Loading...
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