Loading...
HomeMy WebLinkAboutStaff Report 280-10I City of Palo Alto 8 City Manager's Report TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: COMMUNITY SERVICES DATE: JUNE 21, 2010 CMR: 280:10 SUBJECT: Approval of 3 Year Contract with Loral Landscaping Inc. in the Amount of $181,854 for Landscape Maintenance Services and 3 Year Contract with Gachina Landscape Management Inc. in the Amount of $1,792,950 for L~ndscape Maintenance Services. RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager to execute the attached contract with Loral Landscaping Inc. in the amount of $181,854 for Landscape Maintenance Services for up to 3 years. (Attachment A). 2. Approve and authorize the City Manager to execute the attached contract with Gachina Landscape Management Inc. in the amount of $1,792,950 for Landscape Maintenance SerVices for up to 3 years. (Attachment B). 3. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Loral Landscaping Inc. for related additional but unforeseen work which may develop during the project, not to exceed $18,185. 4. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Gachina Landscape Management Inc. for related additional but unforeseen work which may develop during the project, not to exceed $179,295. DISCUSSION Scope of Services Description The scope of work to be performed under both contracts will be for the continuation of landscape maintenance services for medians, roadsides strips, parking lots, garages, parks, City facilities, and utility substations. An overview of in-house vs. contracted services analysis follows. In 1993 Hughes, Heiss & Associates conducted an organization review of the City. The report recommended that in-house parks and landscape maintenance staff be focused on the maintenance of the larger, higher priority, higher use parks, and that the City expand private contracting to cover the smaller, more scattered and lower priority facilities. In accordance with those recommendations, the Community Services Department has contracted for maintenance of CMR: 280:10 Page 1 of5 the smaller, more scattered sites, while continuing to maintain the larger, highly used parks and sports facilities with special use demands with in-house staff. In 2005, the Office of the City Auditor sent to the City Council an Audit of Park Maintenance report. The purpose of the review was to assess the cost-effectiveness of parks and landscape maintenance and to see if opportunities existed to reduce the cost of parks and landscape maintenance services and spaces. After a thorough staff analysis, it was determined that opportunities existed to reduce the cost of park maintenance services. Among the recommendations that came out of the report was to consider and explore the advantages and disadvantages of contracting out additional landscape maintenance services which traditionally have been performed by in-house staff. (SEIU bargaining unit members). In 2007 a bid process was conducted to look at the potential savings if the City were to contract out the park maintenance of Mitchell Park, Rinconada Park, the Lucie Stem Center as well as the Palo Alto school district fields and the. Lawn Bowls Club. After evaluation of the bids, the City determined using in-house staff was the most effective approach at that time. The issue of contracting out additional parks and landscape maintenance was raised again in the budget discussion last year during the preparation of the FY 10 Budget. Contracting out parks and landscape maintenance was placed on the list of proposed second tier budget cuts as the City-financial challenges continued. As part of the 2010 bid process to renew current contract services, staff again looked at potential savings if the City were to contract out the park maintenance of Mitchell Park, Rinconada Park, the Lucie Stem Community Center, the Lawn Bowls Club, the Palo Alto school district fields and the remaining park sites currently maintained by in-house staff. Staff concluded that the cost savings for the two regional parks and the Lawn Bowls facility could be significant if Parks contracted additional maintenance instead of providing it in-house. In calculating those savings, we offset those savings with new costs that would be incurred as a result of the contracting such as the field inspector services needed to ensure compliance with contract service standards. The costs that would be saved by contracting additional services would be salaries, benefits, supplies and materials needed for routine maintenance. If other costs could be avoided, the savings would be greater. In-house maintenance has several advantages as it has historically shown to provide better control over field safety and service levels, more timely response to special recreation events/program support, and responsiveness to emergency situations and the public's use of the facilities because the employees are located within the City limits and can be deployed quickly. However, using a private company and contracting out the larger facilities results in significant budget savings. The cost savings are noted in the Resource Impact section of the CMR. CMR: 280:10 Page 2 of5 Summary of Solicitation Process Proposal DescriptionlNumber NamelNumber of Proposal here Proposed Length of Project 36 months Number of Proposals Mailed 23 Total Days to Respond to Proposal 31 Pre-proposal Meeting Date March 18th , 2010 (Mandatory) Number of Company Attendees at 8 Pre-proposal Meeting Number of Proposals Received: 3 Company Name Location (City, State) 1. Loral Landscaping Inc. San Mateo, CA 2. Gachina LandscapeManagement Menlo Park, CA 3. TruGreen Land Care Redwood City, CA Range of Proposal Amounts See attachment C. Submitted for all items awarded A request for proposals for landscape maintenance services was sent on March 15, 2010, to 23 firms with 31 days to respond to theRFP. A mandatory pre-bid meeting was held on March 18, 2010. Proposals were received from three qualified. firms on April 15, 2010 as listed on the attached cost proposal analysis sheets. (Attachment C. The proposal evaluation committee consisted of staff members from the Community Services Department. The committee met on April 21, 2010 and carefully reviewed each firm's qualifications and submittals in response to the criteria as identified in the RFP. The written proposal ranking form (Attachment D) provides the detailed criteria utilized in the selection process. Staff canvassed the remaining firms to determine why they did not respond to the RFP. Three firms said that they were too busy during this season; one said that the project was too large for its firm to handle; and one said it was not interested at this time. Both Loral Landscaping Inc. and Gachina Landscape Management Inc. were selected due to the quality and completeness of their proposals; experience and qualifications; demonstration of understanding the scope of services requested; financial stability and best value to the City. The change order amount of $54,835, which equals 10 percent of the total for both contracts, is requested for related, additional but unforeseen work which may develop during the project. Staff confirmed with the Contractor's State License Board that Loral Landscaping Inc.and Gachina Landscape Management have active licenses on file. Staff also checked references supplied by both Loral Landscaping Inc. and for Gachina Landscape Management for previous work performed and found no significant complaints. Staff, with the concurrence of the City Attorney, has determined that the firms are exempt from complying with the financial disclosure provisions of the City'S conflict of interest code, because CMR: 280: 1 0 Page 3 of 5 the firm's range of duties and services to be provided under the contract are limited in scope or are primarily ministerial in nature. RESOURCE IMPACT Funds for both contracts are included in the City Manager's proposed FY 2011 budget and each contract is made subject to the adoption of the budget for FY 2011. The FY 2010 budget adoption will determine the available funding for these contracts and the resulting quantity of work to be performed by Loral and Gachina, respectively, and the number of employees and agents to be hired by Loral and Gachina, respectively, to perform the work required of each of them. Staff has determined after analyzing the cost proposal sheets in conjunction with current in-house cost, there are significant cost savings for outsourcing additional parks and landscape maintenance as proposed in the FY 2011 budget. The Community Services Department has proposed contracting out the Lawn Bowling maintenance program and contracting out the park maintenance at Mitchell Park, Rinconada Park and The Lucie Stem Community Center. This action will result in a reduction of five full time positions and an estimated cost savings for contracting out these sites in the first year of$314,000. Additionally, the City has met and conferred with SEIU over this change. Pursuant to the terms of Article III, Section 13 of the SEIU Memorandum of Agreement (MOA), the City provided notice to SEIU on February 26, 2010 that the City'S Open Space, Parks & Golf Division was considering contracting work which has traditionally been performed by bargaining unit members. The terms provide for a 90-day period in which the parties may offer alternatives to contracting out and meet and confer on the impact of such contracting out. SEIU was also advised when the Parks and landscape maintenance Request for Proposal was released and provided a copy of the document with the solicitation and award schedule. SEIU was invited to participate in the bid process or propose any alternatives to contracting out these services. Background information, including the 2005 audit report, was provided to the Union. The City met with SEIU two times. However, SEIU did not provide any proposals or alternatives to contracting out parks and lawn bowling maintenance, and cancelled a third meeting without rescheduling. POLICY IMPLICATIONS This recommendation is that this report is consistent with current City policies. ENVIRONMENTAL REVIEW This contract is not a project as defined by the California Environmental quality Act (CEQA) and is not subject to CEQA requirements. ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: CMR: 280:10 Contract for Loral Landscape Landscape Inc. Contract for Gachina Landscape Management. Cost Proposal analysis sheets Written Proposal Ranking Form Page 4 of5 DEPARTMENT HEAD: G GB.BETTS Director of Community Services CITY MANAGER APPROVAL: ~ wt X 0 ~~AMESKEENE I . -\ -r City Manager ( CMR: 280:10 Page 5 of5 CITY OF PALO ALTO CONTRACT NO. CI0134577 A GENERAL SERVICES AGREEMENT LANDSCAPE MAINTENANCE SERVICES THIS AGREEMENT made and entered into on the 1st day of JULY, 2010, by and between the CITY OF PALO ALTO, a California Chartered Municipal Corporation ("CITY"), and LORAL LANDSCAPING, INC." a California Corporation, located at 704 South Amphlett Blvd, San Mateo, Ca 94402, Telephone Number: 650-340- 6940 ("CONTRACTOR"). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services ("Services") described in the Scope Services, attached as Exhibit A. 2. EXHlBITS. The following exhibits are attached to and made a part of this Agreement: ~ "A" -Scope of Services ~ "B" -Schedule of Performance ~ "C" -Compensation ~ "D" -Insurance Requirements ~ "E" -Performance and/or Payment Bond D "F" -Liquidated Damages CONTRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED. 3. The term of this Agreement is from July 1, 2010 to June 30, 2013 inclusive, subject to the provisions of Section 8, Q and V, of the General Terms and Conditions (GTAC). To the extent the budget for FY 20 I 0-11 as adopted by the Council would require a modification of this . Agreement's term, commencing July I, 2010, as determined by the City, the parties agree to modify the term, as amended, within ten (l0) days after the budget for this Agreement is adopted. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction commuriicated to CONTRACTOR, and if applicable, in accordance· with the schedule set forth in the Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performancj:: of the Services and reimbursable expenses, ifany: The total maximum lump sum compensation of dollars ($ );OR The sum of amount of dollars ($ dollars ($ ) per hour, not to exceed a total maximum compensation );OR o A sum calculated in accordance with the fee schedule set forth in Exhibit C, not to exceed a total maximum compensation amount of One Hundred Eighty One Thousand Eight Hundred Fifty Four dollars ($181,854.00). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. The City has set aside the sum of Eighteen Thousand One Hundred Eighty Five dollars ($18,185.00) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the 1 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 1 0 135477 A-Loral\Contract Document Loral.doc CITY's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR's proposed m!'IXimum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. o CONTRACTOR'S compensation rates for each additional term shall be the same as the original term; OR o CONTRACTOR's compensation rates shall be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in section 5 above, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco­ Oakland-San Jose area, published by the United States Department of Labor Statistics (CPI) which is published most immediately preceding the commencement of the applicable Additional Term, which shall be compared with the CPI published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR's compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR's compensation rates shall be reflected in a written amendment to this Agreement. 7. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is:Mark Ribeiro, Dept.: Community Services, Parks And Golf Division, Telephone: 650-496-5928. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. 8. GENERAL TERMS AND CONDITIONS A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections 1 through 7 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled "SERVICES," and that every individual charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR's representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. With respect to certifications referred to in the preceding sentence, CONTRACTOR shall certify, in writing, to the CITY that CONTRACTOR has obtained a criminal record clearance and the fmgerprinting of each permanent employee of CONTRACTOR and each temporary employee who substitutes for a permanent employee in the latter employee's absence before such employee will be authorized to perform work on behalf of CONTRACTOR in Palo Alto under this Agreement. Fingerprinting will be performed by Lifescan Services; 711 Serra Street, Palo Alto, CA (PH) 650725-2499. CONTRACTOR shall coordinate with the CITY's project manager to ensure the performance of these tasks. CONTRACTOR's certification, which shall be proposed by the CITY if CONTRACTOR does not wish to issue a certification as to form, shall be provided at the commencement of the term and on each occasion as new and substitute employees are hired to perform work under this Agreement and are identified to the CITY's project manager, in writing. If any such employee has not been cleared for employment as required by this Agreement 2 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CUR,RENT BUYER-CM FOLDERS\KA THY\Contra cts\C 1 0 135477 A-Loral\Contract Document Loral.doc and such employee performs work in Palo Alto, CONTRACTOR shall be deemed in breach of this Agreement and the provisions ofQ. TERMINATION shall apply. The CITY reserves the right, acting by the CITY's project manager, to require the immediate removal of any such employee of CONTRACTOR who has not cleared a criminal background check and been fingerprinted from the CITY's premises which are covered by the work under this Agreement. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR's business. F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders. G. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR's performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR's performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR's request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. H. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for a period of one year from completion of the Services and shall survive the completion of the Services or termination of this Agreement. I. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR's work is completed in a satisfactory manner and complies with the provisions of this Agreement. J. CITY'S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. K. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term ofthis Agreement and for three (3) years from the date of final payment, CONTRACTOR's records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. 3 Rev. January 11,2010 \\Cccterra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI0 135477 A-Loral\Contract Document Loral.doc L. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. M. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by companies with a Best's Key rating of A-:VII or higher and which are otherwise acceptable to the City's Risk Manager. The City's Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the City's Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to CITY's Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the CITY's Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR's liability or obligation to indemnify CITY under this Agreement. N. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from and against any and all demands, claims, injuries, losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, fines and judgments, associated investigation and administrative expenses and defense costs, including, but not limited to reasonable attorney's fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. The CONTRACTOR's obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except iliat the CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of the CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Contract. O. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of arty person because ofthe race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. P. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. Q. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days' prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY, CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any, 4 Rev. January 11,2010 \\Cc-terril\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 1 0 135477 A-LoraJ\Contract Document LoraJ.doc sustained by CITY due to Contractor's failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. R. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. S. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, fmancial or otherwise, which would conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no City Officer, employee, or authorized representative has any fmancial interest in the business of CONTRACTOR and that no person associated with contractor has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. T. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of California. U. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. V. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract and the Palo Alto Municipal Code and is subject to the adoption of the budget for FY 2010-11, covering this Agreement, in particular, the quantity and quality of work to be performed by CONTRACTOR and the number of employees and agents to be hired by CONTRACTOR to perform the work required of CONTRACTOR under this Agreement. w. ENVIRONMENT ALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with the City's Environmentally Preferred Purchasing policies which are available at the City's Purchasing Department which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements ofthe City's Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Contractor shall comply with the following zero waste requirements: • All printed materials provided by Contractor to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Contractor on behalf of the City shall be purchased in accordance with the City's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusable/returnable pallets shall be taken back by the Contractor, at no additional cost to the City, for reuse or recycling. Contractor shall provide documentation 5 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A-Loral\Contract Document Loral.doc 2010 13:25 6503406946 LORAL LANDSCAPING PAGE 02/02 the pallets to verify that pallets are not being disposed. X. AUTHORITY. The individua.J(s) executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalfoftheir respective legal entities. Y. CONTRACT TERMS: All unchecked boxes do not apply to this Contract. IN WnNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. . CITY OF PAW ALTO LORAL LANDSCAPING, INC. City Manager or Designee (Required on contract5 $85,000 and over) :m.~ Title :e:es~ Telephone: ~?f{QlQ..'1"'O ~i-chasing Manager or Designee Approved os to form: Senior Assistant City Attorney 6 Rev. January 11,2010 (::\Dncumcnl~ and Scttings\dC!l.qirre\Local Settings\Tempofluy Internet Fi1~\ContenlOutlook\v7R80GF6\Contract Document \..r.I~ (2).doc Background EXHIBIT A SCOPE OF SERVICES LANDSCAPE MAINTENANCE PROJECT The City of Palo Alto is a charter signatory to the Bay Friendly Landscape Declaration and has an award-winning Integrated Pest Management Program that has been successful in large part to efforts of Parks to reduce pesticide use. The Parks Department is as a leader in water conservation and received the 2002 Rainbird Corporation award for water efficiency. I. GENERAL PROVISIONS The following provisions, where individually applicable, apply for maintenance standards not limited to Landscape Maintenance, and any and all other items selected as part of this proposal. In the event that any of the provisions provided here under GENERAL PROVISIONS are found to be in conflict with or are contradicted by any provision found in the SPECIFICATION REQUIREMENTS listed in Section I or Section M, the provisions found in the SPECIFICATION REQUIREMENTS listed in Section I or Section M will supersede the GENERAL REQUIREMENTS. II. LOCATION OF PROPERTY The locations of the areas to be maintained are listed in Section XIII. SITE LOCATIONS AND SPECIAL INSTRUCTIONS III. SCOPE OF WORK-Landscape Maintenance CONTRACTOR shall provide the highest quality of landscape maintenance services and materials. CONTRACTOR agrees to provide the highest quality commercially accepted methods, procedures and scientific controls for landscape maintenance. "Scientific Controls" is understood to mean practices based upon recommendations of the University of California, The U.S. Forest Service, or similarly qualified experts; recommendations in University of California Cooperative Extension Publications, Consumer Products Safety Commission Playground Guidelines and information in standard landscape industry references; This shall include the use of proper knowledge, skills, materials and equipment of a timely basis to maintain all areas in a clean, safe, healthy, and aesthetically acceptable manner during the entire term of this contract. CONTRACTOR agrees to be continuously alert in locating and defining problems and agrees to exercise prompt and proper corrective action. Action times will be prioritized, and low priority items will be given a time line for corrections. A PRELIMINARY WRITTEN REPORT SHALL BE SUBMITIED FOR MAJOR 7 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CIO 135477 A­ Loral\Contract Document Loral.doc CORRECTIVE PROBLEMS NOT COVERED IN THE CONTRACT. CONTRACTOR shall communicate to the City, landscape, as well as non­ landscape related hazards that are seen while on site. Work requests related to citizen requests or reported hazards require immediate response, within 24 hours of the requests. CONTRACTOR shall furnish landscape maintenance services by qualified site managers and horticulturists to provide a 36-month maintenance program according to maintenance specifications. The provision of such report does not mandate the CITY to extend the Contract to 36 months. CONTRACTOR supervisor or representative may be required to report to the Open Space and Parks Division office, or other designated location, Monday through Friday between 6:30am and 8:00 am, except for holidays, which may fall on these days. CONTRACTOR shall report progress to the City of Palo Alto Open Space and Parks Division on the agreed reporting frequency and schedule. A qualified site manager or superintendent of operations shall represent the contractor in monthly meetings and walk-through inspections with City of Palo Alto staff. CONTRACTOR shall furnish all labor, materials, equipment, and on site supervision by qualified site managers who shall provide complete, continuous and expert landscape maintenance services. IV. GENERAL REQUIREMENTS A.. Landscape Maintenance: CONTRACTOR shall provide the City with a landscape maintenance program at the frequencies called for in the special provisions of RFP 135477. The maintenance program is not limited to specifying daily, weekly and monthly landscape maintenance task schedules covering all areas of responsibility specified in this agreement. The maintenance program will be submitted and agreed upon within 30 calendar days following award of this contract. This program and any changes, deletions, or additions therein, if approved by the City, shall become part of this agreement and shall be used by both the contractor and the City of Palo Alto for performance monitoring of contractor obligations. Failure to submit a maintenance program within the allotted time period will be considered a non-responsive action, and non-responsiveness will be grounds for termination of this agreement. The Project Manager shall receive changes to the schedule at least 24 hours prior to the scheduled time for the work. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may result in deduction of payment for work not completed. 8 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI0135477 A­ LoraI\Contract Document Loral.doc CONTRACTOR shall adjust his schedule to compensate for all holidays. CONTRACTOR will be required to work on specified holidays and weekends as outlined in this Scope of Work. B. Staffing Levels: A sufficient staffing level to successfully satisfy the landscape maintenance expectations within this agreement is required. Contract personnel to remain on site everyday even if it is raining. All key project personnel must be fingerprinted before being allowed to work on City/School property. Contractor shall work with City's Project Manager on obtaining required verification of fingerprinting results prior to personnel being allowed to work on City/School property. C. Monthly Progress Reports Monthly, the contractor shall provide the City's Open Space and Parks Division with monthly progress reports, based on weekly summary of work performed by location and referenced to the maintenance program. The reports will be due no later than the fifth day of the month following services, and is to include the following information: a). Total labor, supervision, and horticultural hours provided at each site. This can be in a spreadsheet format with all applicable sites covered under this agreement. Sarnple format available upon request. b). Problem areas encountered during the month. c). Monthly application reports for all materials applied by site. This will include location, application date, materials, amount of material applied, etc. - d) Any additional reports as directed by the Open Space and Parks Division. D. Inventory/Material Safety Data Sheets Within thirty days of the effective date of this agreement, CONTRACTOR will submit to the City a list of all chemicals (fertilizers, pesticides, cleansers etc.) that will be used by the contractor on the sites, together with the required Material Safety Data Sheets. MSDS sheets and product labels shall be in applicator's vehicle. E. Integrated Pest Management (IPM) 9 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CI 0 135477 A­ Loral\Contract Document Loral.doc Within 45 days of acceptance of this agreement, CONTRACTOR shall submit to the Parks and Golf Division an Integrated Pest Management Plan (IPM) that complies with the City of Palo Alto IPM Policy. The IPM Plan will be reviewed annually for updates and modifications. (Reference: City of Palo Alto IPM Policy Section VII). Pesticide use reports described in Section VII shall be submitted in a timely manner and shall contain accurate and current information regarding the Contractor's performance at each site. Failure to supply these reports in an accurate and timely manner shall be considered a breach of this agreement. F. Extra Projects/Landscape Upgrades: All extra projects shall require the submission of a Project Proposal Form or a Work Order Authorization Form. If the contractor does not have available such a form, a mutually agreeable format will be developed. On any extra project or landscape upgrade, the City reserves the right to obtain competitive bids or quotations. CONTRACTOR shall use additional personnel for extra work or project upgrades. CONTRACTOR cannot stop regular landscape maintenance services and use staff for extra work or project upgrades. G. Management Philosophy: CONTRACTOR shall take a pro-active approach in correcting problems within the contractors' span of responsibility and control. Other problems and suggestions for improvements, both short and long term, must be submitted promptly to the City for appropriate action. H. Public Image and Etiquette: CONTRACTOR employees shall wear company uniforms, which consist of long pants and shirts with company name and individual's name on the shirt. CONTRACTOR's staff when needed will utilize rain gear, rain boots, safety shoes, and other safety equipment. All contracted employees while on the site shall exhibit a clean, neat professional appearance. Contractor's equipment and vehicles shall also be professional in appearance, exhibit the company name and phone number, and be well maintained for safe operation. CONTRACTORs' vehicles must display a placard, legible from a distance of 10 feet, with the following language: . Landscape Maintenance Contractor working for the City of Palo Alto Parks and Golf Division For information contact :( 650) 496-6962 I. Definitions 10 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 A­ Loral\Contract Document Loral.doc Responsible parties referred to as City" of Palo Alto are deemed to refer to the Parks Project Manager, Parks Superintendent, or Parks Supervisor. CONTRACTOR shall begin work after receiving written notice to proceed from the Parks Superintendent. V. TERM OF CONTRACT A. The services to be performed under the contract shall commence July 1, 2010 and shall be completed by June 30, 2013. Annual renewals after Year 1 are subject to funding approval on an annual basis. VI. GENERAL CONDITIONS A. Permits/Parking CONTRACTOR shall be issued a free maintenance permit from the City's Department of Transportation. This will allow the Contractor's crews to use City parking facilities at no charge during the term of this contract and only while doing landscape maintenance work for the City's Open Space and Parks Division. B. Payments and Inspection Payment will be made for work satisfactorily completed as called for in this contract. The City's Representative shall inspect and notify CONTRACTOR of any unsatisfactory work. Unsatisfactory work shall be corrected within 24 hours. Contractor or Contractor's representative shall meet with a representative from the City at least once a month during the life of this contract to inspect Work performed. CONTRACTOR will bill the City by the 5th of the month following service. The City will pay CONTRACTOR on a monthly basis for labor, equipment and materials provided during the monthly billing period. C. Property Damage 1. Any private property or city property damaged or altered in any way during the performance of the work under this contract shall be reported promptly to the City's representative, and shall be rectified in an approved manner back to its former condition, prior to damage, at ' CONTRACTOR's expense. 2. Any hazardous conditions noted, or seen, by CONTRACTOR that has occurred by any means other than during the performance of the Contractor's work, whether by vandalism or any other means, shall be promptly reported to the City's Representative. 11 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A­ Lora1\Contract Document Loral.doc 3. CONTRACTOR is responsible for securing any immediate hazards with caution tape, safety cones, or barricades until a City Representative arrives to the location. D. Safety CONTRACTOR agrees to perform all work outlined in the Agreement in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all City, County, State or other legal requirements including, but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL E.P.A. Safety Orders at all times so as to protect all person, including contractor employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. CONTRACTOR shall be responsible for traffic control and safety regulations as related to any City, State, or County requirements while working on medians and/or roadside strips. The design and operation of work zone traffic controls must comply with U.S. Department of Transportation/Federal Highway Administration guidelines. CONTRACTOR shall cooperate fully with City in the investigation of any accident, injury or death occurring on city property, including a complete written report thereof to the Project Manager within twenty-four (24) hours following the occurrence. CONTRACTOR's responsibility shall be continuous and not be limited to working hours or days. E. Use of Sanitary Landfill The refuse disposal facilities of the city of Palo Alto Sanitary Landfill located adjacent to East Embarcadero Road in said City will be made available to the Contractor through the 2011 calendar year for the disposal of all trees, rubbish and construction debris generated on work site. Contractor shall pay all dump fees. Contractor shall at its sole expense load, haul and deposit said rubbish and debris during normal landfill operating hours. All landfill regulations will apply to all debris deposited by the Contractor. Any questions regarding landfill rules and regulations shall be directed to the Landfill Supervisor. A digest of the refuse disposed area rules and regulations have been appended to this contract. At the end of the 2011 calendar year, the contractor shall at is sole expense 12 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A­ Loral\Contract Document Loral.doc load, haul and deposit all rubbish, debris and green waste to a transfer station located at the City of Sunnyvale. F. Project Hours of Operation CONTRACTOR shall conform his operations to the hours between 7:00 a.m. and 5:00 p.m. during the life of the contract. CONTRACTOR shall conform his operations to the hours of 9:00 a.m. to 3:00 p.m. to medians and roadside strips. Hours of operation in the University Ave. and California Ave. Business District are an exception. Cleaning equipment, when used in public streets in business districts shall be allowed during the hours of 10 pm and 7 am, Monday through Friday, providing no such piece of equipment shall produce a noise level that exceeds 70 dBA measured at a distance of 25 feet. Any other exception shall only be authorized with prior approval of the "Project Manager" . . G. City Truck Route Ordinance CONTRACTOR and any subcontractor or supplies shall at all times comply with the requirements of the City Truck Route Ordinance, a digest of the provisions are attached to this RFP as Attachment J. H. City Noise Control Ordinance CONTRACTOR and any subcontractor shall at all times conform their operations with the requirement of the City Noise Ordinance, a digest of the provisions are attached to this RFP as Attachment K. CONTRACTOR's equipment must be tested to verify that it meets noise ordinance prior to the start of the contract. CONTRACTOR is responsible for obtaining certification required by the City for safety and equipment training. Contractors are not allowed to utilize Fuel Powered Leaf Blowers only Electric Powered Leaf Blowers I. Spare the Air Days CONTRACTOR must comply with regional "Spare the Air" recommendations on designated "Spare the Air Days" that occur throughout the year. At a minimum, no gasoline powered equipment shall be used after 10 a.m. on "Spare the Air Days". The Project Manager will notify the contractor when a "Spare the Air" alert has been designated. 13 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CIO 135477 A­ Loral\Contract Document Loral.doc CONTRACTOR must coordinate work schedules to accommodate "Spare the Air" recommendations. J. Materials All materials shall be provided by CONTRACTOR and shall be the highest quality available. . Commercial fertilizers and pesticides shall bear the manufacturer's label and guaranteed analysis. CONTRACTOR must have MSDS and written recommendation sheets for all chemicals available upon request. The Project Manager must approve all materials. All pesticide applications shall in accordance with written recommendations provided by a license pest control advisor. 1. Water is to be furnished by the City. 2. Fertilizer shall be a complete, seasonably appropriate Organic Materials Review Institute OMRI (www.omri.org) Certified organic slow-release granular fertilizer Earthworks 3-4-3 (or approved equal) furnishing the required percentage of nitrogen, phosphoric acid and potassium to keep lawns, trees, shrubs and other plants in a healthy and vigorous growing condition at all times. If there arises a question as to the need for application of fertilizer or the formulation of a fertilizer, soil samples shall be taken from locations specified by the City's representative. They shall be analyzed by a licensed soil analyst at the Contractor's expense and the results and recommendations for the formulation and rates of applications of a complete fertilizer shall be submitted to the City's representative. CONTRACTOR shall formulate and apply the fertilizer as per the recommendations of the soil analyst. If the application of iron, zinc or other trace minerals is recommended by the soil analyst or by a recognized plant pathologist to correct a specific soil deficiency, it shall also be applied according to these recommendations at CONTRACTOR expense. 3. Pesticides shall be of the highest quality obtainable, brought to the job site in the original manufacturer's containers, properly labeled with guaranteed analysis. Any necessary permits, recommendations, etc. shall be the responsibility of CONTRACTOR. 4. Plant materials shall of the highest quality, displaying a healthy appearance and of a size relevant to their container size. The Project Manager must inspect and approve all plant materials prior to planting. 14 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A­ Loral\Contract Document Loral.doc 5. Turf seed shall be of the highest quality available, industry recognized, and approved by the Project Manager prior to application. 6. Tree stakes, tree ties, guy wires shall be of materials to match those existing on the site or approved equal. K. Shrub, Tree and Ground Cover Care Maintain shrubs and ground cover in a healthy growing condition by performing the following operations and other work incidental thereto: 1. Water Management -Water deeply and slowly to establish moisture to the full depth of the root zone. Watering shall be done in a manner to avoid erosion, excessive runoff, puddles, or creation of a waterlogged soil condition. Hoses and portable sprinklers shall be used to supplement the sprinkler system where necessary to ensure complete coverage. 2. Pruning and Trimming A. All pruning and trimming shall he done by qualified Professional personnel using ISA recognized and approved standards and techniques. CONTRACTOR will submit documentation of training and experience to demonstrate personnel's professional pruning qualifications. B. Excessive pruning or stubbing back will not be permitted. C. All pruning cuts shall be properly made: They shall be cleanly cut with no tearing of the bark. D. CONTRACTOR is responsible for replacing, at their cost, any damage to plant materials caused by excessive pruning, improper pruning techniques, poor equipment etc E. All dead or damaged branches shall be removed immediately. F. Pruning and trimming of shrubs and ground cover shall be done at least six times a year, as needed, to achieve the following: G. To cut back branches that is rubbing on walks, fences and impairing or posing a safety hazard to pedestrians, bicycles, or vehicles. H. To maintain desired shape of plant material. 15 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A­ Loral\Contract Document Loral.doc I. CONTRACTOR is responsible for maintaining the first 15 feet of the tree measured from the root crown/flare. J. Tree stakes shall be removed as trees mature. Tree ties will be adjusted at least annually to accommodate tree growth. K. All trees should be maintained at a height that conforms to AD.A standards for safety (84" above ground level), and which removes hazards to persons, mowers, and property. 3. Flower beds and perennial areas shall be raked, cultivated, and pruned/dead-headed as needed, but no less than once per week. 4 Ground cover along curbs must be kept within curb and height trimmed as needed. 5. All ivy ground cover shall be mowed with a composting mower once a year in the winter. Most ivy/ground cover areas have irrigation, primarily fixed risers. CONTRACTOR must flag all irrigation components prior to ivy mowing. CONTRACTOR is responsible for repairing any damage to irrigation system. VII. INTEGRATED PEST MANAGEMENT (I PM) The goal of the City of Palo Alto IPM policy is reduce the amount and toxicity of pesticides used on City property in order to protect water quality and human health and to avoid ecotoxicity. Preferred pest management techniques include encouraging naturally occurring biological control, using alternative plant species or varieties that resists pests; cultivating, pruning, fertilizing, and irrigation practices that reduce pest problems, optimizing habitat to reduce pest development, selecting pesticides with a least toxicity to humans and non-target organisms and applying pesticides only as a last resort. A Within 45 days and annually on the anniversary of this agreement, CONTRACTOR shall submit to the City's Open Space and Parks Division an Integrated Pest Management Plan that complies with the City of Palo Alto IPM Policy. The IPM Plan shall be reviewed annually for updates and modifications with Open Space and Parks Division Staff. Frequent and thorough site inspections, on foot, will be needed to ensure no major infestations occur. The first priority in addressing pests will be to conserve naturally occurring beneficial insects through the use of selective applications of the least toxic effective materials. Biological controls will be based upon sound scientific information such as that provided by the University of California. Conventional pesticides will be given last priority. Open Space 16 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI0135477A­ Lora\\Contract Document Loral.doc and Parks Division staff will provide site-specific· historical data for known infestations. Contractor shall provide any MSDS. sheets of chemicals that will be utilized. B. No pesticides of any kind will be used on designated Pesticide Free Parks. The Project Manager will provide a list of pesticide free parks. C. Pest control shall be done only by qualified, trained personnel, under the supervision of a State licensed pest control operator, using materials approved by the Project Manager. The pesticide application shall be done with extreme care to avoid any hazard to any person, pet, or wildlife in the area or adjacent areas, or any property damage. Application shall be in strict accordance with all governing regulations. CONTRACTOR must provide, within 30 days of the Notice to Proceed, their Pest Control Operators License, and the names and license/certification numbers of any individuals responsible for or applying pesticides in accordance with this agreement. D. All pest infestations shall be reported to the Project Manager. The Project Manager prior to application shall approve all pesticides applications. Records of all pest control operations stating dates, locations, times, methods of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active file for a minimum of three (3) years. E. Written report of all applications shall be provided to the Parks and Golf Division on a monthly basis. CONTRACTOR must use the "Palo Alto Contractor Monthly Pesticide Use Summary" form Attachment _It is also the responsibility of CONTRACTOR to. file monthly chemical use reports with the County Agricultural Department. F. All chemicals requiring a special permit for use must be registered with the county Agricultural Commissioner's Office and a permit obtained with a copy to the Parks and Golf Division. G All regulations and safety precautions listed in the "Pesticide Information and Safety Manual, published by the University of California and the Pesticide Safety Information Series (PSIS) published by the California Department of Pesticide Regulation shall be adhered to. H. Spraying is not permitted during heavy traffic (vehicle, bicycle, or pedestrian) periods or when winds create uncontrollable material drift. The Project Manager will permit no spraying without prior approval. I. Pesticides may not be used within 250 feet of any playground area or creek. J Temporary notice shall be posted during and after a site has been sprayed all areas sprayed shall be flagged and signed 17 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI 0 135477A­ Lorai\Contract Document Loral.doc K. CONTRACTOR agrees to control gophers, squirrels, moles and other rodents causing damage to City Property under the site area of responsibility. Traps are the only acceptable form of rodent control. Rodenticides for gophers, ground squirrels or other rodents may not be used. In the event of visible evidence of such pests, contractor will restore the area to its proper condition if the damage is current and prevention is within the contractor's control. L. CONTRACTOR shall replace any plant material that has suffered severely due to lack of proper pest management techniques, if such pest control is possible and practicable M All treated areas must be monitored during and after pesticide application until material has settled and treatment area is completely dry. No unprotected person, pet, or wildlife may enter a treated area until all re-entry intervals have been satisfied. N. Weeding All areas, including but not limited to: shrub beds, flower beds, groundcover beds, tree wells, paved areas, sidewalks, cracks, stairways, pavers, expansion joints, decomposed granite paths, picnic areas, playgrounds, under bleachers/benches, must be kept weed free at all times. Weeds shall be removed whenever the appearance become~ unsightly or when requested to do so by Parks and Golf Division staff. O. Staking and Guying Maintain and replace stakes and guys with equal material. Maintain and replace plant ties to provide support without chafing of bark. Additional stakes and/or guys shall be placed from time to time to correct misshaping caused by wind. Stakes and guys shall be removed upon request of Project Manager. P. Fertilization Fertilizers shall not contain pesticides. CONTRACTOR shall fertilize all shrub, ground cover, and planter bed areas three times a year with an approved complete slow release OMRI certified granular organic slow release Earthworks 3-4-3 fertilizer (or approved equal). Fertilize trees as requested, not to exceed twice per year. Fertilizer shall be applied in the spring, summer and in the fall and may not be applied three days before there is a 40% chance of rain predicted. ' Q. Nurturing Soil Health 18 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLIcn:A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 A­ Lora1\Contract Document Lora1.doc Leaf drop shall become part of the mulch layer in the tree, shrub or ground cover areas in an attractive manner and away from high traffic areas; Leaf drop shall not be allowed to enter stormdrains. Mulch shall be maintained under all trees and shrubs and on bare soil with a minimum 3-inch layer of organic material. To the greatest extent practicable, CONTRACTOR shall not procure mulch products that originate from forest products. When possible CONTRACTOR shall give preference to mulch products that are produced on-site, or from regionally generated plant debris including that made at the City of Palo Alto. R. Replacement of Material Remove dead and damaged plants and replace with material of equivalent size, condition and variety, subject to approval and purchase owner's representative. Labor shall be provided by the Contractor in a timely manner. Plant material shall be provided by the City's Parks Division unless damaged is caused by Contractor's negligence (i.e. chemical damage, mechanical damage, water stress.) Damage not resulting from Contractor's negligence, such as vandalism, vehicle, or weather shall be reported promptly to the Project Manager together with an estimate of materials needed for correction. The City will provide all necessary materials. Labor shall be provided by CONTRACTOR in a timely manner. Prior to beginning maintenance CONTRACTOR and the city's representative shall inspect and inventory all plants, trees and shrubs to determine their number and condition. VIII. TURF MAINTENANCE- 1. The following turf maintenance guidelines apply to all turf areas included in this agreement. Turf shall be maintained areas in a healthy, safe, and aesthetically pleasing condition by performing the following operations and other work incidental thereto: A. Mowing -include requirement for grasscycling? All turf areas are to be mowed typically once a week. An additional weekly mowing may be requested due to weather conditions, special events, and growth flush after fertilizing. Mower setting are to be at 1 %-2" in height, depending of turf variety. All clippings shall be removed when unsightly and requested by the Project Manager. B. Aerification -All turf areas are to be aerified twice a year. Core size shall be at least 3/4" in diameter and 3" -4" in length and 2" spacing utilizing a 19 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CIO 135477 A­ Lora1\Contract Document Loral.doc hydraulic aerifier in areas where needed due to compaction conditions. Cores need not be removed. Flag/mark irrigation system heads, valve boxes, and quick couplers. Contractor is responsible for repairing any damaged caused by aerification equipment. C. Edging -All turf edging shall be edged at least once per month. Examples of edges: along pathways, walkways, around shrubs, trees, sprinklers heads, valve boxes, mow bands, curbs, benches, light poles, or any other fixed object. Herbicide shall not be used as an edging tool. Care must be taken not to damage trees, shrubs, or any other fixed object with edging equipment. String trimmer damage to trees and roots will not be tolerated. D. Gopher Control -CONTRACTOR shall keep all turf areas free of gophers by using Macabee gopher traps or other approved devices. Holes caused by gophers shall be backfilled with soil approved by the City's representative. E. Grub/Larvae Control -CONTRACTOR shall keep all turf areas free of grubs and larvae. Damage caused by grubs and larvae shall be re­ seeded with an approved turf seed. Grub and larvae species including, but not limited to, Australian Sod Fly, Bermuda grass Mite, Billbugs, Cutworms, Armyworms, Ground Pearls, Lawn moths, Sod webworms, White Grubs. F. Turf shall be fertilized three times annually, using 6 pounds per 1,000 square feet, using aEarthworks slow release 3-4-3 organic fairway granular fertilizer (or approved equal) at a rate of 1.0 pounds of actual nitrogen per 1,000 square feet. G. Safety hazards must be addressed immediately. Fill holes in turf areas immediately, regardless of cause, as they develop with sufficient soil to prevent tripping hazards. H. Re-seed small bare areas, not to exceed 100 sq. feet per area, on a monthly basis using materials and methods approved by the Project Manager. I. Turf Sweeping -CONTRACTOR must sweep turf areas at the request of the Project Manager. Sweeping will be requested to remove excess turf clippings or leaves. Requests will be more frequent during the fall season, after wind related events, and skipped mowing intervals by CONTRACTOR or City Staff. This includes turf areas mowed by City Staff. 2. Procedures for turf renovation of soccer fields 20 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI0135477 A­ Lora\\Contract Document Loral.doc A. Six foot high portable plastic chain link fencing is to be installed to isolate the soccer field renovation area from use or encroachment by the general public. A minimum of four signs must be provided stating that this filed area is under renovation and will be closed until (date). Fenced area shall be placed in a manner not to interfere with irrigation system watering the newly renovated area. B. If necessary, the field will be treated with a post emergent material to eliminate weed infestations and competition with the materials to be planted. C. Turf areas shall be scalped mowed down to approximately 3/4" or less in height. Excess clippings shall be vacuumed or finely swept up and disposed. D. Holes or low spots greater than 1" in depth are to be filled with a minimum of 50 tons of T-mix from T.M.T or approved equal. Sample of soil to be given to City representative for approval prior to use. The goal is to level the field and eliminate low spots and bumpy areas to create a consistent and even playing field. CONTRACTOR must provide a sufficient amount of soil to achieve the desired field grade. E. All turf areas will be double aerated using either a conventional drum aerator or a pull behind mechanical rotating tine aerator. This will be completed by aerating in two perpendicular directions. All sprinklers, quick couplers, or other impediments will be flagged before this procedure is initiated. Core size shall be 3/4" diameter minimum, using a deep hollow tine aerator to a depth of 6". The turf areas shall be dragged afterwards to break up the cores. F. After aerating, fields will be slit seeded in two directions. Seeding rates shall be 20% Bluegrass and 80% Perennial Rye grass, or approved equal. Seed varieties must be industry recognized for quality and approved by the Project Manager. Both seed varieties shall be applied uniformly ( either by mixing or separate applications of 250 Ibs per acre in total. If the maximum discharge rate on the slit seeder does not meet the application rates, broadcast seeding will be allowed after the above procedures have been completed at the maximum rate setting. Upon completion of the drill seeding/broadcast seeding procedure, fields shall be dragged in two directions to set the seed in the soil and into the holes. G. Field areas will be fertilized using "starter" type fertilizer (15-15-15) to enhance germination and initial seed vigor. Fertilizer is to be evenly distributed at 10 pounds per 1,000 square feet. 21 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A­ Loral\Contract Document Loral.doc H. Field areas will be top-dressed uniformly with a minimum of 1/4" inch layer of top dressing material, which shall be nitrogenized redwoodsawdust. I. CONTRACTOR shall be responsible for grow in of the renovated areas. This includes multiple daily irrigation(s) as necessary to provide optimum moisture conditions for turf germination (this includes weekends and holidays). The grow in period shall be not less than 15 days for preliminary germination of the ryegrasses. After this period, soil conditions will be kept at a moisture level sufficient for development and germination of the bluegrass seedlings, which is normally 25-30 days. Mowing may occur as necessary during this period. Loss of turf due to excessive irrigation and related water logging will be the responsibility of the Contractor. An expected germination and establishment rate of 95% of all seedlings is required. J. CONTRACTOR shall provide verification of seed varieties (seed label tags) and quantities (shipping tags) during and after each area of renovation. Contractor shall provide seeder calibration data and topdressing calibration data relative to application uniformity. CONTRACTOR will document all procedures and provide a daily diary of grow-in activities. K. Soccer field renovation shall be completed within 10 working days after the date upon which notice to proceed is issued. IX. GENERAL MAINTENANCE AND CLEANUP A. Leaf drop shall become part of the mulch layer in the tree, shrub or groundcover areas in an attractive manner and away from high traffic areas. Leaf drop shall not be allowed to enter stormdrains. Mulch shall be maintained uner all trees and shrubs and on bare soil with a minimum 3-inch layer of organic material. To the greatest extent practicable, CONTRACTOR shall not procure mulch products that originate from forest products. When possible CONTRACTOR shall give preference to mulch products that are produced on-site, or from regionally generated plant debris including that made at the City of Palo Alto. Clippings trimmings, cuttings generated by the Contractor that cannot be used as mulch shall be promptly removed from the work site at the end of the same day the work is performed. Dumpsters may not be used on the sites unless approved by Project Manager. B. All areas covered by this agreement, including but not limited to: areas around shrubs and trees, non landscaped islands, sidewalks, patios, planter beds, curbs and gutters shall be kept free from weeds, litter, rocks, glass 22 Rev. January 11, 2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CI0 135477 A­ Loral\Contract Document Loral.doc and debris and shall contain. Debris includes,. but is not limited to: paper litter, household furniture, household appliances, cardboard, cigarette butts, animal feces, biohazards (human feces, hypodermic needles), illegal drug paraphernalia, and vehicle parts. Leaf litter shall be used as mulch according to specifications in IX Section A. C. All cracks in sidewalks, curbs, street gutters and other paved areas shall be kept weeded. D. All sites' paved areas, including play and picnic areas, shall be swept and cleaned of any dirt, debris, weeds, litter or soils. E. Picnic Area: All Tables, benches and barbecue pits shall be kept cleaned three times a week. They shall be washed off weekly between March and November. Picnic area tables and benches shall be scrubbed and washed using a biodegradable cleanser. F. All sand areas including sand volleyball courts shall be kept raked and cleaned of any debris. Playground and sand volleyball court shall be Rota tilled to relief compaction if needed and filled with sand as needed. G. All parks shall be inspected by contractor for glass and other safety Hazards by 10:00 a.m. H. All decomposed granite pathways must be raked and not blown where indicated by the Project Manager. During summer months decomposed granite pathways will be watered down prior to using an electric blower to clean the pathway were indicated by the Project Manager. I. Ornamental garbage enclosures and dumpster enclosures shall be washed and cleaned with a biodegradable cleaner once per month. J. Skate bowls, multipurpose bowls and handball courts must be cleaned as needed. Bowls are located at: Mitchell Park, Rinconada Park, Robles Park, Eleanor Park, and Hoover Park. Handball courts at Mitchell Park and a Skate Bowl at Greer Park. X. GARBAGE CANS AND ENCLOSURES All garbage cans must be emptied at the sites listed in this agreement. Garbage cans more than one half full must be emptied. Mechanically or physically compressing garbage is not permitted in lieu of emptying. All garbage cans must be emptied on Mondays and Fridays. All garbage cans must have a liner. CONTRACTOR is responsible for providing garbage can liners. Re-using soiled garbage can liners are not permitted. 23 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A­ Loral\Contract Document Loral.doc Garbage can enclosures, a device used to conceal the garbage can, must be washed monthly using a Biodegradable cleaner. XI. HOMELESS PERSON ACTVITY CONTRACTOR shall alert the Project Manager to any signs of any homeless person activity on any sites listed in this agreement. Homeless person refuse will be classified in two ways: (1) Incidental litter/debris, including but not limited to: bottles/cans, clothing, foodstuff, toiletries, paper products. (2) Encampment debris, including but not limited to, large cardboard, plywood, shopping carts, blankets, sleeping bags, coolers, tents, tarps. CONTRACTOR at the request of the Project Manager must remove incidental litter/debris generated by any homeless activity. CONTRACTOR at the request of the Project Manager must remove encampment debris generated by any homeless activity. CONTRACTOR will be issued a free dump pass for disposal of encampment debris at the City of Palo Alto Landfill. XII. EQUIPMENT CONTRACTOR is to provide an inventory list of the equipment to be used during this project. The inventory list must include: description, model/make, picture, and VIN # (if applicable) of equipment to be used for the maintenance of the landscaped and non-landscaped grounds specified in this package. CONTRACTOR's equipment inventory must include: 36" -72" and a large riding mower with at least a 15' wing span, turf sweeper, and leaf blowers that satisfy the City of Palo Alto's noise ordinance requirements. CONTRACTOR shall at all times furnish and maintain sufficient equipment as necessary to perform the work of this contract. Such equipment shall be subject to the inspection and approval of the City's Representative. If the contractor is unable to consistently provide the necessary equipment to perform the work, it may be considered as grounds of canceling the contract. XIII. SITE LOCATIONS AND SPECIAL INSTRUCTIONS Site names, locations, address (when applicable) are listed below. Special maintenance instructions are listed, when applicable, for each site and must be adhered to, in addition to, all other maintenance requirements listed in these specifications. Maps of the various site locations are available on the City's Website (www/cityofpaloalto.org) under Other Resources-Purchasing and Current Solicitations. 24 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0135477 A­ Loral\Contract Document Loral.doc SECTION I GENERAL SITE AND ATHLETIC FIELD LANDSCAPE MAINTENANCE SERVICES (Services to begin March 1, 2012). The Scope of Work for this solicitation is the performance of the work described as: PROVISION OF GENERAL SITE AND ATHLETIC FIELD LANDSCAPE MAINTENANCE SERVICES, as detailed in the specifications contained herein. A. Provide all labor, equipment, materials and supplies needed to maintain the grounds and fields located at Cubberley Community Center, 4000 Middlefield Road, Palo Alto, CA 94303 as per the SPECIFICATION AND REQUIREMENTS listed below. B. Related work specified elsewhere includes: 1. General Landscape Maintenance 2. Turf Maintenance 3. Athletic Fields and Track Maintenance 4. Includes shrub and tree trimming and care. 25 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 A­ Lorai\Contract Document Loral.doc SPECIFICATION & REQUIREMENTS for GENERAL SITE AND ATHLETIC FIELD LANDSCAPE MAINTENANCE AT CUBBERLEY COMMUNITY CENTER GENERAL PROVISIONS The following provisions, where individually applicable, apply for maintenance standards not limited to Landscape and Turf Maintenance, Track Maintenance, and all other items selected as part of this proposal. LOCATION OF PROPERTY The locations of the areas to be maintained are located on the attached maps. The attached maps provide a general scope ofthe area(s) covered in this agreement. Contractors are invited to visit the site on their own prior to submitting a Bid. SCOPE OF WORK-Landscape Maintenance The contractor shall provide the highest quality of landscape maintenance services and materials. The contractor agrees to provide the highest quality commercially accepted methods, procedures and scientific controls for landscape maintenance. "Scientific Controls" is understood to mean practices based upon recommendations of the University of California, or similarly qualified experts; recommendations in University of California Cooperative Extension Publications and information in standard landscape industry references. This shall include the use of proper knowledge, skills, materials and equipment of a timely basis to maintain plantings in normal health, appearance and growth; control of diseases, pets and weeds and maintaining plantings in the designated areas in a neat, orderly appearance during the term of this contract. The contractor agrees to be continuously alert in locating and defining problems and agrees to exercise prompt and proper corrective action. Action times will be prioritized, and low priority items will be given a time line for corrections. A PRELIMINARY WRITTEN REPORT SHALL BE SUBMITTED FOR MAJOR CORRECTIVE PROBLEMS NOT COVERED IN THE CONTRACT. Contractor shall communicate landscape as well as non-landscape related hazards that are seen while on site. The contractor shall furnish landscape maintenance services by qualified site managers and hortiCUlturists in order to provide a maintenance program at the Cubberley Community Center. Services to be provided include maintenance of shrubs, ground cover, vines, turf, walkways, and sidewalk trimming on Nelson Ave., softball fields, CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS - 1 26 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER·CM FOLDERS\KA THY\Contra cts\Cl 0135477 A­ Lora1\Contract Document Lora1.doc soccer fields, and the running track. This is to include pruning, trimming, edging, mowing, weeding, raking, litter pick-up and pest control. The contractor shall' report progress to the City of Palo Alto's Cubberley Community Center Facility Manger on the agreed reporting frequency and schedule. A qualified site manager or superintendent of operations shall represent the contractor in regular weekly meeting and walk-through inspections with City of Palo Alto staff. The contractor shall furnish all labor, materials, equipment, and on site supervision by qualified site managers who shall provide complete, continuous and expert landscape maintenance services of existing lawns, shrubs, trees, ground covers, flowers, and other plant materials at the site, as well as any new landscaping added during the terms of this agreement. Monthly contract payments will be made on a work performed basis only. Failure to perform required contract speCifications will result in a reduction of monthly payment assessed at the prescribed hourly labor rate. GENERAL CONDITIONS A landscape Maintenance The contractor shall provide the City's Cubberley Community Center, with a landscape maintenance program at the frequencies called for in the special provisions of this agreement. The maintenance program is not limited to specifying daily, weekly and monthly landscape maintenance task schedules covering all areas of responsibility specified in this agreement. The maintenance program will be submitted within 30 calendar days following award of this contract. This program shall be reviewed monthly for additions and modifications for the following month. This program and any changes, deletions or additions therein, if approved by the City, shall become part of this agreement and shall be used by both the contractor and the City of Palo Alto for performance monitoring of contractor obligations. The contractor shall provide an onsite maintenance supervisor to be present at all times whenever maintenance work is performed at the CUbberley Community Center site. The .onsite maintenance supervisor shall have at least 3 years of field experience and/or equivalent degrees or licenses. The onsite maintenance supervisor shall be familiar with all aspects of the maintenance at the Cubberley Community Center including mow equipment and procedures; shrub, ground cover, tree care standards and equipment; the application and use of commercial fertilizers and pest control. 27 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A­ Loral\Contract Document Loral.doc · Failure to submit a maintenance program within the allotted time period will be considered a non-responsive action, and non-responsiveness will be grounds for termination of this agreement. B. Required Reports Monthly Progress Reports MONTHLY, the contractor shall provide the City's Cubberley Community Center, with monthly progress reports, based on and referenced in the maintenance program. The reports will be due no later than the tenth day of the month following services, and is to include the following information: 1. Total on-site labor, supervision, and horticultural hours provided. This can be in a' spreadsheet format with all applicable sites covered under this agreement. 2. Problem areas encountered during the month. 3 Monthly application reports for all materials applied. This will include application date, mater.ials, amount of material applied, etc. 4. Any additional reports as directed by the CubberJey Community Center Facility Manager. Inventory/Material Safety Data Sheets Within thirty (30) days of the effective date of this agreement, the contractor will submit to the City a list of all chemicals that will be used by the contractor on the sites, together with the required Material Safety Data Sheets (MSDS). MSDS sheets and product labels shall be in applicator's vehicle. Integrated Pest Management Within thirty (30) days of acceptance of this agreement, the contractor shall submit an Integrated Pest Management Program for the site. This IPM will be reviewed annually for updates and modifications. (Reference: City of Palo Alto I.P.M. Plan) Reports shall be submitted in a timely manner and shall contain accurate and current information regarding the Contractor's performance at each site.' Failure to supply these reports in an accurate and timely manner shall be considered a breach of this agreement. 28 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A­ Lora\\Contract Document Loral.doc C. Extra Projects/Landscape Upgrades: All extra projects shall require the submission of a Project Proposal Form or a Work Order Authorization Form. If the contractor does not have available such a form, a mutually agreeable format will be developed. On any extra project or landscape upgrade, the City reserves the right to obtain competitive bids. D. Management Philosophy: The contractor shall take a pro-active approach in correcting problems within the contractors' span of responsibility and control. Other problems and suggestions for improvements, both short and long term, must be submitted promptly to the City for appropriate action. Contractor employees shall wear company uniforms, which consist of long pants and shirts with company name and individuals name on the shirt. Contractor's staff when appropriate will utilize rain gear, rain boots, safety shoes, hard hats and safety glasses. A. clean, neat professional appearance shall be exhibited by all contracted employees while on site. Contractor's equipment and vehicles shall also be professional in appearance, exhibit the company logo and be well maintained for safe operation. E. Exclusions The City shall pay for execution of projects excluded from the normal cost of landscape maintenance, which shall be identified by the City of Palo Alto Cubberley Community Center Facility Manager. The City is responsible for repairs and corrections to problems caused by natural calamities, vehicle accidents by non-contractor personnel, and other causes beyond the responsibility of the City. Any and all other exclusions agreed upon by both the City and the contractor shall be indicated in writing and made part of this agreement. DEFINITIONS A. Responsible parties referred to as City of Palo Alto or City are deemed to refer to the Cubberley Community Center Facility Manger. The Contractor shall begin work after receiving written notice to proceed from the Cubberley Community Center Facility Manager. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS - 4 29 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 A­ Loral\Contract Document Lora1.doc I.P.M. POLICIES AND PROGRAMS The City of Palo Alto has adopted a policy and procedure for pest control decisions for an effective way to respond to the questioning public and at the same time improve the agency's internal decision-making process, resulting in more efficient, effective and safe resolution of pest problems. Our goal is a pest management strategy that focuses on long-term prevention or suppression pest problems with minimum impact on human health, the environment and non-target organisms. Preferred biological control, using alternate plant species or varieties that resist pests, selecting pesticides with a lower toxicity to humans or non­ target organisms; adoption of cultivating, pruning, fertilizing or irrigation practices that reduce pest problems; or changing the habitat to make incompatible with pest development. Broad spectrum pesticides are used as a last resort when careful monitoring indicates that are needed according to pre-established guidelines. When treatments are necessary, the least toxic and most target-specific pesticides are chosen. Implementing an Integrated Pest Management Program requires a thorough understanding of pests, their life histories, their environmental requirements and natural enemies as well as establishment of a regular, systematic program for surveying pests, their damage and/or other evidence of their presence. A. Guidelines to be followed each time a pesticide is used: B. Choose the safest material that is effective. C. Consider the potential for treating only the most seriously infested areas to allow survival of natural enemies. D. Pesticide must be registered in California. E. Written recommendation for using the pesticide to be made by a licensed pest control advisor. F. All safety equipment and clothing must be in hand. G. Verity that the person doing the application is certified under California E.P.A. Regulations. H. After the application, monitor the pest population to see if the treatment was effective; written records will be maintained. I. (MSDS) sheets for the pesticide to be used are to be available at time of application. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS - 5 30 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CIO 135477 A­ Loral\Contract Document Loral.doc J. Application equipment must be appropriate for the job and calibrated properly. K. Be prepared for all emergencies; knowing who to call for help and interim measures to take before help arrives. Presently, an integrated pest control program is used in all areas of the City, including street trees, parks and median strips. MATERIALS All materials shall be provided by the Contractor and shall be the highest quality available. Commercial fertilizers, insecticides, fungicides and herbicides shall bear the manufacturer's label, guaranteed analysis, and approved for use by the Site Manager. A. Water is to be furnished by the City. B. Fertilizer shall be complete fertilizer furnishing the required percentage of nitrogen, phosphoric acid and potassium to keep lawns, trees, shrubs and other plants in a healthy and'vigorous growing condition. C. Soil Testing of the athletic field areas is to be provided annually by the Contractor. Testing shall be completed between the months of April and June. Soil Testing will not be done directly after any late spring periods of heavy rainfall. Soil testing shall be done by mutually agreed upon soil testing lab. One composite test of the football field area and one composite test of the athletic fields area will be sufficient. Tests will be normal agricultural suitability analysis, exclusive of fertilizer elements. Once complete, the soil analysis will be copied to the site manager. Discussions of the soil test results between the site manager and the contractor will determine the proper maintenance program for the following season. Applications of elements as recommended will be the responsibility of the contractor. D. Insecticides, fungicides, herbicides shall be of the highest quality obtainable, brought to the job site in the original manufacturer's containers, properly labeled with guaranteed analysis. Any necessary permits, recommendations, etc. shall be the responsibility of the Contractor. E. Tree stakes, tree ties, guy wires shall be of materials to match those existing on the site or approved equal. F. Prior to beginning maintenance the Contractor and the City's representative shall inspect and inventory all plants, trees and shrubs to determine their number and condition. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS -6 ' 31 Rev, January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\CI 0135477 A­ Loral\Contract Document Loral.doc SHRUB, TREE, AND GROUND COVER CARE Maintain shrubs, ground covers and trees in a healthy growing condition by performing the following operations and other work incidental thereto: A. Pruning and Trimming 1. All pruning and trimming shall be done by qualified professional personnel using ISA recognized and approved standards and techniques. a. Excessive pruning or stubbing back will not be permitted. b. All pruning cut shall be properly made, They shall be cleanly cut with no tearing of the bark using natural target pruning methods. (City Arborist is available iffurther instruction is needed.) c. The Contractor is responsible for replacing, at their cost, any damage to plant materials caused by excessive pruning, improper pruning techniques, poor equipment, etc. . 2. All dead or damaged branches shall be removed. 3. Pruning and trimming of shrubs and ground cover shall be done a minimum of twice a year to achieve the following: a. To cut back branches that is rubbing on walks, fences and buildings including shrubs and vines along Nelson Avenue. d. Trees shall be maintained at an 84" height from the ground (ADA Act). 4. Major pruning of shrubs shall be done during the dormant season. Minor pruning may be done during the spring and fall seasons. 5. Any tree maintenance over 15' in height shall be covered under a separate contract, either with the City Arborist staff or as defined under "Extra Projects/Landscape Upgrade." Contractor will report any apparent decline of trees to the Site Manager. a. Tree stakes shall be removed as trees mature. Tree ties will be adjusted at least annually to accommodate tree growth. CITY of PALO ALTO: IFB #129844 (2009-2010) . SPECIFICATIONS -7 32 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0135477 A­ Lora\\Contract Document LoraLdoc 6. Safety Pruning: Pruning requests for public safety require immediate response, within 24 hours of the request. Contractor will be responsible for caution taping the area immediately until the contractor's crew can respond to the request. B. Ground Cover Locations of the flowerbeds and perennial areas along the Middlefield Road are: by the Cubberley Community Center sign near the Charleston Shopping area; Montrose entrance area, by the east lawn and the west lawn area; by T-2 patio area. Annual colors will be replaced twice a year with a sufficient number of plants to fill each color spot area. Flowerbeds and perennial areas shall be raked, cultivated, and pruned/dead­ headed as needed, but no less than once per week. Ground cover along the curbs must be kept within curb and height trimmed as needed. C. Pest Control· ,. 1. Within sixty (60) days, the Contractor shall submit to the City's Cubberley Community Center Facility Manager an Integrated Pest Management (IPM) PROGRAM to address each site (reference is made to the City's Comprehensive Plan). This IPM program shall be reviewed annually for updates and modifications with the Cubberley Community Center Facility Manager. Frequent and thorough site inspections, on foot, will be needed to ensure no major infestations occur. The first priority in addressing pests will be to conserve naturally occurring beneficial insects through the use of selective applications of the least toxic effective materials. Biological controls will be based upon sound scientific information such as that provided by the University of California Cooperative Extension Publication and information in standard landscape industry reference. Conventional pesticides will be given last priority. 2. Insect and disease control shall be done only by qualified, trained personnel, under the supervision of a State licensed pest control operator, using materials approved by the Site Manager. The pesticide shall be done with extreme care to avoid any hazard JO an{person or pet in the area or adjacent areas, or any property damage. 3. Materials shall only be applied by those persons possessing a valid California Pest Control Applicator's license. Application shall be in strict CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS - 8 33 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\CI0 135477 A­ Loral\Contract Document Loral.doc accordance with all governing regulations. A copy of the applicator license must be provided after each renewal to the Site Manager. The Contractor must provide, within 30 days of the Notice to Proceed, their Pest Control Operators License, and the names and license/certification numbers of any individuals responsible for or applying pesticides in accordance with this agreement. 4. All plant infestations shall be reported to the Site Manager. All pesticide applications (herbicides, insecticides, fungicides, rodenticide, growth regulators, etc.) shall be cleared with the Cubberley Comm1,Jnity Center Facility Manager prior to application. Records of all operations stating dates, times, methods of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active file for a minimum of three (3) years. 5. A written report of all applications shall be provided to the Cubberley Community Center Facility Manager (see Landscape Maintenance Program, General Provisions, Section B-3). 6. All chemicals requiring a special permit for use must be registered with the county Agricultural Commissioner's Office and a permit obtained with a copy to the CubberJey Community Center Facility Manager. All current permits and consultation by Pest Control Advisors shall be included in the agreement. 7. All regulations and safety precautions listed in the Pesticide Safety Information Series (PSIS) published by the California Department of Pesticide Regulation shall be adhered to . . , 8. Spraying is not permitted during heavy traffic periods or when windy. No spraying will be permitted without prior approval by the Site Manager . . 9. In the event of visible evidence of such pests, contractor will restore the area to its proper condition if the damage is current and prevention is within the contractor's control. 10. Contractor agrees to control gophers, squirrels, moles and other rodents causing damage to City Property under the site area of responsibility. 11. Contractor shall replace any plant material that has suffered severely due to lack of proper pest control, if such pest control is possible and practicable. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS - 9 34 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 A­ Loral\Contract Document Lora1.doc 12. All treated areas must be monitored during and after pesticide application until material has settled and treatment area is completely dry. No unprotected person, pet, or wildlife may enter a treated area until all re~ entry intervals have been satisfied. D. Weeding All turf, shrub, ground covers, flowerbeds, paved areas, etc. shall be kept weed free by using cultural methods, pre~emergent herbicides, and post-emergent herbicides. Weeds shall be removed whenever the appearance becomes unsightly or when requested to do so by the Cubberley Community Center Facility Manager. The herbicide Round Up, or equivalent, will be permitted for this control. Maximum weed population permitted is three (3) weeds per square yard of bed, and no weed shall remain over one (1) full week (seven-clay period). Use of Round Up is restricted to specified weed abatement problems. It cannot . be used in place of trimming. All use should be approved by the Site Manager, or designated representative. Contractor shall be responsible for adhering to all practices in Palo Alto's I~tegrated Pest Management Program. E. Staking and Guying Maintain and replace stakes, guys and plant ties with equal material. To provide support without chafing of bark. Additional stakes and/or guys shall be placed to correct misshaping caused by wind. Stakes and guys shall be removed upon request of Site Manager. F. Fertilization Fertilize all shrub and ground cover areas two (2) times a year, in March and October, with an approved complete fertilizer at the following rates for each application: 1. One half-pound nitrogen per 1,000 square feet for shrubs, trees and landscape materials. 2. Fertilizer: 24-18-9 controlled slow release type material. G. Replacement of Material Remove dead and damaged plants and replace with material of equivalent size, condition and variety, subject to approval and purchase owner's representative. Labor shall be provided by the Contractor in a timely manner. Plant material shall be provided by the City's Cubberley Community Center unless damage is CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS -10 35 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0135477 A- Lora1\Contract Document Lora1.doc . caused by Contractor's negligence (i.e. chemical damage, mechanical damage, water stress.) Damage not resulting from Contractor's negligence, such as vandalism, vehicle, . or weather shall be reported promptly to the Site Manager together with an estimate of costs for correction of the condition. Damage resulting from Contractor's negligence shall also be reported promptly to the Site Manager. Labor and materials shall be provided by the Contractor. TURF MAINTENANCE Turf areas shall be maintained in a healthy, safe, growing condition by performing the following operations and other work incidental thereto: A. Mowing -All turf areas are to be mowed minimum of once a week. This is currently scheduled for Fridays no earlier than 8:00 A.M as specified under the Palo Alto Noise Ordinance. Changes in this schedule may only be ;:lpproved by the Site Manager for conflicts with holidays or scheduling problems. Mower settings are to be at 2" in height. Mower settings may be changed to meet the demands and the Site Manager has the authority to request to change the settings. At no time shall more than 113 of the grass be removed in anyone mowing. If rain prohibits a weekly mowing, adjust the mowing height and mow the field at least twice until the desired level has been achieved. If multiple mows are required, at least a one-day period of time in between is required to allow the turf to recover. Turf areas should not be mowed in the same pattern repeatedly. B. Edging -All turf edging shall be edged at least once per month. Examples of edges: along pathways, walkways, around shrubs, trees, sprinklers heads. valve boxes, mow bands, curbs, benches, light poles, or any other fixed object. Herbicide shall not be used as an edging tool. Care must be taken not to damage trees, shrubs, or any other fixed object with edging equipment. String trimmer damage to trees and roots will not be tolerated. C. Aerification -All turf areas are to be aerified once a year. Project scheduling is to be coordinated with the Site Manager. Core size shall b~ at least 3/4" in diameter and 8" in depth. Cores need not be removed, however, field must be either dragged for mowed or break up cores. Flag/mark irrigation system heads, valve boxes, and quick couplers. Contractor is responsible for repairing any damaged caused by aerification equipment. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS -11 36 Rev. January.ll, 2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477 A- Loral\Contract Document Loral.doc . D. Fertilize all turf areas six (6) times a 'year in February, April, June, August, October and December with an approved complete fertilizer (24-18-9 slow release) at the following rates of application: 1. One pound of nitrogen per 1,000 square feet of tum area or as necessary depending on the results of the soil test. 2. Two pounds of iron chelete per acre of turf area or as necessary depending on the results of the soil test. 3. In fall, IBDU slow release 24-4-12 or approved equal shall be used. In spring and summer, a 16-6-8'fertilizers or approved equal shall be used. Athletic field fertilizing may be adjusted according to the soil test result. E. Gopher Control -Contractor shall keep all turf areas free of gophers by using Macabee gopher traps or other approved devices. Holes caused by gophers shall be backfilled with soil approved by the City's representative. F. Grub/Larvae Control-Contractor shall keep all turf areas free of grubs and larvae. Damage caused by grubs and larvae shall be re-seeded with an approved turf seed. Grub and larvae species including, but not limited to, Australian Sod Fly, Bermuda grass Mite, Billbugs, Cutworms, Armyworms, Ground Pearls, Lawn moths, Sod webworms, White Grubs. G. Safety hazards must be addressed immediately. Fill holes in turf areas immediately, regardless of cause, as they develop with sufficient soil to prevent tripping hazards. ' H. ,Re-seed small bare areas, not to exceed 100 sq. feet per area, on a monthly basis using materials and methods approved by the Site Manager. I. Turf Sweeping -The contractor must sweep turf areas at the request of the Site Manager. Sweeping will be requested to remove excess turf clippings or leaves. Requests will be more frequent during the fall season, after wind related events, and skipped mowing intervals by the Contractor or City Staff. GENERAL MAINTENANCE AND CLEANUP (applicable to all sites) A. All clippings, trimmings, cuttings and rubbish and debris shall be promptlY removed from the work site at the end of the same day the work is performed. Dumpsters may not be used on the sites unless approved by Site Manager. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS -12 37 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER -CM FOLDERS\KA THy\Contra cts\CI0 135477 A- Loral\Contract Document Loral,doc ' B. All areas covered by this agreement, including artificial turf but not limited to: all . ground cover areas, areas around shrubs and trees, non-landscaped islands, sidewalks, curbs and gutters shall be kept free from weeds, litter, rocks, glass and debris. Debris including, but not limited to: paper litter, leaf and plant debris, household furniture, household appliances, oardboard, cigarette butts, animal feces, biohazards (human feces, hypodermic needles), illegal drug paraphernalia, and vehicle parts. C. All cracks in sidewalks, curbs, street gutters and other paved areas shall be kept weeded. D. All islands and paved areas shall be swept and cleaned of any dirt, debris, weeds, litter or soils. E. Monthly Progress Reports. (See "Scope of Work, Section B) EXTRA WORK A condition of this contract is that the Contractor does work not specified in this contract when requested by the City's Site Manager. The Contractor is to be paid for this work at the hourly rate the Contractor has specified on the Bidders Bid Page and is to provide the necessary materials and be reimbu~ed by the City at cost. The Contractor is to provide "Field Quotation,· which outlines the scope of work and the cost of the work. WORK SCHEDULES A weekly schedule shall be provided by the contractor indicating the sites where items of work are performed in accordance with the performance requirements of the contract. The initial schedule shall be submitted one week prior to the effective date of the contract. Changes to the schedule shall be received by the ~ite Manager no later than 24 hQlurs prior to the scheduled time for the work, Failure to properly notify or to perform an item of work on the day scheduled may result in deduction of payment for that day or work. The Contractor shall adjust his schedule to compensate for all holidays and program uses. A. General landscape maintenance at the Cubberley Community Center shall conform to all of the "General Provisions" as stated in this document. Specific provisions are as follows: 1. General maintenance tasks shall be performed according to the maintenance frequencies schedule for Cubberley Community Center. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS -13 38 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CIO 135477 A­ LoraI\Contract Document Loral.doc 2. . CONTRACTOR'S Maintenance Supervisor shall communicate (in person) with the Site Manager twice monthly regarding status of the maintenance tasks and scheduling. 3. Maintenance tasks shall be scheduled to minimize interference with activities of tenants and users of the Cubberley Community Center. CONTRACTOR needs to be flexible and adjust work tasks as needed. 4. Electric air blowing is permitted in all areas, using modern low noise machines (65 decibels or less). Both the blower operator and the machines must be certified by the Palo Alto Police Department. Copies of the certifications must be provided to the Cubberley Community Center Facility Manager. Operators are to be sensitive to Center users and tenants by keeping blowers at low speeds or turning off if they are nearby. 5. Electric air blowing of areas adjacent to the tennis courts shall be done in a manner that will prevent debris from going onto the courts. If this is not possible, the courts .must also be air blown. 6. Additional Maintenance Requirements: NON-LANSCAPED AREAS Weed Control: The following areas shall be kept weed free at all times: a. On Nelson Drive between the fence and sidewalk and one foot inside the fence. b. From Nelson Drive, along the asphalt fire lane by the football bleachers and to the Southeast end of the tennis courts. c. Along the fence and fire lane on the Northwest end from Nelson Drive to Middlefield Road. d. Around the perimeter of the tennis courts. e. Around the track, around and under football stands, around ball field fences, backstops, soccer goal posts and the old garden area. f. Inside the pump station fence located by the fire lane at the northwest end of the property. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS -14 39 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CIO 135477 A­ Loral\Contract Document Loral.doc B. For material, the Contractor shall submit the wholesale receipt plus markup for reimbursement of materials. The Contractor shall state their percentage markup on the bid page. The bid page will include a line for Contractor to state their percentage. The hourly rate for irrigation maintenance shall include repair/replacement time, equipment, cleanup, and any necessary debris removal. The hourly quotation shall include: 1. Time for work performed only at the Cubberley Community Center site. 2. The Contractor shall be paid on an hourly basis for time actually worked at the facility, with a maximum travel time of one hour. 3. Contractor shall be responsible for cleanup and removal of all debris. 4. Work locations, including access points, will be under the direction of tlie Cubberley Community Center Site Manager and the onsite Maintenance supervisor .. Contractor shall be' responsible for damage to turf or irrigation lines Caused by the Contractor's eqUipment outside of the deSignated access points. 5. Contractor shall provide a qualified irrigation specialist to perform the required work described above. C. Track Maintenance CONTRACTOR shall maintain the track on a monthly basis during the contract -term according to the Scope of Services. CONTRACTOR shall provide the equipment, materials and labor necessary to perform the required services. Scope and Schedule 1. Remove weeds from the track running surface as necessary to maintain a "0" (zero) weed population. Remove all leaves and debris from the track surface weekly. 2. Drag the track surface lightly twice monthly with a tooth drag and moisten while maintaining a firm, level and safe running surface. Surface to be dragged from the outside edge inward. CITY of PALO ALTO: IFB #129844 (2009-2010) SPECIFICATIONS -15 40 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\ClO 135477 A- Lorai\Contract Document Loral.doc . D. Softball Infield Maintenance Specifications . Provide weekly maintenance of four softball diamonds. Work is to be done March through AUgL1St on Tuesdays and Fridays. Work shall include the following tasks: 1. Drag infields twice weekly. 2. Level base and home plate areas and tamp down loose material. 3. Moisten surface. 41 Rev. January 1l,2010 \\Cc"terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 A­ Loral\Contract Document Loral.doc sports, education, dance; arts, meetil1j Yooms, music, cluld caYt; special events, and so much moYe .... IVlap legfmtl rI Disabled Parking $ Public Pay Telephone lJ D Public Restrooms liD In case of emergency dial 911 I1l Fire extinguishers are located in eve ry room 42 Cubberley Communi iy Cent'ilr 4000 Middlefield Road, Palo Alto, CA 94303 650/329,2418 650/856,8756 fax www.cityofpaloalto.org Administrative Of'ikes Room T2 Office Hours Monday -Friday, 8:30am -7:30pm Rev, January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\Cl 0135477 A­ Loral\Contract Document Loral.doc SECTION M Specification for Maintenance of Invasive Plant Removal Sites in Foothills Park Purpose: To continue removal of invasive non-native plants at specific sites in Foothills Park, so that we may maintain the level of habitat restoration established by the volunteer group Friends of Foothills Park. Scope: Only the target species may be removed, with minimal impact on adjoining plants. Some sites have been worked for more than 10 years, so invasive species plant cover is low to moderate (also, cover may vary per site). Any of the targeted species may be present all sites, so removal is not to be limited to the main species indicated on the maps. Area: The total area is 21.3 8 acres. See breakdown of site sizes at end of this document. Target Species: • Yellow starthistle (Centaurea solstitialis) • Italian thistle (Carduus pycnocephalus) • French broom (Genista monspessulana) • Poison Hemlock (Conium maculatum) Photographs of each species are at end of this document. Methods: Mechanical or hand removal only to reduce the impact on native species growing in the area. Mechanical means may include weed whips and weed wrenches depending on species and time of growing season. • Italian thistle: hand removal early in season, weed whip any dense stands after adjoining native grasses have set seed. • Yellow starthistle: hand removal early in season; weed whip after adjoining native grasses and wildflowers have set seed and when thistle has ~5% bloom. • French broom: removal by hand or with weed wrenches. • Poison hemlock: hand removal, mowing Removed plants may remain on-site. If plants have flowered, however, flowering plants and seed heads must be bagged and taken to a landfill. Training and Supervision: 43 Workers will be trained on species identification so they know which plants to remove at every growth stage, and which plants to leave in place and avoid hanning. Training in methods of removal can be done also. Workers will be supervised by staff o~ knowledgeable Friends of Foothills Park volunteers until all are comfortable with species identification and removal methods. Schedule: Seasons may run earlier or later depending on weather. In general, all species may be removed all year long, but incidental seed dispersal at senescence is to be avoided. Locations: The plots are vary in size and are scattered throughout the park. Most sites are near trails or roads. Some sites are more remote but can be reached via a combination of paved road or fire road and trail. Sites may be viewed online in Google Maps at http://bit.ly/FriendsMap (case sensitive). This map best shows the individual sites that are referred to (e.g., YST 1, FB 6, etc.). See following maps. 44 Map 1: Overview of Foothills Park work sites. Foothills Park outlined in green. Work zones are outlined in red. 45 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI0135477A­ Lora1\Contract Document Loral.doc Map 2: Approximate locations of work sites using Foothills Park trail map 46 Map 3: Zone 1 Yellow Starthistle (yellow) Sites YST 1,2,3,5, 10, 11, 15; and Italian Thistle (purple) IT 3, 4, 6, 9, 13 Vista Hill, Panorama Trail, roadsides 47 Map 4: Zone 2 Italian Thistle (purple) IT 1,2,5, 10; Yellow Starthistle (yellow) Sites YST 14; Poison Hemlock (blue) PH 1-3 Las Trampas Valley and Wildhorse Valley 48 Entry from Trappers fire road and Los Trancos Trail (upper or from Rd. in Los Map 5: Zone 3 Yellow Starthistle (yellow) YST 7 and French Broom (green) Sites FB 1-8 Along Los Trancos Trail 49 Friends of Foothills Park Work Sites 2009 Acreage YELLOW STARTHISTLE ZONE 1 YST 1 4.06 YST1 4.06 YST2 1.61 YST2 1.61 YST3 0.05 YST3 0.05 YST5 0.11 YST5 0.11 YST7 1.42 YST10 1.32 YST10 1.32 YST 11 2.21 YST 11 2.21 YST15 0.31 YST14 1.06 IT3 trailside YST15 0.31 IT4 trailside YSTTotal 12.15 ·IT6 0.02 IT9 0.09 ITALIAN THISTLE IT 13 0.10 IT 1 1.54 9.88 IT2 1.38 IT3 trailside IT4 trailside ZONE 2 ITS same as YST 14 IT 1 1.54 IT6 0.02 IT2 1.38 IT9 0.09 IT3 trailside IT 10 0.40 IT4 trailside IT 13 0.10 ITS same as YST 14 IT Total 3.53 IT6 0.02 IT9 0.09 FRENCH BROOM IT 10 0.40 FB 1 0.1 within YST 7 YST14 1.06 FB2 0.88 PH 1 0.10 FB3 1.05 PH2 0.15 FB4 0.23 PH 3 0.40 I;B 5 0.56 5.03 FB6 1.02 FB 7 0.47 FB8 0.84 ZONE 3 FB Total 5.05 FB 1 0.1 within YST 7 FB2 0.88 POISON HEMLOCK FB 3 1.05 PH 1 0.10 FB4 0.23 PH2 0.15 FB5 0.56 PH 3 0.40 FB6 1.02 PH Total 0.65 FB 7 0.47 FB 8 0.84 YST7 1.42 6.47 Total Acreage 21.38 21.38 50 Photographs of Target Species: Yellow Starthistle 51 52 Italian Thistle Poison Hemlock 53 French Broom 54 EXHIBITB SCHEDULE OF PERFORMANCE CONTRACTOR shall perform the Services according to the schedule of Services for both Section I and Section M as outlined and detailed in the Scope of Services, Exhibit A 55 .EXHIBITC COMPENSATION All Payments are. based upon City's acceptance of Contractor's performance of the Services. The maximum amount of compensation to be paid to Contractor, over the three year Term of this Agreement, including both payment for services and reimbursable expenses, shall not exceed One Hundred Eighty One Thousand Eight Hundred Fifty Four Dollars ($181,845.00). Any hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to City. Annual Compensation for the Three Year Term, (payable in Monthly allotments), will be paid out Year as follows: Year 1 (July 1, 2010 through June 30, 2011) = $33,600.00 Year 2 (July 1, 2011 through June 30, 2012) = $53,808.00 Year 3 (July 1, 2012 through June 30, 2013) = $94,446.00 Total: = $181,845.00 Specific areas awarded are included in Exhibit C 1. The City will compensate Contractor for Services performed pursuant to the terms and conditions of this contract and accepted by the City. 56 Exhibit Cl Contract Award I. Cubberley Community Center GENERAL SITE AND ATHLETIC FIELD LANDSCAPE MAINTENANCE SERVICES: Work of installing complete work in accordance with the General Requirements and specifications detailed within this Attachment A, herein: BID UNIT DESCRIPTION, WITH UNIT PRICE IN WORDS Annual COST Annual COST Annual COST Total Cost per ITEM (PRICE IS INCLUSIVE OF ALL APPLICABLE Per SITE Per SITE Per SITE site for 3 Years # Per Year TAXES) For Year 1 For Year 2 For Year 3 for All Services Labor, equipment, material, and No Services 1 Per transportation to provide maintenance Services Required Year services for Cubberley Required For only 4 Community Center in Year 1 months (Services to begin in March 2012. $58,800.00 $78,000.00 Quote $19,200.00 costs only for time services to be providedS Total for 1-Cubberley Community Center General Site and Athletic Field Landscape Maintenance $19,200.00 $58,800.00 $78,000.00 Services (Item 1) M. Foothills Park Maintenance of Invasive Plant Removal Sites: Work of installing complete work in accordance with the General Requirements and specifications detailed within Exhibit A, Scope of Services, of this Contract. BID Acreage UNIT DESCRIPTION, WITH UNIT PRICE IN Annual COST Annual COST Annual COST Total Cost per site for ITEM of Site Per Year WORDS (PRICE IS INCLUSIVE OF ALL Per SITE Per SITE Per SITE 3 Years # for All APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 Services Labor, equipment, material, and 1 transportation to provide $33,600.00 $34,608.00 $35,645.00 $103,854.00 21.31 Maintenance of Invasive Plant Removal Sites in Foothills Park acres To continue removal of invasive non-native plants at specific sites in Foothills Park, so that we may maintain the level of habitat restoration established by the .. volunteer group Friends of Foothills Park. Total for M -Foothills Park Maintenance of Invasive Plant $103,854.00 Removal Sites (Item 1) 57 EXHIBITD INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST'S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. . A WARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW' MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES YES YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY $1,000,000 $1,000,000 LIABILITY DAMAGE COMBINED. BODILY INJURY $1,000,000 $1,000,000 -EACH PERSON $1,000,000 $1,000,000 AUTOMOBILE LIABILITY, -EACH OCCURRENCE $1,000,000 $1,000,000 INCLUDING ALL OWNED, HIRED, PROPERTY DAMAGE $1,000,000 $1,000,000 NON-OWNED BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" 58 A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON­ PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 59 EXHIBIT E Contractor's Performance Surety Bond WHEREAS, the City Council of the City of Palo Alto, State of California ("City") and , ("Principal") have entered into an agreement dated , and identified as TBD , which is hereby referred to and made a part here of whereby Principal agrees to install and complete certain designated public improvements; and WHEREAS, Principal is required under the terms of said agreement to furnish a surety bond for the faithful performance of said agreement. NOW, THEREFORE, Principal and _____________________ , as Surety, incorporated under the Laws of the State of , and duly authorized to transact business as an admitted surety, under the Laws of the State of California, are held and firmly bound unto City in the penal sum of __________ _ ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such that if the Principal, Principal's heirs, executors, administrators, successors, or assigns shall promptly and faithfully keep and perform the covenants, conditions, and provisions of the above-mentioned agreement and any alteration thereof, with or without notice to the Surety, and if Principal shall satisfy all claims and demands incurred under such agreement and shall fully protect, indemnify, defend, and hold harmless City, its officers, agents, and employees from all claims, demands, or liabilities which may arise by reason of Principal's failure to do so, and shall reimburse and repay City all outlay and expenses which City may incur in making good any default, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. As part of the obligations secured hereto, and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees incurred by City in successfully enforcing such obligations, all to be taxed as costs and included in any judgment rendered. Surety shall be liable for any liquidated damages for which the Principal may be liable under its agreement with the City, and such liquidated damages shall be part of the obligations secured hereto, and in addition to the face amount specified therefore. The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the agreement or to the work to be performed thereunder or the specifications accompanying the same, shall in any way affect its obligations on this bid security, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the agreement or to the work or to the specifications. IN WITNESS WHEREOF, this instrument has been duly executed by the Surety above named on , 2006. 60 SURETY, ______________ __ PHONE NUMBER: ________________ _ BY: ____________ """"-____ ---'Its: ____________ _ Contractor: ----~---------------------- CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ____________ --J) COUNTY OF ____________ -') On , before me, , a notary public in and for said County, personally appeared ____________________________ _ ____ , personally known to me (or 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 hislher/their authorized capacity(ies), and that by hislher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature ________________ (Seal) 61 EXHIBIT E-! Contractor's Payment (Labor and Materials) SURETY BOND WHEREAS, the City Council of the City of Palo Alto State of California ("City") and , ("Principal"), have entered into an agreement dated , and identified as TBD , which is hereby referred to and made a part here of, whereby Principal agrees to install and complete certain designated public improvements; and WHEREAS, under the terms of said agreement, Principal is required before entering upon the performance of the work to file a good and sufficient payment surety bond with the City of Palo Alto to secure the claims to which reference is made in Title 15 (commencing with Section 3082) of Park 4 of Division 3 of the Civil Code of the State of California. NOW, THEREFORE, Principal and ____________________ , as Surety, incorporated under the laws of the State of , and duly authorized to transact business as an admitted surety, under the Laws of the State of California, are held and firmly bound unto City in the penal sum of ___________ ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such that if Principal, Principal's subcontractors, heirs, executors, administrators, successors, or assigns shall fail to pay any of the persons, companies, or corporations, referred to in Section 3181 of the California Civil Code, as amended, with respect to any work of labor performed or materials supplied by any such persons, companies, or corporations, which work, labor, or materials are covered by the above-mentioned agreement and any amendments, changes, change order, additions, alterations, or modifications thereof, or any amounts due under the California Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, as amended, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum herein above specified, and also, in case suit is brought upon this bid security, the Surety will pay a reasonable attorney's fee to be fixed in court. It is hereby expressly stipulated and agreed that this surety bond shall inure to the benefit of any and all·persons, companies, and corporations entitled named in Section 3181 of the California Civil Code, as amended, so as to give a right of action to them or their assigns in any suit brought upon this surety bond. 62 The Surety hereby stipulates and agrees that·no amendment, change, order, addition, alteration, or modification to the terms of the agreement of to the work to be performed thereunder or the specifications accompanying the same, shall in any way affect its obligations on this surety bond, and it does hereby waive notice of any such amendment, change, change order, addition, alteration, or modification to the terms of the agreement or to the work performed thereunder or to the specifications accompanying the same. IN WITNESS WHEREOF, this instrument has been duly executed by the Surety above named on , 2006. SURETY, ____________ PHONE NUMBER: BY: _________________ .Its: Contractor: CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ______ -J) COUNTY OF ______ ~) On , before me, , a notary public in and for said County, personally appeared ______________ _ ___ , personally known to me (or 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. WITNESS my hand and official seal. Signature ________________ (Seal) 63 CITY OF PALO ALTO CONTRACT NO. ClO135477 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 1st day of JULY, 2010, by and between the CITY OF PALO ALTO, a California Chartered Municipal Corporation ("CITY"), and GACHINA LANDSCAPE MANAGEMENT, a California Corporation, located at 1130 O'Brien Drive, Menlo Park, Ca 94025, Telephone Number: 650-853-0430 ("CONTRACTOR"). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services ("Services") described in the Scope of Services, attached as Exhibit A. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: IZI "A" -Scope of Services IZI "B" -Schedule of Performance IZI "C" -Compensation IZI "D" -Insurance Requirements IZI "E" -Performance and/or Payment Bond D "F" -Liquidated Damages CONTRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is from July 1, 2010 to June 30, 2013 inclusive, subject to the provisions of Section 8, Q and V, of the General Terms and Conditions (GTAC). To the extent the budget for FY 2010-11 as adopted by the Council would require a modification of this Agreement's term, commencing July 1,2010, as determined by the City, the parties agree to modify the term, as amended, within ten (10) days after the budget for this Agreement is adopted. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Services and reimbursable expenses, if any: The total maximum lump sum compensation of dollars ($ );OR o The sum of dollars ($ ) per hour, not to exceed a total maximum compensation amount of dollars ($ ); OR o A sum calculated -in accordance with the fee schedule set forth in Exhibit C, not to exceed a total maximum compensation amount of One Million Seven Hundred Ninety Two Thousand Nine Hundred Fifty dollars ($1,792,950.00). 1 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc CONTRACTOR agrees that it can . perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. The City has set aside the sum of One Hundred Seventy Nine Thousand Two Hundred Ninety Five dollars ($179,295.00) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR's proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAL TERMS. o CONTRACTOR'S compensation rates for each additional term shall be the same as the original term; OR ~ CONTRACTOR's compensation rates shall be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in section 5 above, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco-Oakland-San Jose area, published by the United States Department of Labor Statistics (CPI) which is published most immediately preceding the commencement ofthe applicable Additional Term, which shall be compared with the CPI published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR's compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR's compensation rates shall be reflected in a written amendment to this Agreement. 7. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is: Mark Ribeiro, Dept.: Community Services, Parks And Golf Division , Telephone: 650-496-5928. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. 8. GENERAL TERMS AND CONDITIONS A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections 1 through 7 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled "SERVICES," and that every individual. charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR's representations regarding its skills, knowledge, and certifications. 2 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCIDSOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. With respect to certifications referred to in the preceding sentence, CONTRACTOR shall certify, in writing, to the CITY that CONTRACTOR has obtained a criminal record clearance and the fingerprinting of each permanent employee of CONTRACTOR and each temporary employee who substitutes for a permanent employee in the latter employee's absence before such employee will be authorized to perform work on behalf of CONTRACTOR in Palo Alto under this Agreement. Fingerprinting will be performed by Lifescan Services; 711 Serra Street, Palo Alto, CA, (PH) 650 725-2499. CONTRACTOR shall coordinate with the CITY's project manager to ensure the performance of these tasks. CONTRACTOR's certification, which shall be proposed by the CITY if CONTRACTOR does not wish to issue a certification as to form, shall be provided at the commencement of the term and on each occasion as new and substitute employees are hired to perform work under this Agreement and are identified to the CITY's project manager, in writing. If any such employee has not been cleared for employment as required by this Agreement and such employee performs work in Palo Alto, CONTRACTOR shall be deemed in breach of this Agreement and the provisions of Q. TERMINATION shall apply. The CITY reserves the right, acting by the CITY's project manager, to require the immediate removal of any such employee of CONTRACTOR who has not cleared a criminal background check and been fingerprinted from the CITY's premises which are covered by the work under this Agreement. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR's business. F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders. G. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR's performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR's performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR's request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. H. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the ,requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in 3 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CI 0 135477" Gachina\Contract Document.doc compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for a period of one year from completion of the Services and shall survive the completion of the Services or termination of this Agreement. I. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR's work is completed in a satisfactory manner and complies with the provisions of this Agreement. J. CITY'S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, ifany, without the prior written approval of the City Manager. K. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR's records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. L. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. M. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by companies with a Best's Key rating of A-:VII or higher and which are otherwise acceptable to the City's Risk Manager. The City's Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the City's Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to CITY's Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the CITY's Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR's liability or obligation to indemnify CITY under this Agreement. N. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from and against any and all demands, claims, injuries, losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, fines and judgments, associated investigation and administrative expenses and defense costs, including, but not limited to reasonable attorney's fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. The CONTRACTOR's obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that the CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of the CITY. The 4 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CIOI35477- Gachina\Contract Document.doc acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Contract. O. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. P. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. Q. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days' prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY, CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination if for cause, CITY may deduct. from such payment the amount of actual damage, if any, sustained by CITY due to Contractor's failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. R. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. S. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no City Officer, employee, or authorized representative has any fmancial interest in the business of CONTRACTOR and that no person associated with contractor has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. T. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of California. u. ENTIRE AG~EEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement 5 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\CI0135477- Gachina\Contract Document.doc supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. V. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract and the Palo Alto Municipal Code and is subject to the adoption of the budget for FY 2010-11, covering this Agreement, in particular, the quantity and quality of work to be performed by CONTRACTOR and the number of employees and agents to be hired by CONTRACTOR to perform the work required of CONTRACTOR under this Agreement. W. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with the City's Environmentally Preferred Purchasing policies which are available at the City's Purchasing Department which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of the City's Zero Waste Program. Zero Waste best practices include fIrst minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Contractor shall comply with the following zero waste requirements: • All printed materials provided by Contractor to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Contractor on behalf of the City shall be purchased in accordance with the City's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusable/returnable pallets shall be taken back by the Contractor, at no additional cost to the City, for reuse or recycling. Contractor shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. X. AUTHORITY. The individual(s) executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Y. CONTRACT TERMS: All unchecked boxes do not apply to this Contract. 6 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 I35477- Gachina\Contract Document.doc .TUN-15-2010 12: 50 GACHINA LANDSCAPE MANAGEM 16508530430 " IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO City Manager or Designee (Required on contracts $85,000 and over) Namer7~_~_h __ rt ______ ~ ________ ___ Title, __ 1-A-=-re.::..J=,.....;d_:e.n~./--____ _ Purchasing Manager or Designee Telephone: Approved as to form: Senior Assistant City Attorney 7 Rev. January 11,2010 C:\Oocuments and Settings\sespinoza\LocaI Settings\Temporary Internet Files\OLK6\Contract Document.doc P.02 Background EXHIBIT A SCOPE OF SERVICES LANDSCAPE MAINTENANCE PROJECT The City of Palo Alto is a charter signatory to the Bay Friendly Landscape Declaration and has an award-winning Integrated Pest Management Program that has been successful in large part to efforts of Parks to reduce pesticide use. The. Parks Department is as a leader in water conservation and received the 2002 Rainbird Corporation award for water efficiency. I. GENERAL PROVISIONS The following provisions, where individually applicable, apply for maintenance standards not limited to Landscape Maintenance, and any and all other items selected as part of this proposal. In the event that any of the provisions provided here under GENERAL PROVISIONS are found to be in conflict with or are contradicted by any provision found in the SPECIFICATION REQUIREMENTS listed in Sections A, B, C, D, E G and H, the provisions found in the SPECIFICATION REQUIREMENTS listed in Sections A, B, C, D, E G and H will supersede the GENERAL REQUIREMENTS. II. LOCATION OF PROPERTY The locations of the areas to be maintained are listed in Section XV. SITE LOCATIONS AND SPECIAL INSTRUCTIONS III. SCOPE OF WORK-Landscape Maintenance CONTRACTOR shall provide the highest quality of Ipndscape maintenance services and materials. CONTRACTOR agrees to provide the highest quality commercially accepted methods, procedures and scientific controls for landscape maintenance. "Scientific Controls" is understood to mean practices based upon recommendations of the University of California, The U.S. Forest Service, or similarly qualified experts; recommendations in University of California Cooperative Extension Publications, Consumer Products Safety Commission Playground Guidelines and information in standard landscape industry· references; This shall include the use of proper knowledge, skills, materials and equipment of a timely basis to maintain all areas in a clean, safe, healthy, and aesthetically acceptable manner during the entire term of this contract. CONTRACTOR agrees to be continuously alert in locating and defining problems and agrees to exercise prompt and proper corrective action. Action times will be prioritized, and low priority items will be given a time line for corrections. A 8 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\C1 0 135477- Gachina\Contract Documentdoc PRELIMINARY WRITTEN REPORT SHALL BE SUBMITTED FOR MAJOR CORRECTIVE PROBLEMS NOT COVERED IN THE CONTRACT. CONTRACTOR shall communicate to the City, landscape, as well as non­ landscape related hazards that are seen while on site. Work requests related to citizen requests or reported hazards require immediate response, within 24 hours of the requests. CONTRACTOR shall furnish landscape maintenance services by qualified site managers and horticulturists to provide a 36-month maintenance program according to maintenance specifications. The provision of such report does not mandate the CITY to extend the Contract to 36 months. CONTRACTOR supervisor or representative may be required to report to the Open Space and Parks Division office,or other designated location, Monday through Friday between 6:30am and 8:00 am, except for holidays, which may fall on these days. CONTRACTOR shall report progress to the City of Palo Alto Open Space and Parks Division on the agreed reporting frequency and schedule. A qualified site manager or superintendent of operations shall represent the contractor in monthly meetings and walk-through inspections with City of Palo Alto staff. CONTRACTOR shall furnish all labor, materials, equipment, and on site supervision by qualified site managers who shall provide complete, continuous and expert landscape maintenance services. IV. GENERAL REQUIREMENTS A.. Landscape Maintenance: CONTRACTOR shall provide the City with a landscape maintenance program at the frequencies called for in the special provisions of RFP 135477. The maintenance program is not limited to specifying daily, weekly and monthly landscape maintenance task schedules covering all areas of responsibility specified in this agreement. The maintenance program will be submitted and agreed upon within 30 calendar days following award of this contract. This program and any changes, deletions, or additions therein, if approved by the City, shall become part of this agreement and shall be used by both the contractor and the City of Palo Alto for performance monitoring of contractor obligations. Failure to submit a maintenance program within the allotted time period will be considered a non-responsive action, and non-responsiveness will be grounds for termination of this agreement. The Project Manager shall receive changes to the schedule at least 24 hours prior to the scheduled time for the work. Failure to notify of a change and/or 9 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc failure to perform an item or work on a scheduled day may result in deduction of payment for work not completed. CONTRACTOR shall adjust his schedule to compensate for all holidays. CONTRACTOR will be required to work on specified holidays and weekends as outlined in this Scope of Work. B. Staffing Levels: A sufficient staffing level to successfully satisfy the landscape maintenance expectations within this agreement is required. Contract personnel to remain on site everyday even if it is raining. All key project personnel must be fingerprinted before being allowed to work on City/School property. Contractor shall work with City's Project Manager on obtaining required verification of fingerprinting results prior to personnel being allowed to work on City/School property. C. Monthly Progress Reports Monthly, the contractor shall provide the City's Open Space and Parks Division with monthly progress reports, based on weekly summary of work performed by location and referenced to the maintenance program. The reports will be due no later than the fifth day of the month following services, and is to include the following information: a). Total labor, supervision, and horticultural hours provided at each site. This can be in a spreadsheet format with all applicable sites covered under this agreement. Sample format available upon request. b). Problem areas encountered during the month. c). Monthly application reports for all materials applied by site. This will include location, application date, materials, amount of material applied, etc. d) Any additional reports as directed by the Open Space and Parks Division. D. Inventory/Material Safety Data Sheets Within thirty days of the effective date of this agreement, CONTRACTOR will submit to the City a list of all chemicals (fertilizers, pesticides, cleansers etc.) that will be used by the contractor on the sites, together with the required Material Safety Data Sheets. MSDS sheets and product labels shall be in applicator's vehicle. 10 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLlCIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc E. Integrated Pest Management (IPM) Within 45 days of acceptance of this agreement, CONTRACTOR shall submit to the Parks and Golf Division an Integrated Pest Management Plan (I PM) that complies with the City of Palo Alto IPM Policy. The IPM Plan will be reviewed annually for updates and modifications. (Reference: City of Palo Alto IPM Policy Section VII). Pesticide use reports described in Section VII shall be submitted in a timely manner and shall contain accurate and current information regarding the Contractor's performance at each site. Failure to supply these reports in an accurate and timely manner shall be considered a breach of this agreement. F. Extra Projects/Landscape Upgrades: All extra projects shall require the submission of a Project Proposal Form or a Work Order Authorization Form. If the contractor does not have available such a form, a mutually agreeable format will be developed. On any extra project or landscape upgrade, the City reserves the right to obtain competitive bids or quotations. CONTRACTOR shall use additional personnel for extra work or project upgrades. CONTRACTOR cannot· stop regular landscape maintenance services and use staff for extra work or project upgrades. G. Management Philosophy: CONTRACTOR shall take a pro-active approach in correcting problems within the contractors' span of responsibility and control. Other problems and suggestions for improvements, both short and long term, must be submitted promptly to the City for appropriate action. H. Public Image and Etiquette: CONTRACTOR employees shall wear company uniforms, which consist of long pants and shirts with company name and individual's name on the shirt. CONTRACTOR's staff when needed will utilize rain gear, rain boots, safety shoes, and other safety equipment. All contracted employees while on the site shall exhibit a clean, neat professional appearance. Contractor's equipment and vehicles shall also be professional in appearance, exhibit the company name and phone number, and be well maintained for safe operation. CONTRACTORs' vehicles must display a placard, legible from a distance of 10 feet, with the following language: Landscape Maintenance Contractor working for the City of Palo Alto Parks and Golf Division For information contact :( 650) 496-6962 11 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Documentdoc I. Definitions Responsible parties referred to as City of Palo Alto are deemed to refer to the Parks Project Manager, Parks Superintendent, or Parks Supervisor. CONTRACTOR shall begin work after receiving written notice to proceed from the Parks Superintendent. V. TERM OF CONTRACT A. The services to be performed under the contract shall commence July 1, 2010 and shall be completed by June 30, 2013. Annual renewals after Year 1 are subject to funding approval on an annual basis. VI. GENERAL CONDITIONS A. Permits/Parking CONTRACTOR shall be issued a free maintenance permit from the City's Department of Transportation. This will allow the Contractor's crews to use City parking facilities at no charge during the term of this contract and only while doing landscape maintenance work for the City's Open Space and Parks Division. B. Payments and Inspection Payment will be made for work satisfactorily completed as called for in this contract. The City's Representative. shall inspect and notify CONTRACTOR of any unsatisfactory work. Unsatisfactory work shall be corrected within 24 hours. Contractor or Contractor's representative shall meet with a representative from the City at least once a month during the life of this contract to inspect Work performed. CONTRACTOR will bill the City by the 5th of the month following service. The City will pay CONTRACTOR on a monthly basis for labor, equipment and materials provided during the monthly billing period. C. Property Damage 1. Any private property or city property damaged or altered in any way during the performance of the work under this contract shall be reported promptly to the City's representative, and shall be rectified in an approved manner back to its former condition, prior to damage, at CONTRACTOR's expense. 2. Any hazardous conditions noted, or seen, by CONTRACTOR that has occurred by any means other than during the performance of the 12 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\Cl 0135477- Gachina\Contract Document.doc Contractor's work, whether by vandalism or any other means, shall be promptly reported to the City's Representative. 3. CONTRACTOR is responsible for securing any immediate hazards with caution tape, safety cones, or barricades until a City Representative arrives to the location. D. Safety CONTRACTOR agrees to perform all work outlined in the Agreement in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all City, County, State or other legal requirements including, but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL E.P.A. Safety Orders at all times so as to protect all person, including contractor employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. CONTRACTOR shall be responsible for traffic control and safety regulations as related to any City, State, or County requirements while working on medians and/or roadside strips. The design and operation of work zone traffic controls must comply with U.S. Department of Transportation/Federal Highway Administration guidelines. CONTRACTOR shall cooperate fully with City in the investigation of any accident, injury or death occurring on city property, including a complete written report thereof to the Project Manager within twenty-four (24) hours following the occurrence. CONTRACTOR's responsibility shall be continuous and not be limited to working hours or days. E. Use of Sanitary Landfill The refuse disposal facilities of the city of Palo Alto Sanitary Landfill located adjacent to East Embarcadero Road in said City will be made available to the Contractor through the 2011 calendar year for the disposal of all trees, rubbish and construction debris generated on work site. . Contractor shall pay all dump fees. Contractor shall at its sole expense load, haul and deposit said rubbish and debris during normal landfill operating hours. All landfill regulations will apply to all debris deposited by the Contractor. Any questions regarding landfill rules and regulations shall be directed to the Landfill Supervisor. A digest of the refuse disposed area rules and regulations have been appended to this contract. At the 13 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\ClO135477- Gachina\Contract Document.doc end of the 2011 calendar year,.. the contractor shall at is sole expense load, haul and deposit all rubbish, debris and green waste to a transfer station located at the City of Sunnyvale. F. Project Hours of Operation CONTRACTOR shall conform his operations to the hours between 7:00 a.m. and 5:00 p.m. during the life of the contract. CONTRACTOR shall conform his operations to the hours of 9:00 a.m. to 3:00 p.m. to medians and roadside strips. Hours of operation in the University Ave. and California Ave. Business District are an exception. Cleaning equipment, when used in public streets in business districts shall be allowed during the hours of 10 pm and 7 am, Monday through Friday, providing no such piece of equipment shall produce & noise level that exceeds 70 dBA measured at a distance of 25 feet. Any other exception shall only be authorized with prior approval of the "Project Manager". G. City Truck Route Ordinance CONTRACTOR and any subcontractor or supplies shall at all times comply with the requirements of the City Truck Route Ordinance, a digest of the provisions are attached to this RFP as Attachment J. H. City Noise Control Ordinance CONTRACTOR and any subcontractor shall at all times conform their operations with the requirement of the City Noise Ordinance, a digest of the provisions are attached to this RFP as Attachment K. CONTRACTOR's equipment must be tested to verify that it meets noise ordinance prior to the start of the contract. CONTRACTOR is responsible for obtaining certification required by the City for safety and equipment training. Contractors are not allowed to utilize Fuel Powered Leaf Blowers only Electric Powered Leaf Blowers I. Spare the Air Days CONTRACTOR must comply with regional "Spare the Air" recommendations on designated "Spare the Air Days" that occur throughout the year. At a minimum, no gasoline powered equipment shall be used after 10 a.m. on "Spare the Air Days". The Project Manager will notify the contractor when a "Spare the Air" alert has been designated. 14 Rev. January \\,2010 \\Cc~terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\Cl 0135417- Gachina\Contract Document.doc CONTRACTOR must coordinate work schedules to accommodate "Spare the Air" recommendations. J. Materials All materials shall be provided by CONTRACTOR and shall be the highest quality available. Commercial fertilizers and pesticides shall bear the manufacturer's label and guaranteed analysis. CONTRACTOR must have MSDS and written recommendation sheets for all chemicals available upon request. The Project Manager must approve all materials. All pesticide applications shall in accordance with written recommendations provided by a license pest control advisor. 1. Water is to be furnished by the City. 2. Fertilizer shall be a complete, seasonably appropriate Organic Materials Review Institute OMRI (www.omri.org) Certified organic slow-release granular fertilizer Earthworks 3-4-3 (or approved equal) furnishing the required percentage of nitrogen, phosphoric acid and potassium to keep lawns, trees, shrubs and other plants in a healthy and vigorous growing condition at all times. If there arises a question as to the need for application of fertilizer or the formulation of a fertilizer, soil samples shall be taken from locations specified by the City's representative. They shall be analyzed by a licensed soil analyst at the Contractor's expense and the results and recommendations for the formulation and rates of applications of a complete fertilizer shall be submitted to the City's representative. CONTRACTOR shall formulate and apply the fertilizer as per the recommendations of the soil analyst. If the application of iron, zinc or other trace minerals is recommended by the soil analyst or by a recognized plant pathologist to correct a specific soil deficiency, it shall also be applied according to these recommendations at CONTRACTOR expense. 3. Pesticides shall be of the highest quality obtainable, brought to the job site in the original manufacturer's containers, properly labeled with guaranteed analysis. Any necessary permits, recommendations, etc. shall be the responsibility of CONTRACTOR. 4. Plant materials shall of the highest quality, displaying a healthy appearance and of a size relevant to their container size. The Project Manager must inspect and approve all plant materials prior to planting. 15 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc 5. Turf seed shall be of the h.ighest quality available, industry recognized, and approved by the Project Manager prior to application. 6. Tree stakes, tree ties, guy wires shall be of materials to match those existing on the site or approved equal. K. Shrub, Tree and Ground Cover Care Maintain shrubs and ground cover in a healthy growing condition by performing the following operations and other work incidental thereto: 1. Water Management -Water deeply and slowly to establish moisture to the full depth of the root zone. Watering shall be done in a manner to avoid erosion, excessive runoff, puddles, or creation of a waterlogged soil condition. Hoses. and portable sprinklers shall be used to supplement the sprinkler system where necessary to ensure complete coverage. 2. Pruning and Trimming A. All pruning and trimming shall he done by qualified Professional personnel using ISA recognized and approved standards and techniques. CONTRACTOR will submit documentation of training and experience to demonstrate personnel's professional pruning qualifications. B. Excessive pruning or stubbing back will not be permitted. C. All pruning cuts shall be properly made: They shall be cleanly cut with no tearing of the bark. D. CONTRACTOR is responsible for replacing, at their cost, any damage to plant materials caused by excessive pruning, improper pruning techniques, poor equipment etc E. All dead or damaged branches shall be removed immediately. F. Pruning and trimming of shrubs and ground cover shall be done at least six times a year, as needed, to achieve the following: G. To cut back branches that is rubbing on walks, fences and impairing or posing a safety hazard to pedestrians, bicycles, or . vehicles. H. To maintain desired shape of plant material. 16 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLlCIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 1 0 135477- Gachina\Contract Document.doc I. CONTRACTOR is responsible for maintaining the first 15 feet of the tree measured from the root crown/flare. J. Tree stakes shall be removed as trees mature. Tree ties will be adjusted at least annually to accommodate tree growth. K. All trees should be maintained at a height that conforms to A.D.A. standards for safety (84" above ground level), and which removes hazards to persons, mowers, and property. 3. Flower beds and perennial areas shall be raked, cultivated, and pruned/dead-headed as needed, but no less than once per week. 4 Ground cover along curbs must be kept within curb and height trimmed as needed. 5. All ivy ground cover shall be mowed with a composting mower once a year in the winter. Most ivy/ground cover areas have irrigation, primarily fixed risers. CONTRACTOR must flag all irrigation components prior to ivy mowing. CONTRACTOR is responsible for repairing any damage to irrigation system. VII. INTEGRATED PEST MANAGEMENT (IPM) The goal of the City of Palo Alto IPM policy is reduce the amount and toxicity of pesticides used on City property in order to protect water quality and human health and to avoid ecotoxicity. Preferred pest management techniques include encouraging naturally occurring biological control, using alternative plant species or varieties that resists pests; cultivating, pruning, fertilizing, and irrigation practices that reduce pest problems, optimizing habitat to reduce pest development, selecting pesticides with a least toxicity to humans and non-target organisms and applying pesticides only as a last resort. A. Within 45 days and annually on the anniversary of this agreement, CONTRACTOR shall submit to the City's Open Space and Parks Division an Integrated Pest Management Plan that complies with the City of Palo Alto IPM Policy. The IPM Plan shall be reviewed annually for updates and modifications with Open Space and Parks Division Staff. Frequent and thorough site inspections, on foot, will be needed to ensure no major infestations occur. The first priority in addressing pests will be to conserve naturally occurring beneficial insects through the use of selective applications of the least toxic effective materials. Biological controls will be based upon sound scientific information such as that provided by the University of California. Conventional pesticides will be given last priority. Open Space 17 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc and Parks Division staff will provide site-specific historical data for known infestations. Contractor shall provide any MSDS. sheets of chemicals that will be utilized. B. No pesticides of any kind will be used on designated Pesticide Free Parks. The Project Manager will provide a list of pesticide free parks. C. Pest control shall be done only by qualified, trained personnel, under the supervision of a State licensed pest control operator, using materials approved by the Project Manager. The pesticide application shall be done with extreme care to avoid any hazard to any person, pet, or wildlife in the area or adjacent· areas, or any property damage. Application shall be in strict accordance with all governing regulations. CONTRACTOR must provide, within 30 days of the Notice to Proceed, their Pest Control Operators License, and the names and license/certification numbers of any individuals responsible for or applying pesticides in accordance with this agreement. D. All pest infestations shall be reported to the Project Manager. The Project Manager prior to application shall approve all pesticides applications. Records of all pest control operations stating dates, locations, times, methods of application, chemical formulations, applicators names and weather conditions shallbe made and retained in an active file for a minimum of three (3) years. E. Written report of all applications shall be provided to the Parks and Golf Division on a monthly basis. CONTRACTOR must use the "Palo Alto Contractor Monthly Pesticide Use Summary" form Attachment _It is also the responsibility of CONTRACTOR to. file monthly chemical use reports with the County Agricultural Department. F. All chemicals requiring a special permit for use must be registered with the county Agricultural Commissioner's Office and a permit obtained with a copy to the Parks and Golf Division. G All regulations and safety precautions listed in the "Pesticide Information and Safety Manual, published by the University of California and the Pesticide Safety Information Series (PSIS) published by the California Department of Pesticide Regulation shall be adhered to. H. Spraying is not permitted during heavy traffic (vehicle, bicycle, or pedestrian) periods or when winds create uncontrollable material drift. The Project Manager will permit no spraying without prior approval. I. Pesticides may not be used within 250 feet of any playground area or creek. J Temporary notice shall be posted during and after a site has been sprayed. all areas sprayed shall be flagged and signed 18 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc K. CONTRACTOR agrees to control gophers, squirrels, moles and other rodents causing damage to City Property under the site area of responsibility. Traps are the only acceptable form of rodent control. Rodenticides for gophers, ground squirrels or other rodents may not be used. In the event of visible evidence of such pests, contractor will restore the area to its proper condition if the damage is current and prevention is within the contractor's control. L. CONTRACTOR shall replace any plant material that has suffered severely due to lack of proper pest management techniques, if such pest control is possible and practicable M All treated areas must be monitored during and after pesticide application until material has settled and treatment area is completely dry. No unprotected person, pet, or wildlife may enter a treated area until all re-entry intervals have been satisfied. N. Weeding All areas, including but not limited to: shrub beds, flower beds, groundcover beds, tree wells, paved areas, sidewalks, cracks, stairways, pavers, expansion joints, decomposed. granite paths, picnic areas, playgrounds, under bleachers/benches, must be kept weed free at all times. Weeds shall be removed whenever the appearance becomes unsightly or when requested to do so by Parks and Golf Division staff. O. Staking and Guying Maintain and replace stakes and guys with equal· material. Maintain and replace plant ties to provide support without chafing of bark. Additional stakes and/or guys shall be placed from time to time to correct misshaping caused by wind. Stakes and guys shall be removed upon request of Project Manager. P. Fertilization Fertilizers shall not contain pesticides. CONTRACTOR shall fertilize all shrub, ground cover, and planter bed areas three times a year with an approved complete slow' release OMRI certified granular organic slow release Earthworks 3-4-3 fertilizer (or approved equal). Fertilize trees as requested, not to exceed twice per year. Fertilizer shall be applied in the spring, summer and in the fall and may not be applied three days before there is a 40% chance of rain predicted. Q. Nurturing Soil Health 19 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\sOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc Leaf drop shall become part of ,the mulch layer in the tree, shrub or groundcover areas in an attractive manner and away from high traffic areas. Leaf drop shall not be allowed to enter stormdrains. Mulch shall be maintained under all trees and shrubs and on bare soil with a minimum3-inch layer of organic material. To the greatest extent practicable, CONTRACTOR shall not procure mulch products that originate from forest products. When possible CONTRACTOR shall give preference to mulch products that are produced on-site, or from regionally generated plant debris including that made at the City of Palo Alto. R. Replacement of Material Remove dead and damaged plants and replace with material of equivalent size, condition and variety, subject to approval and purchase owner's representative. Labor shall be provided by the Contractor in a timely manner. Plant material shall be provided by the City's Parks Division unless damaged is caused by Contractor's negligence (Le. chemical damage, mechanical damage, water stress.) Damage not resulting from Contractor's negligence, such as vandalism, vehicle, or weather shall be reported promptly to the Project Manager together with an estimate of materials needed for correction. The City will provide all necessary materials. Labor shall be provided by CONTRACTOR in a timely manner. Prior to beginning maintenance CONTRACTOR and the city's representative shall inspect and inventory all plants, trees and shrubs to determine their number and condition. VIII. TURF MAINTENANCE- 1. The following turf maintenance guidelines apply to all turf areas included in this agreement. Turf shall be maintained areas in a healthy, safe, and aesthetically pleasing condition by performing the following operations and other work incidental thereto: A: Mowing -include requirement for grasscycling? All turf areas are to be mowed typically once a week. An additional weekly mowing may be requested due to weather conditions, special events, and growth flush after fertilizing. Mower setting are to be at 1 %-2" in height, depending of turf variety. All clippings shall be removed when unsightly and requested by the Project Manager. B. Aerification -All turf areas are to be aerified twice a year. Core size shall be at least 3/4" in diameter and 3" -4" in length and 2" spacing utilizing a 20 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc hydraulic aerifier in areas where needed due to compaction conditions. Cores need not be removed. Flag/mark irrigation system heads, valve boxes, and quick couplers. Contractor is responsible for repairing any damaged caused by aerification equipment. C. Edging -All tuff edging shall be edged at least once per month. Examples of edges: along pathways, walkways, around shrubs, trees, sprinklers heads, valve boxes, mow bands, curbs, benches, light poles, or any other fixed object. Herbicide shall not be used as an edging tool. Care must be taken not to damage trees, shrubs, or any other fixed object with edging equipment. String trimmer damage to trees and roots will not be tolerated. D. Gopher Control -CONTRACTOR shall keep all turf areas free of gophers by using Macabee gopher traps or other approved devices. Holes caused by gophers shall be backfilled with soil approved by the City's representative. E. Grub/Larvae Control -CONTRACTOR shall keep all turf areas free of grubs and larvae. Damage caused by grubs and larvae shall be re­ seeded with an approved turf seed. Grub and larvae species including, but not limited to, Australian Sod Fly, Bermuda grass Mite, Billbugs, Cutworms, Armyworms, Ground Pearls, Lawn moths, Sod webworms, White Grubs. F. Turf shall be fertilized three times annually, using 6 pounds per 1,000 square feet, using aEarthworks slow release 3-4-3 organic fairway granular fertilizer (or approved equal) at a rate of 1.0 pounds of actual nitrogen per 1,000 square feet. G. Safety hazards must be addressed immediately. Fill holes in turf areas immediately, regardless of cause, as they develop with sufficient soil to prevent tripping hazards. H. Re-seed small bare areas, not to exceed 100 sq. feet per area, on a monthly basis using materials and methods approved by the Project Manager. I. Turf Sweeping -CONTRACTOR must sweep turf areas at the request of the Project Manager. Sweeping will be requested to remove excess turf clippings or leaves. Requests will be more frequent during the fall season, after wind related events, and skipped mowing intervals by CONTRACTOR or City Staff. This includes turf areas mowed by City Staff. 2. Procedures for turf renovation of soccer fields 21 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI0135477- Gachina\Contract Document.doc A. Six foot high portable plastic chain link fencing is to be installed to isolate the soccer field renovation area from use or encroachment by the general public. A minimum of four signs must be provided stating that this filed area is under renovation and will be closed until (dat~). Fenced area shall be placed in a manner not to interfere with irrigation system watering the newly renovated area. B. If necessary,.the field will be treated with a post emergent material to eliminate weed infestations and competition with the materials to be planted. C. Turf areas shall be scalped mowed down to approximately 3/4" or less in height. Excess clippings shall be vacuumed or finely swept up and disposed. D. Holes or low spots greater than 1" in depth are to be filled with a minimum of 50 tons of T-mix from T.M.T or approved equal. Sample of soil to be given to City representative for approval prior to use. The goal is to level the field and eliminate low spots and bumpy areas to create a consistent and even playing field. CONTRACTOR must provide a sufficient amount of soil to achieve the desired field grade. E. All turf areas will be double aerated using either a conventional drum aerator or a pull behind mechanical rotating tine aerator. This will be completed by aerating in two perpendicular directions. All sprinklers, quick couplers, or other impediments will be flagged before this procedure is initiated. Core size shall be 3/4" diameter minimum, using a deep hollow tine aerator to a depth of 6". The turf areas shall be dragged afterwards to break up the cores. F. After aerating, fields will be slit seeded in two directions. Seeding rates shall be 20% Bluegrass and 80% Perennial Rye grass, or approved equal. Seed varieties must be industry recognized for quality and approved by the Project Manager. Both seed varieties shall be applied uniformly, either by mixing or separate applications of 250 Ibs per acre in total. If the maximum discharge rate on the slit seeder does not meet the application rates, broadcast seeding will be allowed after the above procedures have been completed at the maximum rate setting. Upon completion of the drill seeding/broadcast seeding procedure, fields shall be dragged in two directions to set the seed in the soil and into the holes. G. Field areas will be fertilized using "starter" type fertilizer (15-15-15) to enhance germination and initial seed vigor. Fertilizer is to be evenly distributed at 10 pounds per 1,000 square feet. 22 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\CI 0 135477- Gachina\Contract Document.doc H. Field areas will be top.,.dressed uniformly with a minimum of 1/4" inch layer of top dressing material, which shall be nitrogenized redwood sawdust. L CONTRACTOR shall be responsible for grow in of the renovated areas. This includes multiple daily irrigation(s) as necessary to provide optimum moisture conditions for turf germination (this includes weekends and holidays). The grow in period shall be not less than 15 days for preliminary germination of the ryegrasses. After this period, soil conditions will be kept at a moisture level sufficient for development and germination of the bluegrass seedlings, which is normally 25-30 days. Mowing may occur as necessary during this period. Loss of turf due to excessive irrigation and related water logging will be the responsibility of the Contractor. An expected germination and establishment rate of 95% of all seedlings is required. J. CONTRACTOR shall provide verification of seed varieties (seed label tags) and quantities (shipping tags) during and after each area of renovation. Contractor shall provide seeder calibration data and topdressing calibration data relative to application uniformity. CONTRACTOR will document all procedures and provide a daily diary of grow-in activities. K. Soccer field renovation shall be completed within 10 working days after the date upon which notice to proceed is issued. IX. GENERAL MAINTENANCE AND CLEANUP A. Leaf drop shall become part of the mulch layer in the tree, shrub or groundcover areas in an attractive manner and away from high traffic areas. Leaf drop shall not be allowed to enter stormdrains. Mulch shall be maintained uner all trees and shrubs and on bare soil with a minimum 3-inch layer of organic material. To the greatest extent practicable, CONTRACTOR shall not procure mulch products that originate from forest products. When possible CONTRACTOR shall give preference to mulch products that are produced on-site, or from regionally generated plant debris including that made at the City of Palo Alto. Clippings trimmings, cuttings generated by the Contractor that cannot be used as mulch shall be promptly removed from the work site at the end of the same day the work is performed. Dumpsters may not be used on the sites unless approved by Project Manager. B. All areas covered by this agreement, including but not limited to: areas around shrubs and trees, non landscaped islands, sidewalks, patios, planter beds, curbs and gutters shall be kept free from weeds, litter, rocks, glass 23 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc and debris and shall contain. Debris includes, but is not limited to: paper litter, household furniture, household appliances, cardboard, cigarette butts, animal feces, biohazards (human feces, hypodermic needles), illegal drug paraphernalia, and vehicle parts. Leaf litter shall be used as mulch according to specifications in IX Section A. C. All cracks in sidewalks, curbs, street gutters and other paved areas shall be kept weeded. D. All sites' paved areas, including play and picnic areas, shall be swept and cleaned of any dirt, debris, weeds, litter or soils. E. Picnic Area: All Tables, benches and barbecue pits shall be kept cleaned three times a week. They shall be washed off weekly between March and November. Picnic area tables and benches shall be scrubbed and washed using. a biodegradable cleanser. F. All sand areas including sand volleyball courts shall be kept raked and cleaned of any debris. Playground and sand volleyball court shall be Rota tilled to relief compaction if needed and filled with sand as needed. G. All parks shall be inspected by contractor for gtass and other safety Hazards by 10:00 a.m. H. All decomposed granite pathways must be raked and not blown where indicated by the Project Manager. During summer months decomposed granite pathways will be watered down prior to using an electric blower to clean the pathway were indicated by the Project Manager. I. Ornamental garbage enclosures and dumpster enclosures shall be washed and cleaned with a biodegradable cleaner once per month. J. Skate bowls, multipurpose bowls and handball courts must be cleaned as needed. Bowls are located at: Mitchell Park, Rinconada Park, Robles Park, Eleanor Park, and Hoover Park. Handball courts at Mitchell Park and a Skate Bowl at Greer Park. x. PLAYGROUND and PLAYGROUND EQUIPMENT MAINTENANCE Playground and playground equipment maintenance needs to be performed on an on daily basis. CONTRACTOR must schedule playground maintenance in a logical time frame where playground use is typically low in the morning hours so the playground can be thoroughly cleaned and inspected with minimal interference to and from park users. A. All playground sites and equipment shall be inspected at the start of each workday. The fall cushioning material (sand, wood fiber) shall be cleaned 24 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI0135477- Gachina\Contract Document.doc and raked level to remove any foreign and hazardous material and neatly groomed daily. B. Any playground equipment showing signs of wear, fatigue, vandalism or otherwise presenting an unsafe condition shall be reported immediately to the Project Manager. C. Special attention shall be made to areas around and immediately adjacent to play equipment. The fall cushioning material in these areas shall be leveled by distributing material from high areas to low areas. D. During the leveling and distribution of fall cushioning material, no concrete footing shall be exposed that could allow children to trip or fall on. E. During regular maintenance, the raking and filling of depressions shall be done in a manner to prevent material compaction. CONTRACTOR is responsible for supplying material to playgrounds so that the uniform depth meets safety guidelines. CONTRACTOR shall provide labor to install all fall cushioning materials. F. The raking and distribution of fall cushioning material around and below the play equipment shall have a cushioning potential and this condition shall extend through the use zone of any part of the play equipment. Use zones vary depending upon equipment type and designed use. CONTRACTOR should consult with the Project Manger' for questions regarding use zones around playground equipment. CONTRACTOR shall use Lapis sand #110 fill sand from TMT Enterprises for playground sand or equal subject to approval by the owners representative. CONTRACTOR will be responsible for providing a sample of the fill sand with appropriate specifications prior to receiving approval from the City's owners representative. Data for approval: U.S. Sieve #4 (4.75 mm) #8 (2.36 mm) #16 (1.18 mm) #30 ( 600 urn) #50 ( 300 urn) #100 ( 150 urn) #200 ( 75 urn) Fineness Modulus = 2.25 Sand Equivalent = 97 +/-3 % Passing 100 99 +/-1 97 +/-3 68 +/-12 10 +/-4 1 +/-1 0.1 +/-0.1 25 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KATHY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc G. All play areas shall be maintained free of litter, cans, pop tops, broken glass and other harmful and unsightly debris. Sweep or blow walks around play areas and return fall cushioning material to play area. H. Sweep or blow all playground equipment surfaces. XI. GARBAGE CANS AND ENCLOSURES All garbage cans must be emptied at the sites listed in this agreement. Garbage cans more than one half full must be emptied. Mechanically or physically compressing garbage is not permitted in lieu of emptying. All garbage cans must be emptied on Mondays and Fridays. All garbage cans must have a liner. CONTRACTOR is responsible for providing garbage can liners. Re-using soiled garbage can liners are not permitted. Garbage can enclosures, a device used to conceal the garbage can, must be washed monthly using a Biodegradable cleaner. XII. HOMELESS PERSON ACTVITY CONTRACTOR shall alert the Project Manager to any signs of any homeless person activity on any sites listed in this agreement. Homeless person refuse will be classified in two ways: (1) Incidental litter/debris, including but not limited to: bottles/cans, clothing, foodstuff, toiletries, paper products. (2) Encampment debris, including but not limited to, large cardboard, plywood, shopping carts, blankets, sleeping bags, coolers, tents, tarps. CONTRACTOR at the request of the Project Manager must remove incidental litter/debris generated by any homeless activity. CONTRACTOR at the request of the Project Manager must remove encampment debris generated by any homeless activity. CONTRACTOR will be issued a free dump pass for disposal of encampment debris at the City of Palo Alto Landfill. XIII. EQUIPMENT CONTRACTOR is to provide an inventory list of the equipment to be used during this project. The inventory list must include: description, model/make, picture, and VIN # (if applicable) of equipment to be used for the maintenance of the landscaped and non-landscaped grounds specified in· this package. CONTRACTOR's equipment inventory must include: 36" -72" and a large riding mower with at least a 15' wing span, turf sweeper, and leaf blowers that satisfy the City of Palo Alto's noise ordinance requirements. CONTRACTOR shall at all times furnish and maintain sufficient equipment as necessary to perform the work of this contract. Such equipment shall be subject to the inspection and approval of the City's Representative. If the contractor is 26 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc unable to consistently provide the necessary equipment to perform the work, it may be considered as grounds of canceling the contract. XIV. SERVICE LEVELS-Service frequencies are listed below unless delineated otherwise in Section A B, C, D, E, G and H. I. DAILY SERVICE-( Monday through Friday) The following sites require daily service. City Facilities City Hall Parks Baylands Athletic Center Bol Park Boulware Park Bowden Park Bowling Green Briones Park Cameron Park Cogswell Park EI Camino Park (Includes area south of park between the park fence line and the Red Cross building) (EI Camino Park will be closed August, 2010 and will be closed until August, 2012). Eleanor Pardee Park Greer Park (Greer Park is closed and will be opened again at the end of October, 2010). Heritage Park Hoover Park Johnson Park Lytton Plaza Mitchell Park Monroe Park Peers Park Ramos Park Rinconada Park Robles Park Scott Park Seale Park Stanford Palo Alto Playing Fields (7 days a week) Terman Park Ventura School grounds Werry Park 27 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLlCIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0135477- Gachina\Contract Document.doc Schools JLS Jordan Median & Roadside Strips University Ave. California Ave. California Ave/Birch Medians University Islands/Underpass II. MONDAY, WEDNESDAY, FRIDAY SERVICE The following sites require service on every Monday, Wednesday, and Friday: Parks EI Palo Alto Park Hale Well Park Mayfield Park (Mayfield Park and Mayfield Library is closed and will open again at the end of November, 2010) Sarah Wallis Park Terman Park Timothy Hopkins Creekside Parks Weisshaar Park City Facilities Lucie Stern Community Center Parking Lots University Ave Business District California Ave Business District Midtown Parking Lots Cowper/Webster Ted Thompson Garage Schools Escondido Walter Hayes Hoover EI Carmelo Briones Addison Duveneck Nixon Palo Verde 28 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICITATlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contracts\CI0135477- Gachina\Contract Document.doc Ohlone Fairmeadow Greendell Barron III. SEMI-WEEKLY SERVICE The following sites require service twice per week. Actual days to be determined by Project Manager. Median & Roadside Strips Alma St. Charleston Rd. Oregon Expressway San Antonio Rd. City Facilities Art Center Children's Theatre Children's Library Downtown Library Main Library Mitchell Community Center (The Mitchell Park Library and Community Center will be closed June 1st, 2010 and will be closed for two years). Mitchell Library (The Mitchell Park Library and Community Center will be closed June 1st, 2010 and will be closed for two years). Junior Museum Roth Building Tower Well Sterling Canal Palo Alto Municipal Golf Course IV. WEEKLY SERVICE The following sites require service once per week. Actual day to be determined by the Project Manager. Median & Roadside Strips California Avenue Business District Tree Wells Downtown Tree Wells Page Mill Islands EI Camino Real Islands Embarcadero Islands/Underpass Forest Lawn Parkway E. & W. Greenwich Cui de Sacs 29 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc Homer Street Underpass City Facilities Arastradero Fire Station Alma Fire Station Animal Shelter Embarcadero Fire Station Flood Basin Hanover Fire Station Mitchell Fire Station Municipal Service Center Utility Sub-Stations & Well-Sites Colorado Substation Water Quality Plant Geng Rd. Substation S.F. Creek Substation V. MONTHLY Median & Roadside Strips Alma St. West N. Calif/Jordan Evergreen Park Closures/Park Blvd. Medians Quarry Islands Miranda Islands 101 Sound walls Bryant/Addison Circle Lytton/Guinda Circle Eleanor Park Area Cui de Sacs Island Drive Melville Island Arastradero Islands City Facilities Bike Paths Bowling Green Spraying (monthly or as needed not to exceed 12 applications per year) Utility Sub-Stations & Well-Sites Adobe Creek Substation and Pump Station Arastradero Rd. Fluoride Station Gas Recovery Station 4 Hale Well Site Hanover Substation 30 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc Hansen Substation Page Mill Substation Matadero Substation Middlefield Substation Alma Electric Substation Maybell Substation Mitchell Substation PG&E Substation Quarry Substation SCAADA Substation Holiday Service Bol Park Boulware Park Briones Park Cameron Park Cogswell Park Eleanor Pardee Park Hoover Park Johnson Park Mitchell Park Monroe Park Peers Park Ramos Park Rinconada Park Robles Park Scott Park Seale Park Ventura School grounds Werry Park Note: The contractor must provide all General Maintenance and Clean-up and Playground and Playground Equipment Maintenance at the above sites on these following holidays and specific holiday weekend days: Memorial Day Weekend (Sunday and Monday) Fourth of July Weekend Labor Day Weekend (Sunday and Monday) The Friday after Thanksgiving VI. SEASONAL AND AS NEEDED BYXBEE PARK (Services to begin July 1, 2011). 31 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc XV. SITE LOCATIONS AND SPECIAL INSTRUCTIONS Site names, locations, address (when applicable) are listed below. Special maintenance instructions are listed, when applicable, for each site and, must be adhered to, in addition to, all other maintenance requirements listed in these specifications. Maps of the various site locations are available on the City's Website (www/cityofpaloalto.org) under Other Resources-Purchasing and Current Solicitations. 32 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\CI 0 135477- Gachina\Contract Document.doc SECTION A MEDIAN AND ROADSIDE STRIPS A. MEDIAN AND ROADSIDE STRIPS Item 1 -Alma St. -Eastside of street from San Antonjo Rd. to E. Meadow Dr. Includes cement medians at the intersection of Meadow Dr. Re-seed wildflower patch on planting strip on the eastside between Green Meadow and Ely. Wildflower seed will be provided by the City. Manual watering, utilizing existing manual irrigation valves, shall be done twice per week March through November. Trim ground cover 2 feet away from fence. Trim ground cover off fence upon resident request. Item lA -Alma 8t. West Item 2 -Charleston Rd. (east and west)- Includes cement/landscaped median at Louis Rd. Sidewalks and planting strips from Carlson Ct. to Alma St. Manual watering, utilizing existing manual irrigation valves, shall be done twice per week March through November. Trim ground cover 2 feet away from fence. Trim ground cover off fences upon resident request. Item 3 -California Avenue --medians and sidewalk planting strips on California Avenue from EI Camino Real to Caltrain Property Contractor is responsible for maintaining the ornamental water fountain at the east end of California Ave. at Park Blvd. The contractor must perform the following routine/regular maintenance: A. Fountain 1. Wash down once per week with water and scrub to remove algae and debris. Use a biodegradable cleaner, as needed, to remove algae and debris. 2. Refill/top-off water level twice a week. 33 Rev. January II, 2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 10 13 5477- Gachina\Contract Document.doc 3. Keep filters clean of debris once a week. One filter is inside fountain. Other is inside pump station; must remove and replace 8 bolts. 4. Keep pump area clean of debris weekly, 5. Empty, clean, and refill fountain every 2 months. Top dish does not have a drain outlet; Contractor must pump out water. B. Bench, Walkway Area 1. Wash down with water weekly. Replant median island at EI Camino Real/California with: 20 flats of 4" Cyclamen and 5 flats of Jumbo Pack annuals in the fall; 15 flats of Jumbo Pack annuals in the spring. Color and variety as requested by the Project Manager. Add annual/periennial plants to hanging flower baskets as needed for color and variety as requested by the Project Manager. Manual water hanging flower baskets as needed. Water deeply and slowly to establish moisture to the root zones. Watering shall be done to avoid excessive run off, erosion, or puddles. Item 3A--California Avenue Business District Tree Wells -Any and all tree wells within the California Avenue business corridor between Cambridge Ave. and Sherman Ave. Item 4 -Birch St. Medians -center medians from California Ave. to Oregon Expressway. Item 5 -Embarcadero Rd. Islands/Underpass -medians/planter strips located on the south side of Embarcadero Rd. at the following intersections: Kingsley Ave., Bryant St., Churchill Ave., Middlefield Rd., Guinda St., Seale Ave., N. California Ave.; north side of Embarcadero Rd. at the following intersections: Emerson St., Kingsley Ave., Melville Ave., Primrose Way., St. Francis Dr.; Underpass east of EI Camino Real: landscaped slopes on the north side from shopping center to High St. and south side from high School to Kingsley Ave. All walkways along the underpass must be cleaned twice a week. Item 6 -Oregon Expressway -Medians and planter strips from West Bayshore Rd. to Alma St. Height and side trimming of shrubs shall be completed twice a year in April and October. Height trimming shall be at current level, about 12 feet. Manual watering shall be done 2 times a week between March and November. Includes sidewalks on south side. 34 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc Includes keeping ivy and shrubs off of fence line on south side. Includes cUl-de-sacs: High St., Emerson St., Ramona St., South Ct., Tasso St. (off Marion Ave.), Warren Way. Item 7 -San Antonio Rd. Medians/lnterchange/Right-of-way -medians just west of highway 101 to Alma St. /Central Expressway interchange at the City of Mountain View City limits. Center median from east of E. Charleston Rd. to Alma St., Median/parking strip on north side from E. Charleston to Mackay Dr.; hedge barrier on south side along San Antonio Rd. near Transport St.; right-of-ways on north side of San Antonio Rd. leading to Highway 101 off/on ramps. Mow all ivy, once a year during winter months, as directed by Project Manager Alma to San Antonio Road keep all cement medians free of weeds. Manual watering of underpass shall be done 2 times a week between March and November. Item 8 -University Ave. -EI Camino Real to Woodland Ave. Medians island from EI Camino Real on-ramp to High St. Tree wells from Alma St. to Webster St. Landscaped corners (28) between Emerson St. and Cowper St. Lytton Plaza at the corner of Lytton Ave. and University Ave. Landscaping on the North side of University Ave. and Woodland Ave. (City of Palo Alto sign) Litter and debris shall be removed daily from all landscaped areas and walkways. University Ave. has 66 tree wells that require a fall and spring color rotation. Plant tree wells with a total of: 25 flats 4" Cyclamen (red and white) and 28 Jumbo Packs of annual color in the fall. Jumbo Pack plant species to be determined by the Project Manager. Plant tree wells with a total of 50 Jumbo Packs of annual color in the spring. Jumbo Pack plant species to be determined by the Project Manager. Replant 1 newspaper stand at Lytton Plaza with 164" annuals twice a year. University Ave. median island at High Street: Replant with 1 0 flats 4" cyclamen (red and white) and 5 flats of Jumbo Pack annuals in fall, and 15 flats Jumbo Pack of annuals in spring. Jumbo Pack plant species to be determined by the Project Manager. University Ave. median island at EI Camino Real: The area behind the Red Cross Building is considered part of the University Underpass and must be thoroughly cleaned. Item 9 -Downtown Tree Wells -Lytton St. to Forest Ave. (north to south boundary) and from Alma St. to Webster St. (east to west boundary) 35 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 1 0 135477- Gachina\Contract Document.doc Remove litter weekly. Remove tree suckers monthly. Item 10 -Page Mill Rd. -Alma St. to Coyote Hill Rd. Includes landscaped medians and slopes between Alma St. and EI Camino Real Includes ivy/vines along guardrails, fence lines, and bridge railings in the proximity of the Alma St. on/off ramps between Sheridan Ave. and Sherman Ave. Keep ivy/vines trimmed away from signage attached to all overpass~s Keep all hardscaped areas along on/off ramps from Page Mill Rd. to Alma St. free of weeds Clean drainage outlets and gutters clear of weeds along the north side of the underpass from the Alma St. ramp to the California Ave. turn off. Includes weed control on all cement traffic light medians at the intersection of Page Mill Rd. and EI Camino Real. Includes cement and landscaped center medians from EI Camino Real to Coyote Hill Rd. Mow weeds on center medians between Foothill Expwy. and Coyote Hill Rd. twice per year as requested by the Project Manager. Mow weeds along fence lines and sidewalk strips from the four corners intersection of the Foothill Exp. /Page Mill Rd. /Junipero Serra Blvd. out to approximately 500', twice per year as requested by the Project Manager. Includes pathway on the west side of Page Mill Rd. from Peter Couts Way to Foothill Expwy. Item 11 -EI Camino Real -Medians and planter strips on EI Camino Real from the intersection of Alma St. to Dinahs Ct. All Manzanita on islands, do not trim tops. Keep growing naturally, only thin to keep behind curb. Includes triangular planter at the intersection of Alma St. Does not include center medians and sidewalk planter strips from Sand Hill Rd. to Quarry Rd. Includes medians and landscaped areas on EI Camino Way Item 12 -Forest Ave. -Center median (turf) between Lincoln Ave. and Boyce Ave. 36 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc Item 13 -N. California Ave. -Landscaped right-of-way on the north side of street between Middlefield Rd. and Louis Rd. Item 14 - Arastradero Rd. -Hubbartt Dr. to east of Deer Creek Rd. Includes sidewalks, fence lines, and sidewalk strips on the west side from Hubbartt Dr. to the Arastradero West driveway Includes cement medians on the east and west side of the intersection at the Foothill Expwy. Includes the cement and landscaped medians west of Foothill Expwy. to Deer Creek Rd. Item 15 -Evergreen Park Closures/Park Blvd.Medians -Landscaped and cement street closures (13 locations) located between Park Blvd. and EI Camino Real at or near the following intersections: W. Meadow, Margarita Ave., Chestnut Ave., Mariposa St., Park Ave., College St., Oxford St., College St., Birch St., Ash St., and Leland St. Item 16 -Quarry Rd. -Median west of Welch Rd. Item 17 -Miranda Avenue -Medians along east road shoulder from Arastradero Rd. to Arroyo Ct. Includes landscaped on southeast corner near backflow Includes bike path (under construction) Includes planter strip on Arroyo Ct. Item 18 -101IWest Bayshore Rd. Soundwalls -North soundwalls from Embarcadero Rd. to City Limits; South soundwalls from Oregon Expwy. to Colorado Ave. Includes area from gutter to soundwall Keep vines trimmed behind curb line Thin vines as needed to prevent top heaviness Item 19 -Bryant/Addison Circle -Landscaped traffic round a bout at the intersection of Addison Ave. and Bryant St. 37 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0135477- Gachina\Contract Document. doc Item 20 -Lytton/Guinda Circle -Landscaped traffic round a bout at the intersection of Lytton Ave. and Fulton St. and the landscaped median at Lytton Ave. and Guinda St. .Item 21 -E. & W.Greenwich St. CuI de Sacs -Landscaped/turfed, medians located on the east and west side of Newell Rd. Item 22 -Eleanor Park Area CuI de Sacs -Landscaped medians (7) in the Eleanor Pardee Park area located on Arcadia Pl., Island Dr., Kent Pl., Tevi~ Pl., Kirby Pl., Somerset Pl., and Regent PI. Item 23 -Melville Island -Landscaped median at Greenwood Ave. Requires weekly manual watering March through November. 38 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc SECTION B PARKING LOTS and PARKING GARAGES B. PARKING LOTS and PARKING GARAGES Item 1 -California Avenue Business District Lots and Garages -- Landscape and hardscape maintenance. This includes litter removal from the entire parking lot, not just islands; and includes blowing the sidewalks. Item 1A -Parking Lot 1 off Cambridge Ave. Item 1 B -Parking Lot 2 off Cambridge Ave. Item 1 C-Parking Lot 3fTed Thompson Garage Cambridge Ave. & Birch St. Train camellias to espalier. Keep shrubs pruned at corners for visibility. Remove dead buds from camellias and pinch back. Fertilize camellias with acidic fertilizer following budding period. Item 1 D -Parking Lot 4 off Cambridge Ave. Item 1 E -Parking Lot 5 (Garage) off Cambridge Ave. at Mimosa Ln. Item 1 F -Parking Lot 6 off Birch St. and Sherman Ave. Item 1 G -Parking Lot 7 off Sherman Ave. at Ash St. Item 1 H -Parking Lot 8 off Sherman Ave. and EI Camino Real Item 11 -Parking Lot 9 off Cambridge Ave. at Birch St. Item 2 -University Avenue Business District Parking Lots and Garages Landscape and hardscape maintenance. This includes litter removal from the entire parking lot, not just islands; and includes blowing the sidewalks. Item 2A -Parking Lot A -400 block of Emerson St. Item 2B -Parking Lot C -400 block of Ramona St. Item 2C -Parking Lot D -Hamilton Ave. at Waverly St. Item 2D -Parking Lot E -Gilman St. at Bryant St. Item 2E -Parking Lot F -Florence St. at Waverly St. Item 2F -Parking Lot G -Gilman St. at Waverly St. Item 2G -Parking Lot H -Cowper St. at Hamilton Ave. Item 2H Parking Lot J-Cowper-Webster Routine Maintenance Report any safety issues or vandalism during your site visit. Report any irrigations problems 39 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc Remove litter and debris from site MondayJWednesday/Friday. Replace plant material as needed-plants to be approved by City. Prune shrubs and perennial's, and vines according to City contract specifications. Weed removal chemical or mechanically in accordance wi"th contract specifications. Item 21 -Parking Lot K -Lytton Ave. at Waverly St. Parking Lot L -Bryant Sf. at Lytton Ave. (See Bid Item 2N) Item 2J -Parking Lot N -500 block of Emerson St. Item 2K -Parking LotO -400 block of High St. Item 2L -Parking Lot P -500 block of High St. Item 2M -Parking Lot R -500 block of High St. at Alma St. Item 2N -Parking Lot S -400 block of Bryant St. (Includes Parking Lots L & S) Item 20 -Parking Lot T -Corner of Lytton Ave. at Kipling St. Item 3 -Midtown Shopping District -Middlefield Rd. between Colorado Ave. and Moreno Ave. Includes parking lot and landscaping only Includes planters on Middlefield Rd. 40 Rev" January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc C. PARKS SECTION C PARKS Item 1 -Bol Park -Laguna Ave. between Matadero Ave. and Barron Ave. South boundary extends to the north side of the Matadero Creek bridge Open space/native plant areas to the west of turf: Ivy must be kept 2 feet from trees. Mow open space/native plant area once a year after wild flowers have bloomed upon request of project manager. Oaks along creek: Do not trim any oak branches except for edging along path as currently done. This park has decomposed/granite pathways that cannot be cleaned w/ a leaf blower Item 2 -Boulware Park ,..-Between Fernando Ave. and Chestnut Ave. Includes pump station on the south west side of park. Keep vines off building and fence lines clear to 3 feet. Basketball court shall be cleaned twice monthly in accordance with posted schedule. Specifications are included in the tennis court/basketball court specifications section. Item 3 -Bowden Park -High St. at N. California Ave. Item 4 -Briones Park -Arastradero Rd. at Clemo Ave. Includes traffic barrier at the north side of Clemo Ave. at Maybell Ave. This park has decomposed granite pathways that cannot be cleaned w/ a leaf blower Includes fence line at west side of park from Arastradero Rd. to Maybell Ave. Mowing to be done on scheduled day, Thursday. Mowing must be done by 10:00 A.M. 41 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CI0 135477- Gachina\Contract Document.doc Basketball courts shall be cleaned twice monthly in accordance with posted schedule. Specifications are included in the tennis court! basketball court specifications section. Item 5 -Cameron Park -Wellesley St. between Stanford Ave. and College Ave. Item 6 -Cogswell Plaza -Lytton Ave. between Ramona St. and Bryant St. Due to homeless people in this area, shrubs must be kept raised. Replant sign areas with 12 flats Jumbo Cell Pack annuals three times a year. Item 7 -EI Palo Alto Park -Palo Alto Ave. at Alma St. Manually water native meadow area 3 times a week between March and November. Reseed and top-dress native meadow twice a year in April and October after thoroughly weeding. The City will provide seed. Item 8 -Eleanor Park -Channing Ave. at Center Dr. Eucalyptus pods and debris must be raked three times a week to remove slipping hazards. Mowing must be done on scheduled day, Monday. Must be done by 10:00 AM. Item 9 -Hale Well Park Area -Palo Alto Ave. at Hale Ave. Turf and landscape on the west side of the Hale Well Site Keep 3-foot clearance area behind creek side fence line Item 10-Heritage Park-Corner of Waverly and Homer. Mowing must be done on scheduled day, Wednesday. Item 11 -Hoover Park -Cowper St. between Colorado Ave. and Loma Verde Ave. Includes storage, bench, bleacher, and warm-up areas around Little League field. Little League drags the infield and mows their infield turf. Clean tennis courts twice per month as directed by the Project ManagerTennis courts and basketball/handball courts shall be cleaned twice monthly in 42 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc accordance with posted schedule. Specifications are included in the tennis court/basketball court specifications section. Includes Dog Run located at the south east side of park. Decomposed granite area must be inspected for holes three times per week and filled as needed. Fill low spots with decomposed granite as needed. Water and compact loose d.g. as needed. Mowing to be done on scheduled day, Thursday by 2:00 P.M. Includes walkway to Middlefield Rd. Item 12 -Johnson Park -Hawthorne Ave. at Waverly St. Does not include Community Garden Sand volleyball court shall be kept raked and clean of debris. Sand volleyball court shall be kept rot tilled to relieve compaction and filled with approved sand as needed and as requested by Project Manager. Item 13 -Lytton Plaza -Corner of Emerson and University Avenue Remove litter and debris, empty garbage cans. Rake decompose granite pathway to eliminate litter, debris and to eliminate low spots and pot holes. (do not use blowers on decomposed granite pathways). Keep fountain filter clean and free of litter and debris. Keep screens around fountain free of any litter and debris. Item 14 -Mayfield Park/College Terrace Library -Wellesley St. between College Ave. and California Ave. (Mayfield Park and Mayfield Library is closed and will open again at the end of November, 2010). Area must be blown before 11 :00 a.m. when library is open. Area also includes plant material on side of road around day care center. Item 15-Monroe Park -Monroe Dr. at Miller Ave. Item 16 -Peer's Park -Park Blvd. between Stanford Ave. and Sequoia Ave Area also includes pump station and driveway at the south east corner of park. Keep ivy off building. Keep fence lines clear to 3 feet. Fence line at the east side of park, along the railroad tracks, must be inspected daily for vandalism. Contractor must enclose holes in fence with yellow caution tape immediately if a hole is found. Contact Project Manager immediately. 43 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\sOLICIT A TlONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\C 1 0 135477- Gachina\Contract Document.doc Clean tennis courts twice per month as directed by the Project Manager Tennis courts and basketball courts shall be cleaned twice monthly in accordance with posted schedule. Specifications are included .n the tennis courts/basketball court section. Mowing must be done on scheduled day, Monday. Must be done by 1:00 P.M. Item 17 -Ramos Park -800 East Meadow Ave. Mowing must be done on scheduled day, Wednesday. Mowing must be done by 3:30. P. M. Item 18 -Robles Park -4116 Park Blvd. This park has decomposed granite pathways that cannot be cleaned w/ a leaf blower Mowing must be done on scheduled day, Thursday. Mowing must be done by 1:00 P.M. Item 19-Sarah Wallis Park -202 Ash St. In fall, de-thatch, aerate, overseed with annual rye, and top dress. Do Not Use any chemicals. This is a pesticide free park. Item 20-Scott Park -Channing Ave. at Scott St. Leaf blowers are permitted only for clean up after turf maintenance or heavy leaf drop. Hand sweep during regular daily cleaning. Item 21 -Seale Park -Maddux Dr. at Stockton Place This park has decomposed granite pathways that cannot be cleaned w/ a leaf blower Mowing must be done on scheduled day, Thursday. Mowing must be done by 1:00 P.M. Item 22-Timothy Hopkins Creekside Parks CowperlWebster parkettes. Palo Ave/Middlefield Landscaping Includes 6 feet behind fence lines-maintain as directed by Project Manager Item 23-Ventura School Grounds -Between Ventura Ct. and 2nd Ave. Includes north parking lot 44 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc Item 24 -Weisshaar Park -2298 Dartmouth St. between College Ave. and California Ave. Clean tennis courts twice per month as directed by the Project Manager Tennis courts and basketball courts shall be cleaned twice monthly in accordance with posted schedule. Specifications are included in the tennis court/basketball court specifications section. Item 25-Werry Park -2100 Dartmouth St. between College Ave. and Stanford Ave. C2. Fields Item 27-Bowling Green-474 Embarcadero road at Cowper Internal Turf Care The contractor shall begin by having a Soil Fertility and Agricultural suitability test, ( A04), by the Soil and Plant Laboratory, in Santa Clara. This test shall be performed annually. Mowat a maximum height of 1/8 inch with a greens mower MWF during the months of March -November. Mowing to be done in diagonal directions Remove clippings. Activate groomer 4x monthly in opposite directions. Thatch the green to % inch every 5 weeks June -October Mow 2x1weekly in December, remove clippings Clean the green of debris 2x weekly annually (Tuesday and Thursday) Manually supplement watering of green edges as needed. Especially east edge beneath Oak trees. (Usually 3x /weekly) Manually edge green twice monthly Rake and clean sand bunkers 2x monthly Clean asphalt and walkway areas around the clubhouse and green 3x1week, MWF Manually aerate dry spots, and edges of the green as needed (edges need to done 3x annually as a minimum).Remove cores Aerate the entire green with 3/8 tines in July and October Apply fungicide to the green annually as needed Control weeds outside of green once monthly. Mulch the length of the west side of the green 6 feet from the edge December February Check the irrigation system for any malfunctions and adjustments weekly. Report immediately the valve number and the irrigation problem. Fertilize with ammonium sulfate once every 5 weeks June -October 45 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHY\Contra cts\CI0135477- Gachina\Contract Document.doc Apply iron sulfate November -February once per month to aid in the control of moss. Report any hazards and secure until they can be repaired. Empty cans, litter removal 2x weekly Mow bluegrass lawn once weekly. Remove ivy from the trees around the green monthly Trim ivy along thee fence line 4x annually Clean needles behind the clubhouse annually -December Green Renovation Each May, aerate the green with 5/8 inch tines. Remove cores, Topdress the green with Kiln dry sand (usually about 8 yards). Drag green to level. Broad cast seed - a hybrid Bermuda seed along edges and other bare areas. Keep moist through the grow in period (approx. 4-5weeks) Fertilize with a fine grain slow release fertilizer May and November. External Landscape/Turf Mow turf once/weekly - 2 hour time window Edge monthly Clean leaves from turf as needed (weekly November -December) Weed walkway landscaping -weekly Trim landscaping 3x annually Clean walkways weekly after mowing Fertilize turf 3x annually Aerate turf 3x annually to a depth of four inches Thatch turf 2x annually, remove thatch Check the irrigation system for any malfunctions and adjustments weekly. Report immediately the valve number and the irrigation problem Litter removal 2xweekly, Empty cans Mowing: All mowing to be done on the green 3x a week Monday/Wednesday and Friday March through November. Once per week December through February. Outside turf on Wednesday. Item 30-Mitchell Park-3800 Middlefield Road Routine Maintenance Report any safety or vandalism issues each day Report any irrigation problems Clean and groom play areas, skate rinks, and sand boxes daily 46 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0135477- Gachina\Contract Document.doc Paddle ball courts and Tennis courts should be cleaned twice monthly in accordance with the posted schedule. Specifications are included in the tennis court /basketball court specifications section. Utilize an electric blower once weekly to clean hardscape and pathway areas. Remove litter/debris from site daily. Clean BBQ areas and grills twice weekly Monday/Friday Edge turf area· monthly Mow turf weekly on Tuesday within a five hour window Remove grass clippings from pathways and clumps of grass from turf after mowing cycles. ~ Leaves should be removed from turf each week prior to mowing as needed (Especially Fall Season) A lawn sweeper is recommended. Prune shrubs zones 3x annually Mow ivy once year during March. Chemical and mechanical control of weeds once monthly Aerate 3 xs annually to a depth of 5 inches Fertilize 3 xs annually Clean hardscape areas after fertilizing Replace landscaping as needed -Plants to be approved by the City. Mulch with clean wood chips (3inch deep) all landscape beds once annually in November. Eradicate evasive pests causing turf or plant damage in a method approved by the City. Level areas in the turf on an as needed basis to prevent tripping hazards and to prevent muddy or areas of standing water. Maintain trees up to 15 feet in height. Includes staking, raising limbs, mulching rings around trees, etc. Dog Run Renovation Annually renovate the decomposed granite area for a minimum amount of time to rototill and level the site. Area should be wet and rolled until packed before opening. Advance notice of closure must be posted a week in advance. Trim shrubs and remove weeds along west fence line 3x annually. Add decomposed granite if needed to level the area. Turf Renovation The turf areas west of the parking lot restroom must be renovated annually beginning in March and opened in May. The area should be fenced and signed with closure dates. Aerate the turf to a depth of five inches after flagging irrigation rotors, valves, etc. Topdress with a minimum of 25 tons of fairway sand, and 25 tons of T Mix. The goal is to level the turf areas and eliminate low spots, holes, and bumpy areas. The field should not have any areas that allow for standing water or depressions greater than % inch. Drill seed field with a sport field blend of 80% rye and 20% bluegrass at a rate of 5 Ibs/1000sq. ft. Broadcast seed over bare soil areas. Mulch with a minimum of 25 yards of 47 Rev. January 11,2010 \\Cc-terralshared\ASD\PURCH\SOLlCIT A TIONS\CURRENT BUYER -CM FO LDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc nitrified sawdust in order to cover seeded area at a depth of % inch. The grass should be dense and support sport activities upon opening. Mowing: All mowing must be completed on the scheduled day. The scheduled day is Wednesday. No later than 3:30 P.M. Item-31-Rinconada Park-777Embarcadero Road Includes two sub-stations on the Hopkins St. side of Park. Includes the Girl Scout Building. Includes pool turf and hardscape area. Maintenance schedule with pool area must be coordinated with the recreation department seasonally around scheduled events. Routine Maintenance Report any safety or vandalism issues each day Report any irrigation problems Clean and groom play areas, skate rinks, and sand boxes daily Tennis courts to be cleaned twice monthly in accordance with the posted Schedule. Specifications are included in the tennis courts/basketball court specifications. Utilize an electric blower once weekly to clean hard cape and pathway areas. Remove litter/debris from site daily. Clean BBQ areas and grills twice weekly Monday/Friday Edge turf area monthly Mow large turf weekly on Tuesday within a five hour window Mow courtyard turf each week by Thursday Remove grass clippings from pathways and clumps of grass from turf after mowing cycles. Leaves should be removed from turf each week prior to mowing as needed (Especially Fall Season) A lawn sweeper is recommended. Prune shrubs zones 3x annually Mow ivy once year during March. Chemical and mechanical control of weeds as needed Aerate 3 xs annually to a depth of 3" to 4" Fertilize 3xs annually, clean hard cape areas after fertilizing Replace landscaping as needed -Plants to be approved by the City. Mulch with clean wood chips (3inch deep) all landscape beds once annually in November. 48 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0135477- Gachina\Contract Document.doc Eradicate evasive pests causing turf or plant damage in a method approved by the City. Level areas in the turf on an as needed basis to prevent tripping hazards and to prevent muddy or areas of standing water. Maintain trees up to 15 feet in height. Includes staking, raising limbs, mulching rings around trees, etc. Turf Renovation The turf areas west of the restroom must be renovated annually in the beginning of March and be opened by May. The area should be fenced and signed indicating closure dates. Aerate the turf to a depth of 3" to 4" after flagging irrigation rotors, valves, etc. Topdress with a minimum of 25 tons of fairway sand, and 25 tons of T Mix. The goal is to level the turf areas and eliminate low spots, holes, and bumpy areas. The field should not have any areas that allow for standing water or depressions greater than % inch. Drill seed field with a sport field blend of 80% rye and 20% bluegrass at a rate of 5 Ibs/1000sq. ft. Broadcast seed over bare soil areas. Mulch with a minimum of 25 yards of nitrified sawdust in order to cover seeded area at a depth of Yt inch. The grass should be dense and support sport activities upon opening. Mowing: All mowing must be done on the scheduled day. The scheduled day is Tuesday. Mowing to be done no later than 3:30 P.M. 49 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc D. CITY FACILITIES SECTION D CITY FACILITIES Item 1 -Alma Fire Station -301 Alma St. Item 2 -Animal Shelter --3281 East 8ayshore Rd. Includes front and rear (employee) parking lots Includes front landscaping Includes patios and hardscaped areas, maintenance routine may require adjusting due to unforeseen circumstances with sheltered animals. No power equipment permitted except mower. Mowing to be done on Tuesdays only. Includes turf area in from of kennels Includes emptying one garbage can. Includes fence lines along exercise area and on the north side of complex Item 3 -Arastradero Fire Station -600 Arastradero Rd. Activate 7 manual valves once a week. In the courtyard, do not prune fruit trees. Clean wash rack weekly. Item 4 -Art Center -1313 Newell Rd. Leaf blower use is restricted in certain areas of property. Do not use leaf blowers at or around open windows. Area cannot be blown after 9:00 am. Contractor mows interior lawns and small lawns on the north side of bldg, Wash ferns and entrance twice a month. Fertilize ferns three times per year with fish emulsion type liquid fertilizer. Remove dead/dying fronds. Manually water area next to main door in sculpture garden and against building twice a week. Neaten flowerbeds weekly. Prune azaleas, hydrangeas, roses and camellias as directed by Project Manager. Mow lawns and prep courtyards for special events as requested. Established trees and shrubs require deep fertilizing twice a year with approved fertilizer. Enclosed patio on west side requires washing monthly. Refill fountain twice per week or as needed. Clean fountain 4 times a year. Manually water container plants. Contractor must be prepared to change schedule around special events planned at the Cultural Center. 50 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc Mowing: Outside lawns mowed on scheduled day, Tuesday. Mowing must be done by 3:30 P.M. Item 5 -Bike Paths -Locations varied (see below) Locations: 1. Wilke Ave. to Monroe Dr. 2. 1048 Loma Verde Ave. 3. Greer Bike Paths 3142 Greer Rd. to Morris Dr. to Stockton PI. 4. 300 Manzanita Ave. 5. 1500 Portola Ave. 6. 200 Sequoia Ave. 7. 443 Ferne Ave. 8. Duncan PI. 9. 1445 Hamilton Ave. 10. 101 Freeway Bridge to East Bayshore Rd. 11. Matadero Bike Path 12. Homer Bike Path , Item 6 -Bowling Green Spraying -474 Embarcadero Rd. Insect and disease control shall be done in accordance with City specifications. The applicator shall be requires to apply material supplied by the City such as Pace, Fore, Dursban, Eagle, Kerb or any other material deemed necessary to eradicate the presence of any pest or disease. All materials shall be applied according to label rates at intervals specified by the Project Manager. Application of materials shall commence before 7:00 am and shall be completed prior to 9:00 am unless the Project Manager specifies a change. Applications must be performed within 48 hours of request. Item 7 -Children's Library -1276 Harriet St. Includes both front and rear landscaping and secret garden This area also includes both driveways, with dumpsters and shrubs. Item 8 -Children's Theatre -1305 Middlefield Rd. Prune Xylosma hedges three times per year, maintain current shape Prune redbud trees once per year as directed by Project Manager Mow turf area once per week. Adjust mower height as directed by Project Manager 51 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PJJRCH\SOLlClT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C I 0 135477- Gachina\Contract Document.doc Prune roses around wishing well on ,a regular basis throughout the growing season and perform winter pruning Manually water container plants as needed Maintenance schedule must be ~djusted to accommodate special events Item 9 -City Hall -250 Hamilton Ave. Aerification, overseed and top-dress turf two times a year in spring and fall. Clean plaza daily before 8:00 am, including stairways and sidewalk around building. Clean slippery areas where moss, mud and other debris make walkways hazardous. Wash plaza once a week between May and November. Empty garbage cans daily. Use of blowers to be restricted in certain areas near the air ventilator intake. Manually water containers and raised planters. Careful watering of camellias is required to prevent leaking to floors below and to prevent standing water. Keep drains cleared during rainy season. Keep park furniture in place. Replant Plaza Hamilton entrance in fall and spring with 6 flats of Jumbo Cell Pack annuals. Water two indoor container plants, main entrance lobby. Item 10 -Downtown Library -270 Forest Ave. Wash entrance and patios twice per month. Clean parking lot and dumpster area tWice per month. Item 11 -Embarcadero Fire Station -799 Embarcadero Rd. This area includes parking lot and extends up to oleander hedge along Rinconada Park. Item 12 -Flood Basin -East Bayshore Rd. between Animal Shelter and EI Well Court. There will be no chemical application of pesticides in the Flood Basin. 52 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\K.A THy\Contra cts\CI 0 135477- Gachina\Contract Document.doc Mow 3 feet on east side of path. Remove dead plants and report any pest problems to project manager. Item 13 -Hanover Fire Station -2675 Hanover St. Item 14 -Junior Museum -1451 Middlefield Rd. Ramp and entrance must be blown and kept free of debris to avoid slip hazard. Includes parking lot. Item 15 -Lucie Stern Community Center -1305 Middlefield Rd. Includes parking lot and landscaped medians Includes all parking lot area landscaping Includes all exterior landscaping Contractor mows small lawns in open courtyard and interior courtyard Includes landscaping around air conditioner building Includes interior courtyard/fire ring at the Boy Scout area Brick pathways must be kept weed-free and free of moss/mold Wash brick pathways and open courtyard once per week when Olive tree sheds fruit. Includes stairway on west side of building Re-plant flagpole annual bed in spring and fall with 14 Jumbo Cell packs annuals. The Project Manager shall determine plant species. Maintenance schedule must be adjusted to accommodate special events Mowing outside lawns must be done on scheduled day, Tuesday. Mowing must be done by 3:30. P.M. Item 16 -Main Library -1213 Newell Rd. Blowers at this site may be restricted and shall be used only before the library is open. 53 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICITA TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI0135477- Gachina\Contract Document.doc Established trees and shrubs require deep fertilizing 2 times a year. Prune hydrangeas and roses in winter. Trim vines away from building and roof. Clean and manually water patios weekly. Walkways must be cleaned three times a week. Rock area around library must be kept clean and free of weeds at all times. Prune crabapple in parking lot strip as needed per Project Manager. Remove debris in parking lot and clean along fire lane. Keep area around parking shed clean on all sides. Mowing must be done on scheduled day, Tuesday. Mowing must be done by 3:30 P.M. Item 17 -Mitchell Community Center -3800 Middlefield Rd. (The Mitchell Park Library and Community Center will be closed June 1st, 2010 and will be closed for two yeats). Includes parking lot and medians Includes all patios Wash patios and walkways twice per month Manual water planters near entrance Item 18 -Mitchell Library -3700 Middlefield Rd. (The Mitchell Park Library and Community Center will be closed June 1st, 2010 and will be closed for two years). Includes parking lot and medians Includes all patios Wash patios and walkways twice per month Includes saucer planters 54 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLlCIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C I 0 135477- Gachina\Contract Document.doc . Item 19-Mitchell Fire Station -3600 Middlefield Rd. Area includes driveway along church: trim back and spray weeds. Mow Ivy once a year. Item 20 -Municipal Service Center -3201 East Bayshore Rd. North boundary extends to bridge north of parking lot Area includes weed and litter control inside facility, picnic area, along all edges, around gas station, parking lots, and fence lines. All exterior fence lines must maintain a minimum 3-foot clearance Oleanders in front of parking lot and suckers on poplar must be trimmed for visibility. The sidewalk strip must be continually free of weeds. The area around the "A" building, including the warehouse exterior storage area must be cleaned and debris blown out away from building for the sweeper to remove. Includes all exterior garbage cans, including aggregate containers. Item 21-Roth Building -Homer St. at Bryant St. Includes manually watering 5 building valves (turf and landscape), and watering camellias in patios/entry with hoses twice a week March through November. Areas protected from rainfall must be watered year round. Item 22-Tower Well Site -Alma St. at Hawthorne Ave. Includes sidewalk strips on Alma St. and on Hawthorne Ave. Trim vines on back of structure as directed by the Project Manager Wash benches and informational signs once per month Item 23-Sterling Canal Service to begin at 8:30 am Keep pathways free of weeds / Keep pathway level and free of potholes. 55 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CIO 135477- Gachina\Contract Document.doc Weed parkway area beginning at the Lorna Verde entrance. The area should include fence to fence boundaries, until the end of the decomposed granite pathways. Remove litter and empty trash receptacles. Prune treed that are less than fifteen feet in height Mow ivy and vines once annually. Prune vegetation 3x annually 56 Rev. January 1 I, 2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc SECTION E UTILITY SUB-STATIONS and WELL SITES E. UTILITY SUB-STATIONS AND WELL SITES All substations need to be cleaned twice a year inside fenced areas with the project manager or inspector present for safety. Fence lines must be kept free of plant material. Includes all landscaping surrounding these sites. Item 1 -Adobe Creek Substation and Pumpstation -1157 East Meadow Ave. Includes electric station on east side of street and the pump station on the west side of street Item 2 -Colorado Substation -1040 Colorado Ave. Area includes booster station across the street on the east side of W. 8ayshore Rd. Mow Turf once per week on scheduled day, Wednesday. Item 3 -Gas Recovery Station 4 -Oak Rd. and Searsville Rd. (Stanford) Item 4 -Hale Well Site -999 Hale Ave. Interior access provided by Project Manager Manual watering should be done weekly between March and November. Maintain a 3-foot clearance along fence lines Item 5 -Hanover Substation -3350 Hanover St. Manual watering should be done weekly between March and November. Item 6 -Hansen Substation -950 Hansen Way. Item 7 -Middlefield Sub Station -1150 Middlefield Rd. Item 8 -Mitchell Substation -3600 block of Middlefield Item 9 -Page Mill Substation -Page Mill Rd. at Old Page Mill Rd. Item 10 -Park Blvd Substation -3291 Park Blvd. Item 11 -PG&E Substation -West Bayshore Rd. south of Colorado Ave. 57 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc It is necessary to control dry annual grasses by flail mowing twice a year during the spring and fall. Item 12 -Quarry Electric Station -281 Quarry Rd. (Stanford) Item 13 -SCAADA Building Grounds -3201 East Bayshore Rd. This area includes parking lot and parking lot landscaping. Vines must be kept trimmed for visibility. Parking lot maintenance must be performed on Fridays or Saturdays when parking lot is less full. Item 14 -Water Quality Control Plant -2501 Embarcadero Rd. Mow all weeds and grass along Embarcadero Road four times a year. The area shall be serviced 15 feet in from the edge of the road, from the Pollution Plant entrance to the Landfill Entrance. Weeds around buildings shall also be eliminated. Pesticide use is restricted in many areas as designated by the Project Manager Mow turf once per week on scheduled day, Wednesday. Item 15-Geng Road Substation -Embarcadero Rd. at Geng Rd. Includes turf strip from Embarcadero Rd. to Baylands parking area Mow turf once per week on scheduled day, Wednesday. Item 16 -Matadero Well-Site -635 Matadero Ave. near Whitsell St. Keep ivy off building and fence lines clearto 3 feet, Item 17 -Alma Electric Substation -Alma St. south of Homer St. Item 18 -Maybell Substation -527 Maybell Ave. Item 19 -Arastradero Rd. Fluoride Station -694 Arastradero Rd. Includes strips across from Cemetery entrance Item 20 -SF Creek and Substation -East Bayshore Road 58 Rev. January 11, 2010 \\Cc-terrl\\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contrl\ cts\C1 0 135477- Gl\chinl\\Contrl\ct Document.doc Contractor is responsible for overall weed control throughout the site. Particular attention paid to keeping weeds removed from all plant basins. Also, monthly control of all weeds on slopes with string trimmer to a height of 2". Contractor will be required to provide manual watering of plant material on a as needed basis on a frequency sufficient to ensure the plantings do not show any sides of drought stress. Immediately remove all Lepidium latifolium (Pepperweed plants by hand especially along the lower banks of the mitigation area). 59 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc SECTION G TENNIS AND BASKETBALL COURT CLEANING G. Tennis and Basketball Court Cleaning Specifications for the services of Tennis and Basketball Court Cleaning of City of Palo Alto. and Palo Alto Unified School District tennis courts. GENERAL PROVISIONS The following provisions, where individually applicable, apply for maintenance standards not limited to Tennis Court cleaning, and any and all other items selected as part of this proposal. Locations Contractor shall clean 22 various courts at City parks, and 31 various courts at school facilities twice a month. The scheduled dates shall be agreed upon a month before the commencement of the contract. The work is to be performed at the locations listed below. The Contractor shall provide all cleaning equipment, materials and. labor necessary' to perform the required service. Contractors are highly encouraged to visit each individual property independently in addition to the mandatory Pre-Bid Site Tour. Scope of Work 1) During the months of March through November (9 months), the courts shall be water broomed to remove all debris. Power washing using a flooding type nozzle must be used in areas with low water pressure. During the months of December through February (3 months), the courts shall be blown to remove all debris. 2) Litter shall be picked up on each court every time a court is cleaned. Litter cannot be blown out of the court and onto adjacent paths and park areas. Litter must be picked up with a 3-foot perimeter of the courts. Litter is to include not only man-made objects, but also debris from plants. 3) Garbage receptacles located within or adjacent to the tennis courts shall be emptied during each cleaning. 4) Litter is to be removed from under the bleachers ea9h time the court is cleaned at Mitchell Park and at Gunn High School. 60 Rev. January 11, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI0135477- Gachina\Contract Document.doc 5) Courts are not to be cleaned when it rains, but as soon after rain as possible. 6) Monthly reports and invoices shall be submitted on the 5th of each month indicating the condition of the tennis nets, windscreens, and court cleanliness. Park Courts Item 1 --Peers Park, 1899 Park Blvd Courts: 2 Trash receptacles: 1 Item 2 --Rinconada Park, 777 Embarcadero Rd. and 1415 Hopkins Courts: 9 Trash receptacles: 5 Item 3 --Weisshaar Park, 2298 Dartmouth Courts: 2 Trash receptacles: 2 Item 4 --Hoover Park, 2855 Cowper Courts: 2 Trash receptacles: 2 Item 5 --Mitchell Park, 600 E. Meadow Courts: 7 tennis courts and 2 Paddle tennis courts Trash receptacles: 3 Item 6 --Terman Park, Arastradero Rd Courts: 2 Trash receptacles: 2 Item 7 -Briones Park, Arastradero Rd. at Clemo Ave. Basketball Courts: 2 Trash receptacles: 2 Item 8 -Boulevard Park, Between Fernando Ave. and Chestnut Ave. Basketball Courts: 2 Trash receptacles: 2 Item 9 -Greer Park, Greer Rd Basketball Courts: 2 Trash receptacles: 2 School Courts 61 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER -CM FOLDERS\KA THy\Contra cts\CI 0 135477- Gachina\Contract Document.doc Item 10 --Palo Alto High School, 50 Embarcadero Courts: 7 Trash receptacles: 2 Item 11 --Gunn High School, 780 Arastradero Courts: 6 Trash receptacles: 2 Bleachers Item 12 --JLS, 480 E. Meadow Courts: 6 Trash receptacles: 1 Item 13 -Jordan Junior High, 750 N. California Courts: 6 Trash receptacles: 1 These courts cannot be washed with water, MUST BE air broomed and swept. Price per year on bid sheet shall be for 12 months of blowing It~m 10 --Terman School, 610 Arastradero Courts: 6 Trash receptacles: 3 Park Courts 1st and 3rd Tuesday of each month-Rinconada, Hopkins, Peers, Weisshaar 1 st and 3rd Wednesday of each month-Mitchell and Hoover. School Courts 2nd and 4th Tuesday of each month -JIS, Jordan, Terman and Terman Basketball 2nd and 4th Wednesday of each month-Palo Alto High School and Gunn High School. 62 Rev. January 11, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\Cl 0 135477- Gachina\Contract Document.doc SECTION H BYXBEE PARK -VEGETATION MANAGEMENT PROJECT (Services to begin July 1, 2011). BYXBEEPARK -VEGETATION MANAGEMENT PROJECT Scope of Work: Vegetation Management in Palo Alto's Byxbee Park. Background: Byxbee park is a 25 acre park built on a closed portion of the Palo Alto Landfill. The park consists of rolling terrain and a number of artistic forms. The Public Arts Commission took a lead role . in the design of the park and the Commission has determined a look for the park. The Open Space and Sciences section has the responsibility for implementing the Commissions' plans and for general upkeep of the park. General Structure: The park has been divided into three areas (Marked A, B & C --see attached map). The contract will be implemented according to the schedule shown below. The City may, at its discretion, decide to eliminate one or more of the following task for any given year. Tasks: (1) Mowing Maintenance: Mowing will occur in late spring to reduce annual weedy bio-mass and provide sunlight to emerging perennial natives. The entire seeded area will be mowed to a height of 4 - 6 inches. The mowing shall be repeated as needed to meet the height specifications. Mowing will be done with a wheeled tractor and flail or rotary mower. (2) Restoration of Renegade Trails or Paths: Formal walking and bicycle trail routes have been constructed at Byxbee Park of six-foot or eight-foot widths. The ground oystershell tread paths are lined with 2"x4"wooden bender boards. On a regular basis the contractor shall remove all vegetation from the tread of the trail between the bender boards and maintain a smooth and unobstructed tread surface. Because cyclists and hikers will from time to time create "renegade" trails or paths, the contractor will be responsible for restoring these areas by chisel and 63 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 10135477- Gachina\Contract Document.doc hillocks rototilling these areas, and then reseeding the area with the seed mix indicated below (see prescribed seed mix below). This work will be performed on an as needed basis. The contractor will submit a proposal for specific restoration projects that will be reviewed and approved by the City's Project Manager. The City will pay CONTRACTOR for each of these projects on a "change order" basis to the approved contract amount. (3) Soil Preparation: After the first 2 - 4 inches of rain in the fall or early winter, chisel and rototill the areas to be seeded to a depth of 6 to 8 inches. The areas to be seeded will be tilled in two directions and then harrowed or ring-rolled to provide an even, smooth, bed. (4) Fertilization of newly seeded areas: A balanced fertilizer (18-18-18) to be applied at 50 pounds per acre, and shall be tilled into the soil to an even depth of 12 inches. Two inches of composed provided by the City's landfill operation shall also be tilled into the soil. (5) Seeding: The following plant species will be used in the seeding of Byxbee Park: California brorne Blue Wild rye Pacific hair grass California Poppy Creeping Rye Bromus carinatus Elymus glaucus Deschampsia holciformus Eschscholzia californica Leymus triticoides 10 pounds/acre 10 pounds/acre 5 pounds/acre 4 pounds/acre grass plugs for the Native wild grasses are to be used to replenish renegade paths. (6) Coyote Brush Removal: Pursuant to State law, Coyote Brush and other non-native, invasive species (whose roots exceed one foot in depth) must be removed on an ongoing basis. Under this contract, this task must be done at least twice a year. (7) Maintenance of Mounds and Other Artistic Features: Within each of the areas specified above, the contractor shall be responsible for the maintenance of the vegetation on the artistic mounds, berms and other artistic features. This will include the removal of existing weeds and other tall vegetation and weed-whipping of the mounds and surrounding areas to keep a neat appearance. 64 Rev. January 11, 2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\Cl 0 135477- Gachina\Contract Document. doc Herbicide Use: While herbicides are not preferred for the control of weeds, herbicides may be used with the express, written permission of the Superintendent of Open Space and Sciences. Herbicides may be used only for specific designated areas and and may only be applied within a designated time frame. Should Contractor wish to use herbicides, they must submit a written request to the City's Superintendent of Open Space and Sciences prior to such usage. Additional Services Required:: 1. Contractor will be responsible for everything from the levee up to the hills. This includes both sides of the drainage ditch and the benches. They will also weed whip around the art structures. 2. Contractor will also clear all of the hillocks free of weeds. 3. Contractor will mow as often as is needed to keep the weeds and grasses at the 406 inch level. 4. Contractor will repair reengage trails by seeding them with native grass seed in the winter. 5. Contractor will phone the CITY (Daren Anderson) prior to coming out to work in the area. Contractor will phone 2 days in advance when they are scheduled to spray herbicides. 6. Contractor will be out to monitor the weed and grass height, and in the event the City feels it is too high, the City, (Daren Anderson) will contact Contractor for service as needed. 65 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc EXHIBITB SCHEDULE OF PERFORMANCE CONTRACTOR shall perform the Services according to the following schedule of Services: SERVICE LEVELS-Service frequencies are listed below unless delineated otherwise in Section A-H. I. DAILY SERVICE-( Monday through Friday) The following sites require daily service. City Facilities City Hall Parks Baylands Athletic Center Bol Park Boulware Park Bowden Park Bowling Green Briones Park Cameron Park Cogswell Park EI Camino Park (Includes area south of park between the park fence line and the Red Cross building) (EI Camino Park will be closed August, 2010 and will be closed until August, 2012). Eleanor Pardee Park Greer Park (Greer Park is closed and will be opened again at the end of October, 2010). Heritage Park Hoover Park Johnson Park Lytton Plaza Mitchell Park Monroe Park Peers Park Ramos Park Rinconada Park Robles Park Scott Park Seale Park Stanford Palo Alto Playing Fields (7 days a week) 66 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\Cl 0135477- Gachina\Contract Document.doc Terman Park Ventura School grounds Werry Park Schools JLS Jordan Median & Roadside Strips University Ave. California Ave. California Ave/Birch Medians University Islands/Underpass V. MONDAY, WEDNESDAY, FRIDAY SERVICE open The following sites require service on every Monday, Wednesday, and Friday: Parks EI Palo Alto Park Hale Well Park Mayfield Park (Mayfield Park and Mayfield Library is closed and will again at the end of November, 2010) Sarah Wallis Park Terman Park Timothy Hopkins Creekside Parks Weisshaar Park City Facilities Lucie Stern Community Center Parking Lots University Ave Business District California Ave Business District Midtown Parking Lots CowperlWebster Ted Thompson Garage Schools Escondido Walter Hayes Hoover EI Carmela 67 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICITATlONS\CURRENTBUYER-CMFOLDERS\KATHY\Contracts\CI0135477- Gachina\Contract Document.doc Briones Addison Duveneck Nixon Palo Verde Ohlone Fairmeadow Greendell Barron VI. SEMI-WEEKLY SERVICE The following sites require service twice per week. Actual days to be determined by Project Manager. Median & Roadside Strips Alma St. Charleston Rd. Oregon Expressway San Antonio Rd. City Facilities Art Center Children's Theatre Children's Library Downtown Library Main Library Mitchell Community Center (The Mitchell Park Library and Community Center will be closed June 1st, 2010 and will be closed for two years). Mitchell Library (The Mitchell Park Library and Community Center will be closed June 1st, 2010 and will be closed for two years). Junior Museum Roth Building Tower Well Sterling Canal Palo Alto Municipal Golf Course VII. WEEKLY SERVICE The following sites require service once per week. Actual day to be . determined by the Project Manager. Median & Roadside Strips California Avenue Business District Tree Wells Downtown Tree Wells 68 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\Cl 0 135477- Gachina\Contract Document.doc Page Mill Islands EI Camino Real Islands Embarcadero Islands/Underpass Forest Lawn Parkway E. & W. Greenwich Cui de Sacs Homer Street Underpass City Facilities Arastradero Fire Station Alma Fire Station Animal Shelter Embarcadero Fire Station Flood Basin Hanover Fire Station Mitchell Fire Station Municipal Service Center Utility Sub-Stations & Well-Sites Colorado Substation Water Quality Plant Geng Rd. Substation S.F. Creek Substation v. MONTHLY Median & Roadside Strips Alma S1. West N. Calif/Jordan Evergreen Park Closures/Park Blvd. Medians Quarry Islands Miranda Islands 101 Sound walls Bryant/Addison Circle Lytton/Guinda Circle Eleanor Park Area Cui de Sacs Island Drive Melville Island Arastradero Islands City Facilities Bike Paths Bowling Green Spraying (monthly or as needed not to exceed 12 applications per year) Utility Sub-Stations & Well-Sites Adobe Creek Substation and Pump Station 69 Rev. January 11,2010 \\Cc-tem\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc Arastradero Rd. Fluoride Station Gas Recovery Station 4 Hale Well Site Hanover Substation Hansen Substation Page Mill Substation Matadero Substation Middlefield Substation Alma Electric Substation Maybell Substation Mitchell Substation PG&E Substation Quarry Substation SCAADA Substation Holiday Service Bol Park Boulware Park Briones Park Cameron Park Cogswell Park Eleanor Pardee Park Hoover Park Johnson Park Mitchell Park Monroe Park Peers Park Ramos Park Rinconada Park Robles Park Scott Park Seale Park Ventura School grounds Werry Park Note: The contractor must provide all General Maintenance and Clean;..up and Playground and Playground Equipment Maintenance at the above sites on these following holidays and specific holiday weekend days: Memorial Day Weekend (Sunday and Monday) Fourth of July Weekend Labor Day Weekend (Sunday and Monday) The Friday after Thanksgiving VI. SEASONAL AND AS NEEDED: BYXBEE PARK 70 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\CI 0 135477- Gachina\Contract Document.doc (Services to begin July 1, 2011). . .EXHIBITC COMPENSATION All Payments are based upon City's acceptance of Contractor's performance of the Services. The maximum amount of compensation to be paid to Contractor, over the three year Term of this Agreement, including both payment for services and reimbursable expenses, shall not exceed One Million Seven Hundred Ninety Two Thousand Nine Hundred Fifty Dollars ($1,792,950.00). Any hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to City. Compensation for the Three Year Term, payable in Monthly allotments, will be paid out per as follows: Year 1 (July 1,2010 through June 30,2011) = $577,796 Year 2 (July 1, 2011 through June 30, 2012) = $596,261 Year 3 (July 1,2012 through June 30, 2013) = $618,893 Total = $1,792,950.00 Specific areas awarded are included in Exhibit C1. The City will compensate Contractor for Services performed pursuant to the terms and conditions of this contract and accepted by the City. 71 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THy\Contra cts\Cl 0 135477- Gachina\Contract Document.doc Project Title: Exhibit Cl Contract Award Landscape Maintenance Services A: Medians and Roadside Strips: Work of installing complete work in accordance with the General Requirements and specifications detailed within this Attachment A, herein: BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual ITEM Site WORDS COST Per COST Per COST Per # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable). Per Year for All Services 1 1.0 Per Year Labor, equipment, material, and $38.31 $38.31 $39.24 for All transportation to provide Services landscape maintenance for Alma Street 1A Per Year Labor, eqUipment, material, and $6.58 $6.58 $6.74 for All transportation to provide Services landscape maintenance for Alma Street West 2 0.2 Per Year Labor, equipment, material, and $2,014 $2,014 $2,063 for All transportation to provide Services landscape maintenance for Charleston Road 3 1.7 Per Year . Labor, equipment, material, and $12,302 $12,302 $12,600 for All transportation to provide Services landscape maintenance for California Avenue 3A Per Year Labor, equipment, material, and $2,138 $2,138 $2,189 for All transportation to provide Services landscape maintenance for California Ave. Business Dist. Tree Wells 4 Per Year Labor, equipment, material, and $4,234 $4,234 $4,337 for All transportation to provide Services landscape maintenance for Birch Street Medians 5 1.5 Per Year Labor, equipment, material, and $6,030 $6,030 $6,175 for All transportation to provide Services landscape maintenance for Embarcadero Rd. Islands/Underpass 6 8.9 Per Year Labor, equipment, material, and $16,417 $16,418 $16,814 for All transportation to provide 72 Rev. January 11, 2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\CI 0 135477-Gachina\Contract Document.doc Total Cost for Services for ALL 3 Years $11,586 $1,990 $6,092 $37,205 " $6,465 $12,806 $18,235 $49,649 BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual ITEM Site WORDS COST Per COST Per COST Per # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable). Per Year for All Services Services landscape maintenance for Oregon Expressway 7 2.7 Per Year Labor, equipment, material, and $11,380 $11,380 $11,655 for All transportation to provide Services landscape maintenance for San Antonio Road 8 3.3 Per Year Labor, equipment, material, and $18,319 $18,321 $18,762 .-forAIl transportation to provide Services landscape maintenance for University Avenue 9 0.2 Per Year Labor, equipment, material, and ,$2,713 $2,714 $2,779 for All transportation to provide Services landscape maintenance for Downtown Tree Wells 10 2.5 Per Year Labor, equipment, material, and $6,222 $6,222 $6,372 for All transportation to provide Services landscape maintenance for Page Mill Rd. 11 1.0 Per Year Labor, equipment, material, and $11,319 $11,320 $11,593 for All transportation to provide Services landscape maintenance for EI Camino Real 12 0.2 Per Year Labor, equipment, material, and $904 $905 $926 forAIl transportation to provide Services landscape maintenance for Forest Avenue 13 0.5 Per Year Labor, equipment, material, and $2,028 $2,028 $2,077 for All transportation to provide Services landscape maintenance for N. California Avenue 14 0.1 Per Year Labor, equipment, material, and $2,686 $2,686 $2,751 for All transportation to provide Services landscape maintenance for Arastradero Rd. 15 0.5 Per Year Labor, equipment, material, and $2,960 $2,960 $3,032 for All transportation to provide Services landscape maintenance for Evergreen Park/Park Blvd. Medians 16 0.5 Per Year Labor, equipment, material, and $1,316 $1,316 $1,347 for All transportation to provide Services landscape maintenance for Quarry Road 17 0.1 Per Year Labor, equipment, material, and $1,699 $1,699 $1,740 for All 73 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\Cl 0 1354 77-Gachina\Contract Document. doc Total Cost for Services for ALL 3 Years , $34,415 $55,402 $8,206 $18,816 $34,232 $2,735 " $6,133 $8,123 $8,952 $3,979 $5,138 BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual ITEM Site WORDS COST Per COST Per COST Per # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable). Per Year for All Services Services transportation to provide landscape maintenance for Miranda Ave. 18 0.6 Per Year Labor, equipment, material, and $3,947 $3,947 $4,042 for All transportation to provide Services landscape maintenance for 101IWest Bayshore Soundwalls 19 0.01 Per Year Labor, equipment, material, and $329 $329 $337 for All transportation to provide Services landscape maintenance for Bryant/Addison Circle 20 0.01 Per Year Labor, equipment, material, and $247 $247 $253 for All transportation to provide Services landscape maintenance for Lytton/Guinda Circle 21 0.02 Per Year Labor, equipment, material, and $603 $603 $618 for All transportation to provide Services landscape maintenance for E. & W. Greenwich St. cui de sacs ( 22 0.1 Per Year Labor, equipment, material, and $2,302 $2,302 $2,358 for All transportation to provide Services landscape maintenance for Eleanor Park Area cui de sacs 23 0.01 Per Year Labor, equipment, material, and $315 $315 $323 for All transportation to provide Services landscape maintenance for Melville Island $116,913 $116,924 $119,742 Total for A. Median and Roadside Strips (Items 1 through 23) B. Parking Lots and Parking Garages: Work of installing complete work in accordance with the General Requirements and specifications detailed within this Attachment A, herein: BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual COST Annual Annual ITEM Site WORDS Per SITE COST Per COST Per # (if (PRICE IS INCLUSIVE OF ALL For Year 1 SITE SITE applicable) APPLICABLE TAXES) For Year 2 For Year 3 Per Year for All Services 1 California Avenue Business District Parking Lots and Garages 74 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI0 135477 -Gachina\Contract Document.doc Total Cost for Services for ALL 3 Years $11,936 $995 $747 $1,824 $6,962 $953 $353,579 Total Cost per site for 3 Years $0 BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual COST Annual Annual ITEM Site WORDS Per SITE COST Per COST Per # (if (PRICE IS INCLUSIVE OF ALL For Year 1 SITE SITE applicable) APPLICABLE TAXES) For Year 2 For Year 3 Per Year for All Services 1A 0.4 Per Year Labor, equipment, material, and $233 $233 $239 for All transportation to provide Service landscape maintenance for California Ave. Business ~ District -Parking Lot 1 18 0.4 Per Year Labor, equipment, material, and $223 $223 $229 for All transportation to provide Services landscape maintenance for California Ave. Business District -Parking Lot 2 Ie 0.4 Per Year Labor, equipment, material, and $981 $981 $1,005 for All transportation to provide Services landscape maintenance for California Ave. Business District -Parking Lot 3 1D 0.4 Per Year Labor, equipment, material, and $578 $578 $592 for All transportation to provide Services landscape maintenance for California Ave. Business District -Parking Lot 4 1E 0.4 Per Year Labor, equipment, material, and $1,216 $1,216 $1,245 for All transportation to provide Services landscape maintenance for California Ave. Business District -Parking Lot 5 1F 0.4 Per Year Labor, eqUipment, material, and $814 $814 $834 for All transportation to provide Services landscape maintenance for California Ave. Business , District -Parking Lot 6 1G 0.4 Per Year Labor, equipment, material, and $904 $905 $926 for All transportation to provide Services landscape maintenance for California Ave. Business District -Parking Lot 7 1H 0.4 Per Year Labor, equipment, material, and $953 $953 $976 for All transportation to provide Services landscape maintenance for California Ave. Business District -Parking Lot 8 11 0.4 Per Year for All Labor, equipment, material, and $863 $863 $884 75 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CIOI35477-Gachina\Contract Document.doc Total Cost per site for 3 Years $705 $675 $2,967 $1}48 $3,677 $2,462 $2,735 $2,882 $2,610 BID Acreage of UNIT DE~CRIPTION, WITH UNIT PRICE IN Annual COST Annual Annual ITEM Site WORDS Per SITE COST Per COST Per # (if (PRICE IS INCLUSIVE OF ALL For Year 1 SITE SITE applicable) APPLICABLE TAXES) For Year 2 For Year 3 Per Year for All Services Services transportation to provide landscape maintenance for California Ave. Business , District -Parking Lot 9 2 University Avenue Business District Parking Lots and Garages 2A 0.04 Per Year Labor, equipment, material, and $633 $633 $648 for All transportation to provide Services landscape maintenance for University Ave. Business District -P.arking Lot A 2B 0.04 Per Year Labor, eqUipment, material, and $538 $538 $551 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot C 2C 0.04 Per Year Labor, equipment, material, and $535 $535 $548 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot D 20 0.04 Per Year Labor, eqUipment, material, and $957 $957 $980 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot E 2E 0.04 Per Year Labor, equipment, material, and $479 $479 $491 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot F 2F 0.04 Per Year Labor, eqUipment, material, and $662 $662 $678 for All transportation to provide Services landscape maintenance for University Ave. Business District ~ Parking Lot G 2G 0.04 Per Year Labor, equipment, material, and $597 $597 $611 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot H 76 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 -Gachina\Contract Document. doc Total Cost per site for 3 Years $0 $1,914 $1,627 $1,618 $2,894 $1,449 $2,002 $1,805 BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual COST Annual Annual ITEM Site WORDS Per SITE COST Per COST Per # (if (PRICE IS INCLUSIVE OF ALL For Year 1 SITE SITE applicable) APPLICABLE TAXES) For Year 2 For Year 3 Per Year for All Services 2H 0.04 Per Year Labor, equipment, material, and $1,162 $1,162 $1,190 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot K 21 ·0.04 Per Year Labor, equipment, material, and $669 $669 $685 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot N 2J 0.04 Per Year Labor, equipment, material, and $1,212 $1,212 $1,241 for All transportation to provide Services landscape maintenance for Parkina Lot J 2K 0.04 Per Year Labor, equipment, material, and $533 $533 .$547 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot P 2L 0.04 Per Year Labor, equipment, material, and $651 $651 $667 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot R 2M 0.04 Per Year Labor, equipment, material, and $1,176 $1,176 $1,204 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot S/L 2N 0.04 Per Year Labor, equipment, material, and $1,176 $1,176 $1,204 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot S 20 0.04 Per Year Labor, equipment, material, and $1,122 $1,122 $1,149 for All transportation to provide Services landscape maintenance for University Ave. Business District -Parking Lot T 3 0.1 Per Year Labor, equipment, material, and $592 $592 $607 for All transportation to provide Services 77 Rev. January 11, 2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477-Gachina\Contract Document.doc Total Cost per site for 3 Years $3,514 $2,023 $3,665 $1,613 $1,969 $3,556 $3,556 $3,393 $1,791 BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual COST Annual Annual ITEM Site WORDS Per SITE COST Per COST Per # (if (PRICE IS INCLUSIVE OF ALL For Year 1 SITE SITE applicable) APPLICABLE TAXES) For Year 2 For Year 3 Per Year for All Services landscape maintenance for Midtown Shopping District Per Year $19,461 $19,464 $19,933 for All Total for B. Parking Services Lots/Garages (Items 1 A-11, 2A-20N AND Item 3) c. Parks: Work of installing complete work in accordance with the General Requirements and specifications detailed within this Attachment A, herein: DO NOT INCLUDE COST FOR TENNIS COURT AND BASKETBALL COURT MAINTENANCE BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE Annual. Annual COST Annual ITEM Site IN WORDS COST Per Per SITE COST Per # (PRICE IS INCLUSIVE OF ALL SITE For Year 2 SITE (if APPLICABLE TAXES) For Year 1 For Year 3 applicable) Per Year for All Services 1 3.0 Per Year for Labor, equipment, material, $14,686 $14,687 $15,041 All Services and transportation to provide landscape maintenance for Bol Park 2 1.5 Per Year for Labor, equipment, material, $14,252 $14,253 $14,597 All Services and transportation to provide landscape maintenance for Boulware Park 3 2.0 Per Year for Labor, equipment, material, $14,677 $14,678 $15,032 All Services and transportation to provide landscape maintenance for Bowden Park 4 3.7 Per Year for Labor, equipment, material, $11,909 $11,910 $12,197 All Services and transportation to provide landscape maintenance for Briones Park 5 1.1 Per Year for Labor, equipment, material, $6,213 $6,214 $6,364 All Services and transportation to provide landscape maintenance for Cameron Park 6 .6 Per Year for Labor, equipment, material, $8,652 $8,652 $8,861 All Services and transportation to provide landscape maintenance for Cogswell Plaza 7 .5 Per Year for Labor, equipment, material, $3,289 $3,289 $3,368 All Services and transportation to provide landscape maintenance for EI 78 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\Cl 0 135477 -Gachina\Contract Document.doc Total Cost per site for 3 Years $58,858 Total Cost per site for 3 Years $44,414 $43,101 $44,387 $36,016 $18,791 .. $26,165 $9,946 BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE Annual Annual COST Annual ITEM Site IN WORDS COST Per Per SITE COST Per # (PRICE IS INCLUSIVE OF ALL SITE For Year 2 SITE (if APPLICABLE TAXES) For Year 1 For Year 3 applicable) Per Year for All Services Palo Alto Park 8 9.6 Per Year for Labor, equipment, material, $11,840 $11,841 $12,126 All Services and transportation to provide landscape maintenance for Eleanor Park 9 0.5 Per Year for Labor, equipment, material, $3,700 $3,700 $3,790 All Services and transportation to provide landscape maintenance for Hale Well Park 10 2.0 Per Year for Labor, equipment, material, $10,031 $10,032 $10,274 All Services and transportation to provide landscape maintenance for Heritage Park 11 4.2 Per Year for Labor, equipment, material, $17,541 $17,542 $17,965 All Services and transportation to provide landscape maintenance for Hoover Park 12 2.5 Per Year for Labor, equipment, material, $9,593 $9,593 $9,825 All Services and transportation to provide landscape maintenance for Johnson Park 13 Per Year for Labor, equipment, material, $7,290 $7,291 $7,467 All Services and transportation to provide landscape maintenance for Lytton Plaza 14 1.7 Per Year for Labor, equipment, material, $3,357 $5,756 $5,895 All Services and transportation to provide landscape maintenance for Library Mayfield Park! College will only Terrace Library (Mayfield be Park and Mayfield opened Library is closed and will for 7 months open again at the end of in Year 1 November, 2010, Quote for 7 months in Year 1). 15 .55 Per Year for Labor, equipment, material, $6,304 $6,304 $6,456 All Services and transportation to provide landscape maintenance for Monroe Park 16 4.7 Per Year for Labor, equipment, material, $7,838 $7,839 $8,028 All Services and transportation to provide 79 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477-Gachina\Contract Document.doc Total Cost per site for 3 Years $35,807 $11,190 $30,337 $53,047 $29,011 $22,048 $15,008 $19,064 $23,705 BID Acreage of UNIT DESCRIPTION, WITH L!NIT PRICE Annual Annual COST Annual ITEM Site IN WORDS COST Per Per SITE COST Per # (PRICE IS INCLUSIVE OF ALL SITE For Year 2 SITE (if APPLICABLE TAXES) For Year 1 For Year 3 applicable) Per Year for All Services landscape maintenance for Peers Park 17 4.4 Per Year for Labor, equipment, material, $7,893 $7,894 $8,084 All Services and transportation to provide landscape maintenance for Ramos Park 18 4.7 Per Year for Labor, equipment, material, $8,250 $8,250 $8,449 All Services and transportation to provide landscape maintenance for Robles Park 19 .3 Per Year for Labor, equipment, material, $7,400 $7,401 $7,579 All Services and transportation to provide landscape maintenance for Sarah Wallis Park 20 .3 Per Year for Labor, equipment, material, $6,304 $6,304 $6,456 All Services and transportation to provide landscape maintenance for Scott Park 21 3.6 Per Year for Labor, equipment, material, $8,661 $8,661 $8,870 All Services and transportation to provide landscape maintenance for Seale Park 22 12.4 Per Year for Labor, equipment, material, $3,289 $3,289 $3,368 All Services and transportation to provide landscape maintenance for T. Hopkins Creekside Parks 23 1.3 Per Year for Labor, equipment, material, $10,223 $10,224 $10,470 Ali Services and transportation to provide landscape maintenance for Ventura School Grounds 24 1.1 Per Year for Labor, equipment, material, $10,963 $10,963 $11,228 All Services and transportation to provide landscape maintenance for Weisshaar Park 25 1.1 Per Year for Labor, equipment, material, $12,333 $12,334 $12,632 All Services and transportation to provide landscape maintenance for Werry Park 80 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 1354 77-Gachina\Contract Document.doc Total Cost per site for 3 Years $29,949 $29,949 $22,380 $19,064 $26,192 $9,946 $30,917 $33,154 .. $37,298 BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE Annual Annual COST Annual ITEM Site IN WORDS COST Per Per SITE COST Per # (PRICE IS INCLUSIVE OF ALL SITE For Year 2 SITE (if APPLICABLE TAXES) For Year 1 For Year 3 applicable) Per Year for All Services 26 Item No. 26 Not to Be Awarded 27 1.9 Per Year for Labor, equipment, material, $21,474 $21,476 $21,994 All Services and transportation to provide landscape maintenance for Bowling Green 28 Item No. 26 Not to Be Awarded 29 Item No. 26 Not to Be Awarded 30 21.4 Per Year for Labor, equipment, material, $39,250 $39,263 $40,209 All Services and transportation to provide landscape maintenance for Mitchell Park 31 19.0 Per Year for Labor, equipment, material, $37,165 $37,168 $38,063 All Services and transportation to provide landscape maintenance for Rinconada Park ) 32 Item No. 26 Not to Be Awarded Total for C. Parks (Items 1 $324,388 $326,811 $334,688 through 32) D. City Facilities: Work of installing complete work in a'ccordance with the Gen.eral Requirements and specifications detailed within this Attachment A, herein: BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual ITEM Site WORDS COST Per COST Per COST Per # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable) Per Year for All Service s 1 0.2 Per Year Labor, equipment, material, and $1,864 $1,864 $1,908 for All transportation to provide Services landscape maintenance for Alma Fire Station 2 0.5 Per Year Labor, equipment, material, and $3,478 $3,478 $3,562 for All transportation to provide Services landscape maintenance for Animal Shelter 3 0.5 Per Year Labor, equipment, material, and $1,831 $1,831 $1,875 81 Rev. January 11,2010 Total Cost per site for 3 Years $64,944 $118,732 $112,396 $985,887 Total Cost per site for 3 Years $5,636 $10,518 $5,537 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 10 135477 -Gachina\Contract Document.doc BID Acreage of UNIT DESCRIPTION, WITH UNIT.PRICE IN Annual Annual Annual Total Cost per ITEM Site WORDS COST Per COST Per COST Per site for 3 Years # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable) Per Year for All Service s for All transportation to provide Services landscape maintenance for Arastradero Fire Station 4 4.4 Per Year Labor, equipment, material, and $9,508 $9,508 $9,738 $28,754 for All transportation to provide Services landscape maintenance for Art Center 5 1.0 Per Year Labor, equipment, material, and $6,696 $6,696 $6,858 $20,250 for All transportation to provide Services landscape maintenance for Bike Paths 6 1.9 Per Year Labor, equipment, material, and $658 $658 $674 $1,990 for All transportation to provide Services landscape maintenance for Bowling Green Spraying 7 1.1 Per Year Labor, equipment, material, and $1,431 $1,431 $1,465 $4,327 for All transportation to provide Services landscape maintenance for Children's Library 8 0.2 Per Year Labor, equipment, material, and $1,431 $1,431 $1,465 $4,327 for All transportation to provide Services landscape maintenance for Children's Theatre 9 2.3 Per Year Labor, equipment, material, and $9,907 $9,907 $10,146 $29,960 , for All transportation to provide Services landscape maintenance for City Hall 10 0.2 Per Year Labor, equipment, material, and $3,086 $3,086 $3,161 $9,333 for All transportation to provide Services landscape maintenance for - Downtown Library 11 0.7 Per Year Labor, equipment, material, and $1,033 $1,033 $1,058 $3,124 for All transportation to provide Services . , landscape maintenance for Embarcadero Fire Station 12 0.8 Per Year Labor, equipment, material, and $274 $274 $281 $829 for All transportation to provide Services landscape maintenance for Flood Basin 13 0.8 Per Year Labor, equipment, material, and $1,425 $1,425 $1,460 $4,310 82 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 -Gachina\Contract Document.doc BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual Total Cost per ITEM Site WORDS COST Per COST Per COST Per site for 3 Years # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable) Per Year for All Service s for All transportation to provide Services landscape maintenance for Hanover Fire Station 14 0.6 Per Year Labor, equipment, material, and $1,080 $1,080 $1,106 $3,266 for All transportation to provide Services landscape maintenance for Junior Museum 15 3.0 Per Year Labor, equipment, material, and $12,246 $12,247 $12,542 $37,035 for All transportation to provide Services landscape maintenance for Lucie Stern Community Center 16 1.9 Per Year Labor, equipment, material, and $7,707 $7,708 $7,893 $23,308 for All transportation to provide Services landscape maintenance for Main Library 17 2.7 Per Year Labor, equipment, material, and $ $ $5,322 $5,322 for All transportation to provide Services landscape maintenance for Park Park Mitchell Community Center Closed Closed (The Mitchell Park Library and Community Center will be closed June 1st, 2010 and will be closed for two years. Quote Cost for Year 3 Only). 18 3.0 Per Year Labor, equipment, material, and $ $ $2,939 $2,939 for All transportation to provide Park Park Services landscape maintenance for Closed Closed Mitchell Library 19 1.3 Per Year Labor, equipment, material, and $1,910 $1,910 $1,957 $5,777 for All transportation to provide Services landscape maintenance for Mitchell Fire Station 20 0.5 Per Year Labor, equipment, material, and $6,671 $6,672 $6,832 $20,175 for All transportation to provide Services landscape maintenance for Municipal Service Center 21 Per Year Labor, equipment, material, and $1,442 $1,442 $1,447 $4,361 for All transportation to provide Services landscape maintenance for Roth Building 22 0.2 Per Year Labor, equipment, material, and $1,274 $1,275 $1,305 $3,853 83 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\Cl 0 135477 -Gachina\Contract Document.doc BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual Total Cost per ITEM Site WORDS COST Per COST Per COST Per site for 3 Years # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable) Per Year for All Service s for All transportation to provide Services landscape maintenance for Tower Well Site 23 .50 Per Year Labor, equipment, material, and $1,971 $1,971 $2,018 $5,960 for All transportation to provide Services landscape maintenance for Sterling Canal $76,421 $76,926 $87,042 $240,889 Total for D. City Facilities (Items 1 -23) E. Utility Substations and Wellsites: Work of installing complete work in accordance with the General Requirements and specifications detailed within this Attachment A, herein: . BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual Total Cost per ITEM Site WORDS COST Per COST Per COST Per site for 3 Years # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable) Per Year for All Services 1 0.4 Per Year Labor, equipment, material, and $767 $767 $786 $19,114 for All transportation to provide Services landscape maintenance for Adobe Creek Substation/Pumpstation 2 2.0 Per Year Labor, equipment, material, and $4,788 $4,788 $4,904 $14,480 for All transportation to provide Services landscape maintenance for Colorado Substation 3 0.3 Per Year Labor, equipment, material, and $576 $576 $589 $1,741 for All transportation to provide Services landscape maintenance for Gas Recovery Station No.4 4 0.5 Per Year Labor, equipment, material, and $767 $767· $786 $2,320 for All transportation to provide Services landscape maintenance for Hale Well Site 5 0.4 Per Year Labor, equipment, material, and for All $493 $493 $505 $1,491 84 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TlONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C I 0 135477-Gachina\Contract Document.doc BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual Total Cost per ITEM Site WORDS COST Per COST Per COST Per site for 3 Years # (PRICE IS INCLUSIVE OF ALL SITE SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 For Year 3 applicable) Per Year for All Services Services transportation to provide landscape maintenance for Hanover Substation 6 0.2 Per Year Labor, equipment, material, and $767 $767 $786 $2.320 for All transportation to provide Services landscape maintenance for Hansen Substation 7 0.2 Per Year Labor, equipment, material, and $850 $850 $870 $2,570 for all transportation to provide Service landscape maintenance for Middlefield Substation 8 0.2 Per Year Labor, equipment, material, and $795 $795 $814 $2.404 for All transportation to provide Services landscape. maintenance for Mitchell Substation 9 0.9 Per Year Labor, equipment, material, and $274 $274 $281 $829 for All transportation to provide Services landscape maintenance for Page Mill Substation 10 0.1 Per Year Labor, equipment, material, and $1,370 $1,370 $1,403 $4,143 for All transportation to provide Services landscape maintenance for Park Blvd. Substation ( 11 0.9 Per Year Labor, equipment, material, and $1,864 $1,864 $1,909 $5,637 for All transportation to provide Services landscape maintenance for PG&E Substation 12 0.7 Per Year Labor, equipment, material, and $439 $439 $449 $1,327 for All transportation to provide Services landscape maintenance for Quarry Electric Station 13 0.1 Per Year Labor, equipment, material, and $877 $877 $898 $2,652 for All transportation to provide Services landscape maintenance for SCAADA Building Grounds 14 2.6 Per Year Labor, equipment, material, and $7,055 $7,055 $7,225 $21,335 for All transportation to provide Services landscape maintenance for Water Quality Control Plant 15 0.3 Per Year Labor, equipment, material, and $1,743 $1,743 $1,785 $5,271 for All transportation to provide Services landscape maintenance for Geng Road Substation 16 0.4 Per Year Labor, equipment, material, and $356 $357 $365 $1,077 for All transportation to provide Services landscape maintenance for 85 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLlCIT A TIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI0135477-Gachina\Contract Document. doc BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual ITEM Site WORDS COST Per COST Per # (PRICE IS INCLUSIVE OF ALL SITE SITE (if APPLICABLE TAXES) For Year 1 ForYear 2 applicable) Per Year for All Services Matadero Well Site 17 0.2 Per Year Labor, equipment, material, and $439 $439 for All transportation to provide Services landscape maintenance for Alma Electric Substation 18 0.3 Per Year Labor, equipment, material, and $356 $356 for All transpor,tation to provide Services landscape maintenance for Maybell Substation 19 Per Year Labor, equipment, material, and $329 $329 for All transportation to provide Services landscape maintenance for Arastradero Road Flouride Station 20 Per Year Labor, equipment, material, and $4,122 $4,122 for All transportation to provide Services landscape maintenance for S.F. Creekside SubStation ( $29,027 $29,028 Total for E. Utility Sites (Items 1 -20) F. Palo Alto Unified School District (PAUSD) School Sites: Not to Be Awarded G. Tennis Court/Basketball Court Maintenance -Work of installing complete work in accordance with the General requirements and specifications detailed within this Attachment A, herein: BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual ITEM Site WORDS COST Per COST Per # (PRICE IS INCLUSIVE OF ALL SITE SITE (if APPLICABLE TAXES) For Year 1 For Year 2 applicable). Per Year for All Services PAUSD COUrts 1 NA Per Year Labor, equipment and $2,250 $2,250 for All transportation to provide Court Services Cleaning Maintenance for Palo Alto High School (7 courts) Annual COST Per SITE For Year 3 $449 $365 $337 $4,222 $29,729 Annual COST Per SITE For Year 3 $2,305 86 Rev. January 11,2010 Total Cost per site for 3 Years $1,327 $1,077 $995 $12,466 $87,786 Total Cost per site for 3 Years . , $6,805 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 1 0 1 35477-Gachina\Contract Document. doc 2 NA Per Year Labor, equipment and $2,086 $2,086 $2,136 for All transportation to provide Court Services Cleaning Maintenance for Gunn High School (7 courts) 3 NA Per Year Labor, equipment and $1,921 $1,921 $1,968 for All transportation to provide Court Services Cleaning Maintenance for JLS (6 courts) 4 NA Per Year Labor, equipment and $3,072 $3,072 $3,147 for All transportation to provide Court Seniices Cleaning Maintenance for Jordan Middle School (6 courts) 5 NA Per Year Labor, equipment and $1,757 $1,757 $1,799 for All transportation to provide Court Services Cleaning Maintenance for Terman School (6 courts) Total for G -Tennis Court $11,086 $11,086 $11,354 Cleaning Maintenance (Items 1 -5) H. Byxbee Park Vegetation Management Project Site: Work of installing complete work in accordance with the General Requirements and specifications detailed within this Attachment A herein" , BID Acreage of UNIT DESCRIPTION, WITH UNIT PRICE IN Annual Annual Annual ITEM Site WORDS (PRICE IS INCLUSIVE OF ALL COST Per COST Per COST Per # (if Per APPLICABLE TAXES) SITE SITE SITE applicable). Year for For Year 1 For Year 2 For Year. 3 All Services 1 Per Labor, equipment, material, and No $16,019 $16,405 25 Year for transportation to provide Services All Services landscape maintenance and Required vegetation management for Year 1 Byxbee Park. Services to begin July 1, 2011. Quote costs for year 2 and Year 3 only. Total for H -Byxbee Park $ 0.0 $16,019 $16,405 Vegetation Management Project (Item 1) 87 Rev. January 11,2010 $6,308 $5,810 $9,291 $5,313 $33,527 Total Cost per site for 3 Years $32,424 $32,424 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THy\Contra cts\C 1 0 135477 -Gachina\Contract Document. doc EXHIBITD INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST'S KEY RATING OF A-:Vn, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW' MINIMUM LIMITS REQUIRED TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES YES YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY $1,000,000 $1,000,000 LIABILITY DAMAGE COMBINED. BODILY INJURY $1,000,000 $1,000,000 -EACH PERSON $1,000,000 $1,000,000 AUTOMOBILE LIABILITY, -EACH OCCURRENCE $1,000,000 $1,000,000 INCLUDING ALL OWNED, HIRED, PROPERTY DAMAGE $1,000,000 $1,000,000 NON-OWNED BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY~ ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONT ACTOR MUST SUBMITCERTIFICA TES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" 88 Rev. January 11,2010 \\Cc-terralshared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\C 1 0 135477-Gachina\Contract Document.doc A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON­ PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 89 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477 -Gachina\Contract Document.doc EXHIBIT E Contractor's Performance Surety Bond WHEREAS, the City Council of the City of Palo Alto, State of California ("City") and , ("Principal") have entered into an agreement dated , and identified as TBD . , which is hereby referred to and made a part here of whereby Principal agrees to install and complete certain designated public improvements; and WHEREAS, Principal is required under the terms of said agreement to furnish a surety bond for the faithful performance of said agreement. NOW, THEREFORE, Principal and _____________________ , as Surety, incorporated under the Laws of the State of , and duly authorized to transact business as an admitted surety, under the Laws of the State of California, are held and firmly bound unto City in the penal sum of __________ _ ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such that if the Principal, Principal's heirs, executors, administrators, successors, or assigns shall promptly and faithfully keep and perform the covenants, conditions, and provisions of the above-mentioned agreement and any alteration thereof, with or without notice to the Surety, and if Principal shall satisfy all claims and demands incurred under such agreement and shall fully protect, indemnify, defend, and hold harmless City, its officers, agents, and employees from all claims, demands, or liabilities which may arise by reason of Principal's failure to do so, and shall reimburse and repay City all outlay and expenses which City may incur in making good any default,. then this obligation shall be null and void; otherwise, it shall remain in full force and effect. As part of the obligations secured hereto, and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees incurred by City in successfully enforcing such obligations, all to be ~ed as costs and included in any judgment rendered. Surety shall be liable for any liquidated damages for which the Principal may be liable under its agreement with the City, and such liquidated damages shall be part of the obligations secured hereto, and in addition to the face amount specified therefore. The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the agreement or to the work to be performed thereunder or the specifications accompanying the same, shall in any way affect its obligations on this bid security, and it does hereby waive notice of any such change, extension oftime, alteration, or addition to the terms of the agreement or to the work or to the specifications. 90 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLlcrr A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\CI 0 135477- Gachina\Contract Document.doc IN WITNESS WHEREOF, this instrument has been duly executed by the Surety above named on ,2010. SURETy, ______________ __ PHONE NUMBER: _____________ _ By: _______________ Its: ____________ _ Contractor: ---------------- CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ______ --J) COUNTY OF ______ -J) On , before me, , a notary public in and for said County, personally appeared _______________ _ ___ , personally known to me (or proved to me on the basis of ~atisfa.ctory 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 hislher/their authorized capacity(ies), and that by hislher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my h~lBd and official seal. Signature _________________ (Seal) 91 Rev. January 11,2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A T10NS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\ClO 135477- Gachina\Contract Document.doc EXHISIT E-! Contractor's Payment (Labor and Materials) SURETY BOND WHEREAS, the City Council of the City of Palo Alto State of California ("City") and , ("Principal"), have entered into an agreement dated , and identified as TBD , which is hereby referred to and made a part here of, whereby Principal agrees to install and complete certain designated public improvements; and WHEREAS, under the terms of said agreement, Principal is required before entering upon the performance of the work to file a good and sufficient payment surety bond with the City of Palo Alto to secure the claims to which reference is made in Title 15 (commencing with Section 3082) of Park 4 of Division 3 of the Civil Code of the State of California. NOW, THEREFORE, Principal and _____________________ , as Surety, incorporated under the laws of the State of , and duly authorized to transact business as an admitted surety, under the Laws of the State of California, are held and firmly bound unto City in the penal sum of ___________ ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns; jointly and severally, firmly by these presents. The condition of this obligation is such that if Principal, Principal's subcontractors, heirs, executors, administrators, successors, or assigns shall fail to pay any of the persons, companies, or corporations, referred to in Section 3181 of the California Civil Code, as amended, with respect to any work of labor performed or materials supplied by any such persons, companies, or corporations, which work, labor, or materials are covered by the above-mentioned agreement and any amendments, changes, change order, additions, alterations, or modifications thereof, or any amounts due under the California Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the ~mployment Development Department from the wages of employees of the contractor and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, as amended, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum herein above specified, and also, in case suit is brought upon this bid security, the Surety will pay a reasonable attorney's fee to be fixed in court. It is hereby expressly stipulated and agreed that this surety bond shall inure to the benefit of any and all persons, companies, and corporations entitled named in Section 3181 of the California Civil Code, as amended, so as to give a right of action to them or their assigns in any suit brought upon this surety bond. 92 Rev. January lJ, 2010 \\Cc-terra\Shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KATHy\Contra cts\Cl 0 135477- Gachina\Contract Document.doc The Surety hereby stipulates and agrees that no amendment, change, order, addition, alteration, or modification to the terms of the agreement of to the work to be performed thereunder or the specifications accompanying the same, shall in any way affect its obligations on this surety bond, and it does hereby waive notice of any such amendment, change, change order, addition, alteration, or modification to the terms of the agreement or to the work performed thereunder or to the specifications accompanying the same. IN WITNESS WHEREOF, this instrument has been duly executed by the Surety above named on ,2010. SURETY, PHONE NUMBER: BY:, ________________ Its: Contractor: CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ______ -J) COUNTY OF ______ -J) On , before me, , a notary public in and for said County, personally appeared ________________ _ ___ , personally known to me (or 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 hislher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature, ___________________ _ (Seal) 93 Rev. January 11,2010 \\Cc-terra\shared\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 0 135477- Gachina\Contract Document.doc CSD Attachment C Analysis of Savings Generated From Contracting out Mitchell and Rinconada Park and Bowling Green FY 2011 FY 2011 Budget Mitchell and I Lawn Bowling I Mitchell and Rinconada Park Green Total Rinconada Park 4.0 FTE Park Maintenance Person 1.0 FTE Park Maintenance Person Contract Services Estimated savings Actual Bid received and to be awarded Additional services added to contract that were not included in budget 1) Tennis Court maintenance ( budget of this was removed in FY 2006 but FC insist that work would still be needed.) 2) Foothills Park Maintenance of invasive plant removal ( Services were provided by the Friends of the Foothill Park. Friends indicated that they will no longer provide this service. 3) Lucie Stern contract Total bids to be awarded Savings Difference between FY 2011 and CSD computations Difference as accounted: 368,612 368,612 92,153 92,153 368,612 I 92,153 I 460,765 127,000 20,000 147,000 241,612 I 72,153 I 313,765 Difference in FTE cost FY 2011= $92,1543 while CSD has $95,747; difference of $3,594(muptiply by 5 FTEs) Difference between the contract amount budgeted and awarded FY 2011 has $147,000 while CSD has $157,305 As accounted 382,988 382,988 77,043 95,747 95,747 22,312 Total 382,988 95,747 478,735 99,355 11,086 34,618 12,246 157,305 321,430 7,665 17,970 (10,305) 7,665 Attachment D III. Summary of Savings if All Work is Awarded to lowest Bidder per Section. SECTION Descripti~n 3 Year Total Name of 3 Year Total wlLowest Percentage of Dollar Current Rate Lowest Bidder Bidder Savings Savings A Medians and $502,836.00 Gachina $353,579 30%; $154,096. Roadside Strips: Landscape B Parking Lots and $65,238.00 Gachina $58,858 21%; $6,380. Parking Garages Landscape C Parks $1,796,316. Gachina $985,887 60%; $810,429 Landscape D City Facilities $746,484 Gachina $240,889 65%; $505,559 Landscape E Utility $107,877 Gachina $87,786 19% $20,096. Substations and Wellsites Landscape G Tennis $106,053 Gachina $33,527 68% $72,526. Court/Basketball Court Landscape Maintenance H Byxbee Park $59,040 Gachina $32,424 18% $26,616 Vegetation Landscape Management Project Site I Cubberley $170,244 Loral $78,000 1% $92,244. Community Center GENERAL Landscape SITE AND ATHLETIC FIELD M Foothills Park $108,000 Loral $103,854 4% $ 4,146 Maintenance of Invasive Plant Landscape Removal Sites TOTAL $3,662,088. ********** $1,974,804. 46% $1,683,284.00