(1) Irrigation Technician
Include Irrigation
(1) Fully stocked truck with
Installation
irrigation controller
Refurbishment Items
remotes for Calsense
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
The following labor summary shows 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
to ensure that a satisfactory number of positions have been provided for by the Contractor to insure a high
level of landscape maintenance throughout the City.
The designate number of full time employees that have been included for this Contract are indicated
below. It is understood that additional positions/personnel may be required to meet standards if
necessary. Additionally, a work schedule indicating how you will complete the monthly maintenance
cycle, utilizing your staffing levels must be provided.
The number of personnel and hours provided on a weekly basis for each category below:
Total Weekly Hourly
Hours Provided Rate Total
1. (1) Supervisor/Quality Control
Manager
40
$80.00
$3,200.00
2. (1) Pesticide Applicator(s)
40
$69.61
$2784.40
3. (3) Irrigation Technician(s)
120
$75.00
$9,000.00
4. (2) Foreperson(s)
80
$61.00
$4,880.00
5. (11) Landscape Laborers
440
$47.58
$20,935.00
6. (1) Fireman (To resolve daily City hot
issues) 40 $80.00 $3,200.00
Total Full Time Positions Proposal 19 *Average, labor will flex to
accommodate seasonal growth
periods.
Total Weekly Hours Provided 760
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
G. Plant installation unit prices shall include appropriate amounts of
soil amendments and fertilizer tabs.
ITEM
DESCRIPTION
QTY
UNIT
UNIT
COST
TOTAL
POC's Connection Products
1
Calsense CS3000 Controller with
48 stations
1
EA
$16,000.00
$16,000.00
2
GR Stubby Antenna CS3-GR-Kit
1
EA
$450.00
$450.00
3
RRe Enhanced Radio Remote
Receiver Board
1
EA
$450.00
$450.00
4
TP-1 Controller Station Transient
Protection Board
1
EA
$250.00
$250.00
5
TP-110 AC Line Protection
1
EA
$450.00
$450.00
6
LR-Dome-RRe Local Radio and
Radio Remote Enhanced Dome
1
EA
$400.00
$400.00
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
7
ANT-CABLE-RR-6 Calsense
integrated radio remote receiver
RR/RRE antenna cable, 6' ellow
1
EA
$50.00
$50.00
8
ANT-CABLE-LR-6 Local radio 6'
antenna cable, blue
1
EA
$50.00
$50.00
9
DIG Leit 4000 Solar Controller
1
EA
$2,000.00
$2,000.00
10
Calsense Flow Meter FM 1.25B
1
EA
$860.00
$860.00
11
Calsense Flow Meter FM 1.5
1
EA
$860.00
$860.00
12
Wilkens 2" Model 600 Water
Pressure Reducing Valve with
Integral By-pass Check Valve and
Strainer
1
EA
$2,650.00
$2,650.00
13
2" Griswold N/C 2250RE Pressure
Reducing/ Surge Anticipating
1
EA
$1,700.00
$1,700.00
14
2" Hayward Eaton #72 SS Simplex
Basket Strainer 60- Mesh
1
EA
$4,000.00
$4,000.00
15
Wilkens 2" 720A PVB Backflow
Preventer
1
EA
$1,500.00
$1,500.00
16
Wilkens 2" 975XL RP Backflow
Preventer
1
EA
$4,000.00
$4,000.00
17
Sentry Union Guard SUG200
1
EA
$500.00
$500.00
18
Sentry Valve Guard SV200-20
1
EA
$500.00
$500.00
19
Carson/Oldcastle 0910 18" Depth
Round Valve Box F.S.
1
EA
$200.00
$200.00
20
Carson/Oldcastle Vaults L Series
2448-18 w/4blt.'T cover
1
EA
$200.00
$200.00
21
Brass Ball Meter Vales (Keyed)
1
EA
$250.00
$250.00
22
Brass Ball Valve 2"
1
EA
$250.00
$250.00
Pedestals
23
Calsense SSE Enclosure
1
EA
$4,500.00
$4,500.00
24
MPS-D18-10K* Metered Enclosure
1
EA
$7,000.00
$7,000.00
25
Calsense SSE -MPS -Base
1
EA
$250.00
$250.00
26
Meyers MEUG16X 120/240V
1
EA
$10,000.00
$10,000.00
27
Meyers MEUG46X 120/240V
1
EA
$10,000.00
$10,000.00
Valve & Flow Sensor Runs
28
Trenching - 8" Wide by 18" Deep
15,000
LF
$.1333
$1,999.50
29
14g Wiring
50,000
LF
$.23
$11,500.00
30
Schedule 80 PVC 1" Conduit
3,000
LF
$8.00
$24,000.00
Crossings
31
Boring
600
LF
$50.00
$30,000.00
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Mainline
32
Trenching 8" Wide by 24" Deep
10,000
LF
$.16
$1,600.00
33
2 1/2" Sch. 40 PVC
10,000
LF
$4.50
$45,000.00
34
6" Sch. 40 PVC Sleeving
600
LF
$20.00
$12,000.00
Lateral Line
35
Trenchinq 8" Wide by 12" Deep
15,000
LF
$.13
$1,950.00
36
11/2" Sch. 40 PVC
15,000
LF
$3.50
$52,500.00
Pedestal Footing Remove and Replace
37
Calsense SSE -MPS -Base Footing
1
EA
$250.00
$250.00
38
Meyers MEUG16X 120/240V
1
EA
$10,000.00
$10,000.00
39
Meyers MEUG46X 120/240V
1
EA
$10,000.00
$10,000.00
ITEM
DESCRIPTION
QTY
UNIT
UNIT
COST
TOTAL
Concrete Removal
40
Concrete Removal
1,600
CY
$450.00
$720,000.00
Paver Installation
41
Paver installation
22,000
SF
$30.00
$660,000.00
Irrigation Zone Valves
42
Rain Bird XCZ-150-PRB-COM
50
EA
$600.00
$30,000.00
Irrigation Heads/Nozzles
43
Rain Bird RD12SP30FN
300
EA
$50.00
$15,000.00
44
Rain Bird MPR Series Nozzles
500
EA
$2.00
$1,000.00
45
Rain Bird SQ Series Nozzles
200
EA
$4.36
$872.00
46
Rain Bird HE -VAN Series Nozzles
100
EA
$2.50
$250.00
47
Rain Bird R-Series Rotary Nozzles
100
EA
$8.00
$800.00
48
Rain Bird R-VAN Series Rotary
Nozzles
200
EA
$9.00
$1,800.00
49
Rain Bird 1400 Series Pressure
Compensating Bubblers
100
EA
$3.50
$350.00
Dripline
50
Rain Bird XFS-06-12-XXX
20,000
LF
$1.50
$30,000.00
Wire Tracing/Fault Locating/Repair
51
Wire racing/Fault Locating/Repair
5000
LF
$1.00
$5,000.00
Miscellaneous Irrigation Parts
52
2" Griswold NIC 2250 PIN 520
1
Ea.
$135.00
$135.00
53
2" Griswold NIC 2250 PIN 6347
1
Ea.
$168.75
$168.75
54
2" Griswold NIC 2250 PIN 8528
1
Ea.
$219.375
$219.38
55
2" Griswold NIC 2250 PIN 2-PV-2
1
Ea.
$216.00
$216.00
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
56
Carson/Oldcastle 1200 Jumbo
1
Ea.
Rectangular
$250.00
$250.00
57
Carson/Oldcastle 0910 10" Depth
1
Ea.
Round Valve Box Q.C.
$100.00
$100.00
58
Rain Bird 200 EFB-CP Valve
1
Ea.
Replacement Diaphragm
$67.50
$67.50
59
Rain Bird 200-PESB Valve
1
Ea.
Replacement Diaphragm
$337.50
$337.50
60
Rain Bird QC 33-DLRC
1
Ea.
$202.50
$202.50
Replacement Solenoid for PGA,
61
PESB, PESB-R, EFB and GB-R
1
Ea.
Valves
$202.50
$202.50
62
Rain Bird PRS-Dial Pressure
1
Ea.
Regulator
$135.00
$135.00
Plant Material Installed Minimum "G"
Rated
63
Annual Color
200
50
C.T.Flat
$50.00
$10,000.00
64
Ground Cover
200
Flat
$45.00
$9,000.00
65
Five Gallon
1,000
Ea.
$40.00
$40,000.00
66
Install Mulch
2,500
C.Y.
$75.00
$187,500.00
67
Rototill
80,000
S.F.
$.015
$1,200.00
68
Soil Test
6
Ea.
$250.00
$1,500.00
69
1 Planting Soil
61
C.Y.
$27.00
$1,647.00
Labor & Equipment
70
Landscape Maintenance Supervisor
1
Hour
71
Pest Control Applicator
1
Hour
72
Irrigation Specialist
2,080
Hour
$75.00
$156,000.00
73
Landscape Maintenance
2,080
Hour
Leadworker
$61.00
$126,880.00
74
Equipment Operator
1
Hour
75
Landscape Maintenance Laborer
8,320
Hour
$47.58
$395,865.60
76
One -Ton Truck
8,320
1 Hour
$30.001
$249,600.00
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
EXTRA WORK COSTS
The following prices for extra work to be used by the City on an as -needed basis.
ITEM
I DESCRIPTION
QTY
UNIT
UNIT COST
TURF MAINTENANCE
1
Edge & Trim
1
LF
$.008
2
Fertilization
1
SF
$.015
3
Aerification
1
SF
$.016
4
Dethatchin
1
SF
$.046
5
Weed Control
1
SF
$.09
6
Additional Mowing
1
SF
$.01
GROUND COVER, SHRUBS & TREE MAINTENANCE
7
Edge & Trim
1
LF
$.02
8
Weed & Clean Up
1
SF
$.02
9
Soil Injections
1
SF
$1.00
10
Foliar Applications
1
SF
$3.20
11
Tablet or Dry Formulations Placement
1
SF
$.01
12
Pruning/Shrubs
1
EA
$.02
13
Vine Care
1
EA
$100.00
14
Vertical Mulch Trees
1
EA
$400.00
15
Vegetation Removal
1
SF
$.75
PLANT MATERIAL Installed Including Labor
16
Annual Color
1
FLAT
$50.00
17
Ground Cover
1
FLAT
$45.00
18
One (1) Gallon
1
EA
$17.00
19
Five 5 Gallon
1
EA
$45.00
20
Fifteen 15 Gallon
1
EA
$120.00
21
Seeded Turf
1
SF
$.60
22
Sodded Turf
1
SF
$2.40
23
Stolonized Turf
1
SF
$4.00
IRRIGATION INSTALLATION (Including All Labor, Fittings & Equipment)
24
1/2" Valve - Electric
1
EA
$150.00
25
3/4" Valve - Electric
1
EA
$180.00
26
1" Valve - Electric
1
EA
$200.00
27
6" Pop -Up
1
EA
$40.00
28
12" Pop -Up
1
EA
$65.00
BACKFLOWS
29
Annual Backflow Certification
1
EA
$85.00
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 seg., 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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 B- 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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
ARTICLE X Notwithstanding any other provision of the Agreement, the City may, at any
time, and without any cause, terminate this Agreement in whole or in part, upon not less than
seven (7) days' written notice to Contractor. Such termination shall be affected by delivery to
Contractor of a notice of termination specifying the effective date of the termination and the extent
of the Work to be terminated. Contractor shall immediately stop work in accordance with the
notice and comply with any other direction as may be specified in the notice or as provided
subsequently by the City. City shall pay Contractor for the work completed prior to the effective
date of the termination, and such payment shall be Contractor's sole remedy under this
Agreement. Under no circumstances will Contractor be entitled to anticipatory or unearned
profits, consequential damages, or other damages of any sort as a result of a termination or partial
termination under this Paragraph. The Contractor shall insert in all subcontracts that the
subcontractor and/or supplier shall stop work on the date of and to the extent specified in a notice
of termination, and shall require subcontractor and/or supplier to insert the same condition in any
lower tier subcontracts.
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 St.
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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
Director of Public Works
(SEAL)
THE CITY OF TUSTIN
BY:
Mayor of the City ofTustin
ATTEST:
City Clerk of the City of Tustin
Firm Name:
Title:
CONTRACTOR
ATTACH PROPER NOTARY ACKNOWLEDGEMENT FOR SIGNATURES OF AUTHORIZED
PERSON(S).
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
Director of Public Works
XW
TITLE:
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).
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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)
SURETY:
BY:
Attorney -in -Fact
Address of Surety:
APPROVED AS TO FORM:
City Attorney
PRINCIPAL:
BY:
(SEAL) TITLE:
Address of Principal:
APPROVED AS TO CONTENT:
Date
Director of Public Works
Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form
provided in this section).
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
111111114111
COMPENSATION INSURANCE CERTIFICATE
TO BE SUBMITTED WITH CONTRACT
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
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).
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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, 2024 — June 30, 2026
NAME OF CONTRACTOR:
SIGNED:
TITLE:
Note: Attach proper Notary Acknowledgment for signature of authorized person.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
❑ Trustee
Conservator
❑ Other:
Signer is Representing
Signer's Name:
❑ Corporate Officer —
❑ Partner - ❑ Limited
❑ Attorney in Fact ❑ Individual
❑ Guardian or Conservator ❑ Trustee
Title(s):_
❑ General
❑ Other:
Signer is Representing:
❑ Attorney in Fact
❑ Guardian or
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ATTACHMENT 2
Mariposa Landscapes Proposal (General Fund Area)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Re'nNuanN ft)rr� pmpwd for'
TU S I I N""
RFP Landscape Maintenance Service —
General Funds Areas
Due Date: March 21, 2024 by 4 pm
M A R 1 P 0 S A
L A N D S C A P E S 1 N C
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
M A R 1 P 0 S A
L A N D S C A P E S I N C
March 21, 2024
Transmittal Letter
City of Tustin
300 Centennial Way
Tustin, CA 92780
Attn: Forrest Locke // Landscape Contract Supervisor
RE. Request for Proposal, Landscape Maintenance Services for General Funds Areas
Mariposa Landscapes Inc. is pleased to submit our proposal for landscape maintenance services for the City of
Tustin's General Funds Areas. We are excited about the opportunity to participate in the competitive process and
hope to be selected as the successful bidder.
Mariposa has proudly served the City of Tustin since 2015. Our experience and familiarity with the city's
expectations and standards make us well suited to continue providing exceptional services.
Since our establishment in 1977, Mariposa has grown from a single truck operation to a fleet of trucks and
equipment with over 800 employees, servicing both Southern California and Arizona. With over 95 awards for
project excellence, we take pride in the quality of our work and thrive on keeping our company as one of the most
recommended in the industry. Our commitment to customer satisfaction has enabled us to maintain positive
relationships with our clients.
We bring decades of knowledge and in-depth experience to every landscape entrusted to our care. Building long-
lasting relationships with our clients is important to us. We understand and respect your goals and do everything in
our power to assure the well-being of your properties.
We value open, honest communication, ongoing staff training, and new methods and technologies that will help us
do the best jab possible. While we always appreciate the accolades we receive, seeing our customers enjoy a well -
executed and thriving landscape is still the most rewarding part of our work.
In submitting this proposal, we acknowledge that we have a full understanding of the requirements and scope of
work detailed in the RFP. Our price reflects the necessary labor, services, equipment, and materials to perform the
work. We have the ability to comply with all the terms and requirements of the bid and the resulting contract. We
are familiar with all the sites and have revisited all sites to provide you with the best proposal.
We would be honored to continue working for you and beautify your properties to their ultimate potential.
Sincerely,
kL��,
Antonio Valenzuela — VY of Operation
4�'q TEL 800 • 794 • 9458 FAx 626 ■ 960 ■ 8477 www.mariposa-ca.cam
5232 5ANTOS DIAZ ST., IRWINDALE, CA 91702 ■ CA CONTRACTOR'S tIC P 592268 A, C-27, D-49, C-61, C-31
Our Core Values — Safety ■ Teamwork • Quality • Integrity
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
Table of contents
TransmittalLetter........................................................................................................................... 2
Mariposa Approach to General Funds Area................................................................................... 4
Corporate Organization & Experience............................................................................................ 9
Qualifications and Expertise......................................................................................................... 11
Statement of Offer and Signature................................................................................................ 14
e 6lend Nature and Craftsmanship
to create ultimate outdoor settings and e.Ktremely
satisfied customers"
<�19 Our Core Values Safety Teamwork Quality Integrity Page 3
f y y S y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Mariposa Approach to General Funds Area
It is our intention to perform this contract per the City of Tustin requirements as indicated in the proposal
documents. Our proposal includes an outstanding level of labor, materials, and equipment to sustain a high level of
landscape maintenance throughout the term of this contract.
Our company, Mariposa, is proposing highly experienced crew members to perform landscape maintenance service.
We are confident that the amount of manpower that we proposed is the ideal amount to deliver the highest level of
service for the City of Tustin.
Work hours will be Monday to Friday from 6 am to 2.30 pm or per approved by the City's representative. Our crew
will start their day from our Santa Ana office.
Our account managers will conduct a weekly meeting with the city representative to inspect and discuss tasks for
the following week as well as any issues that may arise during the contract period. We will also be providing daily
work plan with staff members responsibilities. This will provide transparency to our work and ensuring the city
representative of our quality work.
Our crew will start in the morning to conduct the assigned tasks for the day. We understand that areas of
maintenance are in proximity the residential areas. Our crew will be extra careful with the noise level generated by
equipment. Mariposa will create schedule with the aim to provide service during low foot traffic period. The goal
here is to reduce contact with the residence and visitors to promote safe environment.
Methodology and work plan
To show our understanding of the work, the following are the key tasks that Mariposa is proposing for City of Tustin.
All tasks will be per specification and are not limited to the lists below.
General Maintenance
Our crew will be on -site five days per week to ensure all routine tasks are performed. Our crew will prioritize the
time in the morning to promote safety and avoid busy traffic period.
Turf care
Turf maintenance will consist of mowing, edging and renovation.
Mowing and Edging
Mowing will be completed every week. Mariposa will be proposing the use of both 72" recycling ride on
mower and 21" push behind mowers. Clippings will be recycled, and any excessive and visible clippings will
be removed.
Mariposa believes frequent edging will promote neater appearance and we are proposing to edge with each
mowing. Edging will be performed with a mechanical edger that is equipped with sharpened steel blade that
cuts into the rootzone of the soil. Other edges, such as around valve boxes, will be detailed with a string
trimmer.
Fertilization
• In general, 16-6-8 fertilizer will be applied to turf. (To be determined by city representative)
<ta Our Core Values Safety Teamwork Quality Integrity Page 4
.f y y 8 y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Shrubs and Ground Cover Care
General Pruning
• Planters pruning and monitoring will be performed daily by onsite crew in a rotation schedule.
• All plant material will be pruned selectively per species.
• All plant materials that encroached into surrounding areas will be pruned immediately upon sight to
maintain public safety as well as promote neat appearance. Our crew will monitor all ground cover to avoid
encroachment into amenities, building structures, and trees. Ground covers will be pruned a few inches
away from the curb to maintain a neat appearance.
• Wall or trellises vines will be monitored and trimmed to maintain healthy, safe, and neat appearance. Vines
will be trimmed to equal proportion throughout the walls.
Fertilization
• Fertilizers applied will be specific to plant materials and condition.
• In general, 15-15-15 fertilizer will be applied to plant materials. (To be determined by city representative)
Weed Control
Chemical weed control
• Our herbicide application schedule will be approved by City of Tustin representatives. Chemical application
will focus on Pre and Post emergence application two times per year for maximum efficiency.
• All chemical application will be kept at minimum and only be use when needed.
• All chemical application will be conducted under the supervision of a qualified applicator license holder.
• All chemicals will be applied per the recommendation of our pest control advisor (PCA).
Manual weed control
• Hand weeding will be an ongoing service perform by on site crew.
• Weeds will be removed with appropriate tools whenever possible.
General Cleanup
• Our crew will be performing litter control tasks. Litter control includes removing debris from landscape areas
• All trash cans will be emptied 2 times per week.
Mulch
Frequency: 1
• Mulch will be added at Jamboree median 1 (mulch amount will be per available space)
• Materials will be provided at an approximately 350 CY per year.
Irrigation
Our crew will be visually inspecting the irrigation system throughout the sites.
• Irrigation check will be conducted weekly, and report will be provided on a monthly basis.
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
• Adjustments and nozzle clean up will be done regularly as part of the inspections.
• Water management will be managed by our irrigator per RFP.
• Meter reading.
Work Plan and Schedule for City of Tustin
Mariposa's maintenance goal for City of Tustin is simple. We want to keep the sites clean, healthy and appealing to
the residents. Our work plan is as follow,
Everyday our foreman will inspect the site and report to the account manager to plan for the next day. Any
deficiency will be taken care on the day or on the following day.
Our crew will conduct pruning/ trimming and detailing task. Their tasks will be followed by litter control and site
polishing task to help clean up the sites. A separate crew will be performing litter control.
Our mowing crew will be conducting mowing tasks per the schedule agreed by the city representative. This crew will
be a separated crew from the routine/ detail crew.
Tentative schedule / staffing plan for City of Tustin
The following schedule is subject to change. All schedules will be approved by City of Tustin representative. Any
changes will be made to suit City of Tustin needs.
Please take look at the sample of daily schedule.
<tq Our Core Values Safety Teamwork Quality Integrity Page 6
.f y y 8 y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
OL
T1 TL.F
E M P L4YE
ACCOUNT MANAGER
JuaE R. SANAaRIA
FIELD SUPERVISOR
FREDEDY M. TIOLESA
IRRIGATION TECH
&WL N* NT AL
IRRIGATION Timm
_NAK CARLOF RVLIW
IRRIGATION TECH
icit PuRto
IRRIGATION TECH
Iv�";..'L TkF A
FCRiMAN MAINTEMAfMIM, CRON PL 1
YIRGILM CAJATU
7
1AAtA MAINTENANCE r: Elv I 1
"cArlo C LRIN0
•
Lr BCK MAINTENANCE CSEW I L
NA3 1m r16y0M
v
FOREMAN NWWFMAITGE CREW * 2
RL eRTO DOWNGUEZ
LNIC A MRINTFNANa CREW it l
r,EQlidkCG s;vc - El
FOREMAN MAINYEHAHCE CREW 91
RVEIER vuez
]]
LAacR MAIRTE.IAI'L:..!';r lr T
DINE Mi IINCAL:A
13
L•GOR MAIFITENLiNCI CRFW • 7
TVAN ^ j
A.
LA$OR mAlra%mANGE GREW/ 1
LL115 E. SALAD-0
is
ILOREMAN IMAtWFERANOE CRW 0 S
CRISPIN "04
:G
Lamm M15WTE NM IMEW05
kEylrl TE)AVA
:}
11DRiMAN M*MNo CREW
f1J.EMON NUMM
..:' Ar, r. CA a .IA
L•T4R MOW ING OtE44
:�
1F60R MOWING QtEW
aA�'Y RbMISc[
FOREMAN MAINTENANCE
ELIAS VARGAS
SP RAY TECH
ARTU RO CHAYQ
VEHICLE
397
I8:
eac
sag
5a7
E07
Y!
ALL SrFE4
ALL SrKS
VARIUUSLOCAUNK
VAMOUS LOCAT1p{
VAIN"LOCATTOIJS
6EMERAL "F TEKLNCE - LETTER CONTROL - WEED CONTROL -TRIM AS DVEGD£D
1)cr-VFIWl%LaH R4COM.PLEA
GENERAL MAINTENANCE • LITTER CONTROL - WEED IMNTROL - TRIM AS NEEDED
1I5�xla amEl
IJ FnMILT ArIIR YOUTH 4711i71
Al WAFL MT+IMKIAL y
Ay TLISTIN MRTRoL1NK sn{TIQN
GEN"AL MMMEN MM . UTTER CONTROL-WSED CL7HTINIL- TRIM AS NEEDEd
1) CORFcRP.TE .YJ'JM
*T-111GArMARr.4
ZI YRA PARKWAY 4
4EHERAL MAANTENAN CE • LITTER CONTROL: WEED COKIWIL - TRIM AS NEEDED
-- 1I LLD T4h?A1H'L1NAY SI --
LLD - TURF MM MI NG
TAN RLTRFF Ro PWN 1 IM70IRVWE BLVO PKM A I
TRASH- LITTER REMOVAL
-- - WCAMTJOIEAI
7j VAR. uL s Lr ca r io •1s
WEED CONTROL:
rl FAN 11iR ARMY RESERVE
d) A T NISTR L %G AVE. INWW PAN kWAVS
<ta • • •
Our Core Values Safety Teamwork Quality Integrity Page 7
.f y y S y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Equipment
Equipment
List
3/4 ton crew cab truck
5
Great
Small Pick up
2-3
Great
Utility Trailer
1
Great or New
Hedge trimmer
8
Great or New
Back Pack Blower
8
Great or New
String Trimmer
8
Great or New
72" ride on Mower
1
Great
Walk behind edger
1
Great
Aerator Walkbehind
1
3 years
Dethatching Walkbehind
1
3 years
Landscape Tools sets
5
New
R R i
a
eaa�
<�19 Our Core Values Safety Teamwork Quality Integrity Page 8
.f y y 8 y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Corporate Organization & Experience
Management Staff Experience
Terry Noriega — President
• 45+ years of experience in landscape installation and maintenance
• B.S. in Ornamental Horticulture: California State Polytechnic University, Pomona
• California Contractors Licenses: C-27, A, C61/D49 and C-31
• Pest Control Advisor in 6 Categories
• Qualified Pest Control Applicator in 7 Categories
• Certified Landscape Technician in Ornamental and Turf Maintenance
• ISA Certified Arborist WE-1182A
• Arizona Contractor's License: ROC178088 K-21
• Arizona Qualifying Party License: 8263
• Arizona Pest Control Business License: 8246
Michael Williams —Area Manager
• Over 45 years of experience in landscape management, irrigation design and
retrofit, maintenance and arbor care.
• BS in Ornamental Horticulture, Cal Poly San Luis Obispo
• CPR Safety Trained
• Qualified Applicator License 133955
• Reclaimed water site supervisor certified
Michael will be primary contact to oversee the account managers.
Jose Sanabria — Account Manager
• Over 20 years of experience in the landscape industry
• Qualified Applicator License, Category B,C
• Landscape Industry Certified Technician
• Certified in QWEL
• Certified in CLCA Water Management
• OSHA Certified
Jose will be the primary contact for everyday activity.
Maintenance Division Organization & Experience
Turbo scape will be our subcontractor for large scale mulching (please refer to attached document)
<tq Our Core Values Safety Teamwork Quality Integrity
Page 9
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Maintenance Division Organization & Experience
<tq Our Core Values Safety Teamwork Quality Integrity Page 10
.f y y 8 y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Qualifications and Expertise
Mariposa Landscapes, Inc. has been in business over 45 years providing landscape maintenance services
for various cities, counties, public agencies, and private companies. We are a full -service landscape
company providing Landscape Maintenance, Landscape Construction, Tree Care, and Hardscape
Construction services primarily in the Southern California region. In addition to the required C-27 license,
we carry A, C-61/D-49, and C-31 licenses. This diversity of capabilities and proven expertise is not found
with other landscape maintenance competitors.
Our attention to quality and detail is well documented. Our depth of knowledge and level of experience in
our management and supervisory personnel is unmatched by competitors.
Mariposa proudly employs over 600 team members in the Southern California Region, including Certified
Irrigators, Certified Landscape Techs, Certified Arborists and Pest Control Advisor/ Applicators. Mariposa
owns 95% of all vehicles and equipment used in its operations. Our entire fleet of equipment is less than 5
years old and well maintained by in-house mechanics who can respond to emergencies immediately. We
maintain an inventory of replacement equipment, allowing our Operations team to stay consistent with
schedules. We are available 24 hours a day to address emergency call outs.
Mariposa has met every financial obligation for over 4 decades and established a corporate bonding
capacity far in excess of any requirements, across all business lines. Mariposa Landscapes Inc. has never
filed for bankruptcy nor has there been any litigation judgement rendered against Mariposa.
Mariposa ownership and management are professional landscape people. We embrace the best
horticultural practices and are constantly looking for the most effective approach for overall successful
landscape maintenance results.
We are committed to bringing the best possible quality for our customers, their properties, and projects.
We provide prompt service, expert workmanship, and superior products. We take pride in meeting and
exceeding expectations. Our goal is to deliver excellent value for our clients' investment. We treat each
customer with extra care and attention. Our work reflects who we are, and we strive to go above and
beyond to complete all projects efficiently and provide cities with an esthetically pleasing landscape
appearance which they can be proud of.
We partner with our clients to achieve a common goal. From simple to complex projects, we coordinate
our vast array of expertise to create the project our clients envision. Award -winning craftsmanship, in
depth knowledge and high standards of professionalism are applied at every level of work.
Please refer to our references page.
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
References
Below list includes past and present clients that we have conducted the same services for as those being proposed in
this RFP.
City of Newport Beach Term: 2016-2021
Landscape Maintenance of Medians and Roadsides
Landscape Maintenance - Irrigation maintenance, Turf maintenance, $2,795,681 Per Yr.
Groundcover maintenance, shrub, vine and tree maintenance, Hardscape
maintenance, Sand/wood chip area maintenance, Sod Installation, Drinking
fountain maintenance. Specialty/Sports Athletic Area maintenance.
Kevin Pekar, Landscape Supervisor (949) 644-3069 kpekar@newportbeachca.gov
Account Manager: Jose M. Sanabria
City of Oceanside Term: 2022-2026
Landscape Maintenance Services for Parks, Beach Accesses, Facilities, Medians,
Streetscapes, and Fire Stations
Landscape Maintenance citywide covering 31 parks, 10 facilities and 5 beach $3,910,770 Per Yr.
accesses. Daily maintenance responsibilities for over 124 acres of landscaped
areas. Strict integrated pest management protocols using organic control
methods.
Mark Garlock, Parks and Beaches (760) 435-5208 MGarlock@oceansideca.org
Supervisor
Account Manager: Irving Gallegos
City of Rancho Cucamonga Term: 1989-2024
Landscape Maintenance Contract
Landscape Maintenance of Medians, Parkways and Libraries: Weed control, $1,602,650 Per Yr.
planting, tree maintenance, pest control, irrigation maintenance, hardscape
maintenance, shrub, groundcover, vine and landscape mulch maintenance.
Steve Relph, Maintenance Supervisor (909) 774-2730 steve.relph@cityofrc.us
x4116
Account Manager: Dirk Bennet
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
City of Santa Ana
Term: 2024-2027
Grounds Landscape Maintenance services — Districts 2 and 3
Landscape Maintenance - General operations including daily inspections, $2,718,588 Per Yr.
clearing of sidewalk areas, debris removal, emptying trash cans, clearing of
drainage facilities, cleaning of park benches and tables, maintain dog bag
dispensers daily, maintenance of sand court areas, hard surface areas, bicycle
trails/AC walkways, DG, parking lots, bike trails and roads, irrigation
maintenance. Duties include turf mowing, sport turf mowing, inspections,
edging, detailing, ground cover, shrubs, vines, tree maintenance, lake
maintenance, pest control, weed control, litter and debris management,
pressure washing, planting,
Jorge Acevedo, Parks Service (714) 847-3324 jacevedo5@santa-ana.org
Superintendent
Account Manager: Irving Gallegos
City of Tustin Term: 2015-2024
Landscape Maint. Services for General Fund and Landscape & Lighting Assessment District
Areas
Landscape Maintenance of LIVID Areas, Parks, Medians and Facilities- Mowing, $2,048,246 Per Yr.
edging, turf maint., weed, rodent pest control, hardscape maint., trash pickup,
Irrigation maintenance.
Forrest Locke, Land. Contract (714) 573-3357 flocke@tustinca.org
Supervisor
Account Manager: Jose M. Sanabria
County of Orange Term: 2022-2025
Orange County Parks
Landscape Maintenance - Irrigation maintenance, Turf maintenance, $1,220,340 Per Yr.
Groundcover maintenance, shrub, vine and tree maintenance, Hardscape
maintenance, Sand/wood chip area maintenance, Sod Installation, Drinking
fountain maintenance. Specialty/Sports Athletic Area maintenance.
Chad Ward, Procurement Contract (949) 585-6420 chad.ward@ocparks.com
Specialist
Account Manager: Michael Williams
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 and 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,
r C"`
Antonio Valenzuela — V.P of Operation
<�'q Our Core Values — SafetyTearnwork QualityIntegrity Page 14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION A
PROPOSAL TO THE CITY OF TUSTIN, CALIFORNIA
LANDSCAPE MAINTENANCE SERVICES
FOR
GENERAL FUND AREAS
July 1, 2024 — June 30, 2026
Name of Bidder: Mariposa Landscapes, Inc.
Business Address: 6232 Santos Diaz St., Irwindale, CA 91702
Phone Number: (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, 2024 — June 30, 2026
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 unit prices
entered on OpenGov Procurement website proposal.
A-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
PROPOSAL
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
GENERAL FUND AREAS
July 1, 2024 — June 30, 2026
CITY OF TUSTIN
LUMP SUM PROPOSAL PER AREA:
The areas listed in this proposal 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.
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 Section D for expected provisions.
Note: The City Hall complex and the Main Street Reservoir site shall be kept in pristine
condition
The following pages (A-3 through A-4) contain a list of 72 items. Please provide pricing for
these in the pricing table titled General Fund Maintenance Items on the OpenGov
Procurement website. Descriptions of items 1-69 are in Section E, starting on page E-3.
There is also a link to a map and other information in Section E on page E-2. Items 70-72
are described in Section D - Special Provisions.
A-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
General Fund Maintenance Proposal Items
Item
Item Name
Type
Units
1
Jamboree Road
14 Medians, 4 Parkways, 2 Ivy walls
12
2
Tustin Ranch Road
16 Medians and 4 Parkways
12
3
Tustin Ranch Road Legacy
8 Medians, 2 Parkways, 1 Slope and 7
Bioswales
12
4
Red Hill Ave
10 Medians
12
5
Red Hill Ave Legacy
7 Medians, 3 Bioswales and 3 Parkways
12
6
Armstrong Ave
1 Median and 10 Bioswales
12
7
New ort Ave
23 Medians, 13 Parkways, & 8 Bike Paths
12
8
Del Arno Ave
1 Median
12
9
Pacific Street
2 Islands and 1 Parkway
12
10
Plaza Drive
1 Median
12
11
Halls Cirlcle
2 Medians
12
12
Fashion Lane
2 Medians
12
13
Park Ave
3 Medians and 2 Bioswales
12
14
Pioneer Way
1 Median
12
15
Portola Parkway
2 Medians
12
16
La Colina Drive
1 Median
12
17
17th Street
1 Medians
12
18
Vandenberg Lane
1 Parkway
12
19
Santa Clara Ave
2 Slopes
12
20
Marshall Lane
1 Parkway
12
21
Old Irvine Blvd
1 Median and 1 Island
12
22
Irvine Blvd
22 Medians
12
23
First Street
22 Medians and 1 Island
12
24
Bryan Ave
6 Medians, 1 Island & 1 Parkway
12
25
Main Street
2 Islands, 4 Slopes, 2 Parkways and 1 Median
12
26
El Camino Real
1 Parkway
12
27
Nisson Road
2 Parkways
12
28
McFadden Ave
4 Slo es and 1 Median
12
29
Walnut Ave
8 Medians and 3 Parkways
12
30
Sycamore Ave
4 Medians and 2 Parkways
12
31
Edinger Ave
12 Medians and 6 Islands
12
32
Valencia Ave
8 Medians and 2 Parkways
12
33
Moffett Drive
7 Medians and 6 Bioswales
12
34
Victory Road
2 Medians
12
35
Warner Ave
7 Medians, 3 Parkways, 2 Slopes and 11
Bioswales
12
36
Old Town Tustin
35 Islands, 20 Parkways, 1 Planter Box, 10
Sidewalks, and 1 Parkette
12
A-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
General Fund Maintenance Proposal Items (Continued)
Item
Item Name
Type
Units
37
Foothill Reservoir
Reservoir Facility
12
38
Rawlings Reservoir
Reservoir Facility
12
39
Newport Reservoir
Reservoir Facility
12
40
L the Reservoir
Reservoir Facilty
12
41
Simon Ranch Reservoir
Reservoir Facility
12
42
Simon Ranch Booster
Booster Station
12
43
Yorba Well
Well
12
44
117th Street Desalter
Desalter Facility
12
45
JVandenberg Well
Well
12
46
Beneta Well
Well
12
47
Livingston Well
Well
12
48
Newport Well
Well
12
49
Pasadena Well
Well
12
50
Edinger Well
Well
12
51
Pankey Well
Well
12
52
IMain Street Reservoir
Reservoir Facility / Public Parking Lot
12
53
ITustin Corporate Yard
Facility
12
54
ITustin Civic Center
Facility
12
55
Tustin Area Senior Center
Facility
12
56
ITustin Metrolink
Facility
12
57
1 Legacy Annex
Facility
12
58
Tustin Family & Youth
Center
Facility
12
59 JOCFA
Fire Station
Facility
12
60 ITustin
War Memorial
Vacant Building
12
61 JON
Army Reserve
Facility/ Vacant Building
12
62 ILinear
Park
Park
12
63
Katherine Spur
Right of way area
12
64
TRR Gated Area
Right of way area
12
65
Peters Canyon Sloe
Raised Roadway Sloe
12
66 1
Newport/Edinger Vacant
Lot
Vacant Lot
12
67
Newport/Valencia Vacant
Lot
Vacant Lot
12
68
Edinger Vacant Lot
Vacant Lot
12
69
15171 Del Amo Building
Frontage
Front of City owned building
12
70 ITrash
Pick Up Service
Various Locations
12
71
Power Washing
Library Plaza and Metrolink Ramps & Tunnel
12
72
Quarterly Weed Abatement
map link in Section E, page E-2
4
I_Q!
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
(1) Irrigation Specialist
Include Irrigation
(3) Fully stocked truckswith irrigation controller
All Contract Sites
(2) Irrigation Technicians
System Monitoring and
remotes for
Maintenance for
Weathermatic and
Calsense,
Calsense or tablets with
Weathermatic, Hunter,
web access for remote
and DIG
access
(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:
(2)Installation
(1) one -ton stake bed
Maintenance Laborers
Installation
trucks or equivalent
Refurbishment Items
(1 )Installation
(1) one -ton stake bed
Maintenance
Installation
trucks or equivalent
Refurbishment Items
Drivers/Leadworker
(1) Irrigation Technician
Include Irrigation
(1) Fully stocked truck with
Installation
irrigation controller
Refurbishment Items
remotes for Calsense
A-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 hourly rate for each position listed below on the OpenGov Procurement website
in the table Minimum Staff Rates.
Total Weekly Hourly
Hours Provided Rate
1. (1) Supervisor/Quality Control Manager 40 $80.00
2. (1) Pesticide Applicator(s) 40 $69.61
3. (3) Irrigation Specialist/Technician(s) 120 $75.00
4. (2) Foreperson(s) 80 $61.00
5. (11) Landscape Laborers 440 $47.58
6. (1) Fireman (To resolve daily City hot issues) 40 $80.00
Total Full Time Positions Proposal
Total Weekly Hours Provided 760
19
*Average, labor will flex to
accommodate seasonal
growth periods.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
REFURBISHMENT ITEMS
Instructions: Proposers may submit pricing information on their own forms but the
Refurbishment Items pricing table on the OpenGov Procurement website must 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 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.
The following pages contain a list of the items in the Refurbishment Items pricing table
on the OpenGov Procurement website that will need to be completed
A-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM I
DESCRIPTION
QTY
UNIT
POC's Connection Products
1
Calsense CS3000 Controller with 48 stations
1
EA
2
GR Stubby Antenna CS3-GR-Kit
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, U yellow
1
EA
8
ANT-CABLE-LR-6 Local radio 6' antenna cable, blue
1
EA
9
DIG Leit 4000 Solar Controller
1
EA
10
Calsense Flow Meter FM 1.25E
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
13
2" Griswold N/C 2250RE Pressure Reducing/ Surge Anticipating
1
EA
14
2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 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 SUG200
1
EA
18 ISentry
Valve Guard SV200-20
1
EA
19
Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.)
1
EA
20
Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T 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
IMeyers MEUG46X 120/240V
1
EA
Valve & Flow Sensor Runs
28
Trenching - 8" Wide by 18" Deep
15,000
LF
29
14g Wiring
50,000
LF
30
Schedule 80 PVC 1" Conduit
3,000
LF
Crossings
31
113oring
600
1 LF
Mainline
32
Trenching 8" Wide by 24" Deep
10,000
LF
33
2 1/2" Sch. 40 PVC
10,000
LF
34
6" Sch. 40 PVC Sleeving
600
LF
Lateral Line
35
jTrenchinq 8" Wide by 12" Deep
15,000
LF
36
11/2" Sch. 40 PVC
15,000
LF
Pedestal Footing Remove and Replace
37
Calsense SSE -MPS -Base Footing
1
EA
38
Meyers MEUG16X 120/240V
1
EA
39
Meyers MEUG46X 120/240V
1
EA
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
Concrete Removal
40
1 Concrete Removal
1,600
CY
Paver Installation
41 1
Paver installation
22,000
SF
Irrigation Zone Valves
42
IRain Bird XCZ-150-PRB-COM
50
EA
Irrigation Heads/Nozzles
43
Rain Bird RD12SP30FN
300
EA
44
Rain Bird MPR Series Nozzles
500
EA
45
Rain Bird SQ Series Nozzles
200
EA
46
Rain Bird HE -VAN Series Nozzles
100
EA
47
IRain Bird R-Series Rotary Nozzles
100
EA
48
IRain Bird R-VAN Series Rotary Nozzles
200
EA
49
IRain Bird 1400 Series Pressure Compensating Bubblers
100
EA
Dripline
50
IRain Bird XFS-06-12-XXX
20,000
LF
Wire Tracing/Fault Locating/Repair
51
Wire racing/Fault Locating/Repair
5000
LF
Miscellaneous Irrigation Parts
52
2" Griswold NIC 2250 PIN 520
1
Ea.
53
2" Griswold NIC 2250 PIN 6347
1
Ea.
54
2" Griswold NIC 2250 PIN 8528
1
Ea.
55
2" Griswold NIC 2250 PIN 2-PV-2
1
Ea.
56
Carson/Oldcastle 1200 Jumbo Rectangular
1
Ea.
57
Carson/Oldcastle 0910 10" Depth Round Valve Box (Q.C.)
1
Ea.
58
Rain Bird 200 EFB-CP Valve Replacement Diaphragm
1
Ea.
59
Rain Bird 200-PESB Valve Replacement Diaphragm
1
Ea.
60
Rain Bird QC 33-DLRC
1
Ea.
61
Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB-R Valves
1
Ea.
62
IRain Bird PRS-Dial Pressure Regulator
1
Ea.
Plant Material Installed Minimum "G" Rated
63
Annual Color
200
50 C.T.Flat
64
Ground Cover
200
Flat
65
Five Gallon
1,000
Ea.
66
lInstall Mulch
2,500
C.Y.
67
Rototill
80,000
S.F.
68
Soil Test
6
Ea.
69
Planting Soil
100
C.Y.
Labor & Equipment
70
Landscape Maintenance Supervisor
1
Hour
71
Pest Control Applicator
1
Hour
72
Irrigation Specialist
2,080
Hour
73
Landscape Maintenance Leadworker
2,080
Hour
74
Equipment Operator
1
Hour
75
Landscape Maintenance Laborer
8,320
Hour
76
One -Ton Truck
8,320
Hour
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
PROPOSAL / EXTRA WORK COSTS
The following prices for extra work to be used by the City on an as -needed basis. Please
complete the Extra Work Costs pricing table on the OpenGov Procurement website.
ITEM
I DESCRIPTION
QTY
UNIT
TURF MAINTENANCE
1
Edge & Trim
1
LF
2
Fertilization
1
SF
3
Aerification
1
SF
4
Dethatchin
1
SF
5
Weed Control
1
SF
6
Additional Mowing
1
SF
GROUND COVER, SHRUBS & TREE MAINTENANCE
7
Edge & Trim
1
LF
8
Weed & Clean Up
1
SF
9
Soil Injections
1
SF
10
Foliar Applications
1
SF
11
Tablet or Dry Formulations Placement
1
SF
12
Pruning/Shrubs
1
EA
13
Vine Care
1
EA
14
Vertical Mulch Trees
1
EA
15
Vegetation Removal
1
SF
PLANT MATERIAL (Installed Including Labor)
16
lAnnual Color
1
FLAT
17
Ground Cover
1
FLAT
18
One 1 Gallon
1
EA
19
Five 5 Gallon
1
EA
20
Fifteen 15 Gallon
1
EA
21 ISeeded
Turf
1
SF
22
Sodded Turf
1
SF
23 IStolonized
Turf
1
SF
IRRIGATION INSTALLATION (Including All Labor, Fittings & Equipment)
24
1 /2" Valve - Electric
1
EA
25
3/4" Valve - Electric
1
EA
26
1 " Valve - Electric
1
EA
27
6" Pop -Up
1
EA
28
12" Pop -Up
1
EA
BACKFLOWS
29
jAnnual Backflow Certification
1
EA
US to]
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 arenon-negotiable and City will not consider waiving insurance requirements. There
are no exceptions.
A-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
The names of all persons interested in the foregoing proposal as principals are as follows:
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.
Corporation - Mariposa Landscapes, Inc.
Terry Noriega, President
Antonio Valenzuela, Secretary
Theresa Lu, Chief Financial Officer
Title: Terry Noriega, President
Date: 3/15/2024
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
5232 Santos Diaz St., Irwindale, CA 91702
U&IaK
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
12%
ur oscapes (866) 887-2672
P.O. Box 1062 Lake Elsinore CA 92531
851931
1000014997
Mulch Installation
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.
A-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, President
PARTNERSHIP
ADDRESS: 1107 E. Walnut St., Santa Ana, CA 92701 INDIVIDUAL
PRINIPAL OFFICE: 6232 Santos Diaz St., Irwindale, CA 91702 OTHER
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 588
Year 2023
3. Resume of type of work in which your firm possesses experience.
*Please see attached
4. How many years has your organization been in business? 46 Years
A. Number of years company has provided Landscape Maintenance
Services: 46 Years
B. Number of years company has provided Landscape Maintenance Services
for Public Agencies: 41 Years
A-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
M A R
L A N D S C
A. References
1 P 0 5 A
A P E S I N C
City of Newport Beach Term: 2016-2021
Landscape Maintenance of Medians and Roadsides
Landscape Maintenance - Irrigation maintenance, Turf maintenance, $2,795,681 Per Yr.
Groundcover maintenance, shrub, vine and tree maintenance, Hardscape
maintenance, Sand/wood chip area maintenance, Sod Installation, Drinking
fountain maintenance. Specialty/Sports Athletic Area maintenance,
City of Oceanside Term: 2022-Current
Landscape Maintenance Services for Parks, Booth Accesses, Facilities, Medians,
Streetsca es and Fire Stations
Landscape Maintenance citywide covering 31 parks,10 facilities and 5 beach $3,910,770 Per Yr.
accesses. Daily maintenance responsibilities for over 124 acres of landscaped
areas. Strict integrated pest management protocols using organic control
methods.
Mark Garlock, Parks and Beaches (760) 435.5208 MGarlock@oceansideca.org
City of Rancho Cucamonga Term: 1989•Current
Landscape Maintenance Contract
Landscape Maintenance of Medians, Parkways and Libraries: Weed control, $1,602,650 Per Yr.
planting, tree maintenance, pest control, irrigation maintenance, hardscape
maintenance, shrub, groundcover, vine and landscape mulch maintenance.
Steve Relph, Maintenance Supervisor (909) 774-2730 steve,relph@cityofrc.us
x4116
City of Santa Ana Term: 2024-2027
Grounds Landscape Maintenance services — Districts 2 and 3
Landscape Maintenance • General operations Including daily Inspections, $2,718,588 PerYr.
clearing of sidewalk areas, debris removal, emptying trash cans, clearing of
drainage facilities, cleaning of park benches and tables, maintain dog bag
dispensers daily, maintenance of sand court areas, hard surface areas, bicycle
trails/AC wa lk%vays, DG, parking lots, bike trails and roads, irrigation
maintenance. Duties include turf mowing, sport turf mowing, Inspections,
edging, detailing, ground cover, shrubs, vines, tree maintenance, lake
maintenance, pest control, weed control, litter and debris management,
pressure washing, planting,
Jorge Acevedo, Parks Service (714) 847.3324 facevedo5@santa-ana.org
County of Orange Term: 2022.2025
Change County Parks
Landscape Maintenance - Irrigation maintenance, Turf maintenance, $1,220,340 Per Yr.
Groundcover maintenance, shrub, vine and tree maintenance, Hardscape
maintenance, Sand wood chip area maintenance, Sod Installation, Drinking
fountain maintenance. Specialty/Sports Athletic Area maintenance.
Chad Ward, Procurement Contract (949) 585-6420 chad.ward@ocparks.com
Specialist
4qla TEL 800 • 794 • 9458 6 FAX 525 • 960 • 8477 a www.tnarip osa-ca.com
6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 ■ CA CONTRACTOR'S LIC # 592268 A, C-27, D-49, C-61, C-31
Our Core Values — Safety • Teamwork • Quality • fntegrity
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
B. List of Claims
City of Newport Beach
Name of Claimant: Cynthia Mabus
Amount of Clain: $90,000.00
Nature of Claire: General Liability
Final Status of Claim: Dismissed
City of Newport Beach
Name of Claimant: Arolyn Burns
Amount of Claim: Undetermined
Nature of Claim: General Liability
Final Status of Claim: Pending development
<�19 Otcr Core Vaiates — Safety • Teamwork • Qitality • Inte rihJ
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
5. How many years has your organization been in business under its present business
name?
26 Years
A. Under what other or former name(s) has your organization done business?
Mariposa Horticultural Enterprises, Inc.
6. If a corporation, answer the following:
A.
Date of Incorporation:
10/2/1989
B.
State of Incorporation:
California
C.
President's name:
Terry Noriega
D.
Vice-president's name(s):
N/A
E.
Secretary's name:
Antonio Valenzuela
F.
Treasurer's name:
Theresa Lu, Chief Financial Officer
7. If an
individual or a partnership answer the following:
A.
Date ofOrganization:
N/A
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:
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.
Arizona License No. ROC 246041 Class CR-21
California License No. 592268 Class A, C27,C31, C61/D49
A-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
10. Describe the work your organization normally performs with its own forces:
Landscape maintenance, landscape construction, amd tree maintenance
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?
*Please refer to RFP
14. Equipment:
A. List the types of primary vehicles/equipment and number of each to be assigned to this
contract.
*Please refer to RFP
B. Note any equipment, which will also be used on another contract.
*Please refer to RFP
C. List the back-up equipment assigned to this contract to assure no production
interruption.
*Please refer to RFP
A-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
15. Personnel:
A. Number of employees committed to Landscape Maintenance Operations
■ Supervisors
■ Irrigation Technicians
■ Foremen
■ Pesticide Applicators
• Landscaper Laborers
• Fireman
21
36
166
8
180
1
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?
Michael Williams,Area/Branch Manager and Jose Sanabria, Account Manager
D. What is his/her background?
*Please refer to attached Resume
E. What is his/her education?
*Please refer to attached Resume
CONTRACTORS NAME: Mariposa Landscapes, Inc,
Signed By:
Title: President
Terry Norieaa
Note: Attach proper Notary Acknowledgement for signature of authorized person (Use copy
of blank form provided in this section.)
A- 17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
M A R 1 P 0 S A
L A N D S C A P E S I N C
Michael Wiliiams -Area Branch Manager
• Over 45 years of experience in landscape management, irrigation design and retrafit,
maintenance and arbor care.
■ BS in Ornamental Horticulture, Cal Poly San Luis Obispo
• CPR Safety Trained
• Qualified Applicator License 133955
■ Reclaimed water site supervisor certified
Michael Williams will be the person in -charge and responsible for project management, communication
with Account Manager, Foreman, Field Supervisor and primary contact with the City of Tustin.
He has 7 years of work experience with Mariposa Landscapes, Inc. Overall, Michael has over 45 years of
work experience conducting and overseeing Landscape Maintenance work for Public Works, Commercial
and Residential. With vast experience in all aspects of Irrigation design and retrofit, Maintenance and
Arbor care.
Jose Sanabria —Account Manager
• Over 20 years of experience in the landscape industry
• Qualified Applicator License, Category B,C
■ Landscape Industry Certified Technician
■ Certified in QWEL
• Certified in CLCA Water Management
■ OSHA Certified
Jose Sanabria will be the assigned Account Manager. He has years of experience working with the City of
Tustin. Along with Michael, Jose will serve as a primary contact with the City. He will also be responsible
for project management and communication with all personnel involved.
Jose currently holds a certificate as a Landscape Industry Certified Tech. He is very knowledgeable in all
aspects of landscape maintenance, including irrigation.
119 TEL 800 • 794 ■9458 0 FAX 625 •96D • 8477 a www.mariposa-ca.cor-n
6232 SANTCS DIAZ ST., IRWINDALE, CA91702 ■ CA CCNTRACTCR'S LIC # 592268 A, C-27, D-49
Our Core Values — Safetzj • Teamwork • Quality • Integrity
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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?
"Please see attached
2. What type of in-house training do you provide for your staff?
*Please see attached
3. Who is responsible for training the Landscape Maintenance Workers and what type of
training is provided and at what intervals?
*Please see attached
4. What is the address of the facility from which work crews will be assigned?
*Please see attached
5. What communication system do you use to communicate between field staff and office staff?
*Please see attached
6. Are you able to provide quick emergency responses? And how?
*Please see attached
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.
*Please see attached
8. Provide a Maintenance Schedule, utilizing your proposed man -power from page A-4.
*Please see attached
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
M A R 1 P 0 5 A
L A N D S C A P E S I N C
1. Mariposa has proudly served the City of Tustin since 2015. Our experience and familiarity with the
city's expectations and standards make us well suited to continue providing exceptional services.
Our attention to quality and detail is well documented. Our depth of knowledge and level of
experience in our management and supervisory personnel is unmatched by competitors.
2. All new employees will be trained in basic equipment handling as well as worksafety issues.
Throughout their career, employees will have the opportunity to be certified in numerous
certifications such as Certified Landscape Technician (irrigation and maintenance), QAL, IA, Arborist,
etc. Mariposa provides training based ❑n CLT test standard, which is one of the hardest certifications
to obtain in the landscape industry (only 20% passing rate). Some of the topics include equipment
handling, irrigation repairs, installation, plans reading, etc.
3. A Certified Landscape Technician will provide employee training. Typically, thisjob will fall underthe
Account Manager and Safety Inspectors. Throughout the year, multiple hands-on training sessions
will be available for employees to sign up for. At least 1 training for each certification will be
provided annually, such as CPR, irrigation repairs, QAL (resources will be provided).
4. 1107 E. Walnut Street, Santa Ana, CA 92701
S. Each Lead person, Foreman, Field Supervisor, will be provided a company phone and will be the
primary contact device between the Account Managers and the onsite crews. All Supervisors,
Account Managers and Area Managers will have a personal business email address for tasks such as
reporting.
6. Emergency response is typically within 1-2 hours of notification. The city will be provided with
several cell phone numbers starting from, the account managers, Branch manager, Division
Manager, and lastly the VP of Operation. Mariposa's management team is available 24/7 in case of
emergency.
7. Federated rating A+ XV, Alaska rating A XVV, Bolton & Co. rating A+ XV
8. Please seethe following Tentative Schedule
119 TEL 800 • 794 ■ 945$ ■ FAX 625 ■ 950 • 8477 • www.mariposa-ca.com
6232 SANTCS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC N 592268 A, C-27, D-49
Our Core Values — Safety • Tearrrwork • Quality • Integrity
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
nommilmoom
NNE
0
2 ONMENE
ME
0 MENEM
moommommommom
NNE
M
Elm
I-iloommosommoom
11MENIMM
MEMNON
SOMME
mmmmm
Booms
IlE
OEM
a No
MEN
0
0
MEMO
MEMEMME
a
MIEN
a MMEMEMA
moomposommoss
USE
EM
MMEMW
11mMI
E
No
�I
110
��P
�C1,..��1�
■MEN
BNON
o
No
M1�mmmmm
MEMBER
110
ilia
9 910m,
onommoom
NN
EIRFMNNE
ME
a immmommommo:
MENIMM
MEMMEMN
MENMEMN110
INN
smommmm''
NON
No
Noo
�1196
g 1NMoE
W
:
M ICE.
MoEmEmM1:1
1
E..
.
mmmmmmmiimlmmmmmmmm
1001MI
MNMIMM
Ela
INEM
m MENMEMM
E1MMMMM1M1M
MMNW
0
0 No
No
IZJMMM�o���iiiiiii
PINKRUIL
���
1111RE�ii
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Ew
z
CL
is
w
U_
m
�
w
}
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
aw.�
Qu
fr,
6
w
m
OJ
au
w
�
w
+•7
?{
?C
?C
?C
?{
?C
?C
?C
?{
?C
?C
?C
?{
?C
?C
?C
?{
?C
?C
w
Ln
F
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
w
O
�
r
n;
z
Ua
Ua
Uu
Ur
Ur
w
OJ
9J
OJ
Ua
q)
Ql
03
03
03
m
qj
�
03
03
3
OJ
OJ
Ou
m
m
OJ
Ou
OJ
Oa
Ou
Ou
l .j
Oa
O i
OJ
O i
Oa
O
�u
�
�
C7
C7
[J
C7
C7
C7
U
C7
C7
C7
U
Uj
SD
N
00
0)
ry
cy
M
.0
4i
E
E
9J
9J
41
OJ
9J
OJ
41
OJ
9J
q
OJ
>
U
.>
Lt
C
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NONCOLLUSION AFFIDAVIT
To be executed by bidder and submitted with proposal.
State of California
ss.
County of Orange
Terry Noriega being first duly sworn, deposes and says that he or she is
Presider_ 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, organization, bid depository, or to any member or agent thereof to effectuate a collusive
or sham bid.
Terry Norega
Name of Bidde
2��
Signature o Bidder
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.)
A-19
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ACKNOWLEDGMENT
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 '! �� ' �`�before me, Brandon James Williamson, Notary Public
(insert name and title of the officer)
personally appeared
who proved to me on the basis of satisfactory evident to be the rson(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
hislherltheir authorized capacity(ies), and that by hislherltheir signatures) 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.
BRANDON JAM ES W1LLIAM50N
WITNESS my hand and official seal. _ Notary Pub%• California
.t
Los Angeles County
Commission # 2354,392
My COMM. Expires Apr 19. 2025
f
Signature (Seal)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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)jity 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 S, 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: 3/15/2024
Mariposa Landscapes, Inc.
Itracfo'
6� �_ J -
By jTerry Narieg
President
Title
►:wa
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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: A, C27, C61049, C31
2. The expiration date of Bidder's Contractor's License is
April 34th 2a 24
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 15th , 2024 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).
A-21
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 -- June 30, 2026
NAME OF CONTRACTOR: Mariposa Landscapes, Inc.
SIGNED:
TITLE: President
Terry No
Note: Attach proper Notary Acknowledgment for signature of authorized person.
A-22
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ACKNOWLEDGMENT
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 -�). �s A W
before me,
Brandon James Williamson, Notary Public
(insert name and title of the officer)
personally appeared i. '{ � .�
who proved to me on the basis of satisfactory evil ce 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
y BRA14DON JAM ES WILLlAMSON
Notary Public - California
Los Angeles County
Commission p 2354892
MyCamm, Expires Apr 19, 2025
(Seal)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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: 3J1512024
Mariposa landscapes, Inc.
Contractor `\
_8lv� 1",Zz
By Terry N riega
President
Title
A-23
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
CALIFCRNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
rsrt�?N�:LS.Ra�]:'A�.Il.N�hw4-N?M��.r]/A.�laaS..1Yx..�-i-:.�.:.'�.t:.i'.r..fid�.lAa1•-L�:'i..is�{..:.1.a3.YSa1�3lMtiFta1{a�a�ll.�i��{..ti'.i'.3'._4.]'.i'.1.{�: �S.i[ia.T'faa3.'�.i\r�i1.Y]Ja
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)., d th� t by his/her/their signature(s) on the
instrument the persons), or the entity upon behalfv ich 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: Signers) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner - ❑ Limited ❑ General
❑ Individual o Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
Conservator
❑ Other:
Signer is Representing:
Signer's Name:
Corporate Officer —
❑ Partner - ❑ Limited
❑ Individual
❑ Trustee
Titie(s):
❑ General
❑ Attorney in Fact
❑ Guardian or
❑ Other:
Signer is Representing:
i." tK: :L' C.!�Lf5..1".C-ejL'f t.;!" L`�-i'S %S','6
i
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Department of Public. Works
March 13, 2024
TO: PROSPECTIVE BIDDERS
SUBJECT: ADDENDUM NO. 1
Landscape Maintenance Services for General Fund
The following changes are hereby made to the Request For Proposals, Special Provisions, and
General Notes, Locations & Details. Each bidder shall include a signed copy of this Addendum with
the proposal. Failure to d❑ so may cause the proposal to be disqualified.
Request For Proposals
1. Remove page 3 and replace with REVISED page 3 in reference to Section III — SCOPE OF
WORK
Special Provisions
1, Remove page ❑-31 and replace with REVISED page D-31. Provision ❑-XLIV COMPOST
AND MULCH added
General Notes, Location & Details
1. Remove page E-12 and replace with REVISED page E-12. Change to area of Walnut
Parkways 1,2, and 3.
2. Google map link revised to reflect expanded area of Walnut Parkways 1, 2, and 3.
Questions and Answers
1. Q: III. SCOPE OF WORK — Can you clarify what are the specific licenses that are needed
for this contract?
A: Please see Section C General Provisions, Page C-15, 7-13 COMPLIANCE WITH
THE LAW
2, Q: III. SCOPE OF WORK -- What work needs to be done that requires the contractor's
license for classification B?
A: None. Please see above referenced REVISED page 3 of Request For Proposals.
3. Q: III. SCOPE OF WORK — Can the City waive the classification 8 license requirement?
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
A: Please see above referenced REVISED page 3 of Request For Proposals.
This addendum consists of five (5) pages; [Request For Proposals one (1) page, Special Provisions
one (1) page, General Notes, Location & Details one {1 ) page, and addendum form two (2) pages)
Sincerely,
Forrest Locke
Landscape Contract Supervisor
Receipt of this Addendum No. 1 is hereby acknowledged.
Bidders Company Name: Mariposa Landscapes, Inc.
Signed:
Printed Name: Terry Noriega, PIesident
Date: 3/13/2024
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY of TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 3
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 A or C-27 Landscape Contractor License, 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 (Attachment A) and tables
completed on OPENGOV Procurement website.
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,
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
D-XLII ADDITIONAL ANNUAL BACKFLOW TESTING (Not a Proposal Item)
In addition to annual certified backflow testing for irrigation equipment, the Contractor shall
perform annual certified backflow testing and documentation of other backflows at the request of
the Landscape Supervisor. This will include, but not limited to, backflows at City facilities and
parks that are unrelated irrigation equipment.
The Contractor shall provide this service at the same per unit cost of annual certified tests of
irrigation related backflows with no additional mark up.
D-XLIII POWER WASHING
The Contractor shall perform weekly power washing of the courtyard between the Library and
Clifton C Miller Community Center located at the Tustin Civic Center on Tuesdays after 7am but
begin before 9am.
The Contractor shall perform weekly power washing of the ramps, pedestrian tunnel and stairs
of the Tustin Metrolink Station on Tuesdays after 9:30am but before 2pm.
D-XLIV COMPOST AND MULCH
Contractor shall use compost procured from one of the Orange County Waste & Recycling
landfill compost sites. If compost is not available at any of these locations, contractor shall
submit to City an alternative facility(ies) for approval. Only City approved facilities are to be
used for procurement of compost.
Contractor shall use mulch procured from a chip and grind facility located in California and shall
submit facility(ies) to City for approval. Only City approved facilities are to be used for
procurement of mulch.
D-31
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
SQUARE
FEET
Item 29 - Walnut Avenue
DESCRIPTION
Walnut Meidan 1
0.063
2744.28
Shrub Median w/ Irrigation & Hardscape turnlane, Katherine Spur to Cherrywood Ln
Walnut Median 2
0.066
2874.96
Shrub Median w/ Irrigation & Hardscape turnlane, Cherrywood Ln to Raintree Ln
Walnut Median 3
0.053
2308.68
Hardscape Median, No Irrigation, Raintree Ln to Tustin Ranch Road
Walnut Median 4
0.062
2700.72
Shrub Median w/ Irrigation & Hardscape turnlane, Tustin Ranch Road to 285 ft east
Walnut Median 5
0.057
2482.92
Shrub Median w/ Irrigation & Hardscape turnlanes, 385 ft west of Franklin to Franklin Rd
Walnut Median 6
0.071
3092.76
Shrub Median w/ Irrigation & Hardscape turnlanes, Franklin Rd to 415 feet east
Walnut Median 7
0.19
8276.4
Shrub Median w/ Irrigation & Hardscape turnlanes, 75 ft west of Bentley to 540 ft east
Walnut Median 8
0.069
3005.64
Shrub Median w/ Irrigation & Hardscape turnlanes, 550 feet west of Myford to Myford Rd
Walnut Parkway 1
0.057
2482.92
Shrub Parkway w/ Irrigation, Katherine Spur to Cherrywood Ln on south side
Walnut Parkway 2
0.063
2744.28
Shrub Parkway w/ Irrigation, Cherrywood Ln to Raintree Ln on south side
Walnut Parkway 3
0.076
3310.56
Shrub Parkway w/ Irrigation, Raintree Ln to Tustin Ranch Road on south side
Total Area Acres
0.827
Total Square Feet
1 36024.12
NAME
AREA
ACRES
SQUARE
FEET
Item 1 - Sycamore Avenue
DESCRIPTION
Sycamore Median 1
0.145
6316.2
Shrub Median w/ Irrigation, Pasadena to Newport Ave
Sycamore Parkway 1
0.2
8712
Shrub Parkway w/ Irrigation, Pasadena to Newport Ave on north side
Sycamore Parkway 2
0.26
11325.6
Shrub Parkway w/ Irrigation, Pasadena to Newport Ave on south side
Sycamore Median 2
0.203
8842.681
Shrub Parkway w/ Irrigation,Red Hill Ave to Devonshire Ave
Sycamore Median 3
0.205
8929.8
Turf Median w/ Irrigation, Cantebury Ave to Katherine Spur
Sycamore Median 4
0.019
827.64
Hardscape Median, No Irrigation, Katherine Spur to Alder Ln
Total Area Acres
1.032
Total Square Feet
44953.92
NAME
AREA
ACRES
SQUARE
FEET
Item 31 - Edinger Avenue
DESCRIPTION
Edinger Median 1
0.158
6882.48
lAve
Shrub Median w/ Irrigation, Newport Ave to Del Arno Ave
Edinger Median 2
0.043
1873.08,
Hardscape Median, No Irrigation, Del Amo Ave to train tracks
Edinger Median 3
0.144
6272.64
Shrub Median w/ Irrigation, train tracks to AT&T
Edinger Median 4
0.061
2657.16
Shrub Median w/ Irrigation & Hardscape turnlane, AT&T to turn pocket 315 feet east
Edinger Median 5
0.076
3310.56
Shrub Median w/ Irrigation & Hardscape turnlane, 450 feet west of Red Hill Ave to Red Hill
Edinger Median 6
0.052
2265.12
Hardscape Median, No Irrigation, Red Hill Ave to Parkway Loop
Edinger Median 7
1.45
63162
Shrub Median w/ Irrigation & Hardscape turnaround, Parkway Loop to Kensington Park Drive
Edinger Median 8
0.592
25787.52
Shrub Median w/ Irrigation & large undeveloped area, Kensington Park Dr to future on ramp
Edinger Median 9
0.633
27573.48
Undeveloped & Tree Median w/ Irrigation, future on ramp to Tustin Metrolink Station
Edinger Median 10
0.312
13590.72
Undeveloped & Tree Median w/ Irrigation, Tustin Metrolink to Jamboree
Edinger Median 11
0.149
6490.44
Turf Median w/ Irrigation & Hardscape turnlanes, Jamboree to Aviator Ln
Edinger Median 12
0.138
6011.28
Turf Median w/ Irrigation & Hardscape turnlanes, Aviator Ln to Harvard Ave
Edinger Island 1
0.06
2613.6
Shrub Triangle w/ Irrigation, SB Jamboree exit to Edinger
Edinger Island 2
0.297
12937.32
Shrub Triangle w/ Irrigation, under Jamboree on north side of Edinger
Edinger Island 3
0.025
1089
Shrub Triangle w/ Irrigation, NB Jamboree entrance ramp from Edinger
Edinger Island 4
0.023
1001.88
Shrub Triangle w/ Irrigation, SB Jamboree entrance ramp from Edinger
Edinger Island 5
0.329
14331.24
Shrub Triangle w/ Irrigation, under Jamboree on south side of Edinger
Edinger Island 6
0.033
1437.48
Shrub Triangle w/ Irrigation, NB Jamboree exit to Edinger
Total Area Acres
4.575
Total Square Feet
199287
E-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Department of Public Works
March 15, 2024
TO: PROSPECTIVE BIDDERS
SUBJECT: ADDENDUM NO. 2
Landscape Maintenance Services for General Fund
The following changes are hereby made to the Special Provisions, and General Notes, Locations &
Details. Each bidder shall acknowledge receipt of this Addendum on Open Gov Procurement before
submitting proposal. Failure to do so may cause the proposal to be disqualified.
Special Provisions
1. Remove page ❑-31 and replace with REVISED page D-31. Provision D-XLV MULCH AND
MAINTENANCE OF JAMBOREE MEDIAN FROM NORTH OF PIONEER TO CITY LIMIT
WITH ORANGE added.
General Notes, Location & Details
1. Remove page E-3 and replace with REVISED page E-3. Change to description of
Jamboree Median 1
This addendum consists of five (3) pages; (Special Provisions one (1) page, General Notes, Location
& Details one (1) page, and addendum form one (1) pages)
Sincerely,
Forrest Locke
Landscape Contract Supervisor
Mariposa Landscapes, Inc.
Antonio Vaienzuela, Secretary
3/18/2024
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
D-XLII ADDITIONAL ANNUAL BACKFLOW TESTING (Not a Proposal Item)
In addition to annual certified backflow testing for irrigation equipment, the Contractor shall
perform annual certified backflow testing and documentation of other backflows at the request of
the Landscape Supervisor. This will include, but not limited to, backflows at City facilities and
parks that are unrelated irrigation equipment.
The Contractor shall provide this service at the same per unit cost of annual certified tests of
irrigation related backflows with no additional mark up.
D-XLIII POWER WASHING
The Contractor shall perform weekly power washing of the courtyard between the Library and
Clifton C Miller Community Center located at the Tustin Civic Center on Tuesdays after 7am but
begin before 9am.
The Contractor shall perform weekly power washing of the ramps, pedestrian tunnel and stairs
of the Tustin Metrolink Station on Tuesdays after 9:30am but before 2pm.
D-XLIV COMPOST AND MULCH
Contractor shall use compost procured from one of the Orange County Waste & Recycling
landfill compost sites. If compost is not available at any of these locations, contractor shall
submit to City an alternative facility(ies) for approval. Only City approved facilities are to be
used for procurement of compost.
Contractor shall use mulch procured from a chip and grind facility located in California and shall
submit facility(ies) to City for approval. Only City approved facilities are to be used for
procurement of mulch.
D-XLV MULCH AND MAINTENANCE OF JAMBOREE MEDIAN FROM NORTH OF PIONEER
ROAD TO CITY LIMIT WITH ORANGE
The Contractor shall mulch the Jamboree Median from north of Pioneer Road to the city limit
with Orange annually in July. Referenced as Jamboree Median 1 on location map and
description in Section E, page E-3.
The Contractor shall maintain the mulch on Jamboree Median 1 at all times to remain
aesthetically pleasing at all times. The cost of annual mulching and maintenance of the mulch
on this median shall be considered part of the regular maintenance of this median.
D-31
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
The following pages contain general item descriptions that are to assist with fee proposals for unit maintenance items 1 - 69 listed in Section A, A-3
and A-4, and to be filled out on OpenGov Procurement website. Items are also referenced in online map from link on page E-2.
NAME
ACRES
FEET
Jamboree-...
DESCRIPTION
Jamboree Median 1
1.41
61419.6
Soil Median w/ non functional irrigation, Northern City Limit w/ Orange to Pioneer Road. Median to
be mulched annually and mulch maintained.
Jamboree Median 2
2.42
105415.2
Turf Median w/ Irrigation, Pioneer Road to Patriot Way
Jamboree Median 3
3.19
138956.4
Turf Median w/ Irrigation & Hardscape turnlane, Patriot Way to Tustin Ranch Road
Jamboree Median 4
0.377
16422.12
Turf Median w/ Irrigation & Hardscape turnlanes, Tustin Ranch Road to Portola Parkway
Jamboree Median 5
0.376
16378.56
Turf Median w/ Irrigation & Hardscape turnianes, Portola Parkway to Champion Way
Jamboree Median 6
0.378
16465.68
1
Turf Median w/ Irrigation & Hardscape turnlanes, Champion Way to Peters Canyon
HikingTrail Underpass
Jamboree Median 7
0.101
4399.5E
Turf Median w/ Irrigation & Hardscape turnlanes,Peters Canyon Hiking & Riding Trail
1 Underpass to Trevino Drive
Jamboree Median 8
0.368
16030.08
Turf Median w/ Irrigation & Hardscape turnlanes, Trevino Drive to Robinson Drive
Jamboree Median 9
0.533
23217.48
Turf Median w/ Irrigation & Hardscape turnlanes, Robinson Drive to Irvine Blvd
Jamboree Median 10
0.19
8276.4
Turf Median w/ Irrigation & Hardscape turnlane, Irvine Blvd to Tustin Ranch Plaza
Jamboree Median 11
0.391
17031.96
Turf Median w/ Irrigation & Hardscape turnlane, Tustin Ranch Plaza to Bryan Avenue
Jamboree Median 12
0.1
4356
Turf Median w/ Irrigation & Hardscape turnlane, Bryan Avenue to West Drive
Jamboree Median 13
0.173
7535.88
Turf Median w/ Irrigation, West Drive to El Camino Real
Jamboree Median 14
0.101
4399.56
Hardscape Median El Camino Real to 5 Freeway North On Ramp
Jamboree Parkway 1
0.85
37026
Shrub Slope Parkway w/ Irrigation & Sidewalk, Edinger exit of SB Jamboree, Train Tracks
to Edinger
Jamboree Parkway 2
0.716
31188.96
Shrub Parkway w/ Irrigation & Sidewalk, Jamboree On Ramp from Edinger, Edinger to
Train Tracks
Jamboree Parkway 3
0.59
25700.4
Shrub Parkway w/ Irrigation, Edinger exit of NB Jamboree, Off Ramp to Edinger
Jamboree Parkway 4
0.151
6577.56
Shrub Parkway w/ Irrigation, Edinger exit of NB Jamboree Off Ramp to Edinger East side
Jamboree Ivy Wall 1
0.124
5401.44
Ivy Wall w/ Irrigation, SB Jamboree off ramp to Edinger. Ivy on wall
Jamboree Ivy Wall 2
0.113
4922.28
Ivy Wall w/ Irrigation, NB Jamborree on ramp from Edinger. Ivy on wall
Total Aea Acres
Total Square Feet
12.652
551121.12
NAME
AREA I
ACRES
SQUARE
FEET
. .
DESCRIPTION
TRR Median 1
0.237
10323.72
Turf Median w/ Irrigation & Hardscape tumlanes, Jamboree Road to Pioneer Way
TRR Median 2
0.172
7492.32
Turf Median w/ Irrigation & Hardscape turnlanes, Pioneer Way to Portola Parkway
TRR Median 3
0.538
23435.28
Turf Median w/ Irrigation & Hardscape tumlane, Portola Parkway to Rawlings Way
TRR Median 4
0.25
10890
Turf Median w/ Irrigation & Hardscape turnlane, Rawlings Way to Gallery Way
TRR Median 5
0.275
11979
Turf Median w/ Irrigation & Hardscape turnlane, Gallery Way to Township Drive
TRR Median 6
0.26
11325.E
ITurf
Median w/ Irrigation & Hardscape turnlanes, Township Drive to La Colina Drive
TRR Median 7
0.197
8581.32
Turf Median w/ Irrigation & Hardscape turnlanes, La Colina Drive to Greenway Drive
TRR Median 8
0.28
12196.8
Turf and Shrub Median w/ Irrigation & Hardscape turnlanes, Greenway Drive to Irvine Blvd
TRR Median 9
0.363
15812.28
Turf and Shrub Median w/ Irrigation & Hardscape turnlanes, Irvine Blvd to Heritage Way
TRR Median 10
0.104
4530.24
Turf Median w/ Irrigation & Hardscape tumlanes, Heritage Way to Lagier Way
TRR Median 11
0.135
5880.6
Turf Median w/ Irrigation & Hardscape turnlane, Lagier Way to Bryan Ave
TRR Median 12
0.073
3179.88
ITurf Median w/ Irrigation & Hardscape turnlanes, Bryan Ave to El Camino Real
TRR Median 13
0.118
5140.08
Turf Median w/ Irrigation & Hardscape tumlanes, El Camino Real to Auto Center Drive
TRR Median 14
0.203
8842.68
Turf Median w/ Irrigation, Auto Center Drive to Interstate 5 Freeway
TRR Median 15
0.273
11891.88
Hardscape Median on Bridge over Interstate 5 Freeway
TRR Median 16
0.904
39378.24
Turf Median w/ Irrigation & Hardscape turnlanes, Interstate 5 Freeway to Walnut Ave
TRR Parkway 1
0.596
25961.76
Shrub Parkway w/ Irrigation, SB Tustin Ranch Road 1-5 Freeway to Walnut Ave
TRR Parkway 2
1.36
59241.E
IShrub Parkway w/ Irrigation, NB Tustin Ranch Road Walnut to 1-5 Freeway
TRR Parkway 3
0.305
13285.8
IShrub Parkway w/ Irrigation, SB Tustin Ranch Road Walnut to top of Edinger Bridge
TRR Parkway 4
1.17
50965.2
Shrub Parkway and Slope w/ Irrigation & DG access area, NB TRR top of Edinger Bridge
to Walnut
Total Area Acresl
Total Square Feet
7.813
340334.28
E-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
ATTACHMENT 3
OC Flood Channel Parkway Proposal
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
A N D
PROPOSAL
4/12/2024
Forrest Locke — Maintenance Supervisor landscape Contracts
City of Tustin
300 Centennial Way
Tustin CA. 92780
Phone 714-573-3357
E-mail flocke@tustinca.org
Re: Tustin Flood Channel parkway, Landscape maintenance proposal
Description This proposal provides for all labor, material, and equipment to perform the
following services at Tustin Flood Channel Parkway, Tustin, CA. This project
has been discussed with Forrest and a site review conducted on 4/11/2024.
Scope We propose to adhere to our current landscape maintenance specifications
with The City of Tustin and adhere to the specifications at The Tustin Flood
Channel Parkway.
Price Total price for the above -described work $ 1,507.00 PER MONTH
$ 18,084.00 PER YEAR
ONE THOUSAND FIVE HUNDRED SEVEN AND 00/100, DOLLARS PER YEAR.
EIGHTEEN THOUSAND EIGHTY-FOUR AND 00/100 DOLLARS PER YEAR.
Terms: Monthly service agreement due after completing each service month.
Exclusions: Any unforeseen underground obstacles, and anything not mentioned.
<�'q Ti:l. 800 • 794 • 9458 FAx 6.7.6 • 960 • 8477 www.inariposa-ca.com
6232 SA.NTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACT OR'S LIC # 592268 A, C-27, D-49
Otrr Core V«lues — Safety • Teamwork • Quality • hiteo ritzy
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Time Project start date is currently 30 DAYS after acceptance. As this is a monthly
landscape maintenance proposal, we propose to tie it into the existing
contract we currently have with the City of Tustin.
Limits Time limit for the acceptance of this proposal is THIRTY calendar days from
the above date, OR SOONER IF NEEDED.
Respectfully submitted
Michae Williams — Orange County A'rea Manager
michael.williams@mariposa-ca.com
626-347-6238 cell (626) 960-8477 fax
Forrest Locke — Maintenance Supervisor
landscape contracts
04/12/2024
Signature and Date
<S9 — w
Our Care Values Safety TcCllltcc.Urk Quality hitegritY
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ATTACHMENT 4
Alley Grove Park Proposal
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
&V I P 0 5 A
A N D A P E S I N C
PROPOSAL
4/9/2024
Forrest Locke — Maintenance Supervisor landscape Contracts
City of Tustin
300 Centennial Way
Tustin CA. 92780
Phone 714-573-3357
E-mail flocke@tustinca.org
Re: Alley Grove Park, Landscape maintenance proposal
Description This proposal provides for all labor, material, and equipment to perform the
following services at Alley Grove Park, Tustin, CA. This project has been
discussed with Forrest and a site review conducted on 4/09/2024.
Scope We propose to adhere to our current landscape maintenance specifications
with The City of Tustin and adhere to the specifications at Alley Grove Park.
We will also include weekly landscape Maintenance and trash service as well
as cleaning basketball and pickle ball courts and cleaning of all hardscape
areas and DG maintenance throughout.
NOTE: Drainage system installed (2) at the base of each tree will require
weekly monitoring and pumping out as needed to prevent overwatering of
the trees. Currently they are all full of water.
All landscape maintenance and trash services.
Price Total price for the above -described work.....................................$5,867.00 MO.
Terms: Monthly service agreement due after completing each service month.
<�Iq Ti I. 800 • 794 • 9458 • FAx 6M • 960 • 8477 • wwmmaripo a ca.com
6?S2 'CANTOS DIA7 S-f., IRWINDALF, CA 91702 • CA. CONTRA(-i OR'S LIC # 592268 A, C-2 7, D-4;a
Dur Care V[IIIICS — Srrfdy • Teamwork • Quality • Inte;rih/
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Exclusions: Prevailing wages, any unforeseen underground obstacles, and anything not
mentioned.
Time Project start date is currently 30 DAYS after acceptance. As this is a monthly
landscape maintenance proposal, we propose to tie it into the existing
contract we currently have with the City of Tustin.
Limits Time limit for the acceptance of this proposal is THIRTY calendar days from
the above date, OR SOONER IF NEEDED.
Michael Williams — Orange County Area Manager
michael.williams@mariposa-ca.com
626-347-6238 cell (626) 960-8477 fax
Forrest Locke — Maintenance Supervisor
landscape contracts
Signature and Date
<�'q _ .
Ol�r Core Values Safety Teamwork Quality • Inte rity
f� x .
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ATTACHMENT 5
Request for Proposals (General Fund Areas)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
U� I� 300 Centennial Way Tustin, California 92780
REQUEST FOR PROPOSALS
for
Landscape Maintenance Services for General Fund Areas
February 2024
PROPOSAL SUBMITTALS:
The City is using a new electronic bidding system. Proposals shall be submitted electronically through
the City's e-Procurement Portal, OPENGOV Procurement. Proposals must be submitted through
OPENGOV Procurement by March 21St, 2024 at 4:00 PM. Proposals not submitted through OPENGOV
Procurement will not be accepted.
The fee proposal shall be filled out using the pricing tables on OPENGOV Procurement. The
remaining proposal documents shall be uploaded onto the OPENGOV Procurement web page.
Questions shall be submitted in OPENGOV Procurement under the Questions/Answers section.
To create an account in OPENGOV Procurement: https://procurement.opengov.com/signup
Forrest Locke
Landscape Contract Supervisor
Public Works Department
City of Tustin
300 Centennial Way
Tustin, California 92780
INDEX
SECTION PAGE
I. Project Description 2
II. Schedule of Events 2
Ill. Scope of Work 2
IV. Proposal Requirements 3
V. General Requirements 5
VI. Contractor Evaluation & Selection Process 9
VII. Administration Specifications 10
ATTACHMENTS
Attachment A
- Proposal Documents
Attachment B -
Contract Agreement
Attachment C
- General Provisions
Attachment D
- Special Provisions
Attachment E -
General Notes, Locations, and Details
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 2
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 20, 2024 Issuance of Request for Proposals
March 12, 2024 Deadline for questions by 4:00 P.M. Must be submitted in OPENGOV
Procurement under the Questions/Answers section.
March 21, 2024 Proposals due through OPENGOV Procurement by 4:00 PM
April 9, 2024 Anticipated interviews (est. date)
May 7, 2024 City Council Approval of Contractor Contract (est. date)
May 20, 2024 Issuance of notice -to -proceed (est. date)
July 1, 2024 First day of contract
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, 2024 to June 30, 2026,
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
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 3
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 (Attachment A) and tables
completed on OPENGOV Procurement website.
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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 4
Proposals shall contain no more than 10 typed pages (this would be in addition to
the City's proposal documents found in Attachment A using a 10 point minimum
font size, including transmittal/offer letter; but excluding Index/Table of Contents,
tables, charts, and graphic exhibits. Please combine the proposal documents into
one file to be uploaded on the OpenGov Procurement website. 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.
• 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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 5
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;
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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 6
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 B. 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
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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 7
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.
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 8
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
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 9
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, 2025. 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:
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)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for General Fund Areas - RFP
February 2024
Page 10
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;
- 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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
ORANGE COUNTY, CALIFORNIA
PROPOSAL, CONTRACT AND SPECIFICATIONS
FOR
LANDSCAPE MAINTENANCE SERVICES FOR
GENERAL FUND AREAS
JULY 1, 2024 - JUNE 30, 2026
February 2024
Field Services Division
City of Tustin
300 Centennial Way
Tustin, CA 92780
(714) 573-3350
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTENTS
ATTACHMENT
A -----
B------
C------
D------
E -----
TITLE
PROPOSAL DOCUMENTS
CONTRACT AGREEMENT
GENERAL PROVISIONS
SPECIAL PROVISIONS
GENERAL NOTES,
LOCATIONS & DETAILS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION A
PROPOSAL DOCUMENTS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION A
PROPOSAL TO THE CITY OF TUSTIN, CALIFORNIA
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
GENERAL FUND AREAS
July 1, 2024 — June 30, 2026
Name of Bidder:
Business Address:
Phone Number:
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, 2024 — June 30, 2026
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 unit prices
entered on OpenGov Procurement website proposal.
A-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
PROPOSAL
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
GENERAL FUND AREAS
July 1, 2024 — June 30, 2026
CITY OF TUSTIN
LUMP SUM PROPOSAL PER AREA:
The areas listed in this proposal 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.
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 Section D for expected provisions.
Note: The City Hall complex and the Main Street Reservoir site shall be kept in pristine
condition
The following pages (A-3 through A-4) contain a list of 72 items. Please provide pricing for
these in the pricing table titled General Fund Maintenance Items on the OpenGov
Procurement website. Descriptions of items 1-69 are in Section E, starting on page E-3.
There is also a link to a map and other information in Section E on page E-2. Items 70-72
are described in Section D - Special Provisions.
A-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
General Fund Maintenance Proposal Items
Item
Item Name
Type
Units
1
Jamboree Road
14 Medians, 4 Parkways, 2 Ivy walls
12
2
Tustin Ranch Road
16 Medians and 4 Parkways
12
3
Tustin Ranch Road Legacy
8 Medians, 2 Parkways, 1 Slope and 7
Bioswales
12
4
Red Hill Ave
10 Medians
12
5
Red Hill Ave Legacy
7 Medians, 3 Bioswales and 3 Parkways
12
6
Armstrong Ave
1 Median and 10 Bioswales
12
7
Newport Ave
23 Medians, 13 Parkways, & 8 Bike Paths
12
8
Del Arno Ave
1 Median
12
9
Pacific Street
2 Islands and 1 Parkway
12
10
Plaza Drive
1 Median
12
11
Halls Cirlcle
2 Medians
12
12
Fashion Lane
2 Medians
12
13
Park Ave
3 Medians and 2 Bioswales
12
14
Pioneer Way
1 Median
12
15
Portola Parkway
2 Medians
12
16
La Colina Drive
1 Median
12
17
17th Street
1 Medians
12
18
Vandenberg Lane
1 Parkway
12
19
Santa Clara Ave
2 Slopes
12
20
Marshall Lane
1 Parkway
12
21
Old Irvine Blvd
1 Median and 1 Island
12
22
Irvine Blvd
22 Medians
12
23
First Street
22 Medians and 1 Island
12
24
Bryan Ave
6 Medians, 1 Island & 1 Parkway
12
25
Main Street
2 Islands, 4 Slopes, 2 Parkways and 1 Median
12
26
El Camino Real
1 Parkway
12
27
Nisson Road
2 Parkways
12
28
McFadden Ave
4 Slopes and 1 Median
12
29
Walnut Ave
8 Medians and 3 Parkways
12
30
Sycamore Ave
4 Medians and 2 Parkways
12
31
Edinger Ave
12 Medians and 6 Islands
12
32
Valencia Ave
8 Medians and 2 Parkways
12
33
Moffett Drive
7 Medians and 6 Bioswales
12
34
Victory Road
2 Medians
12
35
Warner Ave
7 Medians, 3 Parkways, 2 Slopes and 11
Bioswales
12
36
101d Town Tustin
35 Islands, 20 Parkways, 1 Planter Box, 10
ISidewalks, and 1 Parkette
12
I_V3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
General Fund Maintenance Proposal Items (Continued)
Item
Item Name
Type
Units
37
Foothill Reservoir
Reservoir Facility
12
38
Rawlings Reservoir
Reservoir Facility
12
39
Newport Reservoir
Reservoir Facility
12
40
Lyttle Reservoir
Reservoir Facilty
12
41
Simon Ranch Reservoir
Reservoir Facility
12
42
Simon Ranch Booster
Booster Station
12
43
Yorba Well
Well
12
44
17th Street Desalter
Desalter Facility
12
45
Vandenberg Well
Well
12
46
Beneta Well
Well
12
47
Livingston Well
Well
12
48
Newport Well
Well
12
49
Pasadena Well
Well
12
50
Edinger Well
Well
12
51
Pankey Well
Well
12
52
Main Street Reservoir
Reservoir Facility / Public Parking Lot
12
53
Tustin Corporate Yard
Facility
12
54
Tustin Civic Center
Facility
12
55
Tustin Area Senior Center
Facility
12
56
Tustin Metrolink
Facility
12
57
Legacy Annex
Facility
12
58
Tustin Family & Youth
Center
Facility
12
59
JOCFA Fire Station
Facility
12
60
Tustin War Memorial
Vacant Building
12
61
Old Army Reserve
Facility/ Vacant Building
12
62
Linear Park
Park
12
63
Katherine Spur
Right of way area
12
64
TRR Gated Area
Right of way area
12
65
Peters Canyon Sloe
Raised Roadway Sloe
12
66
Newport/Edinger Vacant
Lot
Vacant Lot
12
67
Newport/Valencia Vacant
Lot
Vacant Lot
12
68
Edinger Vacant Lot
Vacant Lot
12
69
15171 Del Arno Building
Frontage
Front of City owned building
12
70
ITrash Pick Up Service
Various Locations
12
71
Power Washing
Library Plaza and Metrolink Ramps & Tunnel
12
72
Quarterly Weed Abatement
map link in Section E, page E-2
4
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
idly sirrigatockedion ruck
(3) Fully stocked trucks
(1) Irrigation Specialist
Include Irrigation
with controller
All Contract Sites
(2) Irrigation Technicians
System Monitoring and
remotes for
Maintenance for
Weathermatic and
Calsense,
Calsense or tablets with
Weathermatic, Hunter,
web access for remote
and DIG
access
(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:
(2)Installation
(1) one -ton stake bed
Maintenance Laborers
Installation
trucks or equivalent
Refurbishment Items
(1)Installation
(1) one -ton stake bed
Maintenance
Installation
trucks or equivalent
Refurbishment Items
Drive rs/Leadworker
(1) Irrigation Technician
Include Irrigation
(1) Fully stocked truck with
Installation
irrigation controller
Refurbishment Items
remotes for Calsense
A-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 hourly rate for each position listed below on the OpenGov Procurement website
in the table Minimum Staff Rates.
Total Weekly Hourly
Hours Provided Rate
1. (1) Supervisor/Quality Control Manager 40
2. (1) Pesticide Applicator(s)
40
3. (3) Irrigation Specialist/Technician(s) 120
4. (2) Foreperson(s)
80
5. (11) Landscape Laborers
6. (1) Fireman (To resolve daily City hot issues)
Total Full Time Positions Proposal
Total Weekly Hours Provided
440
40
19
760
*Average, labor will flex to
accommodate seasonal
growth periods.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
REFURBISHMENT ITEMS
Instructions: Proposers may submit pricing information on their own forms but the
Refurbishment Items pricing table on the OpenGov Procurement website must 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 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.
The following pages contain a list of the items in the Refurbishment Items pricing table
on the OpenGov Procurement website that will need to be completed
A-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
POC's Connection Products
1
Calsense CS3000 Controller with 48 stations
1
EA
2
GR Stubby Antenna CS3-GR-Kit
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
DIG Leit 4000 Solar Controller
1
EA
10
Calsense Flow Meter FM 1.25B
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
13
2" Griswold N/C 2250RE Pressure Reducing/ Surge Anticipating
1
EA
14
2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 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 SUG200
1
EA
18
Sentry Valve Guard SV200-20
1
EA
19
Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.)
1
EA
20
Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T 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
LF
29
14g Wiring
50,000
LF
30
Schedule 80 PVC 1" Conduit
3,000
LF
Crossings
31
113oring
600
1 LF
Mainline
32
Trenching 8" Wide by 24" Deep
10,000
LF
33
2 1/2" Sch. 40 PVC
10,000
LF
34
6" Sch. 40 PVC Sleeving
600
LF
Lateral Line
35
ITrenchinq 8" Wide by 12" Deep
15,000
LF
36
11/2" Sch. 40 PVC
15,000
LF
Pedestal Footing Remove and Replace
37
Calsense SSE -MPS -Base Footing
1
EA
38
Meyers MEUG16X 120/240V
1
EA
39
Meyers MEUG46X 120/240V
1
EA
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
Concrete Removal
40
1 Concrete Removal
1,600
CY
Paver Installation
41
1 Paver installation
22,000
SF
Irrigation Zone Valves
42
1 Rain Bird XCZ-150-PRB-COM
50
EA
Irrigation Heads/Nozzles
43
Rain Bird RD12SP30FN
300
EA
44
Rain Bird MPR Series Nozzles
500
EA
45
Rain Bird SO Series Nozzles
200
EA
46
Rain Bird HE -VAN Series Nozzles
100
EA
47
Rain Bird R-Series Rotary Nozzles
100
EA
48
Rain Bird R-VAN Series Rotary Nozzles
200
EA
49
Rain Bird 1400 Series Pressure Compensating Bubblers
100
EA
Dripline
50
1 Rain Bird XFS-06-12-XXX
20,000
LF
Wire Tracing/Fault Locating/Repair
51
Wire racing/Fault Locating/Repair
5000
LF
Miscellaneous Irrigation Parts
52
2" Griswold NIC 2250 PIN 520
1
Ea.
53
2" Griswold NIC 2250 PIN 6347
1
Ea.
54
2" Griswold NIC 2250 PIN 8528
1
Ea.
55
2" Griswold NIC 2250 PIN 2-PV-2
1
Ea.
56
Carson/Oldcastle 1200 Jumbo Rectangular
1
Ea.
57
Carson/Oldcastle 0910 10" Depth Round Valve Box (Q.C.)
1
Ea.
58
Rain Bird 200 EFB-CP Valve Replacement Diaphragm
1
Ea.
59
Rain Bird 200-PESB Valve Replacement Diaphragm
1
Ea.
60
Rain Bird QC 33-DLRC
1
Ea.
61
Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB-R Valves
1
Ea.
62
IRain Bird PRS-Dial Pressure Regulator
1
Ea.
Plant Material Installed Minimum "G" Rated
63
Annual Color
200
50 C.T.Flat
64
Ground Cover
200
Flat
65
Five Gallon
1,000
Ea.
66
Install Mulch
2,500
C.Y.
67
Rototill
80,000
S.F.
68
Soil Test
6
Ea.
69
Planting Soil
100
C.Y.
Labor & Equipment
70
Landscape Maintenance Supervisor
1
Hour
71
Pest Control Applicator
1
Hour
72
Irrigation Specialist
2,080
Hour
73
Landscape Maintenance Leadworker
2,080
Hour
74
Equipment Operator
1
Hour
75
Landscape Maintenance Laborer
8,320
Hour
76
One -Ton Truck
8,320
Hour
. •
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
PROPOSAL / EXTRA WORK COSTS
The following prices for extra work to be used by the City on an as -needed basis. Please
complete the Extra Work Costs pricing table on the OpenGov Procurement website.
ITEM
DESCRIPTION
QTY
UNIT
TURF MAINTENANCE
1
Edge & Trim
1
LF
2
Fertilization
1
SF
3
Aerification
1
SF
4
Dethatching
1
SF
5
lWeed Control
1
SF
6
jAdditional Mowing
1
1 SF
GROUND COVER, SHRUBS & TREE MAINTENANCE
7
Edge & Trim
1
LF
8
Weed & Clean Up
1
SF
9
Soil Injections
1
SF
10
Foliar Applications
1
SF
11
Tablet or Dry Formulations Placement
1
SF
12
Pruning/Shrubs
1
EA
13
Vine Care
1
EA
14
Vertical Mulch Trees
1
EA
15
Vegetation Removal
1
SF
PLANT MATERIAL (Installed Including Labor)
16
jAnnual Color
1
FLAT
17
Ground Cover
1
FLAT
18
One 1 Gallon
1
EA
19
Five 5 Gallon
1
EA
20
Fifteen 15 Gallon
1
EA
21
Seeded Turf
1
SF
22
Sodded Turf
1
SF
23
Stolonized Turf
1
SF
IRRIGATION INSTALLATION (Including All Labor, Fittings & Equipment)
24
1/2" Valve - Electric
1
EA
25
3/4" Valve - Electric
1
EA
26
1" Valve - Electric
1
EA
27
6" Pop -Up
1
EA
28
112" Pop -Up
1
1 EA
BACKFLOWS
29
jAnnual Backflow Certification
1
EA
A-10
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
A-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
A-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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
By submission of this proposal, the Bidder certifies:
DIR TYPE OF WORK
REGISTRATION
NUMBER
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.
A-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
PRINIPAL OFFICE:
CORPORTATION
PARTNERSHIP
INDIVIDUAL
OTHER
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:
A-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
A-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
A-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.)
A-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 A-4
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.)
A-19
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
Contractor
Title
A-20
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTRACTOR'S LICENSE DECLARATION
(Business and Professions Code Section 7028.15)
The undersigned declares that he or she is:
of
(Party making foregoing proposal)
1. Bidder's Contractors License Number is as follows:
.Classification:
(Hereinafter the "Bidder")
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).
A-21
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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, 2024 — June 30, 2026
NAME OF CONTRACTOR:
SIGNED:
TITLE:
Note: Attach proper Notary Acknowledgment for signature of authorized person.
A-22
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
Contractor
By
Title
A-23
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
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 —
❑ Partner - ❑ Limited
❑ Individual
❑ Trustee
Title(s):
❑ General
❑ Attorney in Fact
❑ Guardian or
❑ Other:
Signer is Representing:
A-24
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION B
CONTRACT AGREEMENT
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION B
CONTRACT
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
GENERAL FUND AREAS
July 1, 2024 — June 30, 2026
This agreement, made and concluded, in triplicate, this day of
between the City of Tustin, California, hereinafter called City, and
hereinafter called Contractor.
20 ,
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, 2024 — June 30, 2026
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.
M
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTRACT
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
GENERAL FUND AREAS
July 1, 2024 — June 30, 2026
CITY OF TUSTIN
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. See Section D for expected provisions.
Note: The City Hall complex and the Main Street Reservoir site shall be kept in pristine
condition
The following pages (B-3 through B-4) contain a list of 72 items. Pricing provided for these in
the pricing table titled General Fund Maintenance Items on the OpenGov Procurement
website. Descriptions of items 1-69 are in Section E, starting on page E-3. There is also a
link to a map and other information in Section E on page E-2. Items 70-72 are described in
Section D - Special Provisions.
Am
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
General Fund Maintenance Proposal Items
Item
Item Name
Type
Units
1
Jamboree Road
14 Medians, 4 Parkways, 2 Ivy walls
12
2
Tustin Ranch Road
16 Medians and 4 Parkways
12
3
Tustin Ranch Road Legacy
8 Medians, 2 Parkways, 1 Slope and 7
Bioswales
12
4
Red Hill Ave
10 Medians
12
5
Red Hill Ave Legacy
7 Medians, 3 Bioswales and 3 Parkways
12
6
Armstrong Ave
1 Median and 10 Bioswales
12
7
Newport Ave
23 Medians, 13 Parkways, & 8 Bike Paths
12
8
Del Arno Ave
1 Median
12
9
Pacific Street
2 Islands and 1 Parkway
12
10
Plaza Drive
1 Median
12
11
Halls Cirlcle
2 Medians
12
12
Fashion Lane
2 Medians
12
13
Park Ave
3 Medians and 2 Bioswales
12
14
Pioneer Way
1 Median
12
15
Portola Parkway
2 Medians
12
16
La Colina Drive
1 Median
12
17
17th Street
1 Medians
12
18
Vandenberg Lane
1 Parkway
12
19
Santa Clara Ave
2 Slopes
12
20
Marshall Lane
1 Parkway
12
21
Old Irvine Blvd
1 Median and 1 Island
12
22
Irvine Blvd
22 Medians
12
23
First Street
22 Medians and 1 Island
12
24
Bryan Ave
6 Medians, 1 Island & 1 Parkway
12
25
Main Street
2 Islands, 4 Slopes, 2 Parkways and 1 Median
12
26
El Camino Real
1 Parkway
12
27
Nisson Road
2 Parkways
12
28
McFadden Ave
4 Slopes and 1 Median
12
29
Walnut Ave
8 Medians and 3 Parkways
12
30
Sycamore Ave
4 Medians and 2 Parkways
12
31
Edinger Ave
12 Medians and 6 Islands
12
32
Valencia Ave
8 Medians and 2 Parkways
12
33
Moffett Drive
7 Medians and 6 Bioswales
12
34
Victory Road
2 Medians
12
35
Warner Ave
7 Medians, 3 Parkways, 2 Slopes and 11
Bioswales
12
36
101d Town Tustin
35 Islands, 20 Parkways, 1 Planter Box, 10
ISidewalks, and 1 Parkette
12
1:S3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
General Fund Maintenance Proposal Items (Continued)
Item
Item Name
Type
Units
37
Foothill Reservoir
Reservoir Facility
12
38
Rawlings Reservoir
Reservoir Facility
12
39
Newport Reservoir
Reservoir Facility
12
40
Lyttle Reservoir
Reservoir Facilty
12
41
Simon Ranch Reservoir
Reservoir Facility
12
42
Simon Ranch Booster
Booster Station
12
43
Yorba Well
Well
12
44
17th Street Desalter
Desalter Facility
12
45
Vandenberg Well
Well
12
46
Beneta Well
Well
12
47
Livingston Well
Well
12
48
Newport Well
Well
12
49
Pasadena Well
Well
12
50
Edinger Well
Well
12
51
Pankey Well
Well
12
52
Main Street Reservoir
Reservoir Facility / Public Parking Lot
12
53
Tustin Corporate Yard
Facility
12
54
Tustin Civic Center
Facility
12
55
Tustin Area Senior Center
Facility
12
56
Tustin Metrolink
Facility
12
57
Legacy Annex
Facility
12
58
Tustin Family & Youth
Center
Facility
12
59
JOCFA Fire Station
Facility
12
60
Tustin War Memorial
Vacant Building
12
61
Old Army Reserve
Facility/ Vacant Building
12
62
Linear Park
Park
12
63
Katherine Spur
Right of way area
12
64
TRR Gated Area
Right of way area
12
65
Peters Canyon Sloe
Raised Roadway Sloe
12
66
Newport/Edinger Vacant
Lot
Vacant Lot
12
67
Newport/Valencia Vacant
Lot
Vacant Lot
12
68
Edinger Vacant Lot
Vacant Lot
12
69
15171 Del Arno Building
Frontage
Front of City owned building
12
70
ITrash Pick Up Service
Various Locations
12
71
Power Washing
Library Plaza and Metrolink Ramps & Tunnel
12
72
Quarterly Weed Abatement
map link in Section E, page E-2
4
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
trucks
(3) Fully stocked trucks
idly sirrigatockedion
(3) Irrigation Specialist
Include Irrigation
with
All Contract Sites
(4) Irrigation Technicians
System Monitoring and
remotes for
Maintenance for
Weathermatic and
Calsense,
Calsense or tablets with
Weathermatic, Hunter,
web access for remote
and DIG
access
(2) 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:
(2)Installation
(1) one -ton stake bed
Maintenance Laborers
Installation
trucks or equivalent
Refurbishment Items
(1)Installation
(1) one -ton stake bed
Maintenance
Installation
trucks or equivalent
Refurbishment Items
Drive rs/Leadworker
(1) Irrigation Technician
Include Irrigation
(1) Fully stocked truck with
Installation
irrigation controller
Refurbishment Items
remotes or tablet
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
1. (1) Supervisor/Quality Control Manager
2. (1) Pesticide Applicator(s)
3. (3) Irrigation Technician(s)
4. (2) Foreperson(s)
5. (11) Landscape Laborers
6. (1) Fireman (To resolve daily City hot
Total Weekly Hourly
Hours Provided Rate Total
40
40
120
80
440
40
Total Full Time Positions Proposal 19 *Average, labor will flex to
accommodate seasonal growth
periods.
Total Weekly Hours Provided 760
:.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
REFURBISHMENT ITEMS
Instructions: Proposers may submit pricing information on their own forms
but the Refurbishment Items pricing table must be filled out on the OpenGov
Procurement site.
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.
The following pages contain a list of the items and prices from the Refurbishment Items
pricing table on the OpenGov Procurement website.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
POC's Connection Products
1
Calsense CS3000 Controller with 48 stations
1
EA
2
GR Stubby Antenna CS3-GR-Kit
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
DIG Leit 4000 Solar Controller
1
EA
10
Calsense Flow Meter FM 1.25B
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
13
2" Griswold N/C 2250RE Pressure Reducing/ Surge Anticipating
1
EA
14
2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 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 SUG200
1
EA
18
Sentry Valve Guard SV200-20
1
EA
19
Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.)
1
EA
20
Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T 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
LF
29
14g Wiring
50,000
LF
30
Schedule 80 PVC 1" Conduit
3,000
LF
Crossings
31
113oring
600
1 LF
Mainline
32
Trenching 8" Wide by 24" Deep
10,000
LF
33
2 1/2" Sch. 40 PVC
10,000
LF
34
6" Sch. 40 PVC Sleeving
600
LF
Lateral Line
35
ITrenchinq 8" Wide by 12" Deep
15,000
LF
36
11/2" Sch. 40 PVC
15,000
LF
Pedestal Footing Remove and Replace
37
Calsense SSE -MPS -Base Footing
1
EA
38
Meyers MEUG16X 120/240V
1
EA
39
Meyers MEUG46X 120/240V
1
EA
AffV
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
Concrete Removal
40
1 Concrete Removal
1,600
CY
Paver Installation
41
1 Paver installation
22,000
SF
Irrigation Zone Valves
42
1 Rain Bird XCZ-150-PRB-COM
50
EA
Irrigation Heads/Nozzles
43
Rain Bird RD12SP30FN
300
EA
44
Rain Bird MPR Series Nozzles
500
EA
45
Rain Bird SO Series Nozzles
200
EA
46
Rain Bird HE -VAN Series Nozzles
100
EA
47
Rain Bird R-Series Rotary Nozzles
100
EA
48
Rain Bird R-VAN Series Rotary Nozzles
200
EA
49
Rain Bird 1400 Series Pressure Compensating Bubblers
100
EA
Dripline
50
1 Rain Bird XFS-06-12-XXX
20,000
LF
Wire Tracing/Fault Locating/Repair
51
Wire racing/Fault Locating/Repair
5000
LF
Miscellaneous Irrigation Parts
52
2" Griswold NIC 2250 PIN 520
1
Ea.
53
2" Griswold NIC 2250 PIN 6347
1
Ea.
54
2" Griswold NIC 2250 PIN 8528
1
Ea.
55
2" Griswold NIC 2250 PIN 2-PV-2
1
Ea.
56
Carson/Oldcastle 1200 Jumbo Rectangular
1
Ea.
57
Carson/Oldcastle 0910 10" Depth Round Valve Box (Q.C.)
1
Ea.
58
Rain Bird 200 EFB-CP Valve Replacement Diaphragm
1
Ea.
59
Rain Bird 200-PESB Valve Replacement Diaphragm
1
Ea.
60
Rain Bird QC 33-DLRC
1
Ea.
61
Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB-R Valves
1
Ea.
62
IRain Bird PRS-Dial Pressure Regulator
1
Ea.
Plant Material Installed Minimum "G" Rated
63
Annual Color
200
50 C.T.Flat
64
Ground Cover
200
Flat
65
Five Gallon
1,000
Ea.
66
Install Mulch
2,500
C.Y.
67
Rototill
80,000
S.F.
68
Soil Test
6
Ea.
69
Planting Soil
100
C.Y.
Labor & Equipment
70
Landscape Maintenance Supervisor
1
Hour
71
Pest Control Applicator
1
Hour
72
Irrigation Specialist
2,080
Hour
73
Landscape Maintenance Leadworker
2,080
Hour
74
Equipment Operator
1
Hour
75
Landscape Maintenance Laborer
8,320
Hour
76
One -Ton Truck
8,320
Hour
IN
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
PROPOSAL / EXTRA WORK COSTS
The following prices for extra work to be used by the City on an as -needed basis. Please
complete the Extra Work Costs pricing table on the OpenGov Procurement website.
ITEM
DESCRIPTION
QTY
UNIT
TURF MAINTENANCE
1
Edge & Trim
1
LF
2
Fertilization
1
SF
3
Aerification
1
SF
4
Dethatching
1
SF
5
lWeed Control
1
SF
6
jAdditional Mowing
1
1 SF
GROUND COVER, SHRUBS & TREE MAINTENANCE
7
Edge & Trim
1
LF
8
Weed & Clean Up
1
SF
9
Soil Injections
1
SF
10
Foliar Applications
1
SF
11
Tablet or Dry Formulations Placement
1
SF
12
Pruning/Shrubs
1
EA
13
Vine Care
1
EA
14
Vertical Mulch Trees
1
EA
15
Vegetation Removal
1
SF
PLANT MATERIAL (Installed Including Labor)
16
jAnnual Color
1
FLAT
17
Ground Cover
1
FLAT
18
One 1 Gallon
1
EA
19
Five 5 Gallon
1
EA
20
Fifteen 15 Gallon
1
EA
21
Seeded Turf
1
SF
22
Sodded Turf
1
SF
23
Stolonized Turf
1
SF
IRRIGATION INSTALLATION (Including All Labor, Fittings & Equipment)
24
1/2" Valve - Electric
1
EA
25
3/4" Valve - Electric
1
EA
26
1" Valve - Electric
1
EA
27
6" Pop -Up
1
EA
28
112" Pop -Up
1
1 EA
BACKFLOWS
29
jAnnual Backflow Certification
1
EA
R
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
B-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
B-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
B-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
B-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
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
B-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
ARTICLE X Notwithstanding any other provision of the Agreement, the City may, at any
time, and without any cause, terminate this Agreement in whole or in part, upon not less than
seven (7) days' written notice to Contractor. Such termination shall be affected by delivery to
Contractor of a notice of termination specifying the effective date of the termination and the extent
of the Work to be terminated. Contractor shall immediately stop work in accordance with the
notice and comply with any other direction as may be specified in the notice or as provided
subsequently by the City. City shall pay Contractor for the work completed prior to the effective
date of the termination, and such payment shall be Contractor's sole remedy under this
Agreement. Under no circumstances will Contractor be entitled to anticipatory or unearned
profits, consequential damages, or other damages of any sort as a result of a termination or partial
Am
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
termination under this Paragraph. The Contractor shall insert in all subcontracts that the
subcontractor and/or supplier shall stop work on the date of and to the extent specified in a notice
of termination, and shall require subcontractor and/or supplier to insert the same condition in any
lower tier subcontracts.
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.
B-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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).
AM
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
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
•
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
in
TITLE:
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).
AM
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
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
B-21
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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).
B-22
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
1111111114111
COMPENSATION INSURANCE CERTIFICATE
TO BE SUBMITTED WITH CONTRACT
B-23
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.)
B-24
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
Contractor
Title
B-25
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
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).
AM
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
NAME OF CONTRACTOR:
SIGNED:
TITLE:
Note: Attach proper Notary Acknowledgment for signature of authorized person.
B-27
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
Contractor
Title
AM
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
❑ Trustee
Conservator
❑ Other:
Signer is Representing
Signer's Name:
❑ Corporate Officer —
❑ Partner - ❑ Limited
❑ Attorney in Fact ❑ Individual
❑ Guardian or Conservator ❑ Trustee
Title(s):_
❑ General
❑ Other:
Signer is Representing:
❑ Attorney in Fact
❑ Guardian or
•
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION C
GENERAL PROVISIONS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION C
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.
C-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 through June
30, 2026.
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.
C-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
C-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
(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, 2025. 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.
C-4
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, Director of Public works or his delegated agent, 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.
C-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
C. Written authorization from the City Manager, Director of Public Works 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.
C-6
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
MR
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-9
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-10
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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;
C-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
G. The policy covers explosion, collapse, and underground hazards;
H. The policy covers products and completed operations;
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:
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").
C-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 to the maximum extent possible. A report of the amount of recycled material and location
of where material was recycled shall be provided monthly to the Landscape Supervisor.
The Contractor shall coordinate the removal from the site of all structures, foundations, paving,
vegetation and any associated debris from the site.
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 Applicant/Contractor may be asked to submit a Waste Reduction and Recycling Plan to the
Public Works Department utilizing the 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 Waste Reduction and Recycling
Plan shall demonstrate recovery and recycling of at least 65% 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 65% recycling requirement; and
• Contractor shall be required to use only City approved recycling facilities.
C-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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: FLocke@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.
1. 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.
C-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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.
C-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION D
SPECIAL PROVISIONS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION D
SPECIAL PROVISIONS
The Contractor shall provide the following services and meet the following specifications:
D-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 or her 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 67:
1. Fertilize, prune, shape and trim shrubs and ground cover plants.
2. Control weeds, plant diseases and pests.
3. Mow, edge, fertilize, renovate and over seed 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 (including sidewalks and walkways) 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.
D-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-1 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.
D-11 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, sidewalks, 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, early Fall and early Winter. 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.
D-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.
D-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
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.
D-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
D-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.
D-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.
ME
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
D-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
M.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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:
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.
D-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
M
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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;
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.
M
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-XII STORAGE FACILITIES
The City of Tustin will not provide any storage facilities for the Contractor.
D-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.
D-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.
D-10
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-XVII LITTER AND TRASH SERVICE
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. Empty all waste receptacles and replace plastic liners where required on Monday and
Friday basis. Plastic liners to fit waste receptacles in such a manner as to not overhang
the top. Plastic liners to be replaced on an as needed basis but no less than once a week.
C. The Contractor shall promptly remove from the work area all debris generated by his
performance.
D-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.
D-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.
D-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-XX WEED CONTROL
A. For the purpose of these specifications, a weed will be considered as "any
undesirable ormisplaced 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.
D-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
H. Monthly pesticide application schedule, detailing the date of application, location of
application and material applied shall will be submitted to the Landscape Supervisor by
the first day of the month, for the coming month.
I. Quarterly weed abatement shall occur early Spring, early Summer, early Fall and early
Winter. These areas are specified in the map link in Section E on page E-2. These
areas are in addition to the regular maintenance areas. 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
D-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.
D-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.
D-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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, Weathermatic, Hunter and DIG.
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.
G. The Contractor shall record water meter readings for irrigation on a weekly basis on
Mondays. Documentation shall be provided to the Landscape Supervisor. Digital
documentation via application on a smartphone may be required.
D-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.
1. 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.
D-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
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.
D-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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:
D-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
E. The Contractor shall provide radio remotes for Calsense (ET2000e and CS3000) and
Weathermatic controllers to perform maintenance inspection and repairs. The use of a
tablet with an internet data plan is recommended as it will be able to communicated with
both Calsense and Weathermatic controllers remotely. A smart phone is not an adequate
substitution for a tablet as remote access to Calsense ET2000e's are not accessible by
smart phone.
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:
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.
D-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-XXIV IRRIGATION MAINTENANCE AND REPAIRS (Cont'd.)
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.
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.
D-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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-19
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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 work site.
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.
D-20
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-21
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
D-22
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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
1. 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.
D-23
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
D-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 (114) 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
D-24
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
acceptable health and color
regulations. Fertilizer shall
Landscape Supervisor.
All work shall be in compliance with NPDES/BMP
be a bio-solid (compost) variety approved by the
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.
D-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,
D-25
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
on Monday and Friday, with the understanding that situations may arise during any given
day which may require attention.
C. Empty all waste receptacles and replace plastic liners where required on Monday and
Friday. Plastic liners to fit waste receptacles in such a manner as to not overhang the top.
Plastic liners to be replaced on an as needed basis but no less than once a week.
D. 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.
E. 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.
F. 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.
G. 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.
H. Maintain all trees to a height of 7-feet over pedestrian paths.
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.
D-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.
D-26
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-XXXII REPAIR OF WALKWAYS, SERVICE ROADS AND MISCELLANEOUS
IMPROVEMENTS
A. Walkways and Service Roads - All walkways and services roads, if any, shall be
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.
D-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.
D-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.
D-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.
D-27
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
2. When the Contractor arrives at the site, the Contractor shall set up traffic warning,
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
D-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 to the maximum extent possible. A report of the amount of recycled material
and location of where material was recycled shall be provided monthly to the Landscape
Supervisor.
The Contractor shall coordinate the removal from the site of all structures, foundations, paving,
vegetation and any associated debris from the site.
XIM
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
The Applicant/Contractor may be required to submit a Waste Reduction and Recycling Plan to
the Public Works Department utilizing the Waste Reduction and Recycling Plan, a copy can be
obtained from the Public Works Department, and obtain approval from the Public Works
Department prior to the issuance of a Notice to Proceed. The Waste Reduction and Recycling
Plan shall demonstrate recovery and recycling of at least 65 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 65% recycling requirement; and
4. Contractor shall be required to use only City approved recycling facilities.
D-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.
D-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, Director of Public Works or his
delegated agent'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
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.
D. Landscape areas that are added to or deleted from the agreement areas will be reflected
in an amendment to the contract.
D-29
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
D-30
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
D-XLII ADDITIONAL ANNUAL BACKFLOW TESTING (Not a Proposal Item)
In addition to annual certified backflow testing for irrigation equipment, the Contractor shall
perform annual certified backflow testing and documentation of other backflows at the request of
the Landscape Supervisor. This will include, but not limited to, backflows at City facilities and
parks that are unrelated irrigation equipment.
The Contractor shall provide this service at the same per unit cost of annual certified tests of
irrigation related backflows with no additional mark up.
D-XLIII POWER WASHING
The Contractor shall perform weekly power washing of the courtyard between the Library and
Clifton C Miller Community Center located at the Tustin Civic Center on Tuesdays after 7am but
begin before 9am.
The Contractor shall perform weekly power washing of the ramps, pedestrian tunnel and stairs
of the Tustin Metrolink Station on Tuesdays after 9:30am but before 2pm.
D-31
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION E
GENERAL NOTES, LOCATION MAPS AND DETAILS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION E
LANDSCAPE LOCATIONS AND DETAILS
E-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.
E-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
E-II TABULATIONS OF WORK LOCATIONS, MAPS AND DETAILS
1. A map of work locations, controllers and backflows can be found at the web
address below.
https://bit.IV/TustinGeneraIFund
2. A map of Weed Abatement locations related to Item 72 on General Fund
Maintenance Items can be found at the web address below.
httas://bit.lv/TustinWeedAbatement
3. The following pages (E-3 through E-18) contain descriptions of proposal
items 1-69 that relate to the table General Fund Maintenance Items to be
filled out on OpenGov Procurement website. These are intended to assist
with formulating pricing in conjunction with the map link listed above.
4. Pages E-19 through E-25 contain a current list of controller equipment and
the related meters and backflows for each controller.
5. Pages E-26 through E-29 contain an example list of backflows required for
annual testing. This is not an all inclusive list. Backflows may be added or
removed from this list and billed accordingly.
E-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
The following pages contain general item descriptions that are to assist with fee proposals for unit maintenance items 1 - 69 listed in Section A, A-3 and
A-4, and to be filled out on OpenGov Procurement website. Items are also referenced in online map from link on page E-2.
NAME
AREA
ACRES
SQUARE
FEET
Jamboree'•.•
DESCRIPTION
Jamboree Median 1
1.41
61419.6
Soil Median w/ non functional irrigation, Northern City Limit w/ Orange to Pioneer Road
Jamboree Median 2
2.42
105415.2
Turf Median w/ Irrigation, Pioneer Road to Patriot Way
Jamboree Median 3
3.19
138956.4
Turf Median w/ Irrigation & Hardscape turnlane, Patriot Way to Tustin Ranch Road
Jamboree Median 4
0.377
16422.12
Turf Median w/ Irrigation & Hardscape turnlanes, Tustin Ranch Road to Portola Parkway
Jamboree Median 5
0.376
16378.56
Turf Median w/ Irrigation & Hardscape turnlanes, Portola Parkway to Champion Way
Jamboree Median 6
0.378
16465.68
Turf Median w/ Irrigation & Hardscape turnlanes, Champion Way to Peters Canyon
1 HikingTrail Underpass
Jamboree Median 7
0.101
4399.5E
Turf Median w/ Irrigation & Hardscape turnlanes, Peters Canyon Hiking & Riding Trail
1 Underpass to Trevino Drive
Jamboree Median 8
0.368
16030.08
Turf Median w/ Irrigation & Hardscape turnlanes, Trevino Drive to Robinson Drive
Jamboree Median 9
0.533
23217.48
Turf Median w/ Irrigation & Hardscape turnlanes, Robinson Drive to Irvine Blvd
Jamboree Median 10
0.19
8276.4
Turf Median w/ Irrigation & Hardscape turnlane, Irvine Blvd to Tustin Ranch Plaza
Jamboree Median 11
0.391
17031.96
Turf Median w/ Irrigation & Hardscape turnlane, Tustin Ranch Plaza to Bryan Avenue
Jamboree Median 12
0.1
4356
Turf Median w/ Irrigation & Hardscape turnlane, Bryan Avenue to West Drive
Jamboree Median 13
0.173
7535.88
ITurf Median w/ Irrigation, West Drive to El Camino Real
Jamboree Median 14
0.101
4399.56
Hardscape Median El Camino Real to 5 Freeway North On Ramp
Jamboree Parkway 1
0.85
37026
Shrub Slope Parkway w/ Irrigation & Sidewalk, Edinger exit of SB Jamboree, Train Tracks to
Edinger
Jamboree Parkway 2
0.716
31188.96
Shrub Parkway w/ Irrigation & Sidewalk, Jamboree On Ramp from Edinger, Edinger to Train
Tracks
Jamboree Parkway 3
0.59
25700.4
Shrub Parkway w/ Irrigation, Edinger exit of NB Jamboree, Off Ramp to Edinger
Jamboree Parkway 4
0.151
6577.5E
Shrub Parkway w/ Irrigation, Edinger exit of NB Jamboree Off Ramp to Edinger East side
Jamboree Ivy Wall 1
0.124
5401.441
1 Ivy Wall w/ Irrigation, SB Jamboree off ramp to Edinger. Ivy on wall
Jamboree Ivy Wall 2
0.113
4922.281
1 Ivy Wall w/ Irrigation, NB Jamborree on ramp from Edinger. Ivy on wall
Total Aea Acres
Total Square Feet
12.652
551121.12
NAME
AREA
ACRES
SQUARE
FEET
Item 2 - Tustin Ranch '...
DESCRIPTION
TRR Median 1
0.237
10323.72
Turf Median w/ Irrigation & Hardscape turnlanes, Jamboree Road to Pioneer Way
TRR Median 2
0.172
7492.32
Turf Median w/ Irrigation & Hardscape turnlanes, Pioneer Way to Portola Parkway
TRR Median 3
0.538
23435.28
Turf Median w/ Irrigation & Hardscape turnlane, Portola Parkway to Rawlings Way
TRR Median 4
0.25
10890
Turf Median w/ Irrigation & Hardscape turnlane, Rawlings Way to Gallery Way
TRR Median 5
0.275
11979
Turf Median w/ Irrigation & Hardscape turnlane, Gallery Way to Township Drive
TRR Median 6
0.26
11325.61
Turf Median w/ Irrigation & Hardscape turnlanes, Township Drive to La Colina Drive
TRR Median 7
0.197
8581.32
Turf Median w/ Irrigation & Hardscape turnlanes, La Colina Drive to Greenway Drive
TRR Median 8
0.28
12196.8
Turf and Shrub Median w/ Irrigation & Hardscape turnlanes, Greenway Drive to Irvine Blvd
TRR Median 9
0.363
15812.28
Turf and Shrub Median w/ Irrigation & Hardscape turnlanes, Irvine Blvd to Heritage Way
TRR Median 10
0.104
4530.24
Turf Median w/ Irrigation & Hardscape turnlanes, Heritage Way to Lagier Way
TRR Median 11
0.135
5880.6
Turf Median w/ Irrigation & Hardscape turnlane, Lagier Way to Bryan Ave
TRR Median 12
0.073
3179.881
Turf Median w/ Irrigation & Hardscape turnlanes, Bryan Ave to El Camino Real
TRR Median 13
0.118
5140.08
Turf Median w/ Irrigation & Hardscape turnlanes, El Camino Real to Auto Center Drive
TRR Median 14
0.203
8842.68
Turf Median w/ Irrigation, Auto Center Drive to Interstate 5 Freeway
TRR Median 15
0.273
11891.88
Hardscape Median on Bridge over Interstate 5 Freeway
TRR Median 16
0.904
39378.24
Turf Median w/ Irrigation & Hardscape turnlanes, Interstate 5 Freeway to Walnut Ave
TRR Parkway 1
0.596
25961.76
Shrub Parkway w/ Irrigation, SB Tustin Ranch Road 1-5 Freeway to Walnut Ave
TRR Parkway 2
1.36
59241.61
Shrub Parkway w/ Irrigation, NB Tustin Ranch Road Walnut to 1-5 Freeway
TRR Parkway 3
0.305
13285.8
Shrub Parkway w/ Irrigation, SB Tustin Ranch Road Walnut to top of Edinger Bridge
TRR Parkway
1.17
50965.2
Shrub Parkway and Slope w/ Irrigation & DG access area, NB TRR top of Edinger Bridge to
Walnut
Total Area Acres
Total Square Feet
7.813
340334.28
E-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
NAME
AREA
ACRES
Item
SQUARE
FEET
3 - Tustin Ranch -... Legacy
DESCRIPTION
TRR Median 17
1.22
53143.2
Shrub & Hardscape Median w/ Irrigation, Walnut Ave to Valencia Ave Bridge over Edinger
TRR Median 18
0.851
37069.56
Shrub Median w/ Irrigation, Valencia Ave to Moffett Drive
TRR Median 19
0.228
9931.68
Shrub Median w/ Irrigation, Moffett Drive to Victory Road
TRR Median 20
0.419
18251.64
Shrub Median w/ Irrigation, Victory Drive to Warner Ave East
TRR Median 21
0.673
29315.88
Shrub Median w/ Irrigation, Warner Ave East to Warner Ave West
TRR Median 22
0.22
9583.2
Shrub Median w/ Irrigation, Warner Ave West to Park Ave
TRR Median 23
0.17
7405.2
Shrub Median w/ Irrigation, Park Ave to Compass Ave
TRR Median 24
0.135
5880.61
Shrub Median w/ Irrigation & Hardscape turnlane, Compass Ave to Barranca Parkway
TRR Parkway 5
1.41
61419.6
Shrub Parkway w/ Irrigation, SB Tustin Ranch Road, Valencia Dr to Moffett Drive
TRR Parkway 6
0.327
14244.12
Shrub Parkway w/ Irrigation, NB TRR, Barranca to District Shopping Center
TRR Bioswale 1
0.052
2265.12
Shrubs w/ Irrigation, SB TRR south of Valencia Drive
TRR Bioswale 2
0.06
2613.6
Shrubs w/ Irrigation, NB TRR south of Valencia Drive
TRR Bioswale 3
0.093
4051.08
Shrubs w/ Irrigation, SB TRR north of Moffett Drive
TRR Bioswale 4
0.085
3702.61
Shrubs w/ Irrigation, NB TRR north of Moffett Drive
TRR Bioswale 5
0.057
2482.92
Shrubs w/ Irrigation, SB TRR north of Victory Road
TRR Bioswale 6
0.078
3397.68
Shrubs w/ Irrigation, NB TRR north of Victory Road
TRR Bioswale 7
0.046
2003.76
Shrubs w/ Irrigation, SB TRR south of Victory Road
TRR Slope
0.847
36895.32
Shrub slope, Weed abatement, No Irrigation, NB TRR at Edinger Bridge South East side of
bridge
Total Area Acres
Total Square Feet
6.971
303656.7E
NAME
AREA
ACRES
SQUARE
FEET
Item 4 - Red Hill Avenue
DESCRIPTION
Red Hill Median 1
0.049
2134.44
Shrub Median w/ Irrigation & Hardscape turnlane, 1st Street to 260ft South of 1st Street
Red Hill Median 2
0.062
2700.72
Shrub Median w/ Irrigation & Hardscape turnlane, 355ft North of Bryan Ave to Bryan Ave
Red Hill Median 3
0.072
3136.32
Shrub Median w/ Irrigation & Hardscape turnlane, Bryan Ave to Lance Drive
Red Hill Median 4
0.055
2395.8
Hardscape Median for freeway pylons of 1-5 Freeway
Red Hill Median 5
0.123
5357.88
Shrub Median w/ Irrigation & Hardscape turnlane, Walnut Ave to 570 feet south of Walnut
Ave
Red Hill Median 6
0.073
3179.88
Shrub Median w/ Irrigation & Hardscape turnlanes, 650 feet south of Walnut Ave to Sycamore
Ave
Red Hill Median 7
0.137
5967.72
Shrub Median w/ Irrigation & Hardscape turnlane, Sycamore Ave to Service Road
Red Hill Median 8
0.084
3659.04
Shrub Median w/ Irrigation & Hardscape turnlane, Service Road to Orange County Flood
Control Channel
Red Hill Median 9
0.025
1089
Shrub Median w/ Irrigation, Orange County Flood Control Channel to Train Tracks
Red Hill Median 10
0.05
2178
Shrub Median w/ Irrigation & Hardscape, Train Tracks to Edinger Ave
Total Area Acres
0.73
Total Square Feet
31798.8
E-4
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
SQUARE
FEET
LegacyItem 5 - Red Hill Avenue
DESCRIPTION
Red Hill Median 11
0.1
4356
Shrub Median w/ Irrigation & Hardscape turnlanes, Edinger Ave to Parkway Loop
Red Hill Median 12
0.109
4748.04
Shrub Median w/ Irrigation & Hardscape turnlanes, south of Parkway Loop to Santa Fe
Red Hill Median 13
0.126
5488.56
Shrub Median w/ Irrigation & Hardscape turnlanes, Santa Fe to Valencia Ave
Red Hill Median 14
0.202
8799.12
Shrub Median w/ Irrigation & Hardscape turnlanes, Valencia Ave to Victory Road
Red Hill Median 15
0.344
14984.64
Shrub Median w/ Irrigation & Hardscape turnlanes, Victory Road to Warner Ave
Red Hill Median 16
0.337
14679.721
Shrub Median w/ Irrigation & Hardscape turnlanes, Warner Ave to Carnegie Ave
Red Hill Median 17
0.343
14941.08
Shrub Median w/ Irrigation & Hardscape turnlanes, Carnegie Ave to Barranca Parkway
Red Hill Bioswale 1
0.105
4573.8
Shrub Bioswale w/ Irrigation, 150 feet North of Victory on NB side of street
Red Hill Bioswale 2
0.091
3963.96
Shrub Bioswale w/ Irrigation, 230 feet North of Carnegie Ave on NB side of street
Red Hill Bioswale 3
0.063
2744.28
Shrub Bioswale w/ Irrigation, 370 feet North of Barranca Parkway on NB side of street
Red Hill Parkway 1
0.282
12283.92
IShrub Parkway w/ Irrigation, 350 feet south of Valencia on the side of Rescue Mission
Red Hill Parkway 2
0.125
54451
IShrub Parkway w/ Irrigation, front of Army Reserve center on north side of driveway
Red Hill Parkway 3
0.105
4573.81
IShrub Parkway w/ Irrigation, front of Army Reserve Center on south side of driveway
Total Area Acres
2.332
Total Square Feet
101581.92
NAME
AREA
ACRES
SQUARE
FEET
Armstrong -...
DESCRIPTION
Armstrong Median 1
0.142
6185.52
Shrub & Hardscape Median w/ Irrigation & Hardscape turnlane, 500 feet North of Warner to
Warner
Armstrong Bioswale 1
0.034
1481.04
Shrub Bioswale w/ Irrigation, SB Armstrong 250 feet South of Warner
Armstrong Bioswale 2
0.103
4486.68
Shrub Bioswale w/ Irrigation, North East Corner of Armstrong and Airship
Armstrong Bioswale 3
0.031
1350.36
Shrub Bioswale w/ Irrigation, North West Corner of Armstrong and Airship
Armstrong Bioswale 4
0.039
1698.84
Shrub Bioswale w/ Irrigation, SB Armstrong 475 feet South of Airship
Armstrong Bioswale 5
0.064
2787.84
Shrub Bioswale w/ Irrigation, NB Armstrong 475 feet South of Airship
Armstrong Bioswale 6
0.03
1306.8
Shrub Bioswale w/ Irrigation, North of Flight Way on SB Armstrong
Armstrong Bioswale 7
0.057
2482.92
Shrub Bioswale w/ Irrigation, North of Flight Way on NB Armstrong
Armstrong Bioswale 8
0.032
1393.921
Shrub Bioswale w/ Irrigation, NB Armstrong 150 feet South of Flight Way
Armstrong Bioswale 9
0.037
1611.721
Shrub Bioswale w/ Irrigation, North of Barranca on SB Armstrong
Armstrong Bioswale 10
0.054
2352.241
IShrub Bioswale w/ Irrigation, North of Barranca on NB Armstrong
Total Area Acres
Total Square Feet
0.623
27137.88
NAME
AREA
ACRES
SQUARE
FEET
Newport
DESCRIPTION
Newport Median 1
0.067
2918.52
Shrub Median w/ Irrigation & Hardscape turnlane, 220 feet south of Wass to Old Irvine Blvd
Newport Median 2
0.045
1960.2
Shrub Median w/ Irrigation & Hardscape turnlane, Old Irvine Blvd to Irvine Blvd
Newport Median 3
0.044
1916.64
Shrub Median w/ Irrigation & Hardscape turnlanes, Irvine Blvd to Packers Circle
Newport Median 4
0.101n1045.44
Shrub Median w/ Irrigation & Hardscape turnlane, Packers Circle to Holt Avenue
Newport Median 5
0.032
Hardscape Median, No Irrigation, Holt Avenue to First Street
Newport Median 6
0.033
Shrub Median w/ Irrigation & Hardscape turnlanes, First Street to 215 feet south of First
Street
Newport Median 7
0.024
Shrub Median w/ Irrigation & Hardscape turnlane, 160 feet north of Bryan Ave to Bryan Ave
Newport Medain 8
0.069
3005.641
Shrub Median w/ Irrigation & Hardscape turnlanes, Bryan Ave to 380 feet south of Bryan Ave
Newport Median 9
0.042
1829.52
Shrub Median w/ Irrigation & Hardscape turnlane, 240 feet north of Main Street to Main
Street
Newport Median 10
0.067
2918.52
Shrub Median w/ Irrigation & Hardscape turnlanes, Main Street to San Juan Street
Newport Median 11
0.077
3354.12
Shrub Median w/ Irrigation & Hardscape turnlanes, San Juan Street to Sixth Street
Newport Median 12
0.053
2308.68
Shrub Median w/ Irrigation & Hardscape turnlanes, Sixth Street to Bonita Street
Newport Median 13
1 0.019
827.64
Shrub Median w/ Irrigation & Hardscape turnlanes, Bonita Street to 140 feet south of Bonita
Street
Newport Median 14
0.035
Shrub Median w/ Irrigation & Hardscape turnlane, 200 feet north of El Camino Real to El
lCamino Real
E-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
NAME
AREA
ACRES
SQUARE
FEET
Newport
DESCRIPTION
Newport Median 15
0.044
1916.64
Hardscape Median, No Irrigation, El Camino Real to 1-5 North freeway entrance
Newport Median 16
0.031
1350.36
1 Shrub Median w/ Irrigation, Nisson Street to 100 feet south of Nisson Street
Newport Median 17
0.029
1263.24
Shrub Median w/ Irrigation & Hardscape turnlane, 160 feet north of Mitchell Ave to Mitchell
Ave
Newport Median 18
0.026
1132.56
Shrub Median w/ Irrigation & Hardscape turnlane, Mitchell Ave to 150 feet south of Mitchell
Ave
Newport Median 19
0.031
1350.36
Shrub Median w/ Irrigation & Hardscape turnlane, 150 north of McFadden Ave to McFadden
Ave
Newport Median 20
0.083
3615.481
Shrub Median w/ Irrigation & Hardscape turnlanes, Edinger Ave to Hotel Way
Newport Median 21
0.193
8407.08
Shrub Median w/ Irrigation, Hotel Way to Del Arno Avenue
Newport Median 22
0.07
3049.2
Shrub Median w/ Irrigation & Hardscape turnlane, Del Amo Avenue to Schools First
Newport Median 23
0.06
2613.6
Shrub Median w/ Irrigation & Hardscape turnlane, Schools First to Valencia Avenue
Newport Parkway 1
0.027
1176.12
Shrub Parkway w/ Irrigation, Wells Fargo Driveway to Holt Avenue along Bike Path
Newport Parkway 2
0.019
827.64
Shrub Parkway w/ Irrigation, Holt Avenue to First Street along Bike Path
Newport Parkway 3
0.012
522.72
IShrub Parkway w/ Irrigation, First Street to Bank of America driveway along Bike Path
Newport Parkway 4
0.045
1960.21
IShrub Parkway w/ Irrigation, Bank of America driveway to Bryan Ave along Bike Path
Newport Parkway 5
0.032
1393.92
Shrub Parkway w/ Irrigation, Bryan Ave to Car Wash driveway along Bike Path
Newport Parkway 6
0.03
1306.8
Shrub Parkway w/ Irrigation, Car Wash driveway to 2nd driveway along Bike Path
Newport Parkway 7
0.017
740.52
Shrub Parkway w/ Irrigation, 2nd Car Wash driveway to Main Street along Bike Path
Newport Parkway 8
0.068
2962.08
Shrub Parkway w/ Irrigation, Main Street to Tustin Plaza Center driveway along Bike Path
Newport Parkway 9
0.049
2134.44
Shrub Parkway w/ Irrigation, Tustin Plaza Center driveway to 6th Street along Bike Path
Newport Parkway 10
0.042
1829.52
Shrub Parkway w/ Irrigation, 6th Street to Bonita Street along Bike Path
Newport Parkway 11
0.055
2395.8
Shrub Parkway w/ Irrigation, Bonita Street to El Camino Real along Bike Path
Newport Parkway 12
0.041
1785.96
Shrub Parkway w/ Irrigation, Del Arno Ave to Schools First driveway
Newport Parkway 13
0.024
1045.44
Shrub Parkway w/ Irrigation, Schools First driveway to Valencia Ave
Newport Bikepath 1
0.085
3702.6
Hardscape Bike Path, Wells Fargo driveway to Holt Ave
Newport Bikepath 2
0.063
2744.28
Hardscape Bike Path, Holt Ave to First Street
Newport Bikepath 3
0.124
5401.44
Hardscape Bike Path, First Street to Bryan Avenue
Newport Bikepath 4
0.134
5837.04
Hardscape Bike Path, Bryan Avenue to Main Street
Newport Bikepath 5
0.063
2744.28
Hardscape Bike Path, Main Street to Tustin Plaza driveway
Newport Bikepath 6
0.086
3746.16
Hardscape Bike Path, Tustin Plaza driveway to 6th Street
Newport Bikepath 7
0.066
2874.96
Hardscape Bike Path, 6th Street to Bonita Ave
Newport Bikepath 8
0.072
3136.32
Hardscape Bike Path, Bonita Ave to El Camino Real
Total Area Acres
Total Square Feet
2.429
105807.24
NAME
AREA
ACRES
DESCRIPTION
Del Amo Median 1
0.058Shrub
M2526.48
Medain w/ Irrigation & Hardscape end, 250 feet east of Newport Ave to Newport Ave
Total Area Acres
0.058
Total Square Feet
2526.48
NAME
AREA
ACRES
SQUARE
FEET
Item 9 - Pacific Avenue
DESCRIPTION
Pacific Island 1
0.012
522.72
Shrub Island w/ Irrigation & Hardscaped sidewalk, Turn lane Yorba SIBto First Street WB
Pacific Island 2
0.019
827.64
Shrub Island w/ Irrigation & Hardscaped sidewalk, Turn lane Pacific NB to First Street EB
Pacific Parkway 1
0.075
3267
Shrub Parkway w/ Irrigation & Hardscaped sidewalk, East side of street from First Street to
150 feet south
Total Area Acres
0.106
Total Square Feet
4617.36
z
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
Item 10 - Plaza Drive
SQUARE
FEET I DESCRIPTION
Plaza Median 1
0.014
609.841 1 Hardscape Median, No Irrigation, Near intersection with Irvine Blvd
Total Area Acres
0.014
Total Square Feet
1 609.84
NAME
AREA
ACRES
Item 11 - Hall Circle
SQUARE
FEET DESCRIPTION
Hall Circle Median 1
0.011
479.16
1 Shrub Median w/ Irrigation, in cul de sac of Hall Circle
Hall Circle Median 2
0.018
784.08
IShrub Median w/ Irrigation, near intersection of Hall Circle and First Street
Total Area Acres
0.029
Total Square Feet
1263.24
NAME
AREA
ACRES
Item 12 - Fashion Lane
SQUARE
FEET DESCRIPTION
Fashion Median 1
0.011
479.16
IShrub Median w/ Irrigation, Near intersection with Irvine Blvd
IShrub Median w/ Irrigation, Near intersection with First Street
Fashion Median 2
0.013
566.28
Total Area Acres
0.024
Total Square Feet
1045.44
NAME
AREA
ACRES
SQUARE
FEET
Item 13 - Park Avenue
DESCRIPTION
Park Median 1
0.164
7143.84
Shrub Median w/ Irrigation & Hardscaped turnlanes, From Moffett to Victory
Park Median 2
0.102
4443.12
Shrub Median w/ Irrigation & Hardscape turnlanes, From Victory to Barnes
Park Median 3
0.048
2090.88
Hardscape Median, No Irrigation, From Barnes Rd to Jamboree Off Ramp
Park Bioswale 1
0.02
871.21
Bioswale w/ Irrigation, Approximately 95 feet south of Moffett on west side of Park Ave
Park Bioswale 2
0.025
10891
Bioswale w/ Irrigation, Approximately 45 feet north of Victory on west side of Park Ave
Total Area Acres
0.359
Total Square Feet
15638.04
NAME
AREA
ACRES
Item 14 - Pioneer Way
SQUARE
FEET I I DESCRIPTION
Pioneer Median 1
0.205
8929.81 ITurf Median w/ Irrigation, Pioneer Road to Tustin Ranch Road
Total Area Acres
0.205
Total Square Feet
1 8929.8
NAME
AREA
ACRES
SQUARE
FEET
Portola Parkway
DESCRIPTION
Portola Median 1
0.131
5706.36
Turf Median w/ Irrigation & Hardscape turnlanes, Jamboree to entrance of Citrus Ranch Park
Portola Median 2
0.082
3571.92
Turf Median w/ Irrigation & Hardscape turnlanes, entrance of Citrus Ranch Park to Tustin
Ranch Road
Total Area Acres
0.213
Total Square Feet
9278.28
E-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
SQUARE
FEET I I DESCRIPTION
La Colina Median 1
0.424
18469.441 ITurf Median w/ Irrigation, Tustin Ranch Road to 125 feet East of Ranchwood Rd
Total Area Acres
0.424
Total Square Feet
1 18469.44
NAME
AREA
ACRES
SQUARE
FEET
Item 17 - 17th Street
I DESCRIPTION
17th Median 1
0.041
1785.96
Shrub Median w/ Irrigation & Hardscape turnlane, 55 freeway to NB freeway exit
17th Median 2
0.026
1132.56
Shrub Median w/ Irrigation & Hardscape turnlane, NB freeway exit to Yorba Street
17th Median 3
0.1
4356
Shrub Median w/ Irrigation & Hardscape turnlanes, Yorba Street to Enderlee Center Drive
17th Median 4
0.06
2613.6
Shrub and Hardscape Median w/ Irrigation, Enderlee Center Dr to 350ft east
17th Median 5
0.028
1219.68
Hardscape Median, 275 feet west of Treehaven Lane to Treehaven Lane
17th Median 6
0.039
1698.8411
Shrub and Hardscape Median w/ Irrigation, Treehaven Lane to 220 feet east
17th Median 7
0.059
2570.041
1Shrub and Hardscape Median w/ Irrigation, 350 ft west of Prospect to Prospect
17th Median 8
0.059
2570.041
1 Hardscape Median, South Prospect Ave to North Prospect Ave
Total Area Acres
0.412
Total Square Feet
17946.72
NAME
AREA
ACRES
Item 18 -Vandenberg Lane
SQUARE
FEET DESCRIPTION
Vandenberg Parkway 1
0.061
2657.16 Shrub Parkway w/ Irrigation at intersection of Enderle Center Drive and Vandenberg
Total Area Acres
0.061
Total Square Feet
2657.16
NAME
AREA
ACRES
Item
SQUARE
FEET
19 - Santa Clara Avenue
DESCRIPTION
Santa Clara Slope 1
0.228
9931.68
Shrub Slope w/ Irrigation for bridge over 55 Freeway on north side of Santa Clara Ave
Santa Clara Slope 2
0.252
10977.12
Shrub Slope w/ Irrigation for bridge over 55 Freeway on south side of Santa Clara Ave
Total Area Acres
0.48
Total Square Feet
20908.8
NAME
AREA
ACRES
Item 20 - Marshall Lane
SQUARE
FEET DESCRIPTION
Marshall Lane Parkway
1
0.178
7753.68 Freeway wall parkway w/ Irrigation along 55 freeway from Santa Clara Ave to Laurie Lane
Total Area Acres
0.178
Total Square Feet
7753.68
NAME
AREA
ACRES
SQUARE
FEET
• . Irvine Blvd
DESCRIPTION
Old Irvine Median 1
0.017
740.52
Hardscape Median No Irrigation at turn of Old Irvine Blvd to Irvine Blvd
Old Irvine Island 1
0.056
2439.36
Shrub Island Triangle w/ Irrigation & Hardscape walkway where Old Irvine Blvd meets Irvine
Blvd
Total Area Acres
Total Square Feet
0.073
3179.88
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
SQUARE
FEET
Item 22 - Irvine Boulevard
DESCRIPTION
Irvine Median 1
0.037
1611.72
Hardscape Median, No Irrigation, 55 Freeway to 175 feet east of 55 Freeway
Irvine Median 2
0.013
566.28
Hardscape Median, No Irrigation,150 feet west of Yorba to Yorba Street intersection
Irvine Median 3
0.025
1089
Hardscape Median, No Irrigation, Yorba Street to 210 feet east of Yorba
Irvine Median 4
0.078
3397.681
1 Shrub Median w/ Irrigation & Hardscape turnlanes, Mountain View Drive to North A Street
Irvine Median 5
0.127
5532.121
1 Shrub Median w/ Irrigation & Hardscape turnlanes, North A Street to North B Street
Irvine Median 6
0.074
3223.44
Shrub Median w/ Irrigation & Hardscape turnlanes, North B Street to 345 feet east of B Street
Irvine Median 7
0.139
6054.84
Shrub Median w/ Irrigation & Hardscape turnlanes, 390 feet east of B Street to Prospect
Avenue
Irvine Median 8
0.079
3441.24
Shrub Median w/ Irrigation & Hardscape turnlanes, Prospect Avenue to 360 feet east of
Prospect Ave
Irvine Median 9
0.05
2178
Shrub Median w/ Irrigation & Hardscape turnlanes, 400 feet east of Prospect to 625 feet east
of Prospect
Irvine Median 10
0.155
6751.8
Shrub Median w/ Irrigation & Hardscape turnlanes, 660 feet east of Prospect to 300 feet west
of Fashion Lane
Irvine Median 11
0.014
609.84
Shrub Median w/ Irrigation & Hardscape turnlanes, 260 feet west of Fashion Lane to 190 feet
west of Fashion
Irvine Median 12
0.019
827.64
Hardscape Median, No Irrigation,150 feet west of Fashion to Fashion Lane
Irvine Median 13
0.034
1481.041
Shrub Median w/ Irrigation & Hardscape turnlanes, Fashion Lane to 225 feet east of Fashion
1 Lane
Irvine Median 14
0.035
1524.6
Shrub Median w/ Irrigation & Hardscape turnlanes, 260 feet east of Fashion Lane to 330 feet
west of Holt
Irvine Median 15
0.039
1698.84
Shrub Median w/ Irrigation & Hardscape turnlanes, 284 feet west of Holt to Holt Avenue
Irvine Median 16
0.033
1437.48
Hardscape Median, No Irrigation, Holt Ave to Plaza Drive
Irvine Median 17
0.047
2047.32
Shrub Median w/ Irrigation & Hardscape turnlanes, Plaza Drive to Newport Avenue
Irvine Median 18
0.083
3615.481
1 Shrub Median w/ Irrigation & Hardscape turnlanes, Newport Avenue to Old Irviine Blvd
Irvine Median 19
0.165
7187.4
Turf Median w/ Irrigation & Hardscape turnlanes, Ranchwood Road to Tustin Ranch Road
Irvine Median 20
0.368
16030.08
Turf Median w/ Irrigation & Hardscape turnlanes, Tustin Ranch Road to Robinson Drive
Irvine Median 21
0.092
4007.52
Turf Median w/ Irrigation & Hardscape turnlane, Robinson Drive to Myford Road
Irvine Median 22
0.225
9801
Turf Median w/ Irrigation & Hardscape turnlanes, Myford Road to Jamboree Road
Total Area Acres
1.931
Total Square Feet
1 84114.36
W
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
NAME
AREA
ACRES
SQUARE
FEET
Item 23 - First Street
DESCRIPTION
First St Median 1
0.052
2265.12
Shrub Median w/ Irrigation & Hardscape turnlane, 55 Freeway to Myrtle Ave
First St Median 2
0.02
871.2
Shrub Median w/ Irrigation & Hardscape turnlane, Myrtle Ave to 110 feet east of Myrtle Ave
First St Median 3
0.021
914.76
Shrub Median w/ Irrigation & Hardscape turnlane, 125 feet west of Pacific Street to Pacific
1 Street
First St Median 4
0.03
1306.8
Shrub Median w/ Irrigation & Hardscape turnlanes, Pacific Street to Mountain View Drive
First St Median 5
0.015
653.4
Shrub Median w/ Irrigation, Mountain View Drive to 65 feet east of Mountain View
First St Median 6
0.02
871.2
Shrub Median w/ Irrigation & Hardscape turnlane, 120 feet west of North A Street to North A
Street
First St Median 7
0.025
1089
Shrub Median w/ Irrigation, North A Street to South A Street
First St Median 8
0.015
653.4
Hardscape Median, No Irrigation, South A Street to 110 feet east of South A Street
First St Median 9
0.062
2700.72
Shrub Median w/ Irrigation & Hardscape turnlane, 225 feet west of B Street to B Street
First St Median 10
0.049
2134.44
Shrub Median w/ Irrigation & Hardscape turnlanes, B Street to C Street
First St Median 11
0.058
2526.48
Shrub Median w/ Irrigation & Hardscape turnlanes, C Street to El Camino Real
First St Medina 12
0.051
2221.56
Shrub Median w/ Irrigation & Hardscape turnlanes, El Camino Real to Prospect Ave
First St Median 13
0.04
1742.4
Shrub Median w/ Irrigation & Hardscape turnlanes, Prospect Ave to 230 feet east of Prospect
First St Median 14
0.047
2047.32
Shrub Median w/ Irrigation & Hardscape turnlanes, 275 feet east of Prospect Ave to Hall
Circle
First St Median 15
0.011
479.16
Shrub Median w/ Irrigation, Hall Circle to 40 feet east of Hall Circle
First St Median 16
0.031
1350.36
Shrub Median w/ Irrigation, 130 feet east of Hall Circle to 230 feet west of Centennial
First St Median 17
0.03
1306.8
Shrub Median w/ Irrigation & Hardscape turnlane, 125 feet west of Centennial Way to
Centennial Way
First St Median 18
0.029
1263.241
Shrub Median w/ Irrigation & Hardscape turnlanes, Centennial Way to Fashion Lane
First St Median 19
0.031
1350.36
Shrub Median w/ Irrigation & Hardscape turnlanes, Fashion Lane to 200 feet east of Fashion
Lane
First St Median 20
0.03
1306.8
Shrub Median w/ Irrigation, 270 feet east of Fashion Lane to 375 feet east of Fashion
First St Median 21
0.038
1655.28
Shrub Median w/ Irrigation & Hardscape turnlanes, 500 feet west of Newport Ave to 275 feet
east of Newport
First St Median 22
0.04
1742.41
Shrub Median w/ Irrigation & Hardscape turnlane, 200 feet west of Newport Ave to Newport
jAvenue
First St Island 1
1 0.047
2047.321
1 Shrub Island w/ Irrigation & Hardscape pathway, intersection of B St and First St
Total Area Acres
0.792
Total Square Feet
34499.52
NAME
AREA
ACRES
SQUARE
FEET
Item 24 - Bryan Avenue
DESCRIPTION
Main/Bryan Island
0.098
4268.88
Shrub Triangle Island w/ Irrigation & Hardscape,at Bryan Ave and Main Street split
Bryan Median 1
0.164
7143.84
Turf Median w/ Irrigation & Hardscape turnlanes, Browning Ave to Parkcenter Lane
Bryan Median 2
0.136
5924.16
Turf Median w/ Irrigation & Hardscape turnlanes, Parkcenter Lane to Tustin Ranch Road
Bryan Median 3
0.168
7318.08
lTurf Median w/ Irrigation & Hardscape turnlanes, Tustin Ranch Road to Market St
Bryan Median 4
0.17
7405.2
Turf Median w/ Irrigation & Hardscape turnlanes, Market St to Myford Rd
Bryan Median 5
0.086
3746.16
Turf Median w/ Irrigation & Hardscape turnlanes, Myford Rd to Heritage Way
Bryan Median 6
0.227
9888.12
Turf Median w/ Irrigation & Hardscape turnlane, Heritage Way to Jamboree Rd
Bryan Parkway 1 0.116 5052.96 Shrub Parkway w/ Irrigation, Stonehenge Dr to 390 feet east of Stonehenge
Total Area Acres 1.165
Total Square Feet 50747.4
E-10
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
SQUARE
FEET
Item 25 - Main Street
DESCRIPTION
Main St Parkway 1
0.026
1132.56
Hardscape Parkway, No Irrigation, 100 feet East of Williams to 5 Freeway
Main St Parkway 2
0.108
4704.48
Shrub and Groundcover Parkway w/ Irrigation, East of 7-11 to 5 Freeway
Main St Slope 1
0.363
15812.28
Shrub & Groundcover Slope w/ Irrigation, Stoneglass to 55 Freeway on North Side
Main St Slope 2
0.183
7971.481
Shrub & Groundcover Slope, No Irrigation, Stoneglass to 55 Freeway on South Side
Main St Slope 3
0.226
9844.56
Shrub & Groundcover Slope, No Irrigation, 55 Freeway to 390 ft East on North Side
Main St Slope 4
0.23
10018.80
Shrub & Groundcover Slope, No Irrigation, 55 Freeway to 300 ft East on Sorth Side
Main St Island 1
0.022
958.32
Hardscape right turn triangle, No Irrigation, at Newport on EB Main St
Main St Island 2
0.007
304.92
Hardscape right turn triangle, No Irrigation, at Newport on WB Main St
Main St Median 1
0.043
1873.08
1 Hardscape Median, No Irrigation, Newport Ave to 360 feet East
Total Area Acres
1.208
TotalSquare Feet
52620.48
NAME
ACRES
CaminoItem 26 - El Real SQUARE
FEET I I DESCRIPTION
El Camino Parkway 1
0.134
5837.041 1 Freeway Ivy Wall Parkway w/ Irrigation, along 1-5 North
Total Area Acres
0.134
Total Square Feet
15837.04
NAME
AREA
ACRES
SQUARE
FEET
Item 27 - Nisson Street
DESCRIPTION
Nisson Parkway 1
0.692
30143.521
jShr.b and Ivy wall parkway w/ Irrigation, along 5 S Freeway, between Newport & Red Hill
Nisson Parkway 2
0.429
1.121
48830.76
18687.241
1 Ivy wall parkway w/ Irrigation along 5 S Freeway, B Street to Pasadena
Total Area Acres
Total Square Feet
NAME
AREA
ACRES
SQUARE
FEET
McFadden
DESCRIPTION
McFadden Slope 1
0.249
10846.44
Shrub & Groundcover slope, No Irrigation, 160 ft east of Tustin Village Way to 55 freeway
McFadden Slope 2
0.447
19471.32
Shrub & Groundcover slope, No Irrigation, Tustin Village Way to 55 Freeway on S side
McFadden Slope 3
0.191
8319.96
Shrub & Groundcover slope, No Irrigation, 55 Freeway to Pasadena on north side
McFadden Slope 4
0.393
17119.08
Shrub & Groundcover count, No Irrigation, 55 Freeway to Pasadena on south side
McFadden Median 1
0.022
958.32
Hardscape Median, No Irrigation, at intersection with Newport Avenue
Total Area Acres
1.302
Total Square Feet
56715.12
E-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
NAME
AREA
ACRES
SQUARE
FEET
Item 29 - Walnut Avenue
DESCRIPTION
Walnut Meidan 1
0.063
2744.28
Shrub Median w/ Irrigation & Hardscape turnlane, Katherine Spur to Cherrywood Ln
Walnut Median 2
0.066
2874.96
Shrub Median w/ Irrigation & Hardscape turnlane, Cherrywood Ln to Raintree Ln
Walnut Median 3
0.053
2308.68
Hardscape Median, No Irrigation, Raintree Ln to Tustin Ranch Road
Walnut Median 4
0.062
2700.72
Shrub Median w/ Irrigation & Hardscape turnlane, Tustin Ranch Road to 285 ft east
Walnut Median 5
0.057
2482.92
Shrub Median w/ Irrigation & Hardscape turnlanes, 385 ft west of Franklin to Franklin Rd
Walnut Median 6
0.071
3092.76
Shrub Median w/ Irrigation & Hardscape turnlanes, Franklin Rd to 415 feet east
Walnut Median 7
0.19
8276.4
Shrub Median w/ Irrigation & Hardscape turnlanes, 75 ft west of Bentley to 540 ft east
Walnut Median 8
0.069
3005.64
Shrub Median w/ Irrigation & Hardscape turnlanes, 550 feet west of Myford to Myford Rd
Walnut Parkway 1
0.057
2482.921
Shrub Parkway w/ Irrigation, Katherine Spur to Cherrywood Ln on south side
Walnut Parkway 2
0.063
2744.28
Shrub Parkway w/ Irrigation, Cherrywood Ln to Raintree Ln on south side
Walnut Parkway 3
0.076
3310.561
Shrub Parkway w/ Irrigation, Raintree Ln to Tustin Ranch Road on south side
Total Area Acres
0.827
Total Square Feet
36024.12
NAME
AREA
ACRES
SQUARE
FEET
Item 1 - Sycamore Avenue
DESCRIPTION
Sycamore Median 1
0.145
6316.2
Shrub Median w/ Irrigation, Pasadena to Newport Ave
Sycamore Parkway 1
0.2
8712
Shrub Parkway w/ Irrigation, Pasadena to Newport Ave on north side
Sycamore Parkway 2
0.26
11325.6
Shrub Parkway w/ Irrigation, Pasadena to Newport Ave on south side
Sycamore Median 2
0.203
8842.68
Shrub Parkway w/ Irrigation,Red Hill Ave to Devonshire Ave
Sycamore Median 3
0.205
8929.8
Turf Median w/ Irrigation, Cantebury Ave to Katherine Spur
Sycamore Median 4
0.019
827.64
Hardscape Median, No Irrigation, Katherine Spur to Alder Ln
Total Area Acres
1.032
Total Square Feet
44953.92
NAME
AREA
ACRES
SQUARE
FEET
Item 31 -Edinger
DESCRIPTION
Edinger Median 1
0.158
6882.48
lAve,
Shrub Median w/ Irrigation, Newport Ave to Del Amo Ave
Edinger Median 2
0.043
1873.08
Hardscape Median, No Irrigation, Del Arno Ave to train tracks
Edinger Median 3
0.144
6272.64
Shrub Median w/ Irrigation, train tracks to AT&T
Edinger Median 4
0.061
2657.16
Shrub Median w/ Irrigation & Hardscape turnlane, AT&T to turn pocket 315 feet east
Edinger Median 5
0.076
3310.56
Shrub Median w/ Irrigation & Hardscape turnlane, 450 feet west of Red Hill Ave to Red Hill
Edinger Median 6
0.052
2265.12
Hardscape Median, No Irrigation, Red Hill Ave to Parkway Loop
Edinger Median 7
1.45
63162
Shrub Median w/ Irrigation & Hardscape turnaround, Parkway Loop to Kensington Park Drive
Edinger Median 8
0.592
25787.52
Shrub Median w/ Irrigation & large undeveloped area, Kensington Park Dr to future on ramp
Edinger Median 9
0.633
27573.48
Undeveloped & Tree Median w/ Irrigation, future on ramp to Tustin Metrolink Station
Edinger Median 10
0.312
13590.721
Undeveloped & Tree Median w/ Irrigation, Tustin Metrolink to Jamboree
Edinger Median 11
0.149
6490.44
Turf Median w/ Irrigation & Hardscape turnlanes, Jamboree to Aviator Ln
Edinger Median 12
0.138
6011.28
Turf Median w/ Irrigation & Hardscape turnlanes, Aviator Ln to Harvard Ave
Edinger Island 1
0.06
2613.6
Shrub Triangle w/ Irrigation, SIB Jamboree exit to Edinger
Edinger Island 2
0.297
12937.32
Shrub Triangle w/ Irrigation, under Jamboree on north side of Edinger
Edinger Island 3
0.025
1089
Shrub Triangle w/ Irrigation, NB Jamboree entrance ramp from Edinger
Edinger Island 4
0.023
1001.88
Shrub Triangle w/ Irrigation, SIB Jamboree entrance ramp from Edinger
Edinger Island 5
0.329
14331.241
Shrub Triangle w/ Irrigation, under Jamboree on south side of Edinger
Edinger Island 6
0.033
1437.481
Shrub Triangle w/ Irrigation, NB Jamboree exit to Edinger
Total Area Acres
4.575
Total Square Feet
199287
E-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
SQUARE
FEET
Item 32 - Valencia Avenue
DESCRIPTION
Valencia Median 1
0.044
1916.64
Shrub Median w/ Irrigation & Hardscape turnlane, Red Hill to Lansdowne Rd
Valencia Median 2
0.077
3354.12
Hardscape Median, No Irrigation, Lansdowne Rd to Lansdowne Rd
Valencia Median 3
0.05
2178
Hardscape Median, No Irrigation, Lansdowne Rd to Veterans Sports Park east parking lot
Valencia Median 4
0.051
2221.56
Hardscape Median, No Irrigation, Veterans Sports Park east lot to Armstrong Ave
Valencia Median 5
0.09
3920.4
Shrub Median w/ Irrigation & Hardscape turnlane, Armstrong Ave to 410 feet east
Valencia Median 6
0.084
3659.04
Shrub Median w/ Irrigation & Hardscape turnlane, 375 feet west of Legacy Rd to Legacy Rd
Valencia Median 7
0.042
1829.52
Shrub Median w/ Irrigation & Hardscape turnlane, Legacy Rd to 240 feet east
Valencia Median 8
0.093
4051.08
Shrub Median w/ Irrigation & Hardscape turnlane, 420 feet west of Tustin Ranch Rd to Tustin
Ranch Rd
Valencia Parkway 1
0.229
9975.24
Shrub Parkway w/ Irrigation, Red Hill to Lansdowne Rd on south side
Valencia Parkway 2
0.576
25090.56
Shrub Parkway w/ Irrigation, Legacy Rd to Tustin Ranch Rd on south side
Total Area Acres
1.336
Total Square Feet
58196.16
NAME
AREA
ACRES
SQUARE
FEET
Item 33 - Moffett Drive
DESCRIPTION
Moffett Median 1
0.078
3397.68
Hardscape Median, No Irrigation, Tustin Ranch Rd to Voyage
Moffett Median 2
0.056
2439.36
Hardscape Median, No Irrigation, Voyage to Park Ave
Moffett Median 3
0.106
4617.36
Shrub Median w/ Irrigation & Hardscape turnlanes, Park Ave to Windrow Rd
Moffett Median 4
0.189
8232.841
Shrub Median w/ Irrigation & Hardscape turnlanes, Windrow Rd to Downs Rd
Moffett Median 5
0.179
7797.24
Shrub Median w/ Irrigation & Hardscape turnlane, Downs Rd to Peters Canyon Channel
Moffett Median 6
0.166
7230.96
Shrub Median w/ Irrigation & Hardscape turnlane, Peters Canyon Channel to Sonora St
Moffett Median 7
0.143
6229.08
Shrub Median w/ Irrigation & Hardscape turnlanes, Sonora St to Harvard Ave
Moffett Bioswale 1
0.019
827.64
Shrub Bioswale w/ Irrigation, Park Ave to 170 ft east on north side of Moffett
Moffett Bioswale 2
0.032
1393.92
Shrub Bioswale w/ Irrigation, 230 ft west of Windrow Rd to Windrow Rd on north side
Moffett Bioswale 3
0.016
696.96
Shrub Bioswale w/ Irrigation, Windrow Rd to 100 ft east on north side of Moffett
Moffett Bioswale 4
0.044
1916.64
Shrub Bioswale w/ Irrigation, 370 ft east of Windrow to 275 ft west of Downs on north side
Moffett Bioswale 5
0.008
348.48
Shrub Bioswale w/ Irrigation, 100 ft west of Downs on north side
Moffett Bioswale 6
0.025
1089
Shrub Bioswale w/ Irrigation, Downs Rd to 180 ft east on north side
Total Area Acres
1.061
Total Square Feet
46217.16
NAME
AREA
ACRES
Item 34 - Victory -...
SQUARE
FEET DESCRIPTION
Victory Rd Median 1
0.07
3049.2
Hardscape Median, No Irrigation Tustin Ranch Rd to Levity
Victory Rd Median 2
0.068
2962.08
Shrub Median w/ Irrigation & Hardscape turnlane, Levity to Park Ave
Total Area Acres
0.138
Total Square Feet
6011.28
E-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
SQUARE
FEET
Item 35 - Warner Avenue
DESCRIPTION
Warner Median 1
0.142
6185.52
Shrub Median w/ Irrigation & Hardscape turnlanes, 225 feet east of Red Hill to Army Reserve
access gate
Warner Median 2
0.144
6272.64
Shrub Median w/ Irrigation & Hardscape turnlanes, Army Reserve access gate to Armstrong
Ave
Warner Median 3
0.402
17511.121
IShrub Median w/ Irrigation & Hardscape turnlane, Armstrong Ave to Compass Ave
Warner Median 4
0.089
3876.84
Shrub Median w/ Irrigation & Hardscape turnlane, Compass Ave to Legacy Road
Warner Median 5
0.213
9278.28
Shrub Median w/ Irrigation & Hardscape turnlane, Legacy Road to Amalfi Apartment entrance
Warner Median 6
0.148
6446.88
Shrub Median w/ Irrigation & Hardscape turnlane, Amalfi Apartment entrance to Tustin Ranch
Road
Warner Median 7
0.067
2918.52
Shrub Median w/ Irrigation & Hardscape turnlane, Tustin Ranch Road to Park Ave
Warner Parkway 1
0.25
10890
Shrub Parkway w/ Irrigation, N side Warner, Red Hill to Bioswale 2
Warner Parkway 2
0.055
2395.8
Shrub Parkway, N side Warner, Bioswale 2 to Army Reserve access gate
Warner Parkway 3
0.52
22651.2
Shrub Parkway w/ Irrigation, N side Warner, Army Reserve gate to Armstrong Ave
Warner Bioswale 1
0.097
4225.32
Shrub Bioswale w/ Irrigation, S side Warner 400 feet east of Red Hill to 715 feet east
Warner Bioswale 2
0.051
2221.56
Shrub Bioswale w/ Irrigation, N side Warner, 550 feet east of Red Hill to 125 feet from Army
Warner Bioswale 3
0.057
2482.92
Shrub Bioswale w/ Irrigation, N side Warner, 425 ft from Army gate to 150 ft further east
Warner Bioswale 4
0.027
1176.121
Shrub Bioswale w/ Irrigation, N side Warner, 160 ft west of Armstrong to Armstrong Ave
Warner Bioswale 5
0.042
1829.521
Shrub Bioswale w/ Irrigation, S side Warner, 160 ft west of Armstrong to Armstrong Ave
Warner Bioswale 6
0.073
3179.88
Shrub Bioswale w/ Irrigation, N side Warner, 245 ft east of Armstrong Ave
Warner Bioswale 7
0.068
2962.08
Shrub Bioswale w/ Irrigation, S side Warner, 245 ft east of Armstrong Ave
Warner Bioswale 8
0.044
1916.64
Shrub Bioswale w/ Irrigation, N side Warner, 250 ft west of Legacy Rd
Warner Bioswale 9
0.038
1655.28
Shrub Bioswale w/ Irrigation, S side Warner, 200 ft west of Legacy Rd
Warner Bioswale 10
0.062
2700.72
Shrub Bioswale w/ Irrigation, N side Warner, 190 ft east of Legacy Rd
Warner Bioswale 11
0.03
1306.81
Shrub Bioswale w/ Irrigation, N side Warner, 400 ft north west of Tustin Ranch Road
Warner Slope 1
0.558
24306.481
1 Freeway bridge slope, No Irrigation, on north east side of Warner and 55 Freeway
Warner Slope 2
0.285
12414.61
1 Freeway bridge slope, No Irrigation, on south east side of Warner and 55 Freeway
Total Area Acres
Total Square Feet
3.462
150804.72
NAME
AREA
ACRES
SQUARE
FEET
Item 36 - Old Town Tustin
DESCRIPTION
Old Town Island 1
0.009
392.04
Shrub Island w/ Irrigation,165 ft South of First Street on West Side of El Camino Real
Old Town Island 2
0.01
435.6
Shrub Island w/ Irrigation, 165 ft South of First Street on East Side of El Camino Real
Old Town Island 3
0.017
740.52
Shrub Island w/ Irrigation, 20 ft South of Old Town Island 1 on West Side of El Camino Real
Old Town Island 4
0.011
479.16
Shrub Island w/ Irrigation, 50 ft South of Old Town Island 2 on East Side of El Camino Real
Old Town Island 5
0.008
348.48
Shrub Island w/ Irrigation, 35 ft South of Old Town Island 3 on West Side of El Camino Real
Old Town Island 6
0.009
392.04
Shrub Island w/ Irrigation, 80 ft South of Old Town Island 4 on East side of El Camino Real
Old Town Island 7
0.013
566.28
Shrub Island w/ Irrigation, Near NW corner of El Camino and 2nd on El Camino Real
Old Town Island 8
0.013
566.28
Shrub Island w/ Irrigation, Near NE Corner of El Camino and 2nd on El Camino Real
Old Town Island 9
0.016
696.961
Shrub Island w/ Irrigation, Near SW corner of El Camino and 2nd on El Camino Real
Old Town Island 10
0.007
304.92
Shrub Island w/ Irrigation, Near SE corner of El Camino and 2nd on El Camino Real
Old Town Island 11
0.008
348.48
Shrub Island w/ Irrigation, Half way between 2nd and 3rd on West Side of El Camino Real
Old Town Island 12
0.007
304.92
Shrub Island w/ Irrigation, Half way between 2nd and 3rd on East Side of El Camino Real
Old Town Island 13
0.009
392.04
Shrub Island w/ Irrigation,100 ft North of 3rd on East Side of El Camino Real
Old Town Island 14
0.009
392.04
IShrub Island w/ Irrigation, Near the NW corner of El Camino and 3rd on El Camino Real
Old Town Island 15
0.006
261.3E
IShrub Island w/ Irrigation, Near the SW corner of El Camino and 3rd on El Camino Real
Old Town Island 16
0.009
392.04
Shrub Island w/ Irrigation, Near the SE corner of El Camino and 3rd on El Camino Real
Old Town Island 17
0.008
348.48
Shrub Island w/ Irrigation, 50 ft South of Old Town Island 15 on West Side of El Camino Real
E-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
NAME
AREA
ACRES
Item
SQUARE
FEET
36 - Old Town Tustin (continued)
DESCRIPTION
Old Town Island 18
0.005
217.8
Shrub Island w/ Irrigation, 70 ft South of Old Town Island 16 on East Side of El Camino Real
Old Town Island 19
0.004
174.24
Shrub Island w/ Irrigation, Half way between 3rd and Main on the west side of El Camino
Old Town Island 20
0.006
261.36
Shrub Island w/ Irrigation, Half way between 3rd and Main on the east side of El Camino
Old Town Island 21
0.007
304.92
IShrub Island w/ Irrigation, 130 ft North of Main on the west side of El Camino Real
Old Town Island 22
0.007
304.92
Shrub Island w/ Irrigation, 70 ft North of Main on the west side of El Camino Real
Old Town Island 23
0.016
696.96
Shrub Island w/ Irrigation, Near the NE corner of El Camino and Main on El Camino
Old Town Island 24
0.014
609.84
Shrub Island w/ Irrigation, Near the SW corner of El Camino and Main on El Camino Real
Old Town Island 25
0.008
348.48
Shrub Island w/ Irrigation, 90 ft South of Main on the west side of El Camino Real
Old Town Island 26
0.009
392.04
Shrub Island w/ Irrigation, 130 ft South of Main on the east side of El Camino Real
Old Town Island 27
0.016
696.96
Shrub Island w/ Irrigation, On west side of El Camino Real in front of Parkette at 450 El
Camino
Old Town Island 28
0.008
348.48
Shrub Island w/ Irrigation, On east side of El Camino Real across from Parkette at 450 El
Camino
Old Town Island 29
0.007
304.92
Shrub Island w/ Irrigation, 200 ft north of 6th on west side of El Camino Real
Old Town Island 30
0.006
261.36
Shrub Island w/ Irrigation, 200 ft north of 6th on east side of El Camino Real
Old Town Island 31
0.005
217.81
Shrub Island w/ Irrigation, 50 ft north of 6th on west side of El Camino Real
Old Town Island 32
0.009
392.04
Shrub Islandw/ Irrigation, Near the NE corner of El Camino and 6th on El Camino Real
Old Town Island 33
0.002
87.12
Shrub Island w/ Irrigation, Near the NW corner of El Camino and 6th on El Camino Real
Old Town Island 34
0.002
87.12
Shrub Islandw/ Irrigation, Near the NW corner of El Camino and 6th on 6th Street
Old Town Island 35
0.077
3354.12
Turf and Shrub Triangle w/ Irrigation where El Camino Real and El Camino Way intersect
Old Town Parkway 1
0.001
43.56
Shrub Parkway w/ Irrigation, Near the NE corner of El Camino Real and 2nd along 2nd Street
Old Town Parkway 2
0.002
87.12
Shrub Parkway w/ Irrigation, Near the SE corner of El Camino Real and 2nd along 2nd Street
Old Town Parkway 3
0.002
87.12
Shrub Parkway w/ Irrigation, Near the SW corner of El Camino Real and 2nd along 2nd Street
Old Town Parkway 4
0.004
174.24
Shrub Parkway w/ Irrigation, Near the NE corner of El Camino Real and 3rd along 3rd Street
Old Town Parkway 5
0.004
174.24
Shrub Parkway w/ Irrigation, Near the NW corner of El Camino Real and 3rd along 3rd Street
Old Town Parkway 6
0.004
174.24
Shrub Parkway w/ Irrigation, Near the SW corner of El Camino Real and 3rd along 3rd Street
Old Town Parkway 7
0.001
43.56
Shrub Parkway w/ Irrigation, Near the SE corner of El Camino Real and 3rd along 3rd Street
Old Town Parkway 8
0.003
130.68
Shrub Parkway w/ Irrigation, Near the NW corner of El Camino Real and Main along El
Camino Real
Old Town Parkway 9
0.002
87.12
Shrub Parkway w/ Irrigation, Near the NW corner of El Camino Real and Main along Main
Street
Old Town Parkway 10
0.008
348.48
Shrub Parkway w/ Irrigation, Near the NE corner of El Camino Real and Main along Main
Street
Old Town Parkway 11
0.004
174.24
Shrub Parkway w/ Irrigation, Near the NW corner of Main and Prospect along Main Street
Old Town Parkway 12
0.001
43.56
Shrub Parkway w/ Irrigation, Near the SW corner of El Camino and Main along Main Street
Old Town Parkway 13
0.006
261.36
Shrub Parkway w/ Irrigation, Near the SE corner of El Camino and Main along Main Street
E-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Name
Area Acres
Item
Square Feet
36 - Old Town Tustin (continued)
Description
Old Town Parkway 14
0.004
174.24
Shrub Parkway w/ Irrigation, Near the SE corner of El Camino and Main along El Camino
Real
Old Town Parkway 15
0.002
87.12
Empty Parkway in sidewalk in front of Parkette at 450 El Camino
Old Town Parkway 16
0.002
87.12
Shrub Parkway in sidewalk in front of 460 El Camino Real
Old Town Parkway 17
0.005
217.8
1 Shrub Parkway in sidewalk in front of 460 El Camino Real
Old Town Parkway 18
0.003
130.68
Shrub Parkway w/ Irrigation, Near the NE corner of El Camino and 6th along 6th Street
Old Town Parkway 19
0.005
217.8
Shrub Parkway w/ Irrigation, Near the SE corner of El Camino and 6th along El Camino Real
Old Town Parkway 20
0.005
217.8
Shrub Parkway w/ Irrigation, Near the SW corner of El Camino and 6th along El Camino Real
Old Town Planter Box
0.003
130.68
Planter box w/ Irrigation, on the SW Corner of El Camino and Newport Ave on top of
Monument Sign
Old Town Sidewalk 1
0.426
18556.56
Hardscape Sidewalk with irrigation in some tree wells, West side of El Camino and El Camino
Way from Newport to 6th Street
Old Town Sidewalk 2
0.225
9801
Hardscape Sidewalk, No Irrigation, East side of El Camino from Newport to 6th Street
Old Town Sidewalk 3
0.288
12545.28
Hardscape Sidewalk, No Irrigation, West side of El Camino from 6th Street to Main Street
around to C street
Old Town Sidewalk 4
0.264
11499.84
Hardscape Sidewalk, No Irrigation, East side of El Camino from 6th Street to Main Street
jaround to Prospect
Old Town Sidewalk 5
0.215
9365.4
East side El Camino and North Side Main from Prospect to 3rd Street
Old Town Sidewalk 6
0.182
7927.92
Hardscape Sidewalk, No Irrigation, West side El Camino and North Side Main Street from C
to 3rd Street
Old Town Sidewalk 7
0.107
4660.92
Hardscape Sidewalk, No Irrigation, East side El Camino from 3rd Street to 2nd Street
Old Town Sidewalk 8
0.102
4443.12
Hardscape Sidewalk, No Irrigation, West side El Camino from 3rd Street to 2nd Street
Old Town Sidewalk 9
0.147
6403.321
Hardscape Sidewalk, No Irrigation, East Side El Camino From 2nd Street to list Street
Old Town Sidewalk 10
0.154
6708.241
IHardscape Sidewalk, No Irrigation, West Side El Camino From 2nd Street to list Street
El Camino Parkette
0.054
2352.241
1 Shrub and Decomposed Granite parkette w/ Irrigation, located at 450 El Camino Real
Total Area Acres
Total Square Feet
2.612
113778.72
E-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
Facilities
AREA
SQUARE
NUMBER
ITEM NAME
ADDRESS
ACRES
FEET
DESCRIPTION
4500 E Fowler Ave,
Shrubs, Hardscape, Weed Abatement, General
37
Foothill Reservoir
Santa Ana
0.593
25831.08
Maintenance and Irrigation
13331 Foothill Blvd,
Shrubs, Hardscape, Weed Abatement, General
38
Rawlings Reservoir
Santa Ana
1.108
48264.48
Maintenance and Irrigation
11301 Newport Ave,
Ivy, Hardscape, Weed Abatement and General
39
Newport Reservoir
Santa Ana
0.229
9975.24
Maintenance and Irrigation
2038 Foothill Blvd,
Weed Abatement and General Maintenance
40
Lyttle Reservoir
Santa Ana
0.023
1001.88
11811 Outlook Ln,
Shrubs, Gravel, Hardscape, Weed Abatement,
41
Simon Ranch Reservoir
Santa Ana
0.285
12414.6
General Maintenance and Irrigation
11921 Simon Ranch
Weed Abatement and General Maintenance
42
Simon Ranch Booster
Rd, Santa Ana
0.011
479.16
13161 Yorba St,
Weed Abatement and General Maintenance
43
IYorba Well
Santa Ana
0.077
3354.12
18602 17th St, Santa
Shrubs, Gravel, Hardscape, Weed Abatement,
44
17th Street Desalter
Ana
0.3
13068
General Maintenance and Irrigation
17575 Vandenberg
Hardscape, Weed Abatement and General
45
Vandenberg Well
Ln, Tustin
0.024
1045.44
Maintenance
14521 Beneta Way,
Shrubs, Gravel, Hardscape, Weed Abatement,
46
Beneta Well
Tustin
0.157
6838.92
General Maintenance and Irrigation
14510 Livingston
Gravel, Weed Abatement and General
47
Livingston Well
Ave, Santa Ana
0.013
566.28
Maintenance
12571 Newport Ave,
Shrubs, Hardscape, Weed Abatement, General
48
Newport Well
Tustin
0.018
784.08
Maintenance and Irrigation
170 Pasadena Ave,
Shrubs, Gravel, Hardscape, Weed Abatement,
49
Pasadena Well
Tustin
0.254
11064.24
General Maintenance and Irrigation
2100 Edinger Ave,
Shrubs, Hardscape, Weed Abatement, General
50
Edinger Well
Tustin
0.154
6708.24
Maintenance and Irrigation
1862 Jan Marie PI,
Gravel, Weed Abatement and General
Tustin. Access from
Maintenance
51
Pankey Well
Tustin East Drive
0.042
1829.52
Shrubs, Gravel, Hardscape, Weed Abatement,
235 E. Main Street,
Parking Lot, General Maintenance, Trash
52
Main Street Reservoir
Tustin
1.2
52272
Recepticles and Irrigation
1472 Service Road,
Shrubs, Hardscape, Weed Abatement, Parking
53
ITustin Corporate Yard
Tustin
0.359
15638.04
Lot, General Maintenance and Irrigation
300 Centennial Way
Shrubs, Turf, Gravel, Hardscape, Weed
& 345 Main Street,
Abatement, Parking Lot, General Maintenance,
54
Tustin Civic Center
Tustin
5.484
238883.04
and Irrigation
Tustin Area Senior
200 S. C Street,
Shrubs, Turf, Hardscape, Weed Abatement,
55
Center
Tustin
1.475
64251
General Maintenance, and Irrigation
Shrubs, Gravel, Hardscape, Weed Abatement,
2975 Edinger Ave,
General Maintenance, Parking Lot, and Irrigation
56
Tustin Metrolink
Tustin
3.16
137649.6
15445 Lansdowne
Shrubs, Gravel, Hardscape, Weed Abatement,
57
Legacy Annex
Road, Tustin
0.66
28749.6
General Maintenance, and Irrigation
Tustin Family and
14722 Newport
Shrubs, Hardscape, Weed Abatement, General
58
Youth Center
Avenue, Tustin
0.265
11543.4
Maintenance, Parking Lot, and Irrigation
15011 Kensington
Shrubs, Gravel, Hardscape, Weed Abatement,
59
OCFA Fire Station
Park Drive, Tustin
0.924
40249.44
General Maintenance, and Irrigation
150 E. 1st Street,
Shrubs, Hardscape, Weed Abatement, General
60
Tustin War Memorial
Tustin
0.189
8232.84
Maintenance, Parking Lot and Irrigation
E-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Facilities
Continued
ITEM
AREA SQUARE
NUMBER
ITEM NAME
ADDRESS
ACRES FEET
DESCRIPTION
Shrubs, Turf, Gravel, Hardscape, Weed
2345 Barranca
Abatement, General Maintenance, Trash Cans
61
Old Army Reserve
Parkway, Tustin
3.261
142049.16
and Irrigation
Shrubs, Turf, Hardscape, Weed Abatement,
Red Hill & Barranca
Parking Lot, General Maintenance, Trash &
62
Linear Park
to Armstrong
27
1176120
Recyling Recepticles, and Irrigation
Empty right of way
between from
Walnut to train
Right of way area, former railroad tracks, Weed
tracks, between
Abatement and General Maintenance
Browning and
63
Katherine Spur
Cherrywood
4.59
199940.4
Behind wall on SB
Right of way area along Tustin Ranch Road from
Tustin Ranch Road
Walnut to train tracks, Shrubs, Weed Abatement,
between Walnut and
DG Hardscape access area, General
64
1TRR Gated Area
Train tracks
1.2
52272
Maintenance, and Irrigation.
Slope between NB
Jamboree and
Shrubs, Hardscape, Weed Abatement, General
Peters Canyon,
Maintenance and Irrigation
65
Peters Canyon Slope
access from Moffett
1.93
84070.8
Vacant lot on South
Gravel, Weed Abatement and General
Newport/Edinger
side of Edinger along
Maintenance
66
Vacant Lot
NB Newport
3.01
131115.6
Vacant lot between
Gravel, Weed Abatement and General
Newport and 55N
Maintenance
Newport/Valencia
Freeway, Valencia
67
Vacant Lot
and 55N on/off ramp
11.4
496584
Vacant lot on South
Gravel, Weed Abatement and General
side of WB Edinger
Maintenance
68
Edinger Vacant Lot
near Newport Ave
3.84
167270.4
Front parkway of city owned business, Shrubs,
15171 Del Amo
15171 Del Arno,
Weed Abatement, General Maintenance and
69
Building Frontage
Tustin
0.149
1 6490.441
Irrigation
E-18
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
General Fund Streets and Medians Equipment List
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notes
01D
N/A
N/A
Field Services HUB
in Vehicle Maintenance Garaqe at Corporate Yard
Calsense CS3000
This is lust a HUB
Shrub Medians from 55 North Freeway to just east of
First Street Medians 1, 2,
Pacific, Shrub Parkway on INS Pacific south of First
3, & 4, Pacific Parkway 1,
Street and two islands on North and South Sides of First
Calsense CS3000 LR
1.5" Wilkins RP 975XL Serial No.
01 E
17213246
560 W First St
and Pacific Islands 1 &2
at Pacific and Yorba
SSE
City of Tustin
Potable
4594096
First Street Medians 6, 7,
9, 10, 11 & 12 and First
Shrub Medians on First Street from just west of A Street
Calsense CS3000 LR
02E
17497563
400 W First St
Street Island 1
to Prospect
SSE
City of Tustin
Potable
1" Wilkins RP 975XL Serial No. 4532968
17500 Vandenberg
Calsense ET2000e LR
1.5" Wilkins RP Model 975XL Serial
Solar powered
03E
13588953
Ln
Vandenberq Parkway 1
Shrub Parkway on Vandenberq
RR
City of Tustin
Potable
number 3916966
controller
First Street Medians 13 to
Shrub Medians on First Street between Prospect and
Calsense CS3000 LR
1.5" Wilkins RP 975XL Serial No.
04E
1 174975664
535 E First St
22
Newport Ave
SSE
City of Tustin
I Potable
4633291
13052 Newport
Shrub Median on Newport between Irvine Blvd and Old
Calsense CD3000 LR
Solar Powered
09E
48642445
Ave
Newport Median 2
Irvine Blvd
SSE
City of Tustin
Potable
1" Wilkins RP 975XL Serial No. 4528492
Controller
15901.5 Tustin
TRR Median 20 and TRR
Shrub median and parkway bioswale between Victory and
Calsense ET2000e LR
10B
52987961
Ranch Road
Bioswale 7
Warner North
RR
IRWD
Reclaimed
Warner Medians 3 & 4
and Warner Bioswales 6,
Shrub medians and bioswales between Armstrong and
Calsense ET2000e LR
10D
53351531
1435.5 Warner Ave
7, 8 & 9
Leqacy Road
RR
IRWD
Reclaimed
Newport at Old
Shrub Median on Newport between Old Irvine and 370ft
Calsense CS3000 LR
Solar powered
10E
49626647
Irvine
Newport Median 1
north of Old Irvine
SSE
Potable
1.5" Febco RP 825YA Serial No. J018826
controller
10291 Jamboree
South half of Jamboree
Jamboree turf median from about halfway between
Calsense ET2000e LR
11A
60498516
Rd
Median 2
Pioneer and Patriot to Patriot
RR
IRWD
Reclaimed
Park Median 2 and
Shrub median on Victory west of Park and on Park South
Calsense ET2000e LR
11B
52988472
15730.5 Park Ave
Victory Median 2
of Victory
RR
IRWD
Reclaimed
Warner Medians 5 & 6
and Warner Bioswales 10
Shrub medians and bioswales between Legacy Road and
Calsense ET2000e LR
11D
53351199
2775.5 Warner Ave
& 11
Tustin Ranch Road
RR
IRWD
Reclaimed
Shrub Medians on Irvine between Mountain View and B
Calsensene CS3000
11 E
74497595
17399 Irvine Blvd
Irvine Median 4 & 5
Street
SSE
City of Tustin
Potable
1" Wilkins RP 975XL2 Serial No. 4471537
Park Median 1 and Park
Park Ave medians from Victory to Moffett and Bioswales
Calsense ET2000e LR
12B
16999794
15601 Park Ave
Bioswale 1 & 2
on west side of Park between Moffett and Victory
RR
IRWD
Reclaimed
12E
17784618
17731 Irvine Blvd
Irvine Medians 6 & 7
Shrub Medians on Irvine between B Street and Prospect
Calsense CS3000
City of Tustin
Potable
1" Wilkins RP 975XL2 Serial No. 4528499
10657 Jamboree
North half of Jamboree
Jamboree turf median between Patriot and halfway to
Calsense ET2000e LR
13A
15367139
Rd
Median 3
Tustin Ranch Road
RR
IRWD
Reclaimed
Moffett Median 3, 4 & 5
Moffett Dr shrub medians from Park Ave to Peters
and Moffett Bioswales 1 -
Canyon Channel, slopes on Peters Canyon Channel from
6 and Peters Canyon
Moffett to City Limit on east side of Jamboree, and 6
Calsense ET2000e LR
13B
16999793
3177.5 Moffett or
Wash Slope 1
bioswales on north side of Moffett from Park to Jamboree
RR
IRWD
Reclaimed
Irvine Medians 8, 9, 10, &
Shrub Medians on Irvine between Prospect and Fashion
1" Wilkins RP 975XL2 Serial No. 4528502
13E
74497584
17924 Irvine Blvd
11
Ln
Calsense CS3000
City of Tustin
Potable
Code T-011
11027 Jamboree
South half of Jamboree
Jamboree turf median from halfway between Patriot and
Calsense ET2000e LR
14A
60498514
Rd
Median 3
Tustin Ranch Road to Tustin Ranch Road
RR
IRWD
Reclaimed
Shrub medians on Moffett between Peters Canyon
14B
60492186
1463 Moffett
Moffett Median 6 & 7
Channel to Harvard
Rain Master
IRWD
Reclaimed
Irvine Medians 13. 14. &
Shrub Medians on Irvine between Fashion Lane and Holt
Solar Powered
14E
17497597
18168 Irvine Blvd
15
Ave
Calsense CS3000
City of Tustin
Potable
1" Wilkins RP 975XL Serial No. 4515425
Controller
Shrub Median on Irvine between Plaza Drive and
Solar Powered
15E
17213245
18343 Irvine Blvd
Irvine Median 17
Newport Ave
Calsense CS3000
City of Tustin
Potable
1" Febco RP 825YA Serial No. J041636
Controller
16100 Armstrong
Armstrong Bioswales 1 -
Bioswales on Armstrong between Warner and Barranca
Calsense ET2000e LR
16D
60896750
Ave
10
Parkway
RR
IRWD
I Reclaimed
Shrub Median on Irvine between Newport Ave and Old
Solar powered
16E
17497580
1062 Irvine Blvd
Irvine Median 18
Irvine
Calsense CS3000
City of Tustin
Potable
1" Febco RP 825YA Serial No. J043942
controller
11551 Jamboree
Jamboree turf median from Tustin Ranch Road to Portola
Calsense ET2000e LR
17A
60498477
Rd
Jamboree Median 4
Parkway
RR
IRWD
Reclaimed
Irvine/Old Irvine
Shrub and tree island at intersection of Irvine and Old
1" Febco RP 825Y Serial No. A258484
Solar powered
17E
17497560
Trianqle
Old Irvine Island 1
Irvine
Calsense CS3000
City of Tustin
Potable
Code T-014
controller
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
General Fund Streets and Medians Equipment List (continued)
Controller Name
Meter Number
Meter Address
serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notes
17th & 55 FWY
Shrub Medians on 17th Street between 55 freeway to
2" Wilkins RP 975XL Serial No. 405284
17th and 55
12224289
Center Median
17th Median 1 & 2
Yorba Street
Hunter Node 100
City of Tustin
Potable
Code T-024
17th Median 3
16784024
17386 E 17th St
17th Median 3
Shrub Medians on 17th Street between Yorba and Yorba
Rain Bird ESP-TM2
City of Tustin
Potable
2" Febco RP 825Y Serial No. A112996
17th Median 4
8497071
17541 E 17th St
17th Median 4
Drip loop for Shrubs on 17th Median 4
Hunter Node 100
City of Tustin
Potable
NA
Anti -siphon device
17th Median 6
33762302
17631 1/2 17th St
17th Median 6
Drip loop for Shrubs and Tree on 17th Median 6
Hunter Node 100
City of Tustin
Potable
NA
Anti -siphon device
17th Median 7
1 8497087
17th & Malena
17th Median 7
Drip loop for Shrubs and Tree on 17th Median 7
Hunter Node 100
City of Tustin
I Potable
NA
Anti -siphon device
Red Hill Median 11 to 17,
18E and 19E are
Red Hill Bioswale 1 & 2,
Shrub Medians on Red Hill between Edinger and
in same cabinet
Red Hill Parkways 1, 2, &
Barranca Parkway and Parkways on Valencia and Red
and act as one
3, Valencia Parkway 1
Hill around Orange County Rescue Mission, Bioswales on
controller. They
and some stations at
NB Red Hill, Parkways on Red Hill in front of Army
share the same
18E
60524014
1628 Valencia
Legacy Annex
Reserve, and some stations at Legacy Annex
Calsense CS3000
IRWD
Reclaimed
meter
Red Hill Median 11 to 17,
18E and 19E are
Red Hill Bioswale 1 & 2,
Shrub Medians on Red Hill between Edinger and
in same cabinet
Red Hill Parkways 1, 2, &
Barranca Parkway and Parkways on Valencia and Red
and act as one
3, Valencia Parkway 1
Hill around Orange County Rescue Mission, Bioswales on
controller. They
and some stations at
NB Red Hill, Parkways on Red Hill in front of Army
share the same
19E
1 60524014
1629 Valencia
Legacy Annex
Reserve, and some stations at Legacy Annex
Calsense CS3000
IRWD
I Reclaimed
meter
2988 Portola
Portola turf medians between Tustin Ranch Road and
Calsense ET2000e LR
20A
60498508
Parkway
Portola Medians 1 & 2
Jamboree
RR
IRWD
Reclaimed
Shrub Median on Edinger between Kensington Park Drive
20E
17867766
15000 Kensington
Edinger Median 8
and Tustin Ranch Road
Calsense CS3000
IRWD
Reclaimed
11257 Tustin
Tustin Ranch Road turf medians from Jamboree to
Calsense ET2000e LR
21A
60498501
Ranch Rd
TRR Median 1 & 2
Portola Parkway
RR
IRWD
Reclaimed
Pioneer way turf median from Tustin Ranch Road to
Calsense ET2000e LR
27A
1 15063608
2814 Pioneer Way
Pioneer Median 1
Pioneer Road
RR
IRWD
I Reclaimed
11929 Jamboree
Calsense ET2000e LR
29A
60582294
Rd
Jamboree Median 5
Jamboree Turf Median from Portola to Champion
RR
IRWD
Reclaimed
12217 Jamboree
Jamboree turf median from Champion to OCRT
Calsense ET2000e LR
30A
60549527
Rd
Jamboree Median 6
underpass
RR
IRWD
Reclaimed
12531 Jamboree
Jamboree turf median from OCRT underpass to
Calsense ET2000e LR
32A
18860502
Rd
Jamboree Median 7 & 8
Robinson
RR
IRWD
Reclaimed
12943 Jamboree
Calsense ET2000e LR
33A
220023965
Rd
Jamboree Median 9
Jamboree turf median from Robinson to Irvine
RR
IRWD
Reclaimed
36A
60498474
13062 Robinson or
Irvine Median 21 & 22
Irvine Blvd turf medians from Jamboree to Robinson
IRWD
Reclaimed
Irvine Blvd turf median from Robinson to Tustin Ranch
Calsense ET2000e LR
37A
60498499
2417 Irvine Blvd
Irvine Median 20
Road
RR
IRWD
Reclaimed
12888 Tustin
Tustin Ranch Road turf median from Irvine Blvd to La
Calsense ET2000e LR
39A
220023890
Ranch Rd
TRR Median 8
Colina
RR
IRWD
Reclaimed
Tree and former turf medians from Tustin Ranch Road to
Calsense ET2000e LR
2" Febco RP Model 825Y Serial number
Shares meter and
3A
13099955
2743 Edinger
Edinger Medians 9 & 10
Jamboree
RR
IRWD
Potable
AH8965
flowsensor with 3B
Jamboree Parkway 1, 2, 3
and 4 and Edinger Island
Jamboree on and off ramps from Edinger and triangle
Calsense ET2000e LR
2" Febco RP Model 825Y Serial number
Shares meter and
3B
13099955
2743 Edinger
1-6
islands under Jamboree overpass
RR
IRWD
Potable
AH8966
flowsensor with 3A
12270 Tustin
Tustin Ranch Road turf medians from La Colina to
Calsense ET2000e LR
42A
60498470
Ranch Rd
TRR Medians 4, 5, & 6
Rawlings
RR
IRWD
Reclaimed
11836 Tustin
Calsense ET2000e LR
45A
60498484
Ranch Rd
TRR Median 3
Tustin Ranch Road turf median from Rawlings to Portola
RR
IRWD
Reclaimed
12563 Tustin
La Colina turf median Tustin Ranch Road to City Limit at
Calsense ET2000e LR
48A
221888212
Ranch Rd
La Colina Median 1
Ranchwood
RR
IRWD
Reclaimed
Calsense ET2000e LR
4B
60738960
3443 Edinger
Edinger Medians 11 & 12
Edinger turf medians between Jamboree and Harvard
RR
IRWD
Reclaimed
12991 Tustin
Irvine Blvd turf median from Tustin Ranch Road to
Calsense ET2000e LR
52A
60498524
Ranch Rd
Irvine Median 19
Ranchwood
RR
IRWD
Reclaimed
13381 Jamboree
Jamboree Medians 10 &
Calsense ET2000e LR
56A
60683509
Rd
11
Jamboree turf medians Irvine to Bryan
RR
IRWD
Reclaimed
O
N
I
Ui
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
General Fund Streets and Medians Equipment List (continued)
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notes
Currently off. Uses
a pump and
shares a meter
60527573
with 4A. Median is
5ASub Meter
Calsense ET2000e LR
General Fund with
5A
60470205
10006 Jamboree
Jamboree Median 1
Jamboree Median at North City Limit to Pioneer Road
RR
IRWD
Potable
2" Febco RP Model 825Y Serial J035783
a sub meter
Shrub medians on Tustin Ranch Road from Valencia to
TRR Median 17 and
top of bridge over Edinger and 3 shrub medians on
15229.5 Tustin
Valencia Medians 6, 7, &
Valencia, 2 between Kensington and Tustin Ranch Road
Calsense ET2000e LR
Bridge landscaping
5B
1 52988252
Ranch Road
8
and one lust west of Kensinqton
RR
IRWD
I Reclaimed
south of Edinqer
14121 Newport
Newport Medians 16, 17,
5E
18626705
Ave
18, & 19
Shrub Medians on Newport Nisson and McFadden Ave
Calsense CS3000
City of Tustin
Potable
1" Wilkins RP 975XL Serial No. 4528501
Calsense ET2000e LR
60A
60621829
2733 Bryan Ave
Bryan Medians 5 & 6
Bryan Ave turf medians from Jamboree to Mvford
RR
IRWD
Reclaimed
Bryan Ave turf medians from Myford to Tustin Ranch
Calsense ET2000e LR
60B
16999745
2431 Bryan Ave
Bryan Median 3 & 4
Road
RR
IRWD
Reclaimed
Bryan Ave turf medians from Tustin Ranch Road to
Calsense ET2000e LR
60C
15063530
2083 Bryan Ave
Bryan Median 1 & 2
Browninq
RR
IRWD
I Reclaimed
13151 Tustin
Tustin Ranch Road turf and shrub medians from Irvine to
Calsense ET2000e LR
64A
60738952
Ranch Rd
TRR Median 9, 10 & 11
Bryan
RR
IRWD
Reclaimed
13316 Jamboree
Jamboree Medians 12 &
Calsense ET2000e LR
68A
60582293
Rd
13
Jamboree turf medians from Bryan to El Camino Real
RR
IRWD
Reclaimed
13702 Tustin
Calsense ET2000e LR
69A
60896531
Ranch Rd
TRR Median 12, 13, & 14
Tustin Ranch Road turf medians from Bryan to 5 freeway
RR
IRWD
Reclaimed
14741.5 Tustin
Shrub median on Tustin Ranch Road from top of Edinger
Calsense ET2000e LR
Bridge landscaping
6B
13377970
Ranch Road
TRR Median 17
overpass bridge to Walnut
RR
IRWD
Reclaimed
north of Edinqer
13732 Newport
Newport Medians 10, 11,
Shrub Medians on Newport between Main St and El
6E
18626704
Ave
12, 13 & 14
Camino Real
Calsense CS3000
City of Tustin
Potable
1" Wilkins RP 975XL Serial No. 4528496
14241 Tustin
TRR Median 16 and TRR
Tustin Ranch Road turf median & parkways between
Calsense ET2000e LR
75A
12726596
Ranch RD
Parkways 1 & 2
Walnut and 5 Freeway
RR
IRWD
Reclaimed
Area that serves
Jamboree Median
15367095 (wic)
South half of Jamboree
Jamboree turf medians lower portion north of Pioneer and
1 is off. Sub meter
60470206 (sub)
10081 Jamboree
Median 1 & North half of
then North half of median south of Pioneer to halfway to
Calsense ET2000e LR
is in Jamboree
7A
98041008
Rd
Jamboree Median 2
Patriot
RR
IRWD
Potable
2" Febco RP Model 825Y Serial J033580
Median 2
Walnut Medians 4, 5, 6,
Shrub medians and former turf medians on Walnut
Calsense ET2000e LR
2" Febco PVB Model 765 Serial number
7B
15367190
2701 Walnut Ave
7, & 8
between Tustin Ranch Road and Myford
RR
IRWD
Potable
96243
Walnut Medians 1 & 2
Cherrywood/Walnu
and Walnut Parkways 1,
Shrub medians and parkways on EB Walnut from
Calsense ET2000e LR
1.5" Wilkins RP Model 975XL Serial
8B
17884918
t Comer
2, & 3
Katherine Spur to Tustin Ranch Road
RR
IRWD
Potable
number 383579
Newport Medians 3, 4, 6,
7, 8 & 9 and Newport
13152 Newport
Parkways 1, 2, 3, 4, 5, 6,
Shrub Medians and Parkway on bike path on Newport
Calsense ET2000e LR
8E
18526710
Ave
& 7
from Irvine to Main St
RR
City of Tustin
Potable
1" Wilkins RP 975XL Serial No. 4528503
TRR Medians 18 & 19
15501.5 Tustin
and TRR Bioswales 1, 2,
Shrub Medians between Valencia and Victory and
Calsense ET2000e LR
9B
13377973
Ranch Road
3, 4, 5 & 6
Bioswales in Parkways
RR
IRWD
I Reclaimed
Warner Medians 1 & 2,
Warner Parkways 1, 2, &
3 and Warner Bioswales
Shrub Medians, WB Parkways and bioswales between
Calsense ET2000e LR
9D
60896717
1630.5 Warner Ave
1, 2, 3, 4, & 5
Red Hill and Armstronq
RR
IRWD
Reclaimed
Bryan east of
Shrub parkway along Bryan from Stonehenge east to sidewalk
1" Wilkins RP 975XL Serial No. 4484715 Code T.
Bryan Stonehenge
98094766
Stonehenge
Bryan Parkway 1
before the OC flood channel
Weathermatic
City of Tustin
Potable
065
1" Febco RP 825YA Serial No. J145951 Code T-
Bryan Triangle
76589718
Bryan and Main Island
Main and Bryan Island
Shrub Triangle island at intersection of Bryan and Main
Weathermatic
City of Tustin
Potable
002
Del Amp Median 1 and
Shrub Median on Del Amp at Newport and Shrub Medians on
1.5" Wafts RP LF009M2 Serial No. 086086 Code
Del Amo Newport
19111452
15191.5 Del Amo
Newport Medians 20 & 21
Newport between Del Amp and Edinger
Calsense CS3000 LR SSE
City of Tustin
Potable
T-073
Shrubs and trees along access pathway from Melronnk train dock
Dow Access
51932325
Metrolink Dow Access
Tustin Metrolink Station
to Dow Avenue
Weathermatic
IRWD
Potable
2" Febco RP 825Y Serial No. H09244
V-
N
I
LU
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
General Fund Streets and Medians Equipment List (continued)
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notes
Parkway with ivy climbing 5 North freeway wall on El Camino Real
between Shopping center at Red Hill to Animal Hospital near
1" Febco RP 825Y Serial No. BK4437 Code T-
ECR 5 Freeway
32005277
1172 El Camino Real
El Camino Parkway 1
Orange
Weathermatic
City of Tustin
Potable
060
Old Town Island 1 to 34 Old
ECR front of Farmers
wn
To.
oParkways 1 to 20 and El
Shrub parkways and parkette on El Camino Real from just south of
1.5" Cla-Val RP RP2 Serial No. UQ11 Code T-
ECR North
60302342
Market
Camino Parkette
6th street to 1st Street
Weathermatic
City of Tustin
Potable
049
Controller located in
ECR between Galaxy
1.5" Wilkins PVB 720A Serial No. 381741 Code
valve box in middle of
Old Town Island 35
44167122
& Roma d'Italia
Old Town Island 35
Turf and shrub Island at El Camino Way and El Camino Real
Hunter Node 100
City of Tustin
Potable
T-003
island
Controller located in
valve box in sidewalk
near corner of El
ECR between Galaxy
Shrub and flower planter box on monument sign on SE comer of El
1.5" Wilkins PVB 720A Serial No. 381741 Code
Camino Way and El
Old Town Planter Box
44167122
& Roma d'Italia
Old Town Planter Box
Camino Real and Newport
Hunter Node 100
City of Tustin
Potable
T-006
Camino Real
2" Wilkins RP 975XL Serial No. 3235221 Code T.
Edinger AT&T
32004910
1301.5 Edinger
Edinger Medians 3, 4 & 5
Shrub Medians from AT&T entrance light to Red Hill
Weathermatic
City of Tustin
Potable
066
15003 Kensington
Shrub Median on Edinger from Kensington to mow curb near
Edinger Kensington
60498454
Park
Edinger Median 7
emergency access turn around break in median to the west
Calsense CS3000
IRW D
Reclaimed
2" Wilkins RP 975XL Serial No. 2951672 Code G
Edinger Newport
34056360
1127.5 Edinger
Edinger Median 1
Shrub median on Edinger from Newport to Del Arno
Weathermatic
City of Tustin
Potable
78D
Edinger Parkway
Shrub Median on Edinger from Parkway loop to the east at
2" Wilkins RP 975XL Serial No. 4791977 Code T.
Loop
32005276
1701.5 Edinger
East end of Edinger Median 7
emergency access turn around
Weathermatic
City of Tustin
Potable
064
Fashion and First
11062050
Fashion Median 2
Fashion Median 2
Shrub medain on Fashion at First Street
Node 100
City of Tustin
Potable
NA
Fashion and Irvine
75545150
Fashion Median 1
Fashion Median 1
Shrub median on Fashion at Irvine Blvd
Node 100
City of Tustin
Potable
NA
Hall Circle
78259457
Hall Circle Median 2
Hall Circle Median 1 & 2
Shrub medians on Hall Circle from First street to end of cul de sac
DiG Leit 4000
City of Tustin
Potable
1" Champion Model 1B 2502
Shrub parkway slope on WB Main Street between 55 freeway and
1" Wilkins RP 975XL2 Serial No. 3675569 Code
Main and Stoneglass
44759637
16999.75 Main Street
Main Street Slope 1
Stoneglass
Weathermatic
City of Tustin
Potable
T-056
Main and Williams
32730945
Main East of Williams
Main Street Parkway 2
Shrub parkway on EB Main between Williams and 5 Freeway
Irritrol
City of Tustin
Potable
1" Febco RP 825Y Serial No. A005479
Shrub parkway along 55 North freeway wall from Santa Clara to
Shares Backflow with Santa Clara Slopes and
Marshall Lane
16616684
13201 Marshall Lane
Marshall Lane Parkway 1
Laurie Lane
Node 100
City of Tustin
Potable
Park
This meter is not paid
by city of tustin but
only serves city
Newport Valencia
54758456
15442.5 Newport
Newport Medians 22 & 23
Shrub Medians on Newport between Valencia and Del Arno
Calsense CS3000 LR SSE
Potable
1" Watts LF009M2QT Serial No. 192425
medians
Not a City of Tustin
Newport Valencia
paid Meter. Fed from
Parkways
19176769
15442.5 Newport
Newport Parkway 12 & 13
Shrub Parkways on NB Newport between Valencia and Del Arno
(2) Hunter Node 100
City of Tustin
Potable
NA Not City Meter or Backflow
Schools First
Parkway with ivy climbing 5 south freeway walls on Nisson
1" Febco RP 825Y Serial No. BK4412 Code T-
Nisson East
33153010
1327 Nisson
Nisson Rd Parkway 1
between Newport to Red Hill
Weathermatic
City of Tustin
Potable
058
150' East of Newport
Shrub and tree parkway on Nisson from Newport to 600ft to the
Solar Powered
Nisson Newport
16616683
on Nisson
Nisson Rd Parkway 1
east
Calsense CS3000
City of Tustin
Potable
1.5" Wilkins RP 975XL2 Serial No. 3516251
Controller
Nisson between
Pasadena and
Parkway with ivy climbing 5 south freeway walls on Nisson
1" Febco RP 825Y Serial No BK4381 Code T-
Nisson West
60013592
Newport
Nisson Rd Parkway 2
between Pasadena and B Street
Weathermatic
City of Tustin
Potable
059
15003 Kensington
Shrubs and trees in front of Orange County Fire Station and
OCFS #37
13377971
Park
OCFA Fire Station
landscaping behind walls of station
IRW D
Reclaimed
Red Hill and Bryan
Solar powered
Controller A
11117257
Red Hill Median 3
Red Hill Median 3
Shrub Median on Red Hill between Bryan and Lance Dr
Calsense CS3000
City of Tustin
Potable
1" Wilkins RP 975XL2 Serial No. 4938837
controller
Red Hill and Bryan
Solar powered
Controller B
11117314
13522 Red Hill
Red Hill Median 1 & 2
Shrub Medians on Red Hill between Bryan and 1st Street
Calsense CS3000
City of Tustin
Potable
1.5" Wilkins PVB 720 Serial 205182 Code T-019
Controller
Center Median next to
1" Febco RP 825Y Serial No. A241005 Code T-
Red Hill Median 10
16601144
train tracks
Red hill Median 10
Shrub Median on Red Hill between Edinger and train tracks
DiG Leit 4000
City of Tustin
Potable
061
Red Hill at Sycamore
2" Wilkins PVB 720 Serial No. 331752 Code T-
Red Hill Sycamore
16329797
Bus Stop
Red Hill Medians 5-9
Shrub Medians on Red Hill between Walnut and Train Tracks
Weathermatic
City of Tustin
Potable
021
Shrub slopes north and south of Santa Clara on east side of 55
Santa Clara
13588957
Santa Clara Slope
Santa Clara Slope 1 & 2
North freeway
Node 100
City of Tustin
Potable
2" Wilkins RP 975XL2 Serial No. ACL5677
100 ft east of Red Hill
1.5" Febco RP 825Y Serial No. A006376 Code T-
Sycamore Median 2
16772785
in Median
Sycamore Median 2
Shrub Median on Sycamore between Red Hill and Devonshire
Node 100
City of Tustin
Potable
020
Turf median on Sycamore between Canterbury and Katherine Spur
Calsense ET2000e LR RR
Controlled and water
Sycamore Median 3
16243600
14722 Devonshire
Sycamore Median 3
access
Centennial Park Controller B
City of Tustin
Potable
from Centennial Park
Sycamore Median 1 and
Shrub median and parkways on Sycamore between Newport and
2" Febco RP 825Y Serial No. 1032452 Code T-
Solar Powered
Sycamore Pasadena
97737729
Sycamore Parkway 1
Sycamore Parkway 1 & 2
Pasadena
Calsense CS3000
City of Tustin
Potable
023
Controller
N
N
LU
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
General Fund Streets and Medians Equipment List (continued)
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utili
Water Type
Backflow
Notes
16242.5 Tustin Ranch
Shrub Medians on Tustin Ranch Road from Warner North to
Solar Powered
TRR and Park
220023971
Rd
TRR Medians 21, 22, 23 & 24
Barranca Parkway
Calsense CS3000
IRWD
Reclaimed
Controller
TRR Valencia
TRR Parkway 5 and Valencia
Parkways on SB Tustin Ranch Road from Valencia to Moffett and
Parkway
61124107
2775.5 Moffett Dr
Parkway 2
on EB Valencia from Kensington to Tustin Ranch Road
Calsense CS3000
IRWD
Reclaimed
Valencia Median 5
54846304
17105 Valencia
Valencia Median 5
Shrub Median on Valencia from Armstrong to 430ft East
DiG Leit 4000
IRWD
Reclaimed
This is controlled by
The District. Both
meter and controller
Shrub Median on Warner North between Tustin Ranch Road and
are operated by the
Warner North
49990126
Warner Median 7
Park Ave
Non City Controlled
IRWD
Reclaimed
District.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
General Fund Facilities and Other Areas Equipment List
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notes
Shares a meter
Police City Hall -
and flow sensor
Front (A
300 Centennial
with Civic Center B
Controller)
61147265
Way
Civic Center
Front of City Hall, Police Department and Parkinq lot
Calsense CS3000
City of Tustin
Potable
2" Febco RP 825Y Serial No. A262097
controller
City Hall - Back
Shares a meter
Library
and flow sensor
Courtyard (B
300 Centennial
Back of City Hall, Council Chambers/Community Center
0.75" Febco RP 825Y Serial No. J030513
with Civic Center A
Controller)
61147265
Way
Civic Center
and Parkinq Lot
Calsense CS3000
City of Tustin
Potable
Code T-070
controller
Areas around the Library and Parking lot to the Main
1.5' Febco RP 825Y Serial No. J010959
7E
334038367
345 Main St
Library
street side of Community Center
Calsense ET2000e
City of Tustin
Potable
Code T-068
Shares mainline
Al
1 60966187
16015 Armstronq
Linear Park
Shrubs, Trees, and Turf throughout Linear Park
Calsense CS3000
IRWD
I Reclaimed
with A2
Shares mainline
A2
60966187
16015 Armstrong
Linear Park
Shrubs, Trees, and Turf throughout Linear Park
Calsense CS3000
IRWD
Reclaimed
with Al
Shares mainline
B1
60966189
16013 Armstronq
Linear Park
Shrubs, Trees, and Turf throughout Linear Park
Calsense CS3000
IRWD
Reclaimed
with B2
Shares mainline
B2
60966189
16013 Armstronq
Linear Park
Shrubs, Trees, and Turf throughout Linear Park
Calsense CS3000
IRWD
Reclaimed
with B1
Shares mainline
C1
1 61108535
16011 Armstronq
Linear Park
Shrubs, Trees, and Turf throughout Linear Park
Calsense CS3000
IRWD
I Reclaimed
with C2
Shares mainline
C2
6118535
16011 Armstrong
Linear Park
Shrubs, Trees, and Turfthroughout Linear Park
Calsense CS3000
IRWD
Reclaimed
with C1
Linear Park
13377981
1703 Fliqht Way
Linear Park Restrooms
Restroom Buildinq off Flight way
NA
IRWD
Potable
2" Wilkins RP 975XL2 Serial No. 4485587
Irrigation
shrubs, trees and ground cover around the exterior of
Irrigation is
Corporate Yard
Unmetered
1472 Service Rd
Corporate Yard
Corporate Yard
Calsense CS3000
City of Tustin
Potable
2" Febco RP 825Y Serial No. J046263
Unmetered
Meter serves
2" Febco RP 825Y Serial No. Q7602
irrigation and
Code T-042 (irrigation) 2" Febco RP
Building water.
825Y Serial No. A262107 Code T-041
Separate
Senior Center
13940268
200 S. C Street
Tustin Area Senior Center
Areas around Senior Center and Parkinq Lot
Calsense CS3000
City of Tustin
Potable
(Buildinq)
backflows
IF
Backflow on 1st
street does not
1" Febco RP 825Y Serial No. J145201
have a water
Code G-021 1" Watts RP 009M2QT
supply. Irrigation
Serial No. 156441 Code G-022 (not in
on 1 st Street does
War Memorial
44834853
150 E First
War Memorial
Shrubs and turf around War Memorial Facility
Rain Bird ESP-TM2
City of Tustin
Potable
use)
not work
Tustin Family and Youth
1.25" Febco RP 825Y Serial No. A048729
Youth Center
61129708
14722 Newport
Center
Areas around Youth Center
Weathermatic
City of Tustin
I Potable
Code T-048
Del Amo
1.5" Wilkins RP 975XL2 Serial No.
Buildinq
16772771
15171 Del Amo
Del Amo Buildinq
Front of Del Amo Buildinq outside the Derimiter fence
Hunter XC Hybrid Solar
City of Tustin
Potable
3903867 Code T-072
Foothill
Groundcover, shrubs and trees surrounding and inside
Reservoir
32731041
4500 E Fowler
Foothill Reservoir
fenced area or Reservoir
Weathermatic
City of Tustin
Potable
1" Febco RP 825Y Serial No. A263253
Meter by vault
2" Wilkins RP 975XL Serial No. 4072970
serves entire
Temporary Homeless
Landscape along Barranca directly infront of Former Army
serves building irrigation
facility. Sub meters
Former Army
2345 Barranca
Shelter/Former Army
Reserve building and Temporary Homeless Shelter
4" Wilkins RP 375A Serial No. X07597 is
and backflows for
Reserve
67801331
Pkwy
Reserve
buildinq as well as Iandscapinq inside fenced area
Rain Bird SST-1200
IRWD
Potable
at meter vault
different buildings
2" Febco RP 825Y Serial No. A257036
Code 65 (irrigation)
Both backflows
Irrigation around parking structure, parking lot and south
2" WilkinsRP 975XL Serial No. 4146581
served by same
Metrolink
61124067
2975 Edinger
Metrolink Station
side of train dock
Calsense C3000 (HUB)
IRWD
i Potable
Code 66 (Drinkinq fountain and restroom)
meter
15445 Lansdowne
Some stations on
Legacy Annex
51120151
Rd
Legacy Annex
Shrubs and trees surrounding and inside Annex Facility
Calsense CS3000
IRWD
Reclaimed
18E and 19E
1.5" Wilkins RPPD 975XL Serial No.
190839 Code T-052
17th Street
2" Febco RPPD 825Y Serial No. T-051
DeSalter
Unmetered
18602 17th Street
17th Street DeSalter
Shrubs surrounding and inside gates of Desalter Facility
Weathermatic
City of Tustin
Potable
Code T-051
Main Street
Main Street Old Town
Shrubs and trees surrounding Reservoir Facility and
2" Febco RP 825Y Serial No. A268646
Reservoir
I Unmetered
1 245 Main St
I Parkinq/Reservoir
I Public Parking
I Weathermatic
I City of Tustin
Potable
I Code T-063
N
w
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
General Fund Facilities and Other Areas Equipment List (continued)
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notea
Fed from
Reservoir backflow
Newport
11301 Newport
DIG B09D Digital Hose
off of a hose bib
Reservoir
Unmetered
Ave
Newport Reservoir
Serves Ivy on fence
End Timer
City of Tustin
Potable
NA
connection
1" Febco RP 825Y Serial No. J027389
Newport Well
Unmetered
12751 Newport
Newport Well
Well site with shrubs and ivy surrounding
Rain Bird ESP -TM2
City of Tustin
Potable
Code T-55A
2" Febco RP 825Y Serial No. J019616
Pasadena Well
Unmetered
170 Pasadena
Pasadena Well
Shrubs and trees in front of Pasadena Well Facility
Weathermatic
City of Tustin
Potable
Code T-071B
Rawlings
Shrubs and Trees inside and surrounding Reservoir
Uses a Rain Bird
Reservoir
Unmetered
13333 Foothill Blvd
Rawlinqs Reservoir
Facility
Weathermatic
City of Tustin
Potable
1" Febco RP 825Y Serial No. J080916
Pump
irrigated by Beneta
Park controller
##C // Park
maintained by city,
Beneta Well and Beneta
2" Wilkins RP 975XL Serial No. 2962697
Well maintained by
Beneta ##C
16899716
A Beneta Park
Park
Shrubs alonq outside of well walls
Calsense ET2000e
City of Tustin
Potable
Code T-030
contractor
Landscape and Hardscape around and inside reservoir
1" Febco RP LF825YA Serial No.
Simon Ranch
61217776
11811 Outlook Ln
Simon Ranch Reservoir
facilit
Rain Bird LXME2
City of Tustin
Potable
J010229
N
W
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
BACKROWS FOR TESTING
CODE
SER. NO.
LOCATION ADDRESS
LOCATION DESCRIPTION
MFG.
TYPE
SIZE
MOD.
T-044
62061
Police Department
On PD roof near Boiler
Watts
RP
0.75
009
67120
Robinson 12850
NW corner of tennis court
Watts
RP
2
009QTM1
82937
Field Services Yard,
Service Rd. 1472
Fireline bypass, by meter
AMES
DC
0.75
2000B
88032
Annex Building,
Valencia 1482
1645 Valencia Ave. At meter on N/S/O Valencia, in cage, in parking lot planter
Watts
RP
2
LF009M2Q
T
96243
Walnut Median Strip
2701
Walnut & Sinclair Center Median
Febco
PVB
2
765
T-031A
101181
Columbus Tustin Park
(Irrigation)
W side of pkg lot, on small slope
Watts
RP
2
009
101617
Magnolia Park,
Figtree
at meter at Magnolia Park, Fig Tree & Raintree in cage
Watts
RP
2
009M2QT
T-031
101871
Columbus Tustin Park
(Irrigation)
W side of pkg lot, on small slope
Watts
RP
2
009
G-022
156441
War Memorial
Building
150 E First St. Front of Building
Watts
RP
1
009M2QT
190839
E. 17th St. 18602
East Wall in planter-irr.
Wilkins
RP
1.5
975XL
T-019
205182
Red Hill/Bryan
13522 Red Hill, In Median on north side of Inters on Red Hill
Wilkins
PVB
1.5
720
T-021
331752
Red Hill & Sycamore
14702 Red Hill, S/W Corner Redhill & Sycamore by school
Wilkins
PVB
2
720
T-003
381741
El Camino Real (695)
East Side south of 6th st. in sidewalk
Wilkins
PVB
1.5
720A
383579
Walnut &
Cherrywood
By meter by wall, for irrigation
Wilkins
RP
2
975XL2
T-024
405284
17th St. @ SR55
17231
In Median Btwn Yorba & SR55
Wilkins
RP
2
975XL
589611
Heritage Park,
Kinsman Cr. 2352
By Meter
Wilkins
RP
2
975XL
T-001
1548445
Browning 13419
By irrigation controller E/S/O Browning 150' N/O Burnt
Wilkins
RP
2
975XL
1771731
Pioneer Road Park
10254 Pioner Rd
Near end of parking lot in planter for water feature
Wilkins
RP
2
975XL
2636053
Red Hill Avenue
15442
Fireline Bypass
Wilkins
RP
0.75
975XLD
2801338
Old Temp Yard,
Barranca Pkwy, 2345
Bypass
Wilkins
DC
0.75
950XLD
G-78D
2951672
Edinger 1127
In median on Edinger at 1127, In median on Edinger at Newport in cage
Wilkins
RP
2
975XL
T-030
2962697
Columbus Tustin Park
(Irrigation)
N/S/O Prospect/Beneta Cage n/s Beneta w/Shasta; near storm drain in
greenbelt area
Wilkins
RP
2
975XL
T-066
3235221
Edinger 1301
In median on Edinger at 1301, W/O Red Hill
Wilkins
RP
2
975XL
T-038
3667501
Santa Clara Park/H.A.
Slope
Marshall Ln. at Meter in Park s/o Santa Clara
Wilkins
RP
2
975XL
T-056
3675569
Main/Stoneglass
N/Side approx. 150' E/Stoneglass in green belt
Wilkins
RP
1
975XL2
T-032B
3805519
Frontier Park Splash
Pad
Mitchell/Utt in Irrigation Control Rm
Wilkins
RP
2
975XL2
3896566
Victory Park 3300
Park Avenue
At meter inside parking lot W/O Park Ave across from bldg. driveway, corner of
Park Ave/Victory Park entrance
Wilkins
RP
2
975X2
T-072
3903867
Del Am 15171
At meter in front of Building on Del Amo
Wilkins
RP
1.5
975XL2
T-071
3916966
Vandenberg
In median on Vandenburg Lane @ Enderly Center Drive Calsese lock on B.F.
Wilkins
RP
1.5
975XL
4072970
Old Temp Yard,
Barranca Pkwy, 2345
E/S/O Building irrigation
Wilkins
RP
2
975KL
66
4146581
Metrolink, Edinger
2975
At meter in cage in parking lot planter front of parking garage - serves drinking
fountain -MP
Wilkins
RP
2
975XL2
4177656
Old Temp Yard,
Barranca Pkwy, 2345
W/S/O Garage, serves hose bigg, car wash area
Wilkins
RP
0.75
975X2
4220576
Jamboree 10258
On Jamboree 1000' S/0 Pioneer
Wilkins
RP
2
975XL
E-26
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
BACKROWS FOR TESTING (continued)
CODE
SER. NO.
LOCATION ADDRESS
LOCATION DESCRIPTION
MFG.
TYPE
SIZE
MOD.
4471537
Irvine 17491
Median front of 17491 Irvine
Wilkins
RP
1
975XL2
T-065
4484715
Bryan & Stonehenge
1863 Bryan at control box, west end median
Wilkins
RP
1
975XL
4485587
Flight Way 1703
At meter, serves restrooms at park, W/S/O Flight Way, 500 Feet N/O Barranca
Wilkins
RP
2
975XL2
4515425
Irvine Blvd.
18126 Irvine, median between Holt and Fashion Lane, front of Kohl's store
Wilkins
RP
1
975XL
4528241
Columbus Tustin Park
(Irrigation)
Prospect & Beneta in cage
Wilkins
RP
2
975XL2
4528492
Irvine 18316
E/of Newport, In median on Newport btwn. Newport & Old Irvine 13008
Newport
Wilkins
RP
1
975XL
4528496
Irvine 18316
570 E Main St, median on Newport, 60 yards S/W/O Main Street
Wilkins
RP
1
975XL
4528499
Irvine 18316
In median across from 17662 Irvine
Wilkins
RP
1
975XL2
4528501
Irvine 18316
14140 Newport, median on Newport 30 Yards S/W/O Mitchell
Wilkins
RP
1
975XL
T-011
4528502
Irvine 17872
In Median by Palmwood Apts. Btwn Fashion Land and Prospect
Wilkins
RP
1
975XL2
4528503
Irvine 18316
Median on Newport 75 yard N/O Holt Ave
Wilkins
RP
1
975XL
4532968
Irvine 18316
In median on First St, 30 yards W/O B St. (305 W. First St)
Wilkins
RP
1
975XL
4545425
Irvine (18141)
In Median in Front of Kohl's Store, median between Holt and Fashion Lane
(18126)
Wilkins
RP
1
975XL
T-005
4594096
1st & Pacific
In Median at corner of Pacific and First St. By controller 1E.
Wilkins
RP
1.5
975XL
T-045
4615842
City Hall
Above Pers. Dept. on Roof S/Side Boiler Feed
Wilkins
RP
0.75
975XL
4633291
Irvine 18316
(360 E. First St) Median at First St. and Hall Circle
Wilkins
RP
1.5
975XL
T-064
4791977
Edinger 1701
In median in front of 1652
Wilkins
RP
2
975XL
4938837
Redhill and Bryan
On Redhill Between Lance and Bryan, Center Median Serves Irrigation
Wilkins
RP
1
975XL2
T-019
4938840
Red Hill and Bryan
13522 Red Hill, Center Median, N/S/O Red Hill
Wilkins
RP
1
975XL2
1011081045
Metrolink, Edinger
2975
Fireline, by parking structure
Febco
DCDA
6
876V
1976961019
Field Services Yard,
Service Rd. 1472
Fireline to building, right side of drivewa to parking lot
AMES
DCDA
4
3000SS
T-073
086086
Del Amo 15171
RP on Del Amo in median, in front of schools first credit union
Watts
RP
1.5
LF009M2
088032
Veterans Park,
Valencia Avenue 1645
At meter on N/S/O Valencia near hydrant and light post
Watts
RP
2
LF009M2q
T
T-026
A005479
Main & Williams
N/W Corner of 7-11
Febco
RP
1
825Y
T-020
A006376
Sycamore Ave.
In Median east of Red Hill (Meadows ent)
Febco
RP
1.5
825Y
A042727
Magnolia Park,
Figtree/Raintree
meter Magnolia Park, locked in cage
Febco
RP
1
825YA
T-048
A048729
Newport 14722 -
Youth Ctr
In Sycamore Ave Planter so. Side of building.
Febco
RP
1.25
825Y
A111471
Cedar Grove Park,
Pioneer Rd. 11385
Inside Building serves water feature
Febco
RP
1
825Y
T-025
A112996
17th 17231
In Median between E/O Yorba & N/0 Enderle Ctr on 17th Street
Febco
RP
2
825Y
A114994
Cedar Grove Park,
Pioneer Rd.11385
At Meter
Febco
RP
2
825Y
A190328872
Frontier Park
in cage behind sprinkler room serves irrigation
Febco
RP
2.5
LF880V
T-061
A241005
Redhill 14930 median
northeast of Edinger by RxR
Febco
RP
1
825Y
65
A257036
Metrolink, Edinger
2975
At Meter Services Irrigation
Febco
RP
2
825
T-014
A258484
Irvine 1082
In Median @ Irvine/Old Irvine, 1113 Irvine Blvd.
Febco
RP
1
825Y
T-043
A262097
Centennial Way 300 -
P. D.
Tustin Police Department, Along Wall just north of entrance in Planter
Febco
RP
2
825Y
T-041
A262107
Senior Center 200 S.
'C' St.
In back of building on 'B' St. in bushes serves building
Febco
RP
2
825Y
E-27
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
BACKROWS FOR TESTING (continued)
CODE
SER. NO.
LOCATION ADDRESS
245 E. Main St
LOCATION DESCRIPTION
Front parking lot irrigation/fountain Main St Well
MFG.
Febco
TYPEN
RP
2
I MOD.
825Y
T-063
A268646
AB2605
Tustin Ranch Rd.
14031
100' S/O 1-5 (Laurelwood HOA) City pays IRWD water bill & maintains backflow
Febco
RP
2
825Y
AF8039
Laurel Glen Park
Myford 13377
By Meter
Febco
RP
2
825Y
T-033
AG1248
McFadden Parkette
McFadden/Pasadena N/W Corner
Febco
RP
2
825Y
AH8965
Edinger 2743 (3059)
E/S/O 3059 Edinger Serves Irrigation near controller 03A and 03B near
Metrolink Area
Febco
RP
2
825Y
T-051
B13862
18602 E. 17th
Front of desalter bldg, irrigation
Febco
RP
2
825Y
T-047
BJ6493
13333 Foothill Blvd
Rawlings Reservoir a/side irrigation
Febco
RPPD
2
T-059
BK4381
Nisson soundwall W /
B st.
Across from 17222 Nisson
Febco
RP
1
825Y
T-058
BK4412
Nisson
Soundwall on Nisson 1327 Nission Road and Carfax Street
Febco
RP
1
825Y
T-060
BK4437
El Camino Real 1171
Across from Tustin High S/Side Camino Sound Wall
Febco
RP
1
825Y
T-029
D0860
Columbus Tustin Park
(Irrigation)
Prospect/Beneta in Cage W/ Pump House
Febco
RP
2
825Y
T-032A
H001497
Frontier Park
(Irrigation)
Mitchell/Utt west side up Utt
Febco
RP
2
825YA
G-78C
H006841
Newport N/of Old
Irvine
In median Btwn. Old Irvine & Wass12864 Newport Ave, across from Grocery
Outlet
Febco
RP
1
825Y
H016084
Metrolink, Edinger
2975
Fireline Bypass, By parking structure Metrolink
Febco
DC
0.75
805YB
H08776
Pioneer Road Park
10254 Pioner Rd
At meter. To restrooms, DW Fountain, water features MPR
Febco
RP
1.5
825 Y
60
H09244
Metrolink Station,
Dow 2962
At meter behind side walk/walking path x 2961 serves irrigation
Febco
RP
1.25
825Y
H16459
Citrus Ranch Park
Portola Pkwy 2916
At meter in planter next to hydrant
Febco
RP
2
860
J001102
Old Temp Yard,
Barranca Pkwy, 2345
E/S/O Garage, serves restroom, eye wash/shower area
Febco
RP
2
825YLF
T-032
J009694
Frontier Park
(Irrigation)
Mitchell/Utt in Irrigation Control Rm
Febco
RP
2
825Y
T-068
J010959
Main St. E. 345
Tustin Library left side of property
Febco
RP
1.5
825Y
J015613
Tustin Sports Park,
12850 Robinson Dr.
At meter
Febco
RP
2
LF825Y
J018826
Irvine 18316
12864 Newport Ave, RP in median between Old Irvine and Wass, across from
Grocery Outlet
Febco
RP
1.5
825YA
T-071B
J019616
170 Pasadena, Tustin
100 Yards N/of building - Irr.
Febco
RP
2
825Y
T-070
J030513
City Hall
Centennial / Main corner pkg lot wishing well
Febco
RP
0.75
825Y
T-023
J032452
Sycamore & Pasadena
N/E Corner Sycamore & Pasadena
Febco
RP
2
825Y
07A
J033580
Jamboree 10093
W/SO Jamboree 1,000' north of Pioneer Rd.
Febco
RP
2
825Y
J035783
Jamboree 10006
On NB Jamboree 1000' N/O Pioneer
Febco
RP
2
825Y
J041636
Irvine 18316
In median between Newport & Holt across from Plaza Drive
Febco
RP
1
825 YA
J043942
Irvine 18316
In median on Irvine Blvd, 50' East of Newport Ave
Febco
RP
1
825YA
J046263
Field Services Yard,
Service Rd. 1472
On Red Hill, in planter, right side of building
Febco
RP
2
825Y
T-065
J053572
Bryan & Stonehenge
A/F 1871 Bryan W end of Median
Febco
RP
1
825Y
G-021
J145201
War Memorial
Building
150 E First St. North side of Building
Febco
RP
1
825Y
T-002
J145951
Bryan @ Main St.
In Median Bryan @ Main 1195 E Main Street
Febco
RP
1
825YA
L116204
Pine Tree Park
(Irrigation)
Bryan/Red Hill behind covered picnic area
Wilkins
RP
3
375
L134303
Peppertree Park
Inside chase, mens restroom, B St.
Wilkins
RP
3
375
L37185
Red Hill 15442
At meter on Valencia Loop Road
Wilkins
RP
2
375
L37185
Red Hill Avenue
15442
At meter on Valencia Loop Road (Village of Hope parkway)
Wilkins
RP
2.5
375
L96459
Centennial Park
Inside Irrigation Control Area West End of Pk
Wilkins
RP
3
375
T-042
Q7602
Senior Center 200 S.
'C' St.
In back of building on 'B' St. (bldg.)
Febco
RP
2
825Y
T1087
Camino Real Park,
Parkcenter Ln 13602
By entrance to restroom building, at meter
Febco
RP
2
825Y
E-28
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
BACKFLOWS FOR TESTING (continued)
CODE
SER. NO.
LOCATION ADDRESS
LOCATION DESCRIPTION
MFG.
TYPE
SIZE
MOD.
T-049
UQ11
El Camino Real 245
On El Camino N/ of 3rd St in cage serves irrigation
Cla-Val
RP
1.5
RP2
V15518
Old Temp Yard,
Barranca Pkwy, 2345
Fireline on Barranca in front of building
Wilkins
DCDA
8
350ADA
X07597
Old Temp Yard,
Barranca Pkwy, 2345
At meter (vault) on Barranca, in front of reserve center
Wilkins
RP
4
375A
Y02713
Annex Building,
Valencia Avenue
50' south of Redhill at Annex Building
Wilkins
RPDA
8
375ADA
E-29
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ATTACHMENT 6
Landscape Maintenance Services Contract — Tustin Landscape
and Lighting District
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTRACT
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
This agreement, made and concluded, in triplicate, this 1st day of July, 2024, 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 & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
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, C a I i f o r n i a .
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.
LUMP SUM PER AREA:
The following areas are 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 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.
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
practices and consistent with the expectations of the community for high quality, clean, weed free and attractive
landscape.
Landscape Maintenance
Mariposa Landscapes, Inc.
Line
Item
Description
Quantity
Unit of
Measure
Unit Cost
Total
1
Tustin Ranch Road
12
Month
$9,293.82
$111,525.84
2
Jamboree Road
12
Month
$28,851.48
$346,217.76
3
Bryan Avenue
12
Month
$2,923.56
$35,082.72
4
Irvine Boulevard
12
Month
$3,015.46
$36,185.52
5
La Colina Drive
12
Month
$483.86
$5,806.32
6
Portola Parkway
12
Month
$219.15
$2,629.80
7
Pioneer Way
12
Month
$159.45
$1,913.40
8
Browning Avenue
12
Month
$4,079.79
$48,957.48
9
Peter's Canyon Trail
12
Month
$604.04
$7,248.48
10
Paseo
12
Month
$384.10
$4,609.20
11
Pioneer Storage Lot
12
Month
$233.29
$2,799.48
12
Weed, Rodent and Pest Control
12
Month
$1,004.00
$12,048.00
13
Trash Pick Up
12
Month
$1,300.00
$15,600.00
RFP Total
$630,624.00
Service Reduction 2024-2025:
$315,312.00
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
MINIMUM STAFF REQUIREMENTS
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 or
Calsense
internet enabled tablet
for Calsense remote
access.
(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:
(1) Installation
(1) one -ton stake bed
Installation
trucks or equivalent
Refurbishment Items
Maintenance Laborers
(1) Installation
(1) one -ton stake bed
Maintenance Drivers
Installation
trucks or equivalent
Refurbishment Items
/Leadworker
Include Irrigation
(1) Fully stocked truck with
Installation
irrigation controller
Refurbishment Items
(1) Irrigation Technician
remotes for Calsense or
internet enabled tablet
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
The following labor summary shows 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
to ensure that a satisfactory number of positions have been provided for by the Contractor to insure a high
level of landscape maintenance throughout the City.
The designate number of full time employees that have been included for this Contract are indicated
below. It is understood that additional positions/personnel may be required to meet standards if
necessary. Additionally, a work schedule indicating how you will complete the monthly maintenance
cycle, utilizing your staffing levels must be provided.
The number of personnel and hours provided on a weekly basis for each category below:
Total Weekly Hourly
Hours Provided Rate Total
1. (1) Supervisor/Quality Control
Manager
40
$80.00
$3,200.00
2. (1) Pesticide Applicator(s)
40
$69.61
$2784.40
3. (2) Irrigation Technician(s)
80
$75.00
$6,000.00
4. (2) Foreperson(s)
80
$61.00
$4,880.00
5. (6) Landscape Laborers
240
$47.58
$11,419.20
6. (1) Fireman (To resolve daily City hot
issues) 40 $80.00 $3,200.00
Total Full Time Positions Proposal 11 *Average, labor will flex to
accommodate seasonal growth
periods.
Total Weekly Hours Provided 520
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
G. Plant installation unit prices shall include appropriate amounts of soil
amendments and fertilizer tabs.
ITEM
DESCRIPTION
QTY
UNIT
UNIT
COST
TOTAL
POC's Connection Products
1
Calsense CS3000 Controller with
48 stations
1
EA
$15,000.00
$15,000.00
2
GR Stubby Antenna CS3-GR-Kit
1
EA
$450.00
$450.00
3
RRe Enhanced Radio Remote
Receiver Board
1
EA
$450.00
$450.00
4
TP-1 Controller Station Transient
Protection Board
1
EA
$250.00
$250.00
5
TP-110 AC Line Protection
1
EA
$450.00
$450.00
6
LR-Dome-RRe Local Radio and
Radio Remote Enhanced Dome
1
EA
$400.00
$400.00
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
7
ANT-CABLE-RR-6 Calsense
integrated radio remote receiver
(RR/RRE) antenna cable, 6' yellow
1
EA
$50.00
$50.00
8
ANT-CABLE-LR-6 Local radio 6'
antenna cable, blue
1
EA
$50.00
$50.00
9
DIG Leit 4000 Solar Controller
1
EA
$2,000.00
$2,000.00
10
Calsense Flow Meter FM 1.25B
1
EA
$860.00
$860.00
11
Calsense Flow Meter FM 1.5
1
EA
$860.00
$860.00
12
Wilkens 2" Model 600 Water
Pressure Reducing Valve with
Integral By-pass Check Valve and
Strainer
1
EA
$2,650.00
$2,650.00
13
2" Griswold N/C 2250RE Pressure
Reducing/ Surge Anticipating
1
EA
$1,700.00
$1,700.00
14
2" Hayward Eaton #72 SS Simplex
Basket Strainer 60- Mesh
1
EA
$4,000.00
$4,000.00
15
Wilkens 2" 720A PVB Backflow
Preventer
1
EA
$1,500.00
$1,500.00
16
Wilkens 2" 975XL RP Backflow
Preventer
1
EA
$4,000.00
$4,000.00
17
Sentry Union Guard SUG200
1
EA
$500.00
$500.00
18
Sentry Valve Guard SV200-20
1
EA
$500.00
$500.00
19
Carson/Oldcastle 0910 18" Depth
Round Valve Box (F.S.)
1
EA
$200.00
$200.00
20
Carson/Oldcastle Vaults L Series
2448-18 w/4blt.'T cover
1
EA
$200.00
$200.00
21
Brass Ball Meter Vales (Keyed)
1
EA
$250.00
$250.00
22
Brass Ball Valve 2"
1
EA
$250.00
$250.00
Pedestals
23
Calsense SSE Enclosure
1
EA
$4,500.00
$4,500.00
24
MPS-D18-10K* Metered Enclosure
1
EA
$7,000.00
$7,000.00
25
Calsense SSE -MPS -Base
1
EA
$250.00
$250.00
26
Meyers MEUG16X 120/240V
1
EA
$10,000.00
$10,000.00
27
Meyers MEUG46X 120/240V
1
EA
$10,000.00
$10,000.00
Valve & Flow Sensor Runs
28
Trenching - 8" Wide by 18" Deep
15,000
LF
$.1333
$1,999.50
29
14g Wiring
50,000
LF
$.23
$11,500.00
30
Schedule 80 PVC 1" Conduit
3,000
LF
$8.00
$24,000.00
Crossings
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
31
Boring
600
LF
$50.00
$30,000.00
Mainline
32
Trenching 8" Wide by 24" Deep
10,000
LF
$.16
$1,600.00
33
2 1/2" Sch. 40 PVC
10,000
LF
$4.50
$45,000.00
34
6" Sch. 40 PVC Sleeving
600
LF
$20.00
$12,000.00
Lateral Line
35
Trenching 8" Wide by 12" Deep
15,000
LF
$.13
$1,950.00
36
11/2" Sch. 40 PVC
15,000
LF
$3.50
$52,500.00
Pedestal Footing Remove and Replace
37
Calsense SSE -MPS -Base Footing
1
EA
$250.00
$250.00
38
Meyers MEUG16X 120/240V
1
EA
$10,000.00
$10,000.00
39
Meyers MEUG46X 120/240V
1
EA
$10,000.00
$10,000.00
ITEM
DESCRIPTION
QTY
UNIT
UNIT
COST
TOTAL
Concrete Removal
40
Concrete Removal
1,600
CY
$450.00
$720,000.00
Paver Installation
41
Paver installation
22,000
SF
$30.00
$660,000.00
Irrigation Zone Valves
42
Rain Bird XCZ-150-PRB-COM
50
EA
$600.00
$30,000.00
Irrigation Heads/Nozzles
43
Rain Bird RD12SP30FN
300
EA
$50.00
$15,000.00
44
Rain Bird MPR Series Nozzles
500
EA
$2.00
$1,000.00
45
Rain Bird SQ Series Nozzles
200
EA
$4.36
$872.00
46
Rain Bird HE -VAN Series Nozzles
100
EA
$2.50
$250.00
47
Rain Bird R-Series Rotary Nozzles
100
EA
$8.00
$800.00
48
Rain Bird R-VAN Series Rotary
Nozzles
200
EA
$9.00
$1,800.00
49
Rain Bird 1400 Series Pressure
Compensating Bubblers
100
EA
$3.50
$350.00
Dri line
50
Rain Bird XFS-06-12-XXX
20,000
LF
$1.50
$30,000.00
Wire Tracing/Fault Locating/Repair
51
Wire racing/Fault Locating/Repair
5000
LF
$1.00
$5,000.00
Miscellaneous Irrigation Parts
52
2" Griswold NIC 2250 PIN 520
1
Ea.
$135.00
$135.00
53
2" Griswold NIC 2250 PIN 6347
1
Ea.
$168.75
$168.75
54
2" Griswold NIC 2250 PIN 8528
1
Ea.
$219.375
$219.38
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
55
2" Griswold NIC 2250 PIN 2-PV-2
1
Ea.
$216.00
$216.00
56
Carson/Oldcastle 1200 Jumbo
1
Ea.
Rectangular
$250.00
$250.00
57
Carson/Oldcastle 0910 10" Depth
1
Ea.
Round Valve Box Q.C.
$100.00
$100.00
58
Rain Bird 200 EFB-CP Valve
1
Ea.
Replacement Diaphragm
$67.50
$67.50
59
Rain Bird 200-PESB Valve
1
Ea.
Replacement Diaphragm
$337.50
$337.50
60
Rain Bird QC 33-DLRC
1
Ea.
$202.50
$202.50
Replacement Solenoid for PGA,
61
PESB, PESB-R, EFB and GB-R
1
Ea.
Valves
$202.50
$202.50
62
Rain Bird PRS-Dial Pressure
1
Ea.
Regulator
$135.00
$135.00
Plant Material Installed Minimum "G"
Rated
63
Annual Color
200
50
C.T.Flat
$50.00
$10,000.00
64
Ground Cover
200
Flat
$45.00
$9,000.00
65
Five Gallon
1,000
Ea.
$40.00
$40,000.00
66
Install Mulch
2,500
C.Y.
$75.00
$187,500.00
67
Rototill
80,000
S.F.
$.015
$1,200.00
68
Soil Test
6
Ea.
$250.00
$1,500.00
69
Planting Soil
61
C.Y.
$27.00
$1,647.00
Labor & Equipment
70
Landscape Maintenance Supervisor
1
Hour
$0.00
71
Pest Control Applicator
1
Hour
$0.00
72
Irrigation Specialist
2,080
Hour
$75.00
$156,000.00
73
Landscape Maintenance
2,080
Hour
Leadworker
$61.00
$126,880.00
74
Equipment Operator
1
Hour
$0.00
75
Landscape Maintenance Laborer
8,320
Hour
$47.58
$395,865.60
76
One -Ton Truck
8,320
Hour
$30.00
$249,600.00
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
EXTRA WORK COSTS
The followinq prices for extra work to be used by the City on an as -needed basis.
ITEM
DESCRIPTION
QTY
UNIT
UNIT COST
TURF MAINTENANCE
1
Edge & Trim
1
LF
$.008
2
Fertilization
1
SF
$.015
3
Aerification
1
SF
$.016
4
Dethatchin
1
SF
$.046
5
Weed Control
1
SF
$.09
6
Additional Mowing
1
SF
$.01
GROUND COVER, SHRUBS & TREE MAINTENANCE
7
Edge & Trim
1
LF
$.02
8
Weed & Clean Up
1
SF
$.02
9
Soil Injections
1
SF
$1.00
10
Foliar Applications
1
SF
$3.20
11
Tablet or Dry Formulations Placement
1
SF
$.01
12
Pruning/Shrubs
1
EA
$.02
13
Vine Care
1
EA
$100.00
14
Vertical Mulch Trees
1
EA
$400.00
15
Vegetation Removal
1
SF
$.75
PLANT MATERIAL Installed Including Labor)
16
Annual Color
1
FLAT
$50.00
17
Ground Cover
1
FLAT
$45.00
18
One 1 Gallon
1
EA
$17.00
19
Five 5 Gallon
1
EA
$45.00
20
Fifteen 15 Gallon
1
EA
$120.00
21
Seeded Turf
1
SF
$.60
22
Sodded Turf
1
SF
$2.40
23
Stolonized Turf
1
SF
$4.00
IRRIGATION INSTALLATION(including All Labor, Fittings & Equipment
24
1/2" Valve - Electric
1
EA
$150.00
25
3/4" Valve - Electric
1
EA
$180.00
26
1" Valve - Electric
1
EA
$200.00
27
6" Pop -Up
1
EA
$40.00
28
12" Pop -Up
1
EA
$65.00
BACKFLOWS
29
Annual Backflow Certification
1
EA
$85.00
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 Landscape
& Lighting Assessment District 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 seg., 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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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;
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 B- 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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
ARTICLE X Notwithstanding any other provision of the Agreement, the City may, at any
time, and without any cause, terminate this Agreement in whole or in part, upon not less than
seven (7) days' written notice to Contractor. Such termination shall be affected by delivery to
Contractor of a notice of termination specifying the effective date of the termination and the extent
of the Work to be terminated. Contractor shall immediately stop work in accordance with the
notice and comply with any other direction as may be specified in the notice or as provided
subsequently by the City. City shall pay Contractor for the work completed prior to the effective
date of the termination, and such payment shall be Contractor's sole remedy under this
Agreement. Under no circumstances will Contractor be entitled to anticipatory or unearned
profits, consequential damages, or other damages of any sort as a result of a termination or partial
termination under this Paragraph. The Contractor shall insert in all subcontracts that the
subcontractor and/or supplier shall stop work on the date of and to the extent specified in a notice
of termination, and shall require subcontractor and/or supplier to insert the same condition in any
lower tier subcontracts.
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 St.
Irwindale, CA 91702
Northing herein obligates the City to provide notice of a Claim or summons and complaint that
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
Director of Public Works
(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).
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
Director of Public Works
XW
TITLE:
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).
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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)
SURETY:
BY:
Attorney -in -Fact
Address of Surety:
APPROVED AS TO FORM:
City Attorney
PRINCIPAL:
BY:
(SEAL) TITLE:
Address of Principal:
APPROVED AS TO CONTENT:
Date
Director of Public Works
Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form
provided in this section).
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
1111111114111
COMPENSATION INSURANCE CERTIFICATE
TO BE SUBMITTED WITH CONTRACT
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
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).
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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, 2024 — June 30, 2026
NAME OF CONTRACTOR:
SIGNED:
TITLE:
Note: Attach proper Notary Acknowledgment for signature of authorized person.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
❑ Trustee
Conservator
❑ Other:
Signer is Representing
Signer's Name:
❑ Corporate Officer —
❑ Partner - ❑ Limited
❑ Attorney in Fact ❑ Individual
❑ Guardian or Conservator ❑ Trustee
Title(s):_
❑ General
❑ Other:
Signer is Representing:
❑ Attorney in Fact
❑ Guardian or
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ATTACHMENT 7
Request for Proposals (Tustin Landscape and Lighting District)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
300 Centennial Way Tustin, California 92780
REQUEST FOR PROPOSALS
for
Landscape Maintenance Services for
Landscape & Lighting Assessment District Areas
February 2024
PROPOSAL SUBMITTALS:
The City is using a new electronic bidding system. Proposals shall be submitted electronically through
the City's e-Procurement Portal, OPENGOV Procurement. Proposals must be submitted through
OPENGOV Procurement by March 210, 2024 at 4:00 PM. Proposals not submitted through OPENGOV
Procurement will not be accepted.
The fee proposal shall be filled out using the pricing tables on OPENGOV Procurement. The
remaining proposal documents shall be uploaded onto the OPENGOV Procurement web page.
Questions shall be submitted in OPENGOV Procurement under the Questions/Answers section.
To create an account in OPENGOV Procurement: https://procurement.opengov.com/signup
Forrest Locke
Landscape Contract Supervisor
Public Works Department
City of Tustin
300 Centennial Way
Tustin, California 92780
INDEX
SECTION PAGE
i. Project Description 2
II. Schedule of Events 2
Ill. Scope of Work 2
IV. Proposal Requirements 3
V. General Requirements 5
VI. Contractor Evaluation & Selection Process 9
vii. Administration Specifications 10
ATTACHMENTS
Attachment A
- Proposal Documents
Attachment B
- Contract Agreement
Attachment C
- General Provisions
Attachment D
- Special Provisions
Attachment E
- General Notes, Locations, and Details
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 2
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 20, 2024 Issuance of Request for Proposals
March 12, 2024 Deadline for questions by 4:00 P.M. Must be submitted in OPENGOV
Procurement under the Questions/Answers section.
March 21, 2024 Proposals due through OPENGOV Procurement by 4:00 PM
April 9, 2024 Anticipated interviews (est. date)
May 7, 2024 City Council Approval of Contractor Contract (est. date)
May 20, 2024 Issuance of notice -to -proceed (est. date)
July 1, 2024 First day of contract
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, 2024 to June 30, 2026,
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
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 3
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 (Attachment A) and tables
completed on OPENGOV Procurement website.
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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 4
Proposals shall contain no more than 10 typed pages (this would be in addition to
the City's proposal documents found in Attachment A using a 10 point minimum
font size, including transmittal/offer letter; but excluding Index/Table of Contents,
tables, charts, and graphic exhibits. Please combine the proposal documents into
one file to be uploaded on the OpenGov Procurement website. 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.
• 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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 5
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;
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:
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 6
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 B. 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
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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 7
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.
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 8
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 considered binding upon the City until
executed by the authorized City officials. No contract will be executed unless the
bidder is licensed in accordance with the provisions of the State Business and
Professions Code.
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
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
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 9
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, 2025. 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:
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)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 10
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;
- 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.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
ORANGE COUNTY, CALIFORNIA
PROPOSAL, CONTRACT AND SPECIFICATIONS
FOR
LANDSCAPE MAINTENANCE SERVICES FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
JULY 1, 2024 - JUNE 30, 2026
February 2024
Field Services Division
City of Tustin
300 Centennial Way
Tustin, CA 92780
(714) 573-3350
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTENTS
ATTACHMENT
A -----
B------
C------
D------
E -----
TITLE
PROPOSAL DOCUMENTS
CONTRACT AGREEMENT
GENERAL PROVISIONS
SPECIAL PROVISIONS
GENERAL NOTES,
LOCATIONS & DETAILS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION A
PROPOSAL DOCUMENTS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION A
PROPOSAL TO THE CITY OF TUSTIN, CALIFORNIA
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
Name of Bidder:
Business Address:
Phone Number:
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, 2024 — June 30, 2026
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:
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
PROPOSAL
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
CITY OF TUSTIN
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.
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
Section D for expected provisions.
A-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Please provide pricing for items 1-13 on the pricing table on the OpenGov Procurement web site.
Brief descriptions and measurements for the areas located in Items 1-11 are located in the
following pages A-4 through A-8. There is also a map link on page E-2 showing a map of each
area located in the items listed below.
Landscape and Lighting Assessment District
Landscape Maintenance Items
Item
Item Name
Type
Units
1
Tustin Ranch Road
22 Parkways
12
2
Jamboree Road
16 Parkways, 2 Slopes, 4 Natural Slopes
12
3
Bryan Avenue
8 Parkways
12
4
Irvine Boulevard
7 Parkways
12
5
La Colina Drive
2 Parkways
12
6
Portola Parkway
2 Parkways
12
7
Pioneer Way
1 Parkway
12
8
Browning Avenue
4 Parkways
12
9
Peter's Canyon Trail
3 Parkways
12
10
Paseo
1 Parkway
12
11
Pioneer Storage Lot
1 Storage Lot
12
12
Weed, Rodent and
Pest Control
All Sites
12
13
Trash Pick up
All Sites
12
A-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
The following pages contain descriptions of the areas located in each item of Landscape Maintenance
proposal items listed in Section A, page A-3. These descriptions along with the link to the map of areas
on page E-2 are to assist with formulating the fee schedule to be filled out on the pricing table on the
OpenGov Procurement web site.
Note:All areas include adjacent sidewalks or meandering sidewalks through the areas.
ITEM 1 TUSTIN RANCH ROAD
Name
Area Acres
Square Feet
Description
Shrub parkway w/ Irrigation, SB Tustin Ranch
TRR Parkway 1
0.401
17,467.56
Rd, El Camino Real to 1-5 Ramp
Shrub& turf parkway w/ Irrigation, SB Tustin
TRR Parkway 2
0.313
13,634.28
Ranch Rd, Bryan to El Camino Real
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 3
0.67
29185.2
Ranch Rd, Parkcenter to Flood Channel
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 4
0.305
13285.8
Ranch Rd, Lagier Way to Flood Channel
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 5
0.427
18600.12
Ranch Rd, Heritage way to Lagier Way
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 6
0.394
17162.64
Ranch Rd, Palermo to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 7
0.431
18774.36
Ranch Rd, Irvine Blvd to Kinsman Circle
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 8
0.345
15028.2
Ranch Rd, Irvine Blvd to Palermo
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 9
0.795
34630.2
Ranch Rd, Adams to Irvine Blvd
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 10
0.712
31014.72
Ranch Rd, Greenway to Irvine Blvd
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 11
0.586
25526.16
Ranch Rd, La Colina to Adams Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 12
0.578
25177.68
Ranch Rd, La Colina to Greeway Dr
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 13
0.635
27660.6
Ranch Rd, Township to La Colina Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 14
0.454
19776.24
Ranch Rd, Golf course to La Colina Dr
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 15
1.16
50529.6
Ranch Rd, Rawlings to Township Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 16
0.453
19732.68
Ranch Rd, Gallery Way to Golf Course
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 17
0.696
30317.76
Ranch Rd, Rawlings Way to Gallery Way
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 18
0.233
10149.48
Ranch Rd, Rawlings Way to 475 ft North
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ITEM 1 TUSTIN RANCH ROAD (continued)
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 19
0.795
34630.2
Ranch Rd, Citrus Ranch Park to Rawlings
Shrub parkway along hiking path w/ Irrigation,
SB Tustin Ranch Rd, Pioneer Way to Portola
TRR Parkway 20
0.25
10890
Parkway
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 21
0.684
29795.04
Ranch Rd, Pioneer Way to Jamboree
Shrub parkway w/ Irrigation, Tustin Ranch Rd
TRR Parkway 22
1 0.515
22433.4
and Portola, Vermeulen to Allen
11.832 TOTAL AREA ACRES
515401.92
TOTAL SQUARE FEET
ITEM 2 JAMBOREE ROAD
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 1
0.627
27312.12
Rd, 100 ft south of Plaza to Bryan Ave
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 2
0.296
12893.76
Rd, Keller Dr to Irvine Blvd
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 3
0.928
40423.68
Rd, Trevino Dr to Robinson Dr
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 4
0.295
12850.2
Rd, Peters Canyon Wash to Trevino
Shrub Parkways w/ Irrigation, SB Jamboree Rd,
Jamboree Parkway 5
0.753
32800.68
Champion to Peters Canyon Wash
Shrub Parkways w/ Irrigation, SB Jamboree Rd,
Jamboree Parkway 6
0.423
18425.88
Portola Parkway to Champion
Shrub & turf pkwy w/ Irrigation, Jamboree/Tustin
Jamboree Parkway 7
1.51
65775.6
Ranch Rd/Portola, Allen to Vermeulen
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 8
2.94
128066.4
Rd, Patriot of Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 9
3.13
136342.8
Rd, Pioneer to Patriot Way
Jamboree Parkway
Shrub & turf parkway w/ Irrigation, SB Jamboree
10
0.797
34717.32
Rd, end of housing tract to Pioneer Rd
Jamboree Slopes and
Parkways NB East
Shrub slopes w/ Irrigation from OCFA
Side
16.9
736164
headquarters to City Limit w/ Orange
Jamboree Slope SB
Shrub slopes on SB Jamboree, City Limit to
West Side
1.86
81021.6
housing tract wall, No active irrigation
A-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ITEM 2 JAMBOREE ROAD (continued)
Name
Area Acres
Square Feet
Description
Jamboree Natural
Slope 1
8.66
377229.6
Natural area landscape slopes, NB Jamboree,
OCFA to IRWD building, No Irrigation
Jamboree Natural
Slope 2
4.253
185260.68
Natural area landscape slopes, NB Jamboree,
IRWD building to access road, No Irrigation
Jamboree Natural
Slope 3
0.129
5619.24
Natrual landscape slope, NB Jamboree above
irrigated slopes, No Irrigation
Jamboree Natural
Slope 4
2.28
99316.8
Natural landscape slope, NB Jamboree, about
Pioneer to about City Limit, No Irrigation
45.781 TOTAL AREA ACRES
1994220 TOTAL SQUARE FEET
ITEM 3 BRYAN AVENUE
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, WB Bryan,
Bryan Parkway 1
0.316
13764.96
Browning Ave to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 2
0.387
16857.72
Edison building to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, WB Bryan,
Bryan Parkway 3
0.331
14418.36
Parkcenter Ln to Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 4
0.65
28314
Parkcenter Ln to Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 5
1.139
49614.84
Tustin Ranch Rd to Myford Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 6
0.399
17380.44
Myford Rd to Heritage Way
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 7
1 0.272
11848.32
1 Heritage Way to Rancho Maderas
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 8
0.228
9931.68
Rancho Maderas to Jamboree Rd
3.722 TOTAL AREA ACRES
162130.32 TOTAL SQUARE FEET
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ITEM 4 IRVINE BOULEVARD
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 1
0.402
17,511.12
Blvd, 110 ft E of Ranchwood to Tustin Ranch
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 2
0.394
17,162.64
Blvd, 110 ft E of Ranchwood to Tustin Ranch
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 3
0.511
22,259.16
Blvd, Tustin Ranch Rd to Rancho Santa Fe
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 4
0.882
38,419.92
Blvd, Tustin Ranch Rd to Robinson Dr
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 5
0.211
9,191.16
Blvd, Rancho Santa Fe to Myford Rd
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 6
1.06
46,173.60
Blvd, Robinson Dr to Jamboree Rd
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 7
0.379
16,509.24
Blvd, Myford to Tustin Ranch Plaza
3.839 TOTAL AREA ACRES
167,226.84 TOTAL SQUARE FEET
ITEM 5 LA COLINA DRIVE
Name
Area Acres
Square Feet
Description
La Colina Parkway 1
0.305
13,285.80
Shrub & turf parkway w/ Irrigation, EB La Colina
Dr, City Limit to Tustin Ranch Road
La Colina Parkway 2
0.311
13,547.16
Shrub & turf parkway w/ Irrigation, WB La Colina
1 Dr, City Limit to Tustin Ranch Road
0.616 TOTAL AREA ACRES
26,832.96 TOTAL SQUARE FEET
ITEM 6 PORTOLA PARKWAY
Name
Area Acres
Square Feet
Description
Portola Parkway 1
0.134
5,837.04
Shrub parkway along hiking trail w/ Irrigation, EB
Portola, Tustin Ranch Rd to Allen
Portola Parkway 2
0.145
6,316.20
Shrub parkway along hiking trail w/ Irrigation, EB
Portola, Allen to Jamboree Rd
0.279 TOTAL AREA ACRES
12,153.24 TOTAL SQUARE FEET
ITEM 7 PIONEER WAY
Name
Area Acres
Square Feet
Description
Pioneer Parkway
0.203
8,842.68
Shrub Parkway along hiking trail w/ Irrigation,
EB Pioneer Way, Pioneer Rd to Tustin Ranch
Rd
0.203 TOTAL AREA ACRES
1 8,842.68 TOTAL SQUARE FEET
A-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ITEM 8 BROWNING AVENUE
Name
Area Acres
Square Feet
Description
Browning Parkway 1
4.19
182,516.40
Turf and Shrub Parkway w/ Irrigation, Parkview
Way to El Camino Real
Browning Parkway 2
0.483
21,039.48
Turf and Shrub Parkway w/ Irrigation, Bryan Ave
to Parkview Way
Browning Parkway 3
0.088
3,833.28
Turf and Shrub Parkway w/ Irrigation, Burnt Mill
Rd to Edison facility
Browning Parkway 4
1 0.433
1 18,861.48
Turf and Shrub Parkway w/ Irrigation, 150 ft N of
Riverford to Burnt Mill Rd
5.194 TOTAL AREA ACRES
226,250.64 TOTAL SQUARE FEET
ITEM 9 PETER'S CANYON TRAIL
Name
Area Acres
Square Feet
Description
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Trail 1
0.42
18,295.20
Hannaford Dr to Pioneer Rd
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Trail 2
0.251
10,933.56
Silverado Terrace to Hannaford Dr
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Regional Park to Silverado
Peters Canyon Trail 3
0.098
4,268.88
Terrace
0.769 TOTAL AREA ACRES
33,497.64 TOTAL SQUARE FEET
ITEM 10 PASEO
Name
Area Acres
Square Feet
Description
Paseo Parkway
0.489
21,300.84
Shrubs w/ Irrigation & sidewalk, Sidewalk &
south side shrubs only, Pioneer to Jamboree
0.489 TOTAL AREA ACRES
T 21,300.84 TOTAL SQUARE FEET
ITEM 11 PIONEER STORAGE LOT
Name
Area Acres
Square Feet
Description
Pioneer Lot
0.297
12,937.32
Gravel & tree city storage lot. No Irrigation at
this location.
0.297 TOTAL AREA ACRES
12,937.32 TOTAL SQUARE FEET
WQ
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
MINIMUM STAFF REQUIREMENTS
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 stockedtrucks
(1) Irrigation Specialist
Include Irrigation
with irrigation
All Contract Sites
(1) Irrigation Technician
System Monitoring
controller remotes
and Maintenance for
for Calsense or
Calsense
internet enabled
tablet for Calsense
remote access.
(1) Mow Crew Driver
Mowing/ Turf
(1) Crew cab truck
All Contract Sites
(2) Mow Crew Laborers
Maintenance
(2) Detailed Maintenance
Detailed
All Contract Sites
Laborers
Maintenance
(1) Detailed Maintenance
Detailed
(1) one -ton stake bed
All Contract Sites
Drivers /Leadworker
Maintenance
trucks or equivalent
General litter control,
(1) one -ton
(2) Trash Patrol Laborers
refuse removal,
stake bed
All Contract Sites
and grounds policing
trucks or
equivalent
(1) Pest Control Operator
Fully stocked spray
with a valid QAL from the
Pest Control
truck with a minimum
All Contract Sites
State of California
Operations
100 gallon tank:
(2) Installation
Installation
(1) one -ton stake bed
Refurbishment Items
Maintenance 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
Installation
with irrigation controller
Refurbishment Items
remotes for Calsense or
internet enabled tablet
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 hourly rate for each position listed below on the OpenGov Procurement website
in the table Minimum Staff Rates:
Total Weekly Hourly
Item Hours Provided Rate
1. (1) Supervisor/Quality Control Manager 40
2. (1) Pesticide Applicator(s)
30
3. (2) Irrigation Technician(s)
80
4. (1) Foreperson(s)
40
5. (6) Landscape Laborers
240
6. (1) Fireman (To resolve daily City hot issues) 40
Total Full Time Positions Proposal
Total Weekly Hours Provided 470
A-10
12 *Average, labor will flex to
accommodate seasonal
growth periods.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
REFURBISHMENT ITEMS
Instructions: Proposers may submit pricing information on their own forms but the
Refurbishment Items pricing table on the OpenGov Procurement website must 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.
The following pages contain a list of the items in the Refurbishment Items pricing table
on the OpenGov Procurement website that will need to be completed.
A-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
POC's Connection Products
1
Calsense CS3000 Controller with 48 stations
1
EA
2
GR Stubby Antenna CS3-GR-Kit
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
DIG Leit 4000 Solar Controller
1
EA
10
Calsense Flow Meter FM 1.25B
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
13
2" Griswold N/C 2250RE Pressure Reducing/ Surge Anticipating
1
EA
14
2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 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 SUG200
1
EA
18
Sentry Valve Guard SV200-20
1
EA
19
Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.)
1
EA
20
Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T 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
LF
29
14g Wiring
50,000
LF
30
Schedule 80 PVC 1" Conduit
3,000
LF
Crossings
31
113oring
600
1 LF
Mainline
32
Trenching 8" Wide by 24" Deep
10,000
LF
33
2 1/2" Sch. 40 PVC
10,000
LF
34
6" Sch. 40 PVC Sleeving
600
LF
Lateral Line
35
ITrenchinq 8" Wide by 12" Deep
15,000
LF
36
11/2" Sch. 40 PVC
15,000
LF
Pedestal Footing Remove and Replace
37
Calsense SSE -MPS -Base Footing
1
EA
38
Meyers MEUG16X 120/240V
1
EA
39
Meyers MEUG46X 120/240V
1
EA
A-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
Concrete Removal
40
1 Concrete Removal
1,600
CY
Paver Installation
41
1 Paver installation
22,000
SF
Irrigation Zone Valves
42
1 Rain Bird XCZ-150-PRB-COM
50
EA
Irrigation Heads/Nozzles
43
Rain Bird RD12SP30FN
300
EA
44
Rain Bird MPR Series Nozzles
500
EA
45
Rain Bird SO Series Nozzles
200
EA
46
Rain Bird HE -VAN Series Nozzles
100
EA
47
Rain Bird R-Series Rotary Nozzles
100
EA
48
Rain Bird R-VAN Series Rotary Nozzles
200
EA
49
Rain Bird 1400 Series Pressure Compensating Bubblers
100
EA
Dripline
50
1 Rain Bird XFS-06-12-XXX
20,000
LF
Wire Tracing/Fault Locating/Repair
51
Wire racing/Fault Locating/Repair
5000
LF
Miscellaneous Irrigation Parts
52
2" Griswold NIC 2250 PIN 520
1
Ea.
53
2" Griswold NIC 2250 PIN 6347
1
Ea.
54
2" Griswold NIC 2250 PIN 8528
1
Ea.
55
2" Griswold NIC 2250 PIN 2-PV-2
1
Ea.
56
Carson/Oldcastle 1200 Jumbo Rectangular
1
Ea.
57
Carson/Oldcastle 0910 10" Depth Round Valve Box (Q.C.)
1
Ea.
58
Rain Bird 200 EFB-CP Valve Replacement Diaphragm
1
Ea.
59
Rain Bird 200-PESB Valve Replacement Diaphragm
1
Ea.
60
Rain Bird QC 33-DLRC
1
Ea.
61
Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB-R Valves
1
Ea.
62
IRain Bird PRS-Dial Pressure Regulator
1
Ea.
Plant Material Installed Minimum "G" Rated
63
Annual Color
200
50 C.T.Flat
64
Ground Cover
200
Flat
65
Five Gallon
1,000
Ea.
66
Install Mulch
2,500
C.Y.
67
Rototill
80,000
S.F.
68
Soil Test
6
Ea.
69
Planting Soil
100
C.Y.
Labor & Equipment
70
Landscape Maintenance Supervisor
1
Hour
71
Pest Control Applicator
1
Hour
72
Irrigation Specialist
2,080
Hour
73
Landscape Maintenance Leadworker
2,080
Hour
74
Equipment Operator
1
Hour
75
Landscape Maintenance Laborer
8,320
Hour
76
One -Ton Truck
8,320
Hour
A-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
PROPOSAL / EXTRA WORK COSTS
The following prices for extra work to be used by the City on an as -needed basis. Please
complete the Extra Work Costs pricing table on the OpenGov Procurement website.
ITEM
I DESCRIPTION
QTY
UNIT
TURF MAINTENANCE
1
Edge & Trim
1
LF
2
Fertilization
1
SF
3
Aerification
1
SF
4
Dethatching
1
SF
5
lWeed Control
1
SF
6
jAdditional Mowing
1
1 SF
GROUND COVER, SHRUBS & TREE MAINTENANCE
7
Edge & Trim
1
LF
8
Weed & Clean Up
1
SF
9
Soil Injections
1
SF
10
Foliar Applications
1
SF
11
Tablet or Dry Formulations Placement
1
SF
12
Pruning/Shrubs
1
EA
13
Vine Care
1
EA
14
Vertical Mulch Trees
1
EA
15
Vegetation Removal
1
SF
PLANT MATERIAL (Installed Including Labor)
16
jAnnual Color
1
FLAT
17
Ground Cover
1
FLAT
18
One 1 Gallon
1
EA
19
Five 5 Gallon
1
EA
20
Fifteen 15 Gallon
1
EA
21
Seeded Turf
1
SF
22
Sodded Turf
1
SF
23
Stolonized Turf
1
SF
IRRIGATION INSTALLATION (Including All Labor, Fittings & Equipment)
24
1/2" Valve - Electric
1
EA
25
3/4" Valve - Electric
1
EA
26
1" Valve - Electric
1
EA
27
6" Pop -Up
1
EA
28
112" Pop -Up
1
1 EA
BACKFLOWS
29
jAnnual Backflow Certification
1
EA
A-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
A-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
A-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
A-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
PRINIPAL OFFICE:
CORPORTATION
PARTNERSHIP
INDIVIDUAL
OTHER
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:
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
A-19
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
A-20
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.)
A-21
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
A-22
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.)
A-23
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
A-24
Contractor
Title
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTRACTOR'S LICENSE DECLARATION
(Business and Professions Code Section 7028.15)
The undersigned declares that he or she is:
of
(Party making foregoing proposal)
1. Bidder's Contractors License Number is as follows:
.Classification:
(Hereinafter the "Bidder")
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).
A-25
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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, 2024 — June 30, 2026
NAME OF CONTRACTOR:
SIGNED:
TITLE:
Note: Attach proper Notary Acknowledgment for signature of authorized person.
A-26
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
A-27
Contractor
Title
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
-3L7�x2•"c �`.c ;F'.c _�� :E?{: C?.e :•C",� .{`..�; G7i•et`,.c �Sc:f)�:�C'.c:id�'��. �'„c �-`.r zC`.c �f'.c:€`,c:!`w :d",� _Ct:[,.i �`.t:�G)i•:C:c `.5�-.[..:",[ .�`c .�[7i: E:a:�G`.c_�w :�i:�f]� :t-'.� _�t`.rzCw:�C`.c :x"w�i�SG7�a"��(S�i4�,�
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 —
Li Partner - ❑ Limited
❑ Individual
❑ Trustee
❑ Other:
Title(s):
❑ General
❑ Attorney in Fact
❑ Guardian or
Signer is Representing:
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION B
CONTRACT AGREEMENT
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION B
CONTRACT
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
This agreement, made and concluded, in triplicate, this day of
between the City of Tustin, California, hereinafter called City, and
hereinafter called Contractor.
20 ,
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, entitled:
LANDSCAPE MAINTENANCE SERVICES
FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
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.
As
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTRACT
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
CITY OF TUSTIN
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. See
Sections D for expected provisions.
The following page (B-3) contains the pricing table titled Landscape Maintenance where pricing
was provided on the OpenGov Procurement website.
MW
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Prices below were provided on the Landscape Maintenance pricing table on the OpenGov
Procurement website.
Brief descriptions and measurements for the areas located in Items 1-11 are located in the
following pages A-4 through A-8. There is also a map link on page E-2 showing a map of each
area located in the items listed below.
Landscape and Lighting Assessment District
Landscape Maintenance Items
Item
Item Name
Type
Units
1
Tustin Ranch Road
22 Parkways
12
2
Jamboree Road
16 Parkways, 2 Slopes, 4 Natural Slopes
12
3
Bryan Avenue
8 Parkways
12
4
Irvine Boulevard
7 Parkways
12
5
La Colina Drive
2 Parkways
12
6
Portola Parkway
2 Parkways
12
7
Pioneer Way
1 Parkway
12
8
Browning Avenue
4 Parkways
12
9
Peter's Canyon Trail
3 Parkways
12
10
Paseo
1 Parkway
12
11
Pioneer Storage Lot
1 Storage Lot
12
12
Weed, Rodent and
Pest Control
All Sites
12
13
Trash Pick up
All Sites
12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
The following pages contain descriptions of the areas located in each item of Landscape Maintenance
items listed in Section B, page B-3. Each area within each item has a corresponding location on the
map link provided in Section E, Page E-2.
Note:All areas include adjacent sidewalks or meandering sidewalks through the areas.
ITEM 1 TUSTIN RANCH ROAD
Name
Area Acres
Square Feet
Description
Shrub parkway w/ Irrigation, SB Tustin Ranch
TRR Parkway 1
0.401
17,467.56
Rd, El Camino Real to 1-5 Ramp
Shrub& turf parkway w/ Irrigation, SB Tustin
TRR Parkway 2
0.313
13,634.28
Ranch Rd, Bryan to El Camino Real
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 3
0.67
29185.2
Ranch Rd, Parkcenter to Flood Channel
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 4
0.305
13285.8
Ranch Rd, Lagier Way to Flood Channel
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 5
0.427
18600.12
Ranch Rd, Heritage way to Lagier Way
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 6
0.394
17162.64
Ranch Rd, Palermo to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 7
0.431
18774.36
Ranch Rd, Irvine Blvd to Kinsman Circle
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 8
0.345
15028.2
Ranch Rd, Irvine Blvd to Palermo
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 9
0.795
34630.2
Ranch Rd, Adams to Irvine Blvd
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 10
0.712
31014.72
Ranch Rd, Greenway to Irvine Blvd
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 11
0.586
25526.16
Ranch Rd, La Colina to Adams Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 12
0.578
25177.68
Ranch Rd, La Colina to Greeway Dr
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 13
0.635
27660.6
Ranch Rd, Township to La Colina Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 14
0.454
19776.24
Ranch Rd, Golf course to La Colina Dr
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 15
1.16
50529.6
Ranch Rd, Rawlings to Township Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 16
0.453
19732.68
Ranch Rd, Gallery Way to Golf Course
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 17
0.696
30317.76
Ranch Rd, Rawlings Way to Gallery Way
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 18
0.233
10149.48
Ranch Rd, Rawlings Way to 475 ft North
:"
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ITEM 1 TUSTIN RANCH ROAD (continued)
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 19
0.795
34630.2
Ranch Rd, Citrus Ranch Park to Rawlings
Shrub parkway along hiking path w/ Irrigation,
SB Tustin Ranch Rd, Pioneer Way to Portola
TRR Parkway 20
0.25
10890
Parkway
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 21
0.684
29795.04
Ranch Rd, Pioneer Way to Jamboree
Shrub parkway w/ Irrigation, Tustin Ranch Rd
TRR Parkway 22
1 0.515
22433.4
and Portola, Vermeulen to Allen
11.832 TOTAL AREA ACRES
515401.92
TOTAL SQUARE FEET
ITEM 2 JAMBOREE ROAD
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 1
0.627
27312.12
Rd, 100 ft south of Plaza to Bryan Ave
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 2
0.296
12893.76
Rd, Keller Dr to Irvine Blvd
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 3
0.928
40423.68
Rd, Trevino Dr to Robinson Dr
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 4
0.295
12850.2
Rd, Peters Canyon Wash to Trevino
Shrub Parkways w/ Irrigation, SB Jamboree Rd,
Jamboree Parkway 5
0.753
32800.68
Champion to Peters Canyon Wash
Shrub Parkways w/ Irrigation, SB Jamboree Rd,
Jamboree Parkway 6
0.423
18425.88
Portola Parkway to Champion
Shrub & turf pkwy w/ Irrigation, Jamboree/Tustin
Jamboree Parkway 7
1.51
65775.6
Ranch Rd/Portola, Allen to Vermeulen
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 8
2.94
128066.4
Rd, Patriot of Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 9
3.13
136342.8
Rd, Pioneer to Patriot Way
Jamboree Parkway
Shrub & turf parkway w/ Irrigation, SB Jamboree
10
0.797
34717.32
Rd, end of housing tract to Pioneer Rd
Jamboree Slopes and
Parkways NB East
Shrub slopes w/ Irrigation from OCFA
Side
16.9
736164
headquarters to City Limit w/ Orange
Jamboree Slope SB
Shrub slopes on SB Jamboree, City Limit to
West Side
1.86
81021.6
housing tract wall, No active irrigation
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ITEM 2 JAMBOREE ROAD (continued)
Name
Area Acres
Square Feet
Description
Jamboree Natural
Slope 1
8.66
377229.6
Natural area landscape slopes, NB Jamboree,
OCFA to IRWD building, No Irrigation
Jamboree Natural
Slope 2
4.253
185260.68
Natural area landscape slopes, NB Jamboree,
IRWD building to access road, No Irrigation
Jamboree Natural
Slope 3
0.129
5619.24
Natrual landscape slope, NB Jamboree above
irrigated slopes, No Irrigation
Jamboree Natural
Slope 4
2.28
99316.8
Natural landscape slope, NB Jamboree, about
Pioneer to about City Limit, No Irrigation
45.781 TOTAL AREA ACRES
1994220 TOTAL SQUARE FEET
ITEM 3 BRYAN AVENUE
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, WB Bryan,
Bryan Parkway 1
0.316
13764.96
Browning Ave to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 2
0.387
16857.72
Edison building to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, WB Bryan,
Bryan Parkway 3
0.331
14418.36
Parkcenter Ln to Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 4
0.65
28314
Parkcenter Ln to Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 5
1.139
49614.84
Tustin Ranch Rd to Myford Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 6
0.399
17380.44
Myford Rd to Heritage Way
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 7
1 0.272
11848.32
1 Heritage Way to Rancho Maderas
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 8
0.228
9931.68
Rancho Maderas to Jamboree Rd
3.722 TOTAL AREA ACRES
162130.32 TOTAL SQUARE FEET
W.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ITEM 4 IRVINE BOULEVARD
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 1
0.402
17,511.12
Blvd, 110 ft E of Ranchwood to Tustin Ranch
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 2
0.394
17,162.64
Blvd, 110 ft E of Ranchwood to Tustin Ranch
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 3
0.511
22,259.16
Blvd, Tustin Ranch Rd to Rancho Santa Fe
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 4
0.882
38,419.92
Blvd, Tustin Ranch Rd to Robinson Dr
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 5
0.211
9,191.16
Blvd, Rancho Santa Fe to Myford Rd
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 6
1.06
46,173.60
Blvd, Robinson Dr to Jamboree Rd
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 7
0.379
16,509.24
Blvd, Myford to Tustin Ranch Plaza
3.839 TOTAL AREA ACRES
167,226.84 TOTAL SQUARE FEET
ITEM 5 LA COLINA DRIVE
Name
Area Acres
Square Feet
Description
La Colina Parkway 1
0.305
13,285.80
Shrub & turf parkway w/ Irrigation, EB La Colina
Dr, City Limit to Tustin Ranch Road
La Colina Parkway 2
0.311
13,547.16
Shrub & turf parkway w/ Irrigation, WB La Colina
1 Dr, City Limit to Tustin Ranch Road
0.616 TOTAL AREA ACRES
26,832.96 TOTAL SQUARE FEET
ITEM 6 PORTOLA PARKWAY
Name
Area Acres
Square Feet
Description
Portola Parkway 1
0.134
5,837.04
Shrub parkway along hiking trail w/ Irrigation, EB
Portola, Tustin Ranch Rd to Allen
Portola Parkway 2
0.145
6,316.20
Shrub parkway along hiking trail w/ Irrigation, EB
Portola, Allen to Jamboree Rd
0.279 TOTAL AREA ACRES
12,153.24 TOTAL SQUARE FEET
ITEM 7 PIONEER WAY
Name
Area Acres
Square Feet
Description
Pioneer Parkway
0.203
8,842.68
Shrub Parkway along hiking trail w/ Irrigation,
EB Pioneer Way, Pioneer Rd to Tustin Ranch
Rd
0.203 TOTAL AREA ACRES
1 8,842.68 TOTAL SQUARE FEET
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ITEM 8 BROWNING AVENUE
Name
Area Acres
Square Feet
Description
Browning Parkway 1
4.19
182,516.40
Turf and Shrub Parkway w/ Irrigation, Parkview
Way to El Camino Real
Browning Parkway 2
0.483
21,039.48
Turf and Shrub Parkway w/ Irrigation, Bryan Ave
to Parkview Way
Browning Parkway 3
0.088
3,833.28
Turf and Shrub Parkway w/ Irrigation, Burnt Mill
Rd to Edison facility
Browning Parkway 4
1 0.433
1 18,861.48
Turf and Shrub Parkway w/ Irrigation, 150 ft N of
Riverford to Burnt Mill Rd
5.194 TOTAL AREA ACRES
226,250.64 TOTAL SQUARE FEET
ITEM 9 PETER'S CANYON TRAIL
Name
Area Acres
Square Feet
Description
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Trail 1
0.42
18,295.20
Hannaford Dr to Pioneer Rd
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Trail 2
0.251
10,933.56
Silverado Terrace to Hannaford Dr
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Regional Park to Silverado
Peters Canyon Trail 3
0.098
4,268.88
Terrace
0.769 TOTAL AREA ACRES
33,497.64 TOTAL SQUARE FEET
ITEM 10 PASEO
Name
Area Acres
Square Feet
Description
Paseo Parkway
0.489
21,300.84
Shrubs w/ Irrigation & sidewalk, Sidewalk &
south side shrubs only, Pioneer to Jamboree
0.489 TOTAL AREA ACRES
T 21,300.84 TOTAL SQUARE FEET
ITEM 11 PIONEER STORAGE LOT
Name
Area Acres
Square Feet
Description
Pioneer Lot
0.297
12,937.32
Gravel & tree city storage lot. No Irrigation at
this location.
0.297 TOTAL AREA ACRES
12,937.32 TOTAL SQUARE FEET
WQ
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
MINIMUM STAFF REQUIREMENTS
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
All Contract Sites
(1 )Irrigation Technician
System Monitoring and
trucks with irrigation
Maintenance for
controller remotes for
Calsense
Calsense or internet
enabled tablet for
Calsense remote
access.
(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
(2) Trash Patrol Laborers
refuse removal,
stake bed
All Contract Sites
and grounds policing
trucks or
(1) Pest Control Operator
Fully stocked spray truck
with a valid QAL from the
Pest Control
with a minimum 100
All Contract Sites
State of California
Operations
gallon tank:
(2) Installation
(1) one -ton stake bed
Installation
trucks or equivalent
Refurbishment Items
Maintenance Laborers
(1 )Installation
(1) one -ton stake bed
Maintenance Drivers
Installation
trucks or equivalent
Refurbishment Items
/Leadworker
Include Irrigation
(1) Fully stocked truck
Installation
with irrigation controller
Refurbishment Items
(1) Irrigation Technician
remotes for Calsense or
internet enabled tablet
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 Weekly
Item Hours Provided
1. (1) Supervisor/Quality Control Manager 40
2. (1) Pesticide Applicator(s)
30
3. (2) Irrigation Technician(s)
80
4. (1) Foreperson(s)
40
5. (6) Landscape Laborers
240
6. (1) Fireman (To resolve daily City hot issues) 40
Total Full Time Positions Proposal 12
Total Weekly Hours Provided 470
Hourly
Rate Total
*Average, labor will flex to
accommodate seasonal
growth periods.
M
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
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.
The following page contains a list of the items and prices from the Refurbishment
Items pricing table on the OpenGov Procurement website.
B-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
POC's Connection Products
1
Calsense CS3000 Controller with 48 stations
1
EA
2
GR Stubby Antenna CS3-GR-Kit
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
DIG Leit 4000 Solar Controller
1
EA
10
Calsense Flow Meter FM 1.25B
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
13
2" Griswold N/C 2250RE Pressure Reducing/ Surge Anticipating
1
EA
14
2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 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 SUG200
1
EA
18
Sentry Valve Guard SV200-20
1
EA
19
Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.)
1
EA
20
Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T 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
LF
29
14g Wiring
50,000
LF
30
Schedule 80 PVC 1" Conduit
3,000
LF
Crossings
31
113oring
600
1 LF
Mainline
32
Trenching 8" Wide by 24" Deep
10,000
LF
33
2 1/2" Sch. 40 PVC
10,000
LF
34
6" Sch. 40 PVC Sleeving
600
LF
Lateral Line
35
ITrenchinq 8" Wide by 12" Deep
15,000
LF
36
11/2" Sch. 40 PVC
15,000
LF
Pedestal Footing Remove and Replace
37
Calsense SSE -MPS -Base Footing
1
EA
38
Meyers MEUG16X 120/240V
1
EA
39
Meyers MEUG46X 120/240V
1
EA
B-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
Concrete Removal
40
1 Concrete Removal
1,600
CY
Paver Installation
41
1 Paver installation
22,000
SF
Irrigation Zone Valves
42
1 Rain Bird XCZ-150-PRB-COM
50
EA
Irrigation Heads/Nozzles
43
Rain Bird RD12SP30FN
300
EA
44
Rain Bird MPR Series Nozzles
500
EA
45
Rain Bird SO Series Nozzles
200
EA
46
Rain Bird HE -VAN Series Nozzles
100
EA
47
Rain Bird R-Series Rotary Nozzles
100
EA
48
Rain Bird R-VAN Series Rotary Nozzles
200
EA
49
Rain Bird 1400 Series Pressure Compensating Bubblers
100
EA
Dripline
50
1 Rain Bird XFS-06-12-XXX
20,000
LF
Wire Tracing/Fault Locating/Repair
51
Wire racing/Fault Locating/Repair
5000
LF
Miscellaneous Irrigation Parts
52
2" Griswold NIC 2250 PIN 520
1
Ea.
53
2" Griswold NIC 2250 PIN 6347
1
Ea.
54
2" Griswold NIC 2250 PIN 8528
1
Ea.
55
2" Griswold NIC 2250 PIN 2-PV-2
1
Ea.
56
Carson/Oldcastle 1200 Jumbo Rectangular
1
Ea.
57
Carson/Oldcastle 0910 10" Depth Round Valve Box (Q.C.)
1
Ea.
58
Rain Bird 200 EFB-CP Valve Replacement Diaphragm
1
Ea.
59
Rain Bird 200-PESB Valve Replacement Diaphragm
1
Ea.
60
Rain Bird QC 33-DLRC
1
Ea.
61
Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB-R Valves
1
Ea.
62
IRain Bird PRS-Dial Pressure Regulator
1
Ea.
Plant Material Installed Minimum "G" Rated
63
Annual Color
200
50 C.T.Flat
64
Ground Cover
200
Flat
65
Five Gallon
1,000
Ea.
66
Install Mulch
2,500
C.Y.
67
Rototill
80,000
S.F.
68
Soil Test
6
Ea.
69
Planting Soil
100
C.Y.
Labor & Equipment
70
Landscape Maintenance Supervisor
1
Hour
71
Pest Control Applicator
1
Hour
72
Irrigation Specialist
2,080
Hour
73
Landscape Maintenance Leadworker
2,080
Hour
74
Equipment Operator
1
Hour
75
Landscape Maintenance Laborer
8,320
Hour
76
One -Ton Truck
8,320
Hour
B-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
PROPOSAL / EXTRA WORK COSTS
The following prices for extra work to be used by the City on an as -needed basis. Prices
below were completed on the Extra Work Costs pricing table on the OpenGov Procurement
website.
ITEM
I DESCRIPTION
QTY
I UNIT
TURF MAINTENANCE
1
Edge & Trim
1
LF
2
Fertilization
1
SF
3
Aerification
1
SF
4
Dethatching
1
SF
5
Weed Control
1
SF
6
lAdditional Mowing
1
1 SF
GROUND COVER, SHRUBS & TREE MAINTENANCE
7
Edge & Trim
1
LF
8
Weed & Clean Up
1
SF
9
Soil Injections
1
SF
10
Foliar Applications
1
SF
11
ITablet or Dry Formulations Placement
1
SF
12
Pruning/Shrubs
1
EA
13
Vine Care
1
EA
14
Vertical Mulch Trees
1
EA
15
Vegetation Removal
1
SF
PLANT MATERIAL (Installed Including Labor)
16
Annual Color
1
FLAT
17
Ground Cover
1
FLAT
18
One 1 Gallon
1
EA
19
Five 5 Gallon
1
EA
20
1 Fifteen 15 Gallon
1
EA
21
Seeded Turf
1
SF
22
Sodded Turf
1
SF
23
Stolonized Turf
1
SF
IRRIGATION INSTALLATION (Including All Labor, Fittings & Equipment)
24
1/2" Valve - Electric
1
EA
25
3/4" Valve - Electric
1
EA
26
1" Valve - Electric
1
EA
27
6" Pop -Up
1
EA
28
12" Pop -Up
1
EA
BACKFLOWS
29
jAnnual Backflow Certification
1
EA
am
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
B-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
Am
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
B-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
AM
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 VI (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
•
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
ARTICLE X Notwithstanding any other provision of the Agreement, the City may, at any
time, and without any cause, terminate this Agreement in whole or in part, upon not less than
seven (7) days' written notice to Contractor. Such termination shall be affected by delivery to
Contractor of a notice of termination specifying the effective date of the termination and the extent
of the Work to be terminated. Contractor shall immediately stop work in accordance with the
notice and comply with any other direction as may be specified in the notice or as provided
subsequently by the City. City shall pay Contractor for the work completed prior to the effective
date of the termination, and such payment shall be Contractor's sole remedy under this
Agreement. Under no circumstances will Contractor be entitled to anticipatory or unearned
profits, consequential damages, or other damages of any sort as a result of a termination or partial
M
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
termination under this Paragraph. The Contractor shall insert in all subcontracts that the
subcontractor and/or supplier shall stop work on the date of and to the extent specified in a notice
of termination, and shall require subcontractor and/or supplier to insert the same condition in any
lower tier subcontracts.
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.
B-21
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
M
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).
B-22
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
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
B-23
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
XW
TITLE:
SURETY:
(Name)
BY:
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).
B-24
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
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.
B-25
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
BY:
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).
AM
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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:
SIGNED:
BY:
TITLE:
COMPENSATION INSURANCE CERTIFICATE
TO BE SUBMITTED WITH CONTRACT
B-27
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.)
AM
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
Contractor
Title
•
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CONTRACTOR'S LICENSE DECLARATION
(Business and Professions Code Section 7028.15)
The undersigned declares that he or she is:
of
(Party making foregoing proposal)
1. Bidder's Contractors License Number is as follows:
.Classification:
(Hereinafter the "Bidder")
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).
M
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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 ASSESSEMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
NAME OF CONTRACTOR:
SIGNED:
TITLE:
Note: Attach proper Notary Acknowledgment for signature of authorized person.
B-31
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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:
Contractor
By
Title
B-32
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
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 —
❑ Partner - ❑ Limited
❑ Individual
❑ Trustee
Title(s):
❑ General
❑ Attorney in Fact
❑ Guardian or
❑ Other:
Signer is Representing:
FZ-F .x o .x .Ac.. a- - --v o — ... — �v c.Y„ oo
B-33
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION C
GENERAL PROVISIONS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION C
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.
C-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 through June
30, 2026.
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.
C-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
C-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
(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, 2025. 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.
C-4
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, Director of Public Works or his delegated agent, 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.
C-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
C. Written authorization from the City Manager, Director of Public Works 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.
C-6
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
MR
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-9
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-10
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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;
C-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
G. The policy covers explosion, collapse, and underground hazards;
H. The policy covers products and completed operations;
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:
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").
C-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 to the maximum extent possible. A report of the amount of recycled material and location
of where material was recycled shall be provided monthly to the Landscape Supervisor.
The Contractor shall coordinate the removal from the site of all structures, foundations, paving,
vegetation and any associated debris from the site.
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 Applicant/Contractor may be asked to submit a Waste Reduction and Recycling Plan to the
Public Works Department utilizing the 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 Waste Reduction and Recycling
Plan shall demonstrate recovery and recycling of at least 65% 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 65% recycling requirement; and
• Contractor shall be required to use only City approved recycling facilities.
C-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
C-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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.
1. 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.
C-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
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.
C-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION D
SPECIAL PROVISIONS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION D
SPECIAL PROVISIONS
The Contractor shall provide the following services and meet the following specifications:
D-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 13:
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 (including sidewalks) 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.
D-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-1 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.
D-11 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.
D-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.
D-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
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.
D-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
D-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.
D-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.
ME
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
D-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
A.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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
schedule by the first of every month for month.
sheets, names and titles of all persons working
invoice. Material and chemicals to be used on
Landscape Supervisor or his representative.
chemical reports must be submitted with the
Supervisor shall be notified within five (5) work
schedule or material usage.
Check sheets
weekly detailed job
with signatures, time
must be turned in with the monthly
any site shall be approved by the
Fertilization reports, material and
monthly invoice. The Landscape
ng days of any deviation from this
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:
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.
D-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
M
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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;
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.
M
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-XII STORAGE FACILITIES
The City of Tustin will not provide any storage facilities for the Contractor.
D-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.
D-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.
D-10
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-XVII LITTER AND TRASH SERVICE
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. Empty all waste receptacles and replace plastic liners where required on Monday and
Friday basis. Plastic liners to fit waste receptacles in such a manner as to not overhang
the top. Plastic liners to be replaced on an as needed basis but no less than once a week
C. The Contractor shall promptly remove from the work area all debris generated by his
performance.
D-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.
D-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.
D-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-XX WEED CONTROL
A. For the purpose of these specifications, a weed will be considered as "any
undesirable ormisplaced 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.
D-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
D-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.
D-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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 such as Calsense.
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.
G. The Contractor shall record water meter readings for irrigation on a weekly basis on
Mondays. Documentation shall be provided to the Landscape Supervisor. Digital
documentation via application on a smartphone may be required.
D-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.
1. 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-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D. Upon completion of such repairs, the Contractor shall sign off each individual area as
being fully operational.
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.
Contractor to submit a monthly inspection checklist providing the following information.
D-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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 may be 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:
D-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
E. The Contractor shall provide radio remotes for Calsense (ET2000e) controllers to perform
maintenance inspection and repairs. The use of a tablet with an internet data plan is an
acceptable substitute for a radio remote to use the Calsense Direct Access feature. A
smart phone is not an adequate substitution for a tablet as remote access to Calsense
ET2000e's are not accessible by smart phone.
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.
D-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-XXV IRRIGATION MAINTENANCE AND REPAIRS(Cont'd.)
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.
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.
D-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
basis per date requested. Readings may be required to be taken via application on a
smart phone.
D. Upon completion or termination of this Agreement, the log book shall become the
property of the City of Tustin.
D-18
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-19
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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 work site.
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.
D-20
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-21
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
D-22
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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
1. 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.
D-23
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
D-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
D-24
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
D-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,
on Monday and Friday, with the understanding that situations may arise during any given
day which may require attention.
D-26
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
C. Empty all waste receptacles and replace plastic liners where required on Monday and
Friday. Plastic liners to fit waste receptacles in such a manner as to not overhang the top.
Plastic liners to be replaced on an as needed basis but no less than once a week.
D. 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.
E. 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.
F. 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.
G. 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.
H. Maintain all trees to a height of 7-feet over pedestrian paths.
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.
D-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.
D-26
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-XXXII REPAIR OF WALKWAYS, SERVICE ROADS AND MISCELLANEOUS
IMPROVEMENTS
A. Walkways and Service Roads - All walkways and services roads, if any, shall be
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.
D-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.
D-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.
D-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.
D-27
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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,
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
D-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 to the maximum extent possible. A report of the amount of recycled material
and location of where material was recycled shall be provided monthly to the Landscape
Supervisor.
X
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
The Contractor shall coordinate the removal from the site of all structures, foundations, paving,
vegetation and any associated debris from the site.
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.
The Applicant/Contractor may be required to submit a Waste Reduction and Recycling Plan to
the Public Works Department utilizing the Waste Reduction and Recycling Plan, a copy can be
obtained from the Public Works Department, and obtain approval from the Public Works
Department prior to the issuance of a Notice to Proceed. The Waste Reduction and Recycling
Plan shall demonstrate recovery and recycling of at least 65 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 65% recycling requirement; and
Contractor shall be required to use only City approved recycling facilities.
D-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.
D-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, Director of Public Works or his
delegated agent'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
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.
D. Landscape areas that are added to or deleted from the agreement areas will be reflected
in an amendment to the contract.
D-29
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-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.
D-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.
D-30
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION E
GENERAL NOTES, LOCATION MAPS AND DETAILS
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION E
LANDSCAPE LOCATIONS AND DETAILS
E-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.
E-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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.
E-II TABULATIONS OF WORK LOCATIONS, MAPS AND DETAILS
1. A map of work locations, controllers and backflows can be found at the web
address below.
https:Hbit.ly/LandscapeandLightingAssessmentDistrict
2. The following pages E-3 through E-5 contain a current list of controller
equipment and the related meters and backflows for each controller.
3. Page E-6 contains a list of backflows required for annual testing.
E-2
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
Landscape and Lighting Assessment District Equipment List
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notes
LLD -Jamboree Slopes and
NB Jamboree Irrigated slopes North of OCFA to approx.
1A
60621877
10906 Jamboree
Parkways
halfway to Patriot
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
LLD - Jamboree Slopes and
2A HUB
60613559
10394 Jamboree
Parkways
NB Jamboree Irrigated slopes to the north & south of Patriot
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
LLD - Jamboree Slopes and
3A
13377981
10258 Jamboree
Parkways
NB Jamboree Irrigated slopes between Patriot and Pioneer
Calsense ET2000e LR RR
IRWD
Potable
2" Febco RP Model 825Y Serial J034805
Currently off. Uses a
LLD -Jamboree Slopes and
NB Jamboree slopes from Patriot to City Limit and SB
pump and shares a
4A
60527573
10006 Jamboree
Parkways
Jamboree Native slope from City limit to housing tract
Calsense ET2000e LR RR
IRWD
Potable
2" Febco RP Model 825Y Serial J035783
meter with 5A
SB Jamboree Parkway from Pioneer north to end of housing
6A
12726610
10009 Jamboree
LLD -Jamboree Parkway 30
tract
Calsense ET2000e LR RR
IRWD
Potable
2" Febco RP Model 825Y Serial J010167
8A
13099959
10135 Jamboree
LLD -Jamboree Parkway 9
SB Jamboree Parkway from Pioneer to halfway to Patriot
Calsense ET2000e LR RR
IRWD
Potable
2" Wilkins RP Model 975XL2 Serial 363308
SB Jamborre Parkway from halfway between Pioneer and
9A
60621876
10289 Jamboree
LLD -Jamboree Parkway 9
Patriot to Patriot
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
SB Jamboree LOT F behind V ditch NW corner of Jamboree
10A
60498511
10287 Jamboree
LLD -Jamboree Parkway 9
and Patriot
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
SB Jamboree Parkway from Patriot way to halfway to Tustin
12A
60498513
10653 Jamboree
LLD -Jamboree Parkway 8
Ranch Road
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
SB Jamboree Parkway from halfway between Patriot and
15A
60498503
11025 Jamboree
LLD -Jamboree Parkway 8
Tustin Ranch Road to the corner at Tustin Ranch Road
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
SB Jamboree from Tustin Ranch Road to halfway to Portola
16A
17654308
10647 Jamboree
LLD -Jamboree Parkway 7
and on EB Tustin Ranch Road Vermeulen to Jamboree
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
SB Jamboree Parkway from halfway between Tustin Ranch
LLD - TRR Parkway 22 and
Road and Portola around WB Portola and around NB Tustin
18A
15367251
2690 Portola
LLD -Jamboree Parkway 7
Ranch Road to Vermeulen
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
OCRT shrub trail and parkway on EB Portola from Tustin Ranch
19A
69904719
2986 Portola
LLD - Portola Parkway 1 &2
Road to Jamboree in front of Citrus Ranch Park
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
11257 Tustin Ranch
WB Tustin Ranch Road Parkway from Jamboree to Pioneer
22A
60759873
Rd
LLD -TRR Parkway 21
Way
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
City only maintains
sidewalk and
landscaping south of
sidwalk. Water
meter located on
23A
60742179
11092 Pioneer Rd
LLD - Paseo Parkway
Landscaped paseo greenbelt between Pioneer and Jamboree
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
Pioneer Road
2322 Peters Canyon
LLD - Peters Canyon Trail 2
OCRT shrubs north of end of Peters Canyon Rd and south on
24A
60738956
Rd
and 3
Peters Canyon Rd to Hannaford Dr
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
Shares a meter with
26A. Shares
2550 Peters Canyon
flowsensing with
25A
15931402
Rd
LLD - Peters Canyon Trail 1
OCRT Shrubs South of Hannaford Dr to halfway to Pioneer Rd
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
26A
Shares a meter with
25A. Shares
flowsensing with
2550 Peters Canyon
OCRT Shrubs halfway down from Peters Canyon Road down to
25A. 25 and 26 need
26A
15931402
Rd
LLD - Peters Canyon Trail 1
Pioneer RD
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
to communicate
OCRT Shrub trail and parkway on SE Pioneer Way from Pioneer
2816 Peters Canyon
LLD - Pioneer Parkway &
Rd to Tustin Ranch Rd and continuing on SB Tustin Ranch Rd
28A
60613484
Rd
TRR Parkway 20
to Portola
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
OCRT shrub trail and parkway on SB Jamboree from Portola to
29B
60738965
11927 Jamboree
LLD -Jamboree Parkway 6
Champion Way
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
OCRT shrub trail and parkway on SB Jamboree from Champion
30B
12726617
1 12215 Jamboree
I LLD -Jamboree Parkway 5
1 Way to OCRT bridge/underpass that crosses under Jamboree
I Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
M
W
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
Landscape and Lighting Assessment District Equipment List (continued)
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notes
LLD - Jamboree Parkway 4 &
31A
15931532
12535 Jamboree
3
SB Jamboree Parkway from OCRT underpass to Robinson Way
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
Controller is located
on Jamboree with
34A
17867568
13119 Jamboree
LLD - Irvine Parkway 6
WB Irvine Blvd Parkway from Jamboree to Robinson Way
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
35A
35A
17867560
13117 Jamboree
LLD -Jamboree Parkway 2
SB Jamboree Parkway from Keller to Irvine Blvd
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
38A
60453941
2421 Irvine Blvd
LLD - Irvine Parkway 4
WB Irvine Blvd Parkway from Robinson to Tustin Ranch Road
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
12884 Tustin Ranch
40A
15063501
Rd
LLD - TRR Parkway 10 & 12
NB Tustin Ranch Road Parkway Irvine to just south of La Colina
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
NB Tustin Ranch Rd parkway just south of La Colina to Tustin
41A
14769725
12446 Tustin Ranch Rc
LLD -TRR Parkway 12 & 14
Ranch Golf course
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
11990 Tustin Ranch
NB Tustin Ranch Rd parkway from Tustin Ranch Golf Course to
43A
60453878
Rd
LLD -TRR Parkway 16 & 17
Rawlings Way
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
NB Tustin Ranch Rd Parkway from Rawlings Way to Citrus
44A
60498471
11840 Tustin Ranch Rc
LLD -TRR Parkway 19
Ranch Park
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
46A
60621831
11973 Tustin Ranch Rt
LLD - TRR Parkway 15 & 18
SB Tustin Ranch Rd parkway north and south of Rawlings Way
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
SB Tustin Ranch Rd parkway south of Rawlings Way to La
47A
60498469
2427 Tustin Ranch Rc
LLD -TRR Parkway 15 & 13
Colina
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
WB La Colina parkway from Tustin Ranch Road to city limit
49A
60738958
2567 Tustin Ranch Rt
LLD - La Colina Parkway 2
near Ranchwood
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
EB La Colina parkway from city limit near Ranchwood to Tustin
50A
60453943
2601 Tustin Ranch Rc
LLD - La Colina Parkway 1
Ranch RD
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
51A
15367254
2741 Tustin Ranch Rt
LLD - TRR Parkway 9 & 11
SB Tustin Ranch Road Parkway La Colina to Irvine Blvd
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
53A
60524110
2995 Tustin Ranch Rc
LLD - Irvine Parkway 2
WB Irvine Blvd Parkway from Tustin Ranch Rd to Ranchwood
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
Meter is 1/2 a block
south on Myford,
just north of Rancho
Mariposa
apartments
54A
60549530
13213 Myford
LLD - Irvine Parkway 5
EB Irvine Blvd Parkway, Robinson to Myford
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
entrance
EB Irvine Blvd Parkway, Myford to Shopping Center at
55A
19337092
2782 Irvine Blvd
LLD - Irvine Parkway 7
Jamboree
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
57A
12726662
2951 Bryan Ave
LLD - Jamboree Parkway 1,
SB Jamboree parkway from Tustin Ranch Plaza to Bryan,
Calsense ET2000e LR RR
IRWD
Rec aimed
N A
59A
13377966
2581 Bryan
LLD - Bryan Parkway 5
WB Bryan Ave Parkway, Myford to Tustin Ranch Road
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
61A
15367098
13271 Tustin Ranch Rc
LLD -TRR Parkway 4 & 5
NB Tustin Ranch Road Parkway, Bryan to Heritage way
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
LLD -Trr Parkway 7 & LLD -
NB Tustin Ranch Rd Parkway Kinsman to Irvine Blvd around to
62A HUB
14769734
13020 Tustin Ranch Rc
Irvine Parkway 3
EB Irvine from Tustin Ranch Rd to Robinson way
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
EB Irvine Parkway from Ranchwood to Tustin Ranch Rd,
LLD - Irvine Parkway 1, LLD -
around the corner onto SB Tustin Ranch Road to Parkcenter
63A
15367105
13051 Tustin Ranch Rc
TRR Parkway 8 & 6
Lane
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
65A
15367102
13331 Tustin Ranch Rc
LLD - TRR Parkway 3
SB Tustin Ranch Rd Parkway, Parkcenter Ln to Bryan Ave
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
Landscape around
Edison facility
belongs to SCE,
Landscaping in front
of the B'nai lsreal
Temple is
WB Bryan Ave Parkway, Tustin Ranch Rd to Edison facility on
maintained under
66A
60622008
191 Bryan/Park CentE
LLD- Bryan Parkway 2 & 4
Browning
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
LLD
67A
60896682
3504 Park Center
LLD - Bryan Parkway 1 & 3
EB Bryan Ave Parkway, Browning to Tustin Ranch Rd
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
70A
61177682
3821 Tustin Ranch Rt
LLD -TRR Parkway 1 & 2
SB Tustin Ranch Rd, Bryan to 5 freeway
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
IT
I
w
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
Landscape and Lighting Assessment District Equipment List (continued)
Controller Name
Meter Number
Meter Address
Serves
Location Description
Controller Type
Water Utility
Water Type
Backflow
Notes
71A
60723351
2003 El Camino Real
LLD - Browning Parkway 1
NB Browning Greenbelt drainage area
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
72A
60375430
2004 Parkview
LLD - Browning Parkway 1
NB Browning Greenbelt drainage area
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
73A
60375428
2003
Browning/Parkview
LLD - Browning Parkway 18,
2
NB Browning parkway just south of Parkview to Bryan Ave
Calsense ET2000e LR RR
IRWD
Reclaimed
N/A
74A
34056358
13302 Brownin
LLD -Browning Parkway 3 &
4
NB Browning parkway from Edison Facility to end of parkway
north of Riverford
Calsense ET2000e LR RR
TWD
Potable
2" Wilkins RP Model 975XL Serial 1548445
LO
w
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
BACKFLOWS FOR TESTING
. NO.
LOCATION ADDRESS
I LOCATION DESCRIPTION
MFG.
TYPE
SIZE
T-001
1548445
Browning
East side 150' North of Burnt Mill
Wilkins
RP
2
975XL
J034805
Jamboree 10258
East side Jamboree 1000' South of Pioneer
Febco
RP
2
825Y
J035783
Jamboree 10006
East side Jamboree 1,000' North of Pioneer
Febco
RP
2
825Y
J010167
lJamboree 10009
lWest side Jamboree 1,000' North of Pioneer
Febco
RP
2
825Y
3613308
Jamboree 10135
West side Jamboree 400' South of Pioneer
Wilkins
RP
2
975XL2
30
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
ATTACHMENT 8
Mariposa Landscapes Proposal (Tustin Landscape and Lighting
District)
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
RQqmQN 9(w pmpwd 9(w
IN'
TLJSI
RFP Landscape Maintenance Service —
Landscape & Lighting Assessment District Area
Due Date: March 21, 2024 by 4 pm
M A R 1 P O S A
L A N D S C A P E S I N C
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221FO
A N D S C
March 21, 2024
Transmittal Letter
City of Tustin
300 Centennial Way
Tustin, CA 92780
Attn: Forrest Locke // Landscape Contract Supervisor
H P
0
E S I
0
N C
RE: Request for Proposal, Landscape Maintenance Services for Landscape & Lighting Assessment District Areas
Mariposa Landscapes Inc. is pleased to submit our proposal for landscape maintenance services for the City of
Tustin's Landscape & Lighting Assessment District Areas (LLD). We are excited about the opportunity to participate
in the competitive process and hope to he selected as the successful bidder.
Mariposa has proudly served the City of Tustin since 2015. Our experience and familiarity with the city's
expectations and standards make us well suited to continue providing exceptional services.
Since our establishment in 1977, Mariposa has grown from a single truck operation to a fleet of trucks and
equipment with over 800 employees, servicing both Southern California and Arizona. With over 95 awards for
project excellence, we take pride in the quality of our work and thrive on keeping our company as one of the most
recommended in the industry. Our commitment to customer satisfaction has enabled us to maintain positive
relationships with our clients.
We bring decades of knowledge and in-depth experience to every landscape entrusted to our care. Building long-
lasting relationships with our clients is important to us. We understand and respect your goals and do everything in
our power to assure the well-being of your properties.
We value open, honest communication, ongoing staff training, and new methods and technologies that will help us
do the best job possible. While we always appreciate the accolades we receive, seeing our customers enjoy a well -
executed and thriving landscape is still the most rewarding part of our work.
In submitting this proposal, we acknowledge that we have a full understanding of the requirements and scope of
work detailed in the RFP. Our price reflects the necessary labor, services, equipment, and materials to perform the
work. We have the ability to comply with all the terms and requirements of the bid and the resulting contract. We
are familiar with all the sites and have revisited all sites to provide you with the best proposal.
We would be honored to continue working for you and beautify your properties to their ultimate potential.
Sincerely,
Antonio Valenzuela — V.P of Operation
4q'g TEL 800 • 794 • 9458 0 xAx 625 • 950 ■ 8477 www.maripasa-ca.com
6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC # 592268 A, C-27, ❑-49, C-61, C-31
Our Core Values — Safety • Teamwork • Quality • Integrity
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Table of contents
TransmittalLetter........................................................................................................................... 2
Mariposa Approach to Landscape & Lighting Assessment District Areas ...................................... 4
Corporate Organization & Experience............................................................................................ 9
Qualifications and Expertise......................................................................................................... 11
Statement of Offer and Signature................................................................................................ 14
"We 6lend Nature and Craftsmanship
to create ultimate outdoor settings and e.Ktremely
satisfied customers"
<�19 Our Core Values Safety Teamwork Quality Integrity Page 3
f y y S y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Mariposa Approach to Landscape & Lighting Assessment District Areas
It is our intention to perform this contract per the City of Tustin requirements as indicated in the proposal
documents. Our proposal includes an outstanding level of labor, materials, and equipment to sustain a high level of
landscape maintenance throughout the term of this contract.
Our company, Mariposa, is proposing highly experienced crew members to perform landscape maintenance service.
We are confident that the amount of manpower that we proposed is the ideal amount to deliver the highest level of
service for the City of Tustin.
Work hours will be Monday to Friday from 6 am to 2.30 pm or per approved by the City's representative. Our crew
will start their day from our Santa Ana office.
Our account managers will conduct a weekly meeting with the city representative to inspect and discuss tasks for
the following week as well as any issues that may arise during the contract period. We will also be providing daily
work plan with staff members responsibilities. This will provide transparency to our work and ensuring the city
representative of our quality work.
Our crew will start in the morning to conduct the assigned tasks for the day. We understand that areas of
maintenance are in proximity the residential areas. Our crew will be extra careful with the noise level generated by
equipment. Mariposa will create schedule with the aim to provide service during low foot traffic period. The goal
here is to reduce contact with the residence and visitors to promote safe environment.
Methodology and work plan
To show our understanding of the work, the following are the key tasks that Mariposa is proposing for City of Tustin.
All tasks will be per specification and are not limited to the lists below.
General Maintenance
Our crew will be on -site five days per week to ensure all routine tasks are performed. Our crew will prioritize the
time in the morning to promote safety and avoid busy traffic period.
Turf care
Turf maintenance will consist of mowing, edging and renovation.
Mowing and Edging
Mowing will be completed every week. Mariposa will be proposing the use of both 72" recycling ride on
mower and 21" push behind mowers. Clippings will be recycled, and any excessive and visible clippings will
be removed.
Mariposa believes frequent edging will promote neater appearance and we are proposing to edge with each
mowing. Edging will be performed with a mechanical edger that is equipped with sharpened steel blade that
cuts into the rootzone of the soil. Other edges, such as around valve boxes, will be detailed with a string
trimmer.
Fertilization
• In general, 16-6-8 fertilizer will be applied to turf. (To be determined by the city representative)
<ta Our Core Values Safety Teamwork Quality Integrity Page 4
.f y y 8 y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Shrubs and Ground Cover Care
General Pruning
• Planters pruning and monitoring will be performed daily by onsite crew in a rotation schedule.
• All plant material will be pruned selectively per species.
• All plant materials that encroached into surrounding areas will be pruned immediately upon sight to
maintain public safety as well as promote neat appearance. Our crew will monitor all ground cover to avoid
encroachment into amenities, building structures, and trees. Ground covers will be pruned a few inches
away from the curb to maintain a neat appearance.
• Wall or trellises vines will be monitored and trimmed to maintain healthy, safe, and neat appearance. Vines
will be trimmed to equal proportion throughout the walls.
Fertilization
• Fertilizers applied will be specific to plant materials and condition.
• In general, 15-15-15 fertilizer will be applied to plant materials. (To be determined by city representative)
Weed Control
Chemical weed control
• Our herbicide application schedule will be approved by City of Tustin representatives. Chemical application
will focus on Pre and Post emergence application two times per year for maximum efficiency.
• All chemical application will be kept at minimum and only be use when needed.
• All chemical application will be conducted under the supervision of a qualified applicator license holder.
• All chemicals will be applied per the recommendation of our pest control advisor (PCA).
Manual weed control
• Hand weeding will be an ongoing service perform by on site crew.
• Weeds will be removed with appropriate tools whenever possible.
General Cleanup
• Our crew will be performing litter control tasks. Litter control includes removing debris from landscape areas
• All trash cans will be emptied 2 times per week.
rrigation
Our crew will be visually inspecting the irrigation system throughout the sites.
• Irrigation check will be conducted weekly, and report will be provided on a monthly basis.
• Adjustments and nozzle clean up will be done regularly as part of the inspections.
• Water management will be managed by our irrigator per RFP.
• Meter reading.
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Work Plan and Schedule for City of Tustin
Mariposa's maintenance goal for City of Tustin is simple. We want to keep the sites clean, healthy and appealing to
the residents. Our work plan is as follow,
Everyday our foreman will inspect the site and report to the account manager to plan for the next day. Any
deficiency will be taken care on the day or on the following day.
Our crew will conduct pruning/ trimming and detailing tasks. Their task will be followed by litter control and site
polishing task to clean up the sites.
Our mowing crew will be conducting mowing tasks per the schedule agreed by the city representative. This crew will
be a separated crew from the routine/ detail crew.
Tentative schedule / staffing plan for City of Tustin
The following schedule is tentative and subject to change. All schedules will be approved by City of Tustin
representative. Any changes will be made to suit City of Tustin needs.
Please take look at the sample of daily schedule.
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 6
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
OL
T1 TL.F
E M P L4YE
ACCOUNT MANAGER
JuaE R. SANAaRIA
FIELD SUPERVISOR
FREDEDY M. TIOLESA
IRRIGATION TECH
&WL N* NT AL
IRRIGATION Timm
_NAK CARLOF RVLIW
IRRIGATION TECH
icit PuRto
IRRIGATION TECH
Iv�";..'L TkF A
FCRiMAN MAINTEMAfMIM, CRON PL 1
YIRGILM CAJATU
7
1AAtA MAINTENANCE r: Elv I 1
"cArlo C LRIN0
•
Lr BCK MAINTENANCE CSEW I L
NA3 1m r16y0M
v
FOREMAN NWWFMAITGE CREW * 2
RL eRTO DOWNGUEZ
LNIC A MRINTFNANa CREW it l
r,EQlidkCG s;vc - El
FOREMAN MAINYEHAHCE CREW 91
RVEIER vuez
]]
LAacR MAIRTE.IAI'L:..!';r lr T
DINE Mi IINCAL:A
13
L•GOR MAIFITENLiNCI CRFW • 7
TVAN ^ j
A.
LA$OR mAlra%mANGE GREW/ 1
LL115 E. SALAD-0
is
ILOREMAN IMAtWFERANOE CRW 0 S
CRISPIN "04
:G
Lamm M15WTE NM IMEW05
kEylrl TE)AVA
:}
11DRiMAN M*MNo CREW
f1J.EMON NUMM
..:' Ar, r. CA a .IA
L•T4R MOW ING OtE44
:�
1F60R MOWING QtEW
aA�'Y RbMISc[
FOREMAN MAINTENANCE
ELIAS VARGAS
SP RAY TECH
ARTU RO CHAYQ
VEHICLE
397
I8:
eac
sag
5a7
E07
Y!
ALL SrFE4
ALL SrKS
VARIUUSLOCAUNK
VAMOUS LOCAT1p{
VAIN"LOCATTOIJS
6EMERAL "F TEKLNCE - LETTER CONTROL - WEED CONTROL -TRIM AS DVEGD£D
1)cr-VFIWl%LaH R4COM.PLEA
GENERAL MAINTENANCE • LITTER CONTROL - WEED IMNTROL - TRIM AS NEEDED
1I5�xla amEl
IJ FnMILT ArIIR YOUTH 4711i71
Al WAFL MT+IMKIAL y
Ay TLISTIN MRTRoL1NK sn{TIQN
GEN"AL MMMEN MM . UTTER CONTROL-WSED CL7HTINIL- TRIM AS NEEDEd
1) CORFcRP.TE .YJ'JM
*T-111GArMARr.4
ZI YRA PARKWAY 4
4EHERAL MAANTENAN CE • LITTER CONTROL: WEED COKIWIL - TRIM AS NEEDED
-- 1I LLD T4h?A1H'L1NAY SI --
LLD - TURF MM MI NG
TAN RLTRFF Ro PWN 1 IM70IRVWE BLVO PKM A I
TRASH- LITTER REMOVAL
-- - WCAMTJOIEAI
7j VAR. uL s Lr ca r io •1s
WEED CONTROL:
rl FAN 11iR ARMY RESERVE
d) A T NISTR L %G AVE. INWW PAN kWAVS
<ta • • •
Our Core Values Safety Teamwork Quality Integrity Page 7
.f y y S y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Equipment
Equipment
List
3/4 ton crew cab truck
3
Great
Small Pick up
1-2
Great
Utility Trailer
1
Great or New
Hedge trimmer
4
Great or New
Back Pack Blower
4
Great or New
String Trimmer
4
Great or New
72" ride on Mower
1
Great
Walk behind edger
1
Great
Aerator Walkbehind
1
3 years
Dethatching Walkbehind
1
3 years
Landscape Tools sets
3-4
New
a
eaa�
<�19 Our Core Values Safety Teamwork Quality Integrity Page 8
.f y y 8 y
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Corporate Organization & Experience
Management Staff Experience
Terry Noriega — President
• 45+ years of experience in landscape installation and maintenance
• B.S. in Ornamental Horticulture: California State Polytechnic University, Pomona
• California Contractors Licenses: C-27, A, C61/D49 and C-31
• Pest Control Advisor in 6 Categories
• Qualified Pest Control Applicator in 7 Categories
• Certified Landscape Technician in Ornamental and Turf Maintenance
• ISA Certified Arborist WE-1182A
• Arizona Contractor's License: ROC178088 K-21
• Arizona Qualifying Party License: 8263
• Arizona Pest Control Business License: 8246
Michael Williams —Area Manager
• Over 45 years of experience in landscape management, irrigation design and
retrofit, maintenance and arbor care.
• BS in Ornamental Horticulture, Cal Poly San Luis Obispo
• CPR Safety Trained
• Qualified Applicator License 133955
• Reclaimed water site supervisor certified
Michael will be primary contact to oversee the account managers.
Jose Sanabria — Account Manager
• Over 20 years of experience in the landscape industry
• Qualified Applicator License, Category B,C
• Landscape Industry Certified Technician
• Certified in QWEL
• Certified in CLCA Water Management
• OSHA Certified
Jose will be the primary contact for everyday activity.
Maintenance Division Organization & Experience
No Subcontractor will be utilized
<�19 Our Core Values Safety Teamwork Quality Integrity
Page 9
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
Maintenance Division Organization & Experience
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 10
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Qualifications and Expertise
Mariposa Landscapes, Inc. has been in business over 45 years providing landscape maintenance services for various
cities, counties, public agencies, and private companies. We are a full -service landscape company providing
Landscape Maintenance, Landscape Construction, Tree Care, and Hardscape Construction services primarily in the
Southern California region. In addition to the required C-27 license, we carry A, C-61/D-49, and C-31 licenses. This
diversity of capabilities and proven expertise is not found with other landscape maintenance competitors.
Our attention to quality and detail is well documented. Our depth of knowledge and level of experience in our
management and supervisory personnel is unmatched by competitors.
Mariposa proudly employs over 600 team members in the Southern California Region, including Certified Irrigators,
Certified Landscape Techs, Certified Arborists and Pest Control Advisor/ Applicators. Mariposa owns 95% of all
vehicles and equipment used in its operations. Our entire fleet of equipment is less than 5 years old and well
maintained by in-house mechanics who can respond to emergencies immediately. We maintain an inventory of
replacement equipment, allowing our Operations team to stay consistent with schedules. We are available 24 hours
a day to address emergency call outs.
Mariposa has met every financial obligation for over 4 decades and established a corporate bonding capacity far in
excess of any requirements, across all business lines. Mariposa Landscapes Inc. has never filed for bankruptcy nor
has there been any litigation judgement rendered against Mariposa.
Mariposa ownership and management are professional landscape people. We embrace the best horticultural
practices and are constantly looking for the most effective approach for overall successful landscape maintenance
results.
We are committed to bringing the best possible quality for our customers, their properties, and projects. We
provide prompt service, expert workmanship, and superior products. We take pride in meeting and exceeding
expectations. Our goal is to deliver excellent value for our clients' investment. We treat each customer with extra
care and attention. Our work reflects who we are, and we strive to go above and beyond to complete all projects
efficiently and provide cities with an esthetically pleasing landscape appearance which they can be proud of.
We partner with our clients to achieve a common goal. From simple to complex projects, we coordinate our vast
array of expertise to create the project our clients envision. Award -winning craftsmanship, in depth knowledge and
high standards of professionalism are applied at every level of work.
Please refer to our references page.
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
References
Below list includes past and present clients that we have conducted the same services for as those being proposed in
this RFP.
City of Newport Beach Term: 2016-2021
Landscape Maintenance of Medians and Roadsides
Landscape Maintenance - Irrigation maintenance, Turf maintenance, $2,795,681 Per Yr.
Groundcover maintenance, shrub, vine and tree maintenance, Hardscape
maintenance, Sand/wood chip area maintenance, Sod Installation, Drinking
fountain maintenance. Specialty/Sports Athletic Area maintenance.
Kevin Pekar, Landscape Supervisor (949) 644-3069 kpekar@newportbeachca.gov
Account Manager: Jose M. Sanabria
City of Oceanside Term: 2022-2026
Landscape Maintenance Services for Parks, Beach Accesses, Facilities, Medians,
Streetscapes, and Fire Stations
Landscape Maintenance citywide covering 31 parks, 10 facilities and 5 beach $3,910,770 Per Yr.
accesses. Daily maintenance responsibilities for over 124 acres of landscaped
areas. Strict integrated pest management protocols using organic control
methods.
Mark Garlock, Parks and Beaches (760) 435-5208 MGarlock@oceansideca.org
Supervisor
Account Manager: Irving Gallegos
City of Rancho Cucamonga Term: 1989-2024
Landscape Maintenance Contract
Landscape Maintenance of Medians, Parkways and Libraries: Weed control, $1,602,650 Per Yr.
planting, tree maintenance, pest control, irrigation maintenance, hardscape
maintenance, shrub, groundcover, vine and landscape mulch maintenance.
Steve Relph, Maintenance Supervisor (909) 774-2730 steve.relph@cityofrc.us
x4116
Account Manager: Dirk Bennet
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
City of Santa Ana
Term: 2024-2027
Grounds Landscape Maintenance services — Districts 2 and 3
Landscape Maintenance - General operations including daily inspections, $2,718,588 Per Yr.
clearing of sidewalk areas, debris removal, emptying trash cans, clearing of
drainage facilities, cleaning of park benches and tables, maintain dog bag
dispensers daily, maintenance of sand court areas, hard surface areas, bicycle
trails/AC walkways, DG, parking lots, bike trails and roads, irrigation
maintenance. Duties include turf mowing, sport turf mowing, inspections,
edging, detailing, ground cover, shrubs, vines, tree maintenance, lake
maintenance, pest control, weed control, litter and debris management,
pressure washing, planting,
Jorge Acevedo, Parks Service (714) 847-3324 jacevedo5@santa-ana.org
Superintendent
Account Manager: Irving Gallegos
City of Tustin Term: 2015-2024
Landscape Maint. Services for General Fund and Landscape & Lighting Assessment District
Areas
Landscape Maintenance of LIVID Areas, Parks, Medians and Facilities- Mowing, $2,048,246 Per Yr.
edging, turf maint., weed, rodent pest control, hardscape maint., trash pickup,
Irrigation maintenance.
Forrest Locke, Land. Contract (714) 573-3357 flocke@tustinca.org
Supervisor
Account Manager: Jose M. Sanabria
County of Orange Term: 2022-2025
Orange County Parks
Landscape Maintenance - Irrigation maintenance, Turf maintenance, $1,220,340 Per Yr.
Groundcover maintenance, shrub, vine and tree maintenance, Hardscape
maintenance, Sand/wood chip area maintenance, Sod Installation, Drinking
fountain maintenance. Specialty/Sports Athletic Area maintenance.
Chad Ward, Procurement Contract (949) 585-6420 chad.ward@ocparks.com
Specialist
Account Manager: Michael Williams
<�19 Our Core Values — Safety •Teamwork • Quality • Integrity Page 13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 General Funds 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,
r
Antonio Valenzuela — VY of Operation
<�19 Our Core Valises — Safety • Teamwork • Qitality • Inte ri�J Page 14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
SECTION A
PROPOSAL TO THE CITY OFTUSTIN, CALIFORNIA
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
Name of Bidder: Mariposa Landscapes, Inc.
Business Address: 6232 Santos Diaz St., Irwindale, CA 91702
Phone Number: (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, 2024 — June 30, 2026
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:
A-1
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
PROPOSAL
FOR
LANDSCAPE MAINTENANCE SERVICES
FOR
LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS
July 1, 2024 — June 30, 2026
CITY OF TUSTIN
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.
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
Section D for expected provisions.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Please provide pricing for items 1-13 on the pricing table on the OpenGov Procurement web site.
Brief descriptions and measurements for the areas located in Items 1-11 are located in the
following pages A-4 through A-8. There is also a map link on page E-2 showing a map of each
area located in the items listed below.
Landscape and Lighting Assessment District
Landscape Maintenance Items
Item
Item Name
Type
Units
1
Tustin Ranch Road
22 Parkways
12
2
Jamboree Road
16 Parkways, 2 Slopes, 4 Natural Slopes
12
3
Bryan Avenue
8 Parkways
12
4
Irvine Boulevard
7 Parkways
12
5
La Colina Drive
2 Parkways
12
6
IPortola Parkway
2 Parkways
12
7
Pioneer Way
1 Parkway
12
8
Browning Avenue
4 Parkways
12
9
Peter's Canyon Trail
3 Parkways
12
10
1 Paseo
1 Parkway
12
11
1 Pioneer Storage Lot
1 Storage Lot
12
12
Weed, Rodent and
Pest Control
All Sites
12
13 ITrash
Pick up
All Sites
12
A-3
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
The following pages contain descriptions of the areas located in each item of Landscape Maintenance
proposal items listed in Section A, page A-3. These descriptions along with the link to the map of areas
on page E-2 are to assist with formulating the fee schedule to be filled out on the pricing table on the
OpenGov Procurement web site.
Note.All areas include adjacent sidewalks or meandering sidewalks through the areas.
ITEM 1 TUSTIN RANCH ROAD
Name
Area Acres
Square Feet
Description
Shrub parkway w/ Irrigation, SB Tustin Ranch
TRR Parkway 1
0.401
17,467.56
Rd, El Camino Real to 1-5 Ramp
Shrub& turf parkway w/ Irrigation, SB Tustin
TRR Parkway 2
0.313
13,634.28
Ranch Rd, Bryan to El Camino Real
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 3
0.67
29185.2
Ranch Rd, Parkcenter to Flood Channel
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 4
0.305
13285.8
Ranch Rd, Lagier Way to Flood Channel
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 5
0.427
18600.12
Ranch Rd, Heritage way to Lagier Way
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 6
0.394
17162.64
Ranch Rd, Palermo to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 7
0.431
18774.36
Ranch Rd, Irvine Blvd to Kinsman Circle
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 8
0.345
15028.2
Ranch Rd, Irvine Blvd to Palermo
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 9
0.795
34630.2
Ranch Rd, Adams to Irvine Blvd
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 10
0.712
31014.72
Ranch Rd, Greenway to Irvine Blvd
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 11
0.586
25526.16
Ranch Rd, La Colina to Adams Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 12
0.578
25177.68
Ranch Rd, La Colina to Greeway Dr
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 13
0.635
27660.6
Ranch Rd, Township to La Colina Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 14
0.454
19776.24
Ranch Rd, Golf course to La Colina Dr
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 15
1.16
50529.6
Ranch Rd, Rawlings to Township Dr
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 16
0.453
19732.68
Ranch Rd, Gallery Way to Golf Course
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 17
0.696
30317.76
Ranch Rd, Rawlings Way to Gallery Way
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 18
0.233
10149.48
Ranch Rd, Rawlings Way to 475 ft North
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM 1 TUSTIN RANCH ROAD continued
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, NB Tustin
TRR Parkway 19
0.795
34630.2
Ranch Rd, Citrus Ranch Park to Rawlings
Shrub parkway along hiking path w/ Irrigation,
SB Tustin Ranch Rd, Pioneer Way to Portola
TRR Parkway 20
0.25
10890
Parkway
Shrub & turf parkway w/ Irrigation, SB Tustin
TRR Parkway 21
0.684
29795.04
Ranch Rd, Pioneer Way to Jamboree
Shrub parkway w/ Irrigation, Tustin Ranch Rd
TRR Parkway 22
0.515
22433.4
and Portola, Vermeulen to Allen
11.832 TOTAL AREA ACRES
515401.92 TOTAL SQUARE FEET
ITEM 2 JAMBOREE ROAD
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 1
0.627
27312.12
Rd, 100 ft south of Plaza to Bryan Ave
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 2
0.296
12893.76
Rd, Keller Dr to Irvine Blvd
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 3
0.928
40423.68
Rd, Trevino Dr to Robinson Dr
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 4
0.295
12850.2
Rd, Peters Canyon Wash to Trevino
Shrub Parkways w/ Irrigation, SB Jamboree Rd,
Jamboree Parkway 5
0.753
32800.68
Champion to Peters Canyon Wash
Shrub Parkways w/ Irrigation, SB Jamboree Rd,
Jamboree Parkway 6
0.423
18425.88
Portola Parkway to Champion
Shrub & turf pkwy w/ Irrigation, Jamboree/Tustin
Jamboree Parkway 7
1.51
65775.6
Ranch Rd/Portola, Allen to Vermeulen
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 8
2.94
128066.4
Rd, Patriot of Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, SB Jamboree
Jamboree Parkway 9
3.13
136342.8
Rd, Pioneer to Patriot Way
Jamboree Parkway
Shrub & turf parkway w/ Irrigation, SB Jamboree
10
0.797
34717.32
Rd, end of housing tract to Pioneer Rd
Jamboree Slopes and
Parkways NB East
Shrub slopes w/ Irrigation from OCFA
Side
16.9
736164
headquarters to City Limit w/ Orange
Jamboree Slope SB
Shrub slopes on SB Jamboree, City Limit to
West Side 1
1.86
81021.E
housing tract wall, No active irrigation
A-5
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM 2 JAMBOREE ROAD continued
Name
Area Acres
Square Feet
Description
Jamboree Natural
Slope 1
8.66
377229.6
Natural area landscape slopes, NB Jamboree,
OCFA to IRWD building, No Irrigation
Jamboree Natural
Slope 2
4.253
185260.68
Natural area landscape slopes, NB Jamboree,
IRWD building to access road, No Irrigation
Jamboree Natural
Slope 3
0.129
5619.24
Natrual landscape slope, NB Jamboree above
irrigated slopes, No Irrigation
Jamboree Natural
Slope 4
2.28
99316.8
Natural landscape slope, NB Jamboree, about
Pioneer to about City Limit, No Irrigation
45.781 TOTAL AREA ACRES
1994220 TOTAL SQUARE FEET
ITEM 3 BRYAN AVENUE
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, WB Bryan,
Bryan Parkway 1
0.316
13764.96
Browning Ave to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 2
0.387
16857.72
Edison building to Parkcenter Ln
Shrub & turf parkway w/ Irrigation, WB Bryan,
Bryan Parkway 3
0.331
14418.36
Parkcenter Ln to Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 4
0.65
28314
Parkcenter Ln to Tustin Ranch Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 5
1.139
49614.84
Tustin Ranch Rd to Myford Rd
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 6
0.399
17380.44
Myford Rd to Heritage Way
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 7
0.272
11848.32
Heritage Way to Rancho Maderas
Shrub & turf parkway w/ Irrigation, EB Bryan,
Bryan Parkway 8
0.228
9931.68
Rancho Maderas to Jamboree Rd
3.722 TOTAL AREA ACRES
162130.32 TOTAL SQUARE FEET
WE
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM 4 IRVINE BOULEVARD
Name
Area Acres
Square Feet
Description
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 1
0.402
17,511.12
Blvd, 110 ft E of Ranchwood to Tustin Ranch
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 2
0.394
17,162.64
Blvd, 110 ft E of Ranchwood to Tustin Ranch
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 3
0.511
22,259.16
Blvd, Tustin Ranch Rd to Rancho Santa Fe
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 4
0.882
38,419.92
Blvd, Tustin Ranch Rd to Robinson Dr
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 5
0.211
9,191.16
Blvd, Rancho Santa Fe to Myford Rd
Shrub & turf parkway w/ Irrigation, WB Irvine
Irvine Parkway 6
1.06
46,173.60
Blvd, Robinson Dr to Jamboree Rd
Shrub & turf parkway w/ Irrigation, EB Irvine
Irvine Parkway 7
0.379
16,509.24 1
Blvd, Myford to Tustin Ranch Plaza
3.839 TOTAL AREA ACRES
167,226.84 TOTAL SQUARE FEET
ITEM 5 LA COLINA DRIVE
Name
Area Acres
Square Feet
Description
La Colina Parkway 1
0.305
13,285.80
Shrub & turf parkway w/ Irrigation, EB La Colina
Dr, City Limit to Tustin Ranch Road
La Colina Parkway 2
0.311
13,547.16
Shrub & turf parkway w/ Irrigation, WB La Colina
Dr, City Limit to Tustin Ranch Road
0.616 TOTAL AREA ACRES
26,832.96 TOTAL SQUARE FEET
ITEM 6 PORTOLA PARKWAY
Name
Area Acres
Square Feet
Description
Portola Parkway 1
0.134
5,837.04
Shrub parkway along hiking trail w/ Irrigation, EB
Portola, Tustin Ranch Rd to Allen
Portola Parkway 2
0.145
6,316.20
Shrub parkway along hiking trail w/ Irrigation, EB
Portola, Allen to Jamboree Rd
0.279 TOTAL AREA ACRES
12,153.24 TOTAL SQUARE FEET
ITEM 7 PIONEER WAY
Name
Area Acres
Square Feet
Description
Pioneer Parkway
0.203
8,842.68
Shrub Parkway along hiking trail w/ Irrigation,
EB Pioneer Way, Pioneer Rd to Tustin Ranch
Rd
0.203 TOTAL AREA ACRES
8,842.68 TOTAL SQUARE FEET
A-7
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM 8 BROWNING AVENUE
Name
Area Acres
Square Feet
Description
Browning Parkway 1
4.19
182,516.40
Turf and Shrub Parkway w/ Irrigation, Parkview
Way to El Camino Real
Browning Parkway 2
0.483
21,039.48
Turf and Shrub Parkway w/ Irrigation, Bryan Ave
to Parkview Way
Browning Parkway 3 1
0.088
3,833.28
Turf and Shrub Parkway w/ Irrigation, Burnt Mill
1 Rd to Edison facility
Browning Parkway 4
0.433
18,861.48 lRiverford
Turf and Shrub Parkway w/ Irrigation, 150 ft N of
to Burnt Mill Rd
5.194 TOTAL AREA ACRES
226,250.64 TOTAL SQUARE FEET
ITEM 9 PETER'S CANYON TRAIL
Name
Area Acres
Square Feet
Description
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Trail 1
0.42
18,295.20
Hannaford Dr to Pioneer Rd
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Trail 2
0.251
10,933.56
Silverado Terrace to Hannaford Dr
Shrub Parkway along hiking trail w/ Irrigation,
Peters Canyon Regional Park to Silverado
Peters Canyon Trail 3
0.098
4,268.88
Terrace
0.769 TOTAL AREA ACRES
33,497.64 TOTAL SQUARE FEET
ITEM 10 PASEO
Name
Area Acres
Square Feet
Description
Paseo Parkway
0.489
21,300.84
Shrubs w/ Irrigation & sidewalk, Sidewalk &
south side shrubs only, Pioneer to Jamboree
0.489 TOTAL AREA ACRES
21,300.84
TOTAL SQUARE FEET
ITEM 11 PIONEER STORAGE LOT
Name
Area Acres
Square Feet
Description
Pioneer Lot
0.297
12,937.32
Gravel & tree city storage lot. No Irrigation at
this location.
0.297 TOTAL AREA ACRES
12,937.32 TOTAL SQUARE FEET
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
MINIMUM STAFF REQUIREMENTS
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 with irrigation
All Contract Sites
(1) Irrigation Technician
System Monitoring
controller remotes
and Maintenance for
for Calsense or
Calsense
internet enabled
tablet for Calsense
remote access.
(1) Mow Crew Driver
Mowing/ Turf
(1) Crew cab truck
All Contract Sites
(2) Mow Crew Laborers
Maintenance
(2) Detailed Maintenance
Detailed
All Contract Sites
Laborers
Maintenance
(1) Detailed Maintenance
Detailed
(1) one -ton stake bed
All Contract Sites
Drivers /Leadworker
Maintenance
trucks or equivalent
(2) Trash Patrol Laborers
General litter control,
refuse removal,
(1) one -ton
stake bed
All Contract Sites
and grounds policing
trucks or
equivalent
(1) Pest Control Operator
Fully stocked spray
with a valid QAL from the
Pest Control
truck with a minimum
All Contract Sites
State of California
Operations
100 gallon tank:
(2) Installation
Installation
(1) one -ton stake bed
Refurbishment Items
Maintenance 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
Installation
with irrigation controller
Refurbishment Items
remotes for Calsense or
internet
enabled tablet
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 hourly rate for each position listed below on the OpenGov Procurement website
in the table Minimum Staff Rates:
Item
1. (1) Supervisor/Quality Control Manager
2. (1) Pesticide Applicator(s)
3. (2) Irrigation Technician(s)
4. (1) Foreperson(s)
5. (6) Landscape Laborers
6. (1) Fireman (To resolve daily City hot issues)
Total Weekly
Hours Provided
40
30
80
40
240
40
Total Full Time Positions Proposal 12
Total Weekly Hours Provided 470
Hourly
Rate
$80.00
$69.61
$75.00
$61.00
$47.58
$80.00
*Average, labor will flex to
accommodate seasonal
growth periods.
A-10
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
REFURBISHMENT ITEMS
Instructions: Proposers may submit pricing information on their own forms but the
Refurbishment Items pricing table on the OpenGov Procurement website must 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.
The following pages contain a list of the items in the Refurbishment Items pricing table
on the OpenGov Procurement website that will need to be completed.
A-11
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
POC's Connection Products
1
Calsense CS3000 Controller with 48 stations
1
EA
2
GR Stubby Antenna CS3-GR-Kit
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
DIG Leit 4000 Solar Controller
1
EA
10
Calsense Flow Meter FM 1.25B
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
13
2" Griswold N/C 2250RE Pressure Reducing/ Surge Anticipating
1
EA
14
2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 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 SUG200
1
EA
18
Sentry Valve Guard SV200-20
1
EA
19
Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.)
1
EA
20
Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T cover
1
EA
21
Brass Ball Meter Vales (Keyed)
1
EA
22 1
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
LF
29
14g Wiring
50,000
LF
30
Schedule 80 PVC 1" Conduit
3,000
LF
Crossings
31 lBoring
600
LF
Mainline
32
Trenching 8" Wide by 24" Deep
10,000
LF
33
2 1/2" Sch. 40 PVC
10,000
LF
34
6" Sch. 40 PVC Sleeving
600
LF
Lateral Line
35 ITrenchinq
8" Wide by 12" Deep
15,000
LF
36
11/2" Sch. 40 PVC
15,000
LF
Pedestal Footing Remove and Replace
37
Calsense SSE -MPS -Base Footing
1
EA
38
Meyers MEUG16X 120/240V
1
EA
39
Meyers MEUG46X 120/240V
1
EA
A-12
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ITEM
I DESCRIPTION
QTY
UNIT
Concrete Removal
40
Concrete Removal
1,600
CY
Paver Installation
41
Paver installation
22,000
SF
Irrigation Zone Valves
42
Rain Bird XCZ-150-PRB-COM
50
EA
Irrigation Heads/Nozzles
43
Rain Bird RD12SP30FN
300
EA
44
Rain Bird MPR Series Nozzles
500
EA
45
Rain Bird SQ Series Nozzles
200
EA
46
Rain Bird HE -VAN Series Nozzles
100
EA
47
Rain Bird R-Series Rotary Nozzles
100
EA
48
Rain Bird R-VAN Series Rotary Nozzles
200
EA
49
Rain Bird 1400 Series Pressure Compensating Bubblers
100
EA
Dripline
50
IRain Bird XFS-06-12-XXX
20,000
LF
Wire Tracing/Fault Locating/Repair
51
Wire racing/Fault Locating/Repair
5000
LF
Miscellaneous Irrigation Parts
52
2" Griswold NIC 2250 PIN 520
1
Ea.
53
2" Griswold NIC 2250 PIN 6347
1
Ea.
54
2" Griswold NIC 2250 PIN 8528
1
Ea.
55
2" Griswold NIC 2250 PIN 2-PV-2
1
Ea.
56
Carson/Oldcastle 1200 Jumbo Rectangular
1
Ea.
57
Carson/Oldcastle 0910 10" Depth Round Valve Box (Q.C.)
1
Ea.
58
Rain Bird 200 EFB-CP Valve Replacement Diaphragm
1
Ea.
59
Rain Bird 200-PESB Valve Replacement Diaphragm
1
Ea.
60
Rain Bird QC 33-DLRC
1
Ea.
61
Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB-R Valves
1
Ea.
62
Rain Bird PRS-Dial Pressure Regulator
1
Ea.
Plant Material Installed Minimum "G" Rated
63
Annual Color
200
50 C.T.Flat
64 lGround
Cover
200
Flat
65
Five Gallon
1,000
Ea.
66
Install Mulch
2,500
C.Y.
67
Rototill
80,000
S.F.
68
Soil Test
6
Ea.
69 IPlanting
Soil
100
C.Y.
Labor & Equipment
70
Landscape Maintenance Supervisor
1
Hour
71
Pest Control Applicator
1
Hour
72
Irrigation Specialist
2,080
Hour
73
Landscape Maintenance Leadworker
2,080
Hour
74
Equipment Operator
1
Hour
75 ILandscape
Maintenance Laborer
8,320
Hour
76
One -Ton Truck
8,320 1
Hour
A-13
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
PROPOSAL / EXTRA WORK COSTS
The following prices for extra work to be used by the City on an as -needed basis. Please
complete the Extra Work Costs pricing table on the OpenGov Procurement website.
ITEM
I DESCRIPTION
QTY
UNIT
TURF MAINTENANCE
1
Ed e & Trim
1
LF
2
Fertilization
1
SF
3
Aerification
1
SF
4
Dethatching
1
SF
5
lWeed Control
1
SF
6
JAdditional Mowing
1
SF
GROUND COVER, SHRUBS & TREE MAINTENANCE
7
Ed e & Trim
1
LF
8
Weed & Clean Up
1
SF
9
Soil Injections
1
SF
10
Foliar Applications
1
SF
11
Tablet or Dry Formulations Placement
1
SF
12
Pruning/Shrubs
1
EA
13
Vine Care
1
EA
14
Vertical Mulch Trees
1
EA
15
Vegetation Removal
1
SF
PLANT MATERIAL (Installed Including Labor)
16
Annual Color
1
FLAT
17
Ground Cover
1
FLAT
18
One 1 Gallon
1
EA
19
Five 5 Gallon
1
EA
20 1
Fifteen 15 Gallon
1
EA
21
Seeded Turf
1
SF
22
Sodded Turf
1
SF
23
Stolonized Turf
1
SF
IRRIGATION INSTALLATION (Including All Labor, Fittings & Equipment)
24
1 /2" Valve - Electric
1
EA
25
3/4" Valve - Electric
1
EA
26
1" Valve - Electric
1
EA
27
6" Pop -Up
1
EA
28
12" Pop -Up
1
EA
BACKFLOWS
29 jAnnual
Backflow Certification
1
EA
A-14
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 arenon-negotiable and Citywill not considerwaiving insurance requirements. There
are no exceptions.
A-15
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
The names of all persons interested in the foregoing proposal as principals are as follows:
Terry Noriega, President
Antonia Vale nzuela, 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 Valerizuela, Secretary
Theresa Lu, Chief Financial Officer
Signed:
Title: President
Date: 3/15/2024
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 irregLllar and unauthorized.
Business Address
6232 Santos Diaz St., Irwindale, CA 91 702
A-16
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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
None
A-17
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, President
ADDRESS: 1107 E. Walnut St., Santa Ana, CA 92701
PRINIPAL OFFICE: 6232 Santos Diaz St., Irwindale, CA 91702
PARTNERSHIP
INDIVIDUAL
OTHER
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 588 Year2023
3. Resume of type of work in which your firm possesses experience.
*Please see attached
4. How many years has your organization been in business? 46 Years
A. Number of years company has provided Landscape Maintenance
Services: 46 Years
B. Number of years company has provided Landscape Maintenance Services
for Public Agencies: 41 Years
om
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
M A R 1 P
L A N D S C A P
A. References
0 5 A
E S I N C
City of Newport Beach Term: 2016-2021
Landscape Maintenance of Medians and Roadsides
Landscape Maintenance- Irrigation maintenance, Turf maintenance, $2,795,681 Per Yr.
Groundcover maintenance, shrub, vine and tree maintenance, Hardscape
maintenance, sand/wood chip area maintenance, Sod Installation, Drinking
fountain maintenance. Specialty/Sports Athletic Area maintenance.
Kevin Pekar, Landscape Supervisor 949 644-3069 k ekar new ortbeachca. ov
City of Oceanside Term: 2022-Current
Landscape Maintenance Services for Parks, Beach Accesses, Facilities, Medians,
Streetscapes, and Fire Stations
Landscape Maintenance citywlde covering 31 parks, 10 facilities and 5 beach $3,910,770 Per Yr.
accesses. Daily maintenance responsibilities for over 124 acres of landscaped
areas. Strict integrated pest management protocols using organic control
methods.
Mark Garlock, Parks and Beaches (760) 435.5208 MGarlock@oceansideca.org
City of Rancho Cucamonga Term: 1989-Current
-Landscape Maintenance Contract
Landscape Maintenance of Medians, Parkways and Llbraries: Weed control, $1,602,650 Per Yr.
planting, tree maintenance, pest control, Irrigation maintenance, hardscape
maintenance, shrub, groundcover, vine and landscape mulch maintenance.
Steve Relph, Maintenance Supervisor (909) 774-2730 steve,relph@cltyofrc.us
x4116
City of Santa Ana Term: 2024-2027
Grounds Landscape Maintenance services — Districts 2 and 3
Landscape Maintenance - General operations including daily inspections, $2,718,588 Per Yr.
clearing of sidewalk areas, debris removal, emptying trash cans, clearing of
drainage facilities, cleaning of park benches and tables, maintain dog bag
dispensers daily, maintenance of sand court areas, hard surface areas, bicycle
trails/AC walkways, DG, parking lots, bike trails and roads, irrigation
maintenance. Duties include turf mowing, sport turf mowing, Inspections,
edging, detailing, ground cover, shrubs, vines, tree maintenance, lake
maintenance, pest control, weed control, litter and debris management,
pressure washing, planting,
Jorge Acevedo, Parks Service (714)847-3324 jacevedo5@santa•ana.org
Superintendent
County of Orange Term: 2022-2025
Orange County Parks
Landscape Maintenance - Irrigation maintenance, Turf maintenance, $1,220,340 Per Yr.
Groundcover maintenance, shrub, vine and tree maintenance, Hardscape
maintenance, Sand/wood chip area maintenance, Sod Installation, Drinking
fountain maintenance. Specialty/Sports Athletic Area maintenance.
Chad Ward, Procurement Contract (949) 585.6420 chad.ward@ocparks.com
<�19 TEL $DO ■ 794 • 945$ • FAx 626 • 960 ■ 8477
■ www.mariposa-ca.cam
6232 SANTOS DIAZ Si., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC ii 592268 A, C-27, D-49, C-61, C-31
Our Core Values —Safety ■ Teamwork ■ Quality • Integrity
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
B. List of Claims
City of Newport Beach
Name of Claimant: Cynthia Mabus
Amount of Clain: $90,000.00
Nature of Claim: General Liability
Final Status of Claim: Dismissed
City of Newport Beach
Name of Claimant: Arolyn Burns
Amount of Claim: Undetermined
Nature of Claim: General Liability
Final Status of Claim: Pending development
<�19 Our Core Values — Safety • f J Teamwork duality frategrzfy
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
5. How many years has your organization been in business under its present business
name?
26 Years
A. Under what other or former name(s) has your organization done business?
Mariposa Horticultural Enterprises, Inc.
6. If a corporation, answer the following:
A.
Date of Incorporation:
10/2/1989
B.
State of Incorporation:
California
C.
President's name:
Terry Noriega
D.
Vice-president's name(s):
N/A
E.
Secretary's name:
Antonio Valenzuela
F.
Treasurer's name:
Theresa Lu, Chief Financial Officer
7. If an
individual or a partnership answer the following:
A.
Date ofOrganization:
N/A
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:
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.
Arizona License No. ROC 246041 Class CR-21
California License No. 592268 Class A, C27,C31, C61/D49
A-19
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
10. Describe the work your organization normally performs with its own forces:
Landscape maintenance, landscape construction, amd tree maintenance
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?
*Please refer to RFP
14. Equipment:
A. List the types of primary vehicles/equipment and number of each to be assigned to this
contract.
*Please refer to RFP
B. Note any equipment, which will also be used on another contract.
*Please refer to RFP
C. List the back-up equipment assigned to this contract to assure no production
interruption.
*Please refer to RFP
A-20
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
15. Personnel:
A. Number of employees committed to Landscape Maintenance Operations
+ Supervisors
• Irrigation Technicians
• Foremen
■ Pesticide Applicators
+ Landscaper Laborers
■ Fireman
21
36
166
8
180
1
B. List total number of employees to be assigned to this contract.
12 Employees
C. Who will be the Contractor's Representative with the City?
Michael Williams, Area/Branch Manager and Jose 5anabria, Account Manager
D. What is his/her background?
*Piease refer to attached Resume
E. What is his/her education?
*Please refer to attached Resume
CONTRACTORS NAME: Mariposa Landscapes, Inc.
� r
Signed By:
Title; President
Terry Norie
Note: Attach proper Notary Acknowledgement for signature of authorized person (Else copy
of blank form provided in this section,)
A-21
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
M A R 1
L A N D S C A
P 0 S A
P F S ! N C
Michael Williams -Area Branch Manager
• Over45 years of experience in landscape management, irrigation design and retrofit,
maintenance and arbor care.
■ BS in ❑rnamentaI Horticulture, Cal Poly San Luis Obispo
• CPR Safety Trained
■ Qualified Applicator License 133955
■ Reclaimed water site supervisor certified
Michael Williams will be the person in -charge and responsible for project management, communication
with Account Manager, Foreman, Field Supervisor and primary contact with the City of Tustin.
He has 7 years of work experience with Mariposa Landscapes, Inc. Overall, Michael has over45 years of
work experience conducting and overseeing Landscape Maintenance work for Public Works, Commercial
and Residential. With vast experience in all aspects of Irrigation design and retrofit, Maintenance and
Arbor care.
Jose Sanabria —Account Manager
• Over 20 years of experience in the landscape industry
• Qualified Applicator License, Category B,C
• Landscape Industry Certified Technician
• Certified in QWEL
■ Certified in CLCA Water Management
• OSHA Certified
Jose Sanabria will be the assigned Account Manager. He has years of experience working with the City of
Tustin. Along with Michael, Jose will serve as a primary contact with the City. He will also be responsible
for project management and communication with all personnel involved.
Jose currently holds a certificate as a Landscape Industry Certified Tech. He is very knowledgeable in all
aspects of landscape maintenance, including irrigation.
4q'g TEL 800 ■ 794 •9458 FAx 626 • 950 ■ 8477 • www.mariposa-ca.com
6232 SANTOS ❑IAZ 5T., IRWINDALE, CA91702 • CA CONTRACTOR'S LIC €i 592268 A, C-27, D-49
Our Care Values — Safehj • Teamwork • Quality ■ Integrity
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
LANDSCAPE MAINTENACE SERVICE QUESTIONNAIRE
Please answer the following questions in detail, using additional paper as necessary:
I. What makes your company the best company for this job?
*Please see attached
2. What type of in-house training do you provide for your staff?
*Please see attached
3. Who is responsible for training the Landscape Maintenance Workers and what type of
training is provided and at what intervals?
*Please see attached
4. What is the address of the facility from which work crews will be assigned?
*Please see attached
5. What communication system do you use to communicate between field staff and office staff?
*Please see attached
6. Are you able to provide quick emergency responses? And how?
*Please see attached
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.
*Please see attached
8. Provide a Maintenance Schedule, utilizing your proposed man -power from page B-4.
*Please see attached
A-22
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
M A R 1 P 0 S A
I- A N D S C A P E S I N C
1. Mariposa has proudly served the City of Tustin since 2015. Our experience and familiarity with the
city's expectations and standards make us well suited to continue providing exceptional services.
Our attention to quality and detail is well documented. ❑ur depth of knowledge and level of
experience in our management and supervisory personnel is unmatched by competitors.
2. All new employees will be trained in basic equipment handling as well as work safety issues.
Throughout their career, employees will have the opportunity to be certified in numerous
certifications such as Certified Landscape Technician (irrigation and maintenance), QAL, IA, Arborist,
etc. Mariposa provides training based ❑n CLT test standard, which is one of the hardest certifications
to obtain in the landscape industry (only 20% passing rate). Some of the topics include equipment
handling, irrigation repairs, installation, plans reading, etc.
3. A Certified Landscape Technician will provide employee training. Typically, this jab will fall under the
Account Manager and Safety Inspectors. Throughout the year, multiple hands-on training sessions
will be available far employees to sign up for. At least 1 training for each certification will be
provided annually, such as CPR, irrigation repairs, QAL (resources will be provided),
4. 1107 E. Walnut Street, Santa Ana, CA 92701
5. Each Lead person, Foreman, Field Supervisor, will be provided a company phone and will be the
primary contact device between the Account Managers and the onsite crews. All Supervisors,
Account Managers and Area Managers will have a personal business email address for tasks such as
reporting.
6. Emergency response is typically within 1-2 hours of notification. The city will be provided with
several cell phone numbers starting from the account managers, Branch manager, Division
Manager, and lastly the VP of Operation. Mariposa's management team is available 24/7 in case of
emergency.
7. Federated rating A+ XV, Alaska rating A XVV, Bolton & Co. rating A+ XV
S. Please seethe following Tentative Schedule
119 TEL $OQ • 794 • 9458 FAX 626 • 960 • 8477 www,rnarlposa-ca,com
6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 ■ CA CONTRACTOR'S LIC 4 592268 A, C-27, D-49
0car Core Vaizaes — Safety • Teamwork • QraIity ■ Int-egrity
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
U
N
N
Q.
u
N
M
J
M
0
0
a
II
OU
1
0
No
IonONEE
' �goomimm'mmmmm�'IBM[1
��
111
Ion
�
. � 9
I'
��e
9�
k
�
o «sign Envelope ID: EFEe 85E0515-43o acc 347 cmD2 2 m
�
�
�
_
�
CL
�
_
t3
�
x
x
x
x
x
x
x
x
x
x
x
x§
/
LL
Ln
0
0
r
x
x
x
x
x
x
x
x
x
x
x
x
5
(
f
�
�
\
$
x
x
x
x
x
x
x
x
x
x
x
x§
/
�
�
\
7
x
x
x
x
x
x
x
x
x
x
x
x§
Q
k
u
/
x
x
x
x
x
x
x
x
x
x
x
x\
e
z
>
m
\
@@
g
e
a
e
e§@
d
Z
�
9
E
E
E[[
k
4t
Q
a
\
/
4
\
u
to
\
\
\
\
\
\
"I%
k
§
2
u
@
Q
Q
-0
4)
L �
�z
2
L
2
u
/
CL
\
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221F0
NONCOLLUSION AFFIDAVIT
To be executed by bidder and submitted with proposal.
State of California
ss.
County of Orange
Terry Norie a being first duly sworn, 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, organization, bid depository, or to any member or agent thereof to effectuate a collusive
or sham bid.
Terry Noriega
Name of Bidder
Signature of Bidder
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.)
A-23
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ACKNOWLEDGMENT
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 S. 1� 20 )11 before me,
Brandon James Williamson, Notary Public
{insert name and title of the officer)
personally appeared J'-0111': i I V � k1k-qA
who proved to me on the basis of satisfacttvy evidence fill 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
persons), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY CF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my (land and official seal.
1
Signature
Bit4N00NJAME5 WILL1 SO,
tr' Notary public - California
Las AngQles CaUri ty
n Commission Y 2354892
` My Comm. Expires Apr 19, 2025 r
{Seal}
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 2740, 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: 3/15/2024
Mariposa Landscapes, Inc.
Contractor
By Terry riega
President
Title
A-24
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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: A, C27, C611D49, C31
2. The expiration date of Bidder's Contractor's License is
April 30th , 2024
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 15th , 2024 at Irwindale, CA
(Insert City & State where declaration is signed)
—All� "I
"iL�2
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).
A-25
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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, 2024 — June 30, 2026
NAME OF CONTRACTOR. Mariposa Landscapes, Inc.
SIGNED:
TITLE: President
Terry Norieqa
Note: Attach proper Notary Acknowledgment for signature of authorized person.
A-26
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
ACKNOWLEDGMENT
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 f • �'' - -Z before me,
Brandon James Williamson, Notary Public
(insert name and title of the officer)
personally appeared ! ay �- it 11-(q it
who proved to me on the basis of satisfact6ry evidencd to be the person(s) whose names) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
hislherltheir authorized capacity(ies), and that by hislherltheir signatures) 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.
I
Signature
° r BRAJAMfS wltl lAh�50N
Notary Public California
-
,
Las Angeles County 9
Carnmissian 2354892
ley
Comm. Expires Apr 14. 2025
(Seal}
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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: 3/1512024
Mariposa Landscapes, Inc.
Contractor
By Terryl'oriega
President
Title
FAV
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
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 helshelthey executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the persons), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I mortify under PENALTY OF PERJURY
nder the laws of the State of California that
the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
C-0 Signature
Signature of Notary Public
Place Notary Seal Above
Description of Attached Document
Title or Type of Document: Document Date:
Number of Pages: Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:'/
Li Corporate Officer — Title{s}:
[:] Partner - i_i Limited ❑ General
❑ Individual _j Attorney in Fact
Li Trustee ❑ Guardian or Conservator
Conservator
❑ Other:
Signer is Representing:
Signer's Name:
❑ Corporate Officer -
❑ Partner - ❑ Limited
❑ Individual
rj Trustee
Title{s}:
u General
n Attorney in Fact
❑ Guardian or
❑ Other:
Signer is Representing:
r:W
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
Department of PL€blic Works
March 13, 2824
TO: PROSPECTIVE BIDDERS
SUBJECT: ADDENDUM NO. 1
Landscape Maintenance Services for Landscape and Lighting Assessment
District
The following changes are hereby made to the Request For Proposals, Special Provisions, and
General Notes, Locations & Details. Each bidder shall include a signed copy of this Addendum with
the proposal. Failure to do so may cause the proposal to be disqualified.
Request For Proposals
1. remove page 3 and replace with REVISE❑ page 3 in reference to Section III —SCOPE OF
WORK
Special Provisions
1. Added page D-31. Provision D-XLII COMPOST AND MULCH added.
Questions and Answers
1. Q: Ill. SCOPE OF WORK — Can you clarify what are the specific licenses that are needed
for this contract?
A: Please see Section C General Provisions, Page C-15, 7-13 COMPLIANCE WITH
THE LAW
2. Q: 1/1. SCOPE OF WORK — What work needs to be done that requires the contractor's
license for classification B?
A: None. Please see above referenced REVISED page 3 of Request For Proposals.
3, Q: /it. SCOPE OF WORK — Can the City waive the classification B license requirement?
A: Please see above referenced REVISED page 3 of Request For Proposals.
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
This addendum consists of four (4) pages; (Request For Proposals one (1) page, Special Provisions
one (1) page, and addendum form two (2) pages)
Sincerety,
Forrest Locke
Landscape Contract Supervisor
Receipt of this Addendum No. 1 is hereby acknowledged,
Bidders Company Name: Mariposa Landscapes, Inc.
Signed:
Printed Name: Terry Noriega,
Date: 3/13/2024
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
CITY OF TUSTIN
Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP
February 2024
Page 3
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 A or C-27 Landscape Contractor License, 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 (Attachment A) and tables
completed on OPENGOV Procurement website.
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,
DocuSign Envelope ID: EFEBA85B-0515-43D5-BCC9-D47CFOD221 FO
D-XLII COMPOST AND MULCH
Contractor shall use compost procured from one of the Orange County Waste & Recycling
landfill compost sites. If compost is not available at any of these locations, contractor shall
submit to City an alternative facility(ies) for approval. Only City approved facilities are to be
used for procurement of compost.
Contractor shall use mulch procured from a chip and grind facility located in California and shall
submit facility(ies) to City for approval. Only City approved facilities are to be used for
procurement of mulch.
D-31