HomeMy WebLinkAbout04-01-2014 C5 Landscape Maintenance Services RFP
FROM: Daryl R. Grigsby, Public Works Director
Prepared By: Barbara Lynch, Deputy Director of Public Works
Todd Beights, Parks Supervisor
SUBJECT: LANDSCAPE MAINTENANCE SERVICES REQUEST FOR PROPOSALS
RECOMMENDATION
1. Approve the Request for Proposals for landscape maintenance services
2. Authorize staff to advertise for proposals
3. Authorize the City Manager to award agreements for services if the total is within the
available budget of $366,300 for landscape services
DISCUSSION
Background
The City has a long-standing policy of contracting with private companies for ongoing landscape
maintenance services. For many years that work focused entirely on landscaped areas such as
medians and roadside vegetation. This contract totaled about $80,000 prior to 2005. The addition
of new parks, medians, and facilities to the City’s inventory has increased the service costs.
Currently, the General Fund budget for this service is approximately $300,000 annually. The
Contract also includes Railroad Right-of-Way clearance as required by the agreement between the
City and Union Pacific Railroad relating to the Railroad Safety Trail, and annual weed abatement.
As part of the Public Works Department Assessment completed in 2011, the consultant
recommended the Department look at managed competition to determine whether it should continue
to outsource park and landscape maintenance or should insource these services. The report notes
the cost per acre for outsourced maintenance is high compared to other cities the consulting team
has worked with, which may reflect the isolated location of the City. The consultant goes on to note
that the cost of staff services appears to be considerably lower than the cost of contract service. The
recently launched Cityworks maintenance management program provides a mechanism for data
collection on the cost of staff support to contract service areas. This will allow a more accurate
assessment of whether or not this is a cost effective approach to maintenance, for future
consideration.
Current Request for Proposals
The current contract for landscape services was awarded in June 2009, and is set to expire on June
30, 2014. The Parks and Landscape Maintenance Program, Parking Services, and Water Resource
Recovery Facility currently contract out for landscape maintenance services for the following areas:
A. Landscaped Areas, Parks, Facilities with turf
B. Landscaped Areas, Parks, Facilities without turf
C. Traffic median islands, frontages and sound walls
Meeting Date
Item Number 4/1/14
C5 - 1
Landscape Maintenance Request for Proposals Page 2
D. Sound walls, circles, islands and frontages
E. Parking lots
F. Railroad Right-of-Way
G. Water Resource Recovery Facility
The contract landscape maintenance locations are grouped into similar areas and Levels of Service
as a guideline to manage the landscape work. Levels of Service groupings are used to afford the
best maintenance service within the budget constraints, with high visibility areas receiving more
attention.
The contractor is responsible for providing all maintenance services, including labor, supplies and
equipment, in accordance with the tasks and service levels detailed in the Request for Proposals
(RFP.) Utility services, such as water, sewer and electricity, are paid directly by the City.
Significant irrigation system repairs and plant material replacement are not included in the contract.
The Request for Proposals Process
The City used a strictly low bid approach in the 1990’s for its service contracts. The City was
unable to obtain acceptable levels of service, and in some cases terminated agreements.
Procurement of service contract work then shifted to using the City’s Request for Proposals process.
The City’s purchasing policy designates maintenance services as a General Purchase and defines the
requirements for purchase based on the estimated dollar value of the services. The Policy requires
issuance of a formal Bid or RFP document approved by the City Council for services with a cost
greater than $100,000. Service contracts do not have an identified Central Purchasing authority
under the Policy, and so each department completes service contracts as needed to facilitate delivery
of services.
The City’s Charter does not address the purchase of maintenance services, focusing instead on
purchases relating to public projects. Landscape maintenance services are not considered a public
project under the Public Contract Code by definition in section 1101 and, more specifically in
section 22002(c)(4). The City’s Municipal Code, sections 3.24.190 and 3.24.210, specif y award to
the lowest responsible bidder, where, in addition to the bid or quotation price, the character,
integrity, reputation, judgment, experience and efficiency of the bidder, and its ability to perform
the services required, within the time specified, are used as criteria for determining the lowest
responsible bid or quotation. The Municipal Code specifies that this evaluation may include an
analysis of previous work performed for the City. The City’s RFP document is a good tool to
obtain, and make decisions regarding these characteristics of the proposing firms, in addition to
evaluating cost proposals. When staff recommends award to other than a low bidder, these
elements of evaluation are discussed and the recommendation justified.
The City has used the RFP process for maintenance services starting with Janitorial Services in
2001. The City is requesting service proposals for this work, including costs, to screen the
applicants for the quality of the services they provide to others through reference checks and
documentation of company history. In the event the lowest responsible proposals are above the
available budget, work and service levels for the various areas will be negotiated to fit budget
constraints. In the last contract, advertised in 2009, the Council awarded contracts to three
contractors, representing six categories. One contractor was awarded two categories and was the
C5 - 2
Landscape Maintenance Request for Proposals Page 3
lowest cost proposal for those, as was another contractor, awarded one category. The remaining
contractor was awarded three categories, and had the lowest cost proposal in one of the three. The
additional cost represented by the award to other than the low bidder was approximately 7% of the
total costs for services. The award recommendation considered the company sizes and experience to
handle the categories awarded. Individual companies had strengths in different work areas, and
were awarded the work accordingly, while still considering cost.
As noted to Council in the Council Agenda Report for the 2009 contract, a key component of the
selection process is the ability to recommend award to more than one contractor. This is important
in the event one contractor is not performing well or experiences a business failure. The volume of
work is significant and cannot be absorbed by existing maintenance staff. With the availability of a
second firm, already under contract, the City will have greater flexibility to respond to unexpected
situations quickly, until a more permanent solution can be put into place.
The RFP calls for the proposing firms to submit qualifications, including general information,
proposed work schedule, references, and insurance information, in addition to a cost proposal. The
review team will look at and rank all the proposals based on experience, expertise, approach to
completing the work, the company’s understanding of the work scope, and the proposed
compensation before finalizing a recommendation for awarding contracts. The RFP allows the City
the flexibility to award one agreement or more, whichever is in the best interest of the City.
Proposers are not required to submit cost proposals for all Categories of the work.
The issuance and processing of the RFP is managed by the Engineering and Maintenance Division
of Public Works. In addition, the Parking Services Division of Public Works and Wastewater
Division of Utilities are active participants in the selection of the contractors and provide oversight
and management of the work.
The contract includes a provision for annual cost increases based on changes in the consumer price
index. The City can terminate the contract at any time or make service level adjustments based on
the City’s satisfaction with the contractor or its fiscal situation.
FISCAL IMPACT
Funding for Landscape Maintenance Services is found in the 2014-15 Parks and Landscape
Maintenance, Parking, and Water Resource Recovery Facility budgets.
Parks &
Landscape
Parking Water Resource
Recovery Facility
Landscape Maintenance - Available Budget $ 297,500 $ 44,800 $ 24,000
Total: $ 366,300
ATTACHMENT
Request for Proposals
t:\council agenda reports\2014\2014-04-01\landscape maintenance contract rfp (grigsby-lynch-beights)\50200-2014ls advertise rpt.docx
C5 - 3
City of San Luis Obispo
919 Palm Street San Luis Obispo CA 93401
Notice Requesting Proposals for
Landscape Maintenance Services
Specification No. 50200-2014LS
The City of San Luis Obispo is requesting sealed proposals for Landscape Maintenance pursuant to Specification
No. 50200-2014LS. All proposals must be received by the Finance Department at 990 Palm Street, San Luis
Obispo, CA 93401 by 3:00 P.M. on April 30, 2014.
Proposals received after said time will not be considered. To guard against premature opening, each proposal
shall be submitted to the Finance Department in a sealed envelope plainly marked with the proposal title,
specification number, Proposer name, and time and date of the proposal opening. Proposals shall be submitted
using the forms provided in the specification package.
Obtaining a Specification Package
Download from the City’s Web site www.slocity.org - Bids & Proposals page
Pick up a copy of the RFP at the above address
Mail a request to the City of San Luis Obispo Public Works Department at the above address
Fax a request to the City of San Luis Obispo at 805-781-7537 – include company name, street address, phone, fax,
email and the name of the contact person.
Requests must include the RFP title and specification number.
A list of companies that have requested a copy of the proposal is maintained on the web page.
Contract Detail Information
Pre-proposal conferences will be held at 25 Prado Road on April 22, 2014 at 10:00 A.M. to answer any questions
that the prospective proposers may have regarding the City's request for proposals. Site locations and proposal
requirements will be reviewed, and staff will be available to answer questions.
Project detail information may be obtained by contacting Brian Bassler at (805) 781-7022.
Attachment 1
C5 - 4
Landscape Contract Maintenance – Specification 50200-2014LS Page 2 of 34
Specification No. 50200-2014LS
TABLE OF CONTENTS
DESCRIPTION OF WORK ................................................................................................................................ 3
GENERAL TERMS AND CONDITIONS ............................................................................................................. 4
PROPOSAL REQUIREMENTS .................................................................................................................. 4
CONTRACT AWARD AND EXECUTION .................................................................................................... 4
PROPOSAL CONTENT AND SELECTION PROCESS ....................................................................................... 6
PROPOSAL CONTENT ............................................................................................................................. 6
PROPOSAL EVALUATION AND PROPOSER SELECTION......................................................................... 6
FORM OF AGREEMENT .................................................................................................................................. 8
SCOPE OF WORK AND SERVICE LEVELS ................................................................................................... 15
DETAILED DESCRIPTION OF WORK ...................................................................................................... 15
SERVICE LEVELS .................................................................................................................................. 18
SITE DETAILS ........................................................................................................................................ 21
PROPOSAL SUBMITTAL FORMS .................................................................................................................. 23
ACKNOWLEDGEMENT ........................................................................................................................... 23
INSURANCE CERTIFICATE .................................................................................................................... 23
REFERENCES ........................................................................................................................................ 24
CONTRACT COST PROPOSAL ..................................................................................................................... 26
UNIT COSTS.................................................................................................................................................. 31
INSURANCE REQUIREMENTS: Operation and Maintenance Services ......................................................... 32
APPENDICES ................................................................................................................................................ 34
Attachment 1
C5 - 5
Landscape Contract Maintenance – Specification 50200-2014LS Page 3 of 34
Section A
DESCRIPTION OF WORK
The Contractor is expected to perform maintenance as outlined in this Request for Proposals and generally
represent the City at designated sites. Irrigation is generally operated by standalone controllers at the site, with
some integrated into the City’s central irrigation control system, and some sites not irrigated.
The Contractor shall maintain specified landscaped areas which are grouped into five categories:
A) Landscape areas, parks, facilities with turf
B) Landscape areas, parks, facilities without turf
C) Traffic median islands, frontages & sound walls
D) Sound walls, circles, islands & frontages
E) Parking lots. A proposal may be made for all or some of the areas
F) Union Pacific Rail Road Right of Way Weed Abatement
W) Water Resource Recovery Facility (WRRF).
Maintenance includes litter control, walkway maintenance, manual irrigation, irrigation system maintenance, pest
control, turf maintenance, groundcover maintenance, shrub and shrub bed maintenance, tree maintenance,
miscellaneous weed control, drinking fountain maintenance, and other related work which are described in the
Agreement Exhibit A, “Scope of Work and Service Levels” of this specification.
The intent of this specification is to procure a high quality of maintenance by skilled professional staff,
while being cognizant of current fiscal constraints. The Contractor shall maintain all specified locations at
specified levels unless directed in writing to do otherwise.
Work is subject to prevailing wage requirements.
Attachment 1
C5 - 6
Landscape Contract Maintenance – Specification 50200-2014LS Page 4 of 34
Section B
GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (Proposer) shall meet all
of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its
proposal submittal, the Proposer acknowledges agreement with and acceptance of all provisions of the RFP
specifications.
2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and
accompanied by any other required submittals or supplemental materials. Proposal documents shall be
enclosed in an envelope that shall be sealed and addressed to the Public Works Department, City of San Luis
Obispo, 919 Palm Street, San Luis Obispo, CA, 93401. In order to guard against premature opening, the
proposal should be clearly labeled with the proposal title, specification number, name of Proposer, and date
and time of proposal opening. No FAX submittals will be accepted.
3. Insurance Certificate. Each proposal must include a certificate of insurance showing:
a. The insurance carrier and its A.M. Best rating.
b. Scope of coverage and limits.
c. Deductibles and self-insured retention.
The purpose of this submittal is to generally assess the adequacy of the Proposer’s insurance coverage during
proposal evaluation; as discussed under paragraph 13 below, endorsements are not required until contract
award. The City’s insurance requirements are detailed in Section F.
4. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form
provided in the RFP package.
5. Proposal Withdrawal and Opening. A Proposer may withdraw its proposal, without prejudice prior to the time
specified for the proposal opening, by submitting a written request to the City Engineer for its withdrawal, in
which event the proposal will be returned to the Proposer unopened. No proposal received after the time
specified or at any place other than that stated in the "Notice Requesting Proposals" will be considered. All
proposals w ill be opened and declared publicly. Pr oposers or their representatives are invited to be present at
the opening of the proposals.
6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file,
or to be interested in more than one proposal, except an alternative proposal when specifically requested;
however, an individual or business entity that has submitted a sub-proposal to a Proposer submitting a
proposal, or who has quoted prices on materials to such Proposer, is not thereby disqualified from submitting a
sub-proposal or from quoting prices to other Proposers submitting proposals.
7. Communications. All timely requests for information submitted in writing will receive a written response from
the City. Telephone communications with City staff are not encouraged, but will be permitted. However, any
such oral communication shall not be binding on the City.
8. Alternative Proposals. When specifically requested, the proposer may submit an alternative proposal (or
proposals) that it believes w ill also meet the City's project objectives but in a different way. In this case, the
proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and
discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative
proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of
alternatives submitted.
CONTRACT AWARD AND EXECUTION
9. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for
examination and comparison. The City also reserves the right to waive non substantial irregularities in any
Attachment 1
C5 - 7
Landscape Contract Maintenance – Specification 50200-2014LS Page 5 of 34
proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to
the extent that proposals are qualified by specific limitations. See the "Special Terms and Conditions" in
Section C of these specifications for proposal evaluation and contract award criteria.
10. Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence
and responsibility, professionally and/or financially, of Proposers. Proposers w ill provide, in a timely manner, all
information that the City deems necessary to make such a decision.
11. Labor Actions. In the event that the successful proposing firm is experiencing a labor action at the time of
contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the
right to declare said proposing firm is no longer the best proposing firm and to accept the next best proposal
from a proposing firm that is not experiencing a labor action, and to declare it to be the best proposing firm.
12. Contract Requirement. The Proposer to whom award is made shall execute a written contract with the City
within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its
proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications.
13. Insurance Requirements. The Proposer shall provide proof of insurance in the form, coverage’s and
amounts specified in Section F of these specifications within 10 (ten) calendar days after notice of contract
award as a precondition to contract execution.
14. Business License & Tax. The Proposer must have a valid City of San Luis Obispo business license and tax
certificate before execution of the contract. Additional information regarding the City's business license and tax
program may be obtained by calling (805) 781-7134.
15. Failure to Accept Contract. The following will occur if the Proposer to whom the award is made fails to enter
into the contract: the award will be annulled; any bid security w ill be forfeited in accordance with the special
terms and conditions if a Proposer's bond or security is required; and an award may be made to the next
highest ranked Proposer with whom a responsible compensation is negotiated, who shall fulfill every stipulation
as if it were the party to whom the first award was made.
Attachment 1
C5 - 8
Landscape Contract Maintenance – Specification 50200-2014LS Page 6 of 34
Section C
PROPOSAL CONTENT AND SELECTION PROCESS
PROPOSAL CONTENT
1. Submittal Forms
a. Acknowledgement
b. Certificate of Insurance
c. References
d. Site cost proposals
2. Qualifications
a. Experience of your firm and staff in performing similar services, including irrigation system operation
b. Statement and explanation of any instances where your firm has been removed from a contract or
disqualified from proposing on a contract
c. Standard hourly billing rates for the Contractor staff
3. Work Program
a. Description of your approach to completing the work
b. Tentative schedule by site and task for completing the work
c. Estimated hours for your staff to complete the required work at each site visit
d. Services anticipated to be provided by the City
e. Any other information that would assist us in making this contract award decision
4. Proposal Length and Copies
a. Proposals should be the minimum length to provide the required information. Charts and other short form
approaches to conveying information are encouraged.
b. 3 copies of the proposal must be submitted.
PROPOSAL EVALUATION AND PROPOSER SELECTION
Proposals will be evaluated by a review committee and contract award process as follows:
5. Written Proposal Review/Finalist Candidate Selection
Proposals will be reviewed by a selection committee and ranked in accordance with the responsiveness,
qualifications and understanding of the Proposer relative to these specification requirements. Where proposals
are rated consistently higher than others, those Proposers may be selected as the top ranked Proposers for
purposes of contract negotiation. Alternatively, a group of finalist candidates (generally the top 5 to 7
proposers) may be selected for follow-up interviews and presentations, or requests for additional clarifying
information, before the final top ranked Proposers are determined.
6. Oral Presentations/Interviews
Finalist candidates may be interviewed by a review committee. The purposes of this interview will be to a)
evaluate communication and interpersonal skills and b) clarify and resolve any questions and issues about the
proposal. Based on results of the interviews, the review committee w ill rank the proposing firms and select the
best proposing firms.
7. Contract Award Recommendation
If the price proposal for the best proposing firms are within the range of acceptable prices, the review
committee will recommend that a contract be awar ded to those firms. If the price proposals are not within the
range of acceptable prices, the review committee will negotiate with the best proposing firms to establish an
Attachment 1
C5 - 9
Landscape Contract Maintenance – Specification 50200-2014LS Page 7 of 34
acceptable price. If negotiations are unsuccessful, the review committee w ill repeat the process with the next
best proposing firm until an acceptable price can be established and the review committee can recommend that
a contract be awarded.
Contract award may be to one or more than one firm, segmented by Level of Service categories, and w ill be
based on a combination of factors that represent the best overall value for completing the workscope as
determined by the City, including: the written proposal criteria described above; results of background and
reference checks; results from the interviews; and proposed compensation.
8. Proposal Review and Award Schedule
The following is an outline of the anticipated schedule for proposal review and contract award:
Issue RFP ....................................................... April 5, 2014
Conduct pre proposal conference ................... April 22, 2014
Receive proposals ......................................... April 30, 2014
Complete proposal evaluation ........................... May 9, 2014
Finalize staff recommendation ........................ May 15, 2014
Award contract............................................... May 30, 2014
Execute contract ........................................... June 18, 2014
Start work ........................................................ July 1, 2014
Attachment 1
C5 - 10
Landscape Contract Maintenance – Specification 50200-2014LS Page 8 of 34
Section D
FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and
between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and
[CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor.
W I T N E S S E T H
WHEREAS, on April 5, 2014, the City requested proposals for Landscape Maintenance Services per
Specification No. 50200-2014LS.
WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said
services.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained, the parties hereto agree as follows:
1. Term. The term of this Agreement shall be from July 1, 2014 to June 30, 2018 or until termination of the
contract in accordance with this agreement.
2. Contract Extension. The term of the contract may be extended by mutual consent for an additional 2 years.
3. Cost Adjustments. During the term of the agreement, beginning July 1, 2015, contract prices shall be
increased by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban
Consumers (CPI-U) from March in the previous year to March in the year of adjustment.
4. Ability to Perform. The Contractor warrants that it possesses all capital and other equipment, labor, materials,
and licenses necessary to carry out and complete the work hereunder in compliance with any and all applicable
federal, state, county, city, and special district laws, ordinances, and regulations.
The Contractor's employees shall be competent and qualified to perform the specified work and shall perform
the specified work in an orderly manner. If the City's representative advises the Contractor that an employee is
incompetent, unqualified, or disorderly, the Contractor shall remove that employee from the specified work for
the duration of the contract. The Contractor shall not bring to the specified work locations any pets, children, or
persons not employed under the contract.
5. Contractor Identification. All staff employed in the work shall wear a shirt or jacket clearly identifying the
Contractor’s company.
6. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without
written authorization by the City.
7. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract,
or its right, title or interest, or its power to execute such a contract to any individual or business entity of any
kind without the previous written consent of the City.
8. Scope of Work and Levels of Service. The Contractor shall furnish services for Landscape Maintenance as
specified in Exhibit A.
The City may periodically request additional unspecified work, such as new or replacement planting at the
assigned locations. For this work, the City shall pay the Contractor an amount equal to the amount provided by
the contractor and attached as Exhibit C, multiplied by the number of units completed or installed, or the
employee hours used multiplied by the accepted labor rate plus the actual cost of materials with a 15% markup
allowed.
Attachment 1
C5 - 11
Landscape Contract Maintenance – Specification 50200-2014LS Page 9 of 34
9. Work Hours. The Contractor shall perform the specified work on weekdays (Monday through Friday) between
the hours of 7:00 a.m. and 5:00 p.m. The Contractor shall not perform any of the specified work outside of
these work hours without the previous written consent from the City’s Contract Manager.
10. Traffic Control. The Contractor shall furnish all traffic control delineation required in order to perform the
specified work. Traffic control delineation shall comply with all local, state, and federal regulations. The
Contractor shall not close street lanes without the City's previous written consent.
11. Encroachment Permits. When specified work must be completed in the medians of state highways, such as
those on Santa Rosa Street, the Contractor shall obtain and pay for any encroachment permits which may be
required from the State of California Department of Transportation.
12. Work Schedule. At the beginning of each month the Contractor shall submit to the City a proposed schedule
showing the sites and tasks to be completed during the upcoming month. Irrigation testing locations and
fertilization must also be noted on the schedule.
When submitting an invoice for work completed during a month, the Contractor shall include with the invoice a
copy of the schedule showing the actual dates when work was completed. Failure to provide an adequate
schedule will result in a forfeiture of 10% of the total monthly payment due.
13. Utilities Costs. The City shall pay the utilities costs for all water and electricity used at the specified work
locations. Contractor shall follow direction of City staff for “rain shut off” of irrigation controllers during periods of
extended rain. Failure to follow direction may result in contractor being liable for cost of water.
14. Materials. The Contractor shall not use any material for the specified work without the City's prior written
approval of that material. If requested, the Contractor shall furnish to the City without charge samples of
materials for examination and testing. Irrigation shall meet current City standards.
The Contractor shall furnish to the City a list of all materials used for the specified work that are regulated by
law as toxic or hazardous. With this list the Contractor shall include a material safety data sheet for each toxic
or hazardous material. The Contractor shall train its employees in the proper handling of any toxic or
hazardous materials.
15. Inspection and Corrections. The Contractor shall furnish the City with every reasonable opportunity for City
to ascertain that the services of the Contractor are being performed in accordance with the requirements and
intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's
inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to
fulfill its contract requirements. The City Contract Manager shall be sole judge of the adequacy of the
Contractor’s maintenance and the appearance of the sites.
During the third week of each month the Contractor and the City's Contract Manager together shall inspect
locations where work was scheduled for completion that month. The City's Contract Manager shall document
any deficiencies in writing. The City's Contract Manager will also periodically inspect work locations without the
Contractor, but will r eport any deficiencies to the Contractor before the end of the third week of the month.
If the Contractor does not correct a documented deficiency by the end of the month, it shall forfeit 50 percent of
the monthly unit price for the location where the deficiency occurred. If the deficiency is not corrected within the
next month, 100 percent of the monthly unit price for the location where the deficiency occurred w ill be forfeited.
The City will deduct such forfeiture from its next payment. If site maintenance has not been completed at all,
100 percent of the monthly unit price w ill be forfeited from the next payment.
16. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding
by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure
to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to
perform said work or cure the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice,
such shall constitute a breach of the contract and the City may terminate the contract immediately by written
notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations,
Attachment 1
C5 - 12
Landscape Contract Maintenance – Specification 50200-2014LS Page 10 of 34
responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety
shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the
termination thereof.
In said event, the Contractor shall be entitled to the reasonable value of its services performed from the
beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any
offset from such payment representing the City's damages from such breach. "Reasonable value" includes
fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by
the Contractor as may be set forth in the Agreement payment schedule; compensation for any other work,
services or goods performed or provided by the Contractor shall be based solely on the City's assessment of
the value of the work-in-progress in completing the overall workscope.
The City reserves the right to delay any such payment until completion or confirmed abandonment of the
project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of
costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in
its proposal.
If, at any time during the term of the contract, the City determines that continued contract maintenance is no
longer in the best interests of the City due to funding shortages or unforeseen circumstances, the City reserves
the right to terminate the contract. Contractor will be paid compensation due and payable to the date of
termination.
17. Reports. At the end of each month, included with the invoice, the Contractor shall provide all irrigation reports,
fertilization and pesticide application information for the prior month. Failure to provide any of these reports w ill
result in forfeiture of 20% of the total monthly payment due. During months when no irrigation, fertilization of
pesticide application occurs, the Contractor shall note that with the invoice submittal.
18. Record Retention and Audit . For the purpose of determining compliance with various laws and regulations
as well as performance of the contract, the Contractor and sub-contractors shall maintain all books, documents,
papers, accounting records and other evidence pertaining to the performance of the contract, including but not
limited to the cost of administering the contract. Materials shall be made available at their respective offices at
all reasonable times during the contract period and for three years from the date of final payment under the
contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records.
Copies shall be furnished if requested.
19. Release of Reports and Information. The Contractor shall not issue any news release or public relations
item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior
review of the contents thereof by the City and receipt of the City’s written permission.
20. Copies of Reports and Information. If the City requests additional copies of reports, drawings,
specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities
as part of the work or services under these specifications, the Contractor shall provide such additional copies
as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the
Contractor's direct expense.
21. Conflict of Interest. The Contractor shall disclose any financial, business, or other relationship with the City
that may have an impact upon the outcome of this contract, or any ensuing City construction project. The
Contractor shall also list current clients who may have a financial interest in the outcome of this contract, or any
ensuing City construction project which will follow.
The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or
otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The
Contractor further covenants that, in the performance of this work, no sub-Contractor or person having such an
interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in
performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the
performance of the work hereunder, the Contractor shall at all times be deemed an independent Contractor and
not an agent or employee of the City.
Attachment 1
C5 - 13
Landscape Contract Maintenance – Specification 50200-2014LS Page 11 of 34
22. Rebates, Kickbacks or Other Unlawful Consideration. The Contractor warrants that this contract was not
obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any
City employee. For breach or violation of the warranty, the City shall have the right in its discretion; to
terminate the contract without liability; to pay only for the value of the work actually performed; to deduct from
the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration.
23. Covenant Against Contingent Fees. The Contractor warrants by execution of this contract that no person or
selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or
understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or
bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing
business. For breach or violation of this warranty, the City has the right to annul this contract without liability;
pay only for the value of the work actually performed, or in its discretion, to deduct from the contract price or
consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent
fee.
24. Compliance with Laws and Wage Rates. The Contractor shall keep itself fully informed of and shall observe
and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,
regulations and adopted codes during its performance of the work.
Prevailing wage is required, at a minimum, for work under this contract. The Contractor and any subcontractor
must forfeit to the City not more than $200 per day or part of a day for each worker paid less than the prevailing
wage rate and pay the worker the difference between the prevailing wage rate and the rate paid (Labor Code §
1775). The Labor Commissioner determines the amount of this penalty and bases the amount on:
1. Whether the failure to pay the correct prevailing wage rate was a good-faith mistake that the Contractor or
subcontractor promptly and voluntarily corrected upon notice
2. The prior record of the Contractor or subcontractor in meeting its prevailing wage obligations
3. The Contractor or subcontractor's willful failure to pay the correct rate of prevailing w ages
The Contractor shall submit certified payroll as part of the monthly invoice submittal. Weekly payrolls must
include each employee’s:
1. Full name
2. Address
4. Work classification
5. Straight time and overtime hours worked each day and week
6. Actual wages paid for each day
7. Fringe benefits or submit a statement of fringe benefits, clearly defining which benefits are paid directly to
the employee as part of the hourly rate, and which benefits are paid into an approved program. Fringe benefit
statements must be signed by the employer or the employer’s agent certifying the fringe benefit statement is
correct and the employer has been authorized to make any payments on behalf of the employee to approved
programs.
25. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is
required to pay.
26. Permits, Licenses, and Insurance. The Contractor shall procure and maintain current, all permits, licenses,
and specified insurance, and pay all charges and fees, and file all notices as they pertain to the completion of
the Contractor’s work. The contractor shall have and maintain the following valid State of California Licenses,
C-27 Contractors License, Qualified Pesticide Applicators License, and Agricultural Pest Control Business
License. The Contractor shall comply with the current State Department of Pesticide Regulations and County of
San Luis Obispo Agriculture Commissioner regulations.
NOTE: For CAT (F) only Contractor will need to be eRailsafe certified by the Union Pacific Rail Road Contact
Bill Chandler of UPRR Safety Department – Police Background Investigation Phone # (435-563-8253) or email
mfarley@up.com MaryBeth Farley Operations Manager Support UPRR for forms and procedure.
27. Indemnification for Professional Liability. To the fullest extent permitted by law, the Contractor shall
indemnify, protect, defend and hold harmless the City and any and all of its officials, employees and
agents (“Indemnified Parties”) from and against any and all losses, liabilities, damages, costs and
Attachment 1
C5 - 14
Landscape Contract Maintenance – Specification 50200-2014LS Page 12 of 34
expenses, including attorney’s fees and cost which arise out of, pertain to, or relate to the negligence,
recklessness, or willful misconduct of the Consultant.
28. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established
by OSHA; the California Division of Industrial Safety; and Union Pacific Rail Road as well as the UPRR Fire
Prevent Plan.
29. Public and Employee Safety. Whenever the Contractor's operations create a condition hazardous to the
public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such
fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures
as are necessary to prevent accidents or damage or injury to the public and employees.
30. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the
City, to protect City property from injury or damage. If City property is injured or damaged resulting from the
Contractor's operations, it shall be replaced or restored at the Contractor's expense. The facilities shall be
replaced or restored to a condition as good as when the Contractor began work.
31. Water Conservation.
Contractors shall turn off all irrigation systems during periods of rainfall and/or times when suspension of
irrigation is desirable to conserve water while remaining within the guidelines of good, and acceptable
horticultural maintenance practices. Contractors shall comply with all City of San Luis Obispo Ordinances and
Resolutions which relate to water conservation.
32. Recycled/Reclaimed Water. Water supplied by the City for irrigation may be Recycled/Reclaimed Water,
indicated by purple color-coded sprinklers, valves, valve boxes, tags and signs. Contractor understands that
Recycled/reclaimed Water is not intended for human contact or consumption. Contractor accepts full
responsibility for educating and monitoring its employees regarding safety issues related to the presence and
use of Recycled/Reclaimed Water.
33. Security of Work Locations. For work locations secured by locks, the City shall provide the Contractor with
the required keys. The Contractor shall properly secure these locations when specified work is completed and
shall replace or repair City property lost or damaged when locks are not properly set.
34. Immigration Act of 1986. The Contractor warrants on behalf of itself and all sub-Contractors engaged for the
performance of this work that only persons authorized to work in the United States pursuant to the Immigration
Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work
hereunder.
35. Contractor Non-Discrimination. In the award of subcontracts or in performance of this work, the Contractor
agrees that it will not engage in, nor permit such sub-Contractors as it may employ, to engage in discrimination
in employment of persons on any basis prohibited by State or Federal law.
36. Accuracy of Specifications. The specifications for this contract are believed by the City to be accurate and
to contain no affirmative misrepresentation or any concealment of fact. In preparing its proposal, the Contractor
and all sub-Contractors named in its proposal shall bear sole responsibility for proposal preparation errors
resulting from any misstatements or omissions in the specifications that could easily have been ascertained by
examining the sites. Although the effect of ambiguities or defects in the specifications will be as determined by
law, any patent ambiguity or defect shall give rise to a duty of Contractor to inquire prior to proposal submittal.
Failure to so inquire shall cause any such ambiguity or defect to be construed against the Contractor. An
ambiguity or defect shall be considered patent if it is of such a nature that the Contractor, assuming reasonable
skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect.
Furthermore, failure of the Contractor to notify City in writing of specification defects or ambiguities prior to
proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the
proposal.
To the extent that these specifications constitute performance specifications, the City shall not be liable for
costs incurred by the successful Contractor to achieve the project’s objective or standard beyond the amounts
provided therefore in the proposal.
Attachment 1
C5 - 15
Landscape Contract Maintenance – Specification 50200-2014LS Page 13 of 34
In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity
or defect in the specifications, or any other matter whatsoever, Contractor shall immediately notify the City in
writing, and the Contractor shall continue to perform, irrespective of whether or not the ambiguity or defect is
major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional
compensation has been granted by City. Failure to provide the hereinbefore described written notice within one
(1) working day of Contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver
of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the
dispute.
37. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this proposal from
other Contractors during the contract term.
38. Contractor Invoices. The Contractor shall deliver a monthly invoice to the City, itemized by project work
phase or, in the case of on-call contracts, by project title. Invoice must include a breakdown of hours billed and
miscellaneous charges and any sub-Contractor invoices, similarly broken down, as supporting detail.
39. Payment. For providing services as specified in this Agreement, City will pay and Contractor shall receive
therefore compensation for individual site work in accordance with the prices included in Exhibit B.
40. Contractor Invoices. The Contractor shall deliver a monthly invoice to the City with the name of the contract,
the contract specification number. The invoice shall be itemized by site / location and accompanied by required
reporting documents.
41. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice, monthly
reporting and acceptance by the City of the materials, supplies, equipment or services provided by the
Contractor (Net 30).
42. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this
contract that is not disposed of by agreement shall be decided by a committee consisting of the City Contract
Manager and the City Director of Public Works, who may consider written or verbal information submitted by
the Contractor. Not later than thirty days after receipt of a written decision on any dispute by the City’s Contract
Manager, the Contractor may request review by the City Council of unresolved claims or disputes, other than
audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code.
Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by
agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not later than 30 days after issuance of the
final audit report, the Contractor may request a review by the City’s Chief Fiscal Officer of unresolved audit
issues. The request for review must be submitted in writing.
Neither the pendency of a dispute, nor its consideration by the City will excuse the Contractor from full and
timely performance in accordance with the terms of this contract.
43. Agreement Parties.
City: Todd Beig hts
City of San Luis Obispo
25 Prado Road
San Luis Obispo, CA 93401
Contractor: X
All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or
certified mail addressed as shown above.
44. Incorporation by Reference. City Request for Proposal Specification No. 50200-2014LS and Contractor's
proposal dated April 30,2014, are hereby incorporated in and made a part of this Agreement.
45. Amendments. Any amendment, modification or variation from the terms of this Agreement shall be in writing
and shall be effective only upon approval by the City Engineer. If, at any time during the project, the Contractor
is directed to do work by persons other than the City Contract Manager and the Contractor believes that the
work is outside of the scope of the original contract, the Contractor shall inform the Contract Manager
Attachment 1
C5 - 16
Landscape Contract Maintenance – Specification 50200-2014LS Page 14 of 34
immediately. If the Contract Manager and Contractor both agree that the work is outside of the workscope and
is necessary to the successful completion of the work, then a fee will be established for such work based on
Contractor's hourly billing rates or a lump sum price agreed upon between the City and the Contractor. Any
extra work performed by Contractor without prior written approval from the City Contract Manager shall be at
Contractor's own expense.
46. Complete Agreement. This written agreement, including all writings specifically incorporated herein by
reference, shall constitute the complete agreement between the parties hereto. No oral agreement,
understanding or representation not reduced to writing and specifically incorporated herein shall be of any force
or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties
hereto. For and in consideration of the payments and agreements hereinbefore mentioned to be made and
performed by City, Contractor agrees with City to do everything required by this Agreement, the said
specification and incorporated documents.
Authority to Execute Agreement. Both City and Contractor do covenant that each individual executing this
agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such
party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first
above written.
CITY OF SAN LUIS OBISPO: CONTRACTOR:
Katie Lichtig, Cit y Manager By:
APPROVED AS TO FORM:
J. Christine Dietrick, City Attorney
Attachment 1
C5 - 17
Landscape Contract Maintenance – Specification 50200-2014LS Page 15 of 34
Exhibit A to Agreement
SCOPE OF WORK AND SERVICE LEVELS
DETAILED DESCRIPTION OF WORK
1. Litter Control.
Ground Litter. The Contractor shall pick up litter as encountered during scheduled visits to the locations listed in
Contract Proposal, taking particular care to remove fecal matter from turf areas and from areas that are highly
traveled and highly visible, including parking lots.
Posted Material. The Contractor shall remove all posters, flyers, signs, and advertisements including staples,
tacks, nails, and tape that are attached to trees, poles, and any other structures.
Disposal of Gathered Litter and Material. Disposal of collected litter shall be at the Contractor's expense and not
deposited in site garbage cans and dumpsters. The City shall remove trash from site garbage cans unless
otherwise specified.
2. Walkway Maintenance.
Litter Control. The Contractor shall remove all trash, weeds, and foreign objects from walkway surfaces as
established for each Service Level. The Contractor shall then remove all trash, weeds and foreign objects from the
site.
Blow Pack Use. In the downtown area, blow packs may be used between 7:00 AM and 10:00 AM. In residential
areas blow packs may be used between 8:00 AM and 5:00 PM. All litter swept with a blow pack shall be picked up
and removed from the site. Because of inherent noise and dust problems, the Contractor shall display courtesy
and consideration towards citizens and businesses whenever a blow pack is used and shut down or direct blowing
away from pedestrians.
Washing. Washing walkways shall not be permitted unless specifically authorized by the City's Contract Manager
and undertaken with proper controls to prevent pollution of stormwater.
Pruning. In addition to the specified scheduled pruning, the Contractor shall prune trees, shrubs and groundcovers
whenever necessary to keep walkways clear and to maintain pedestrian safety.
Equipment Pads. Equipment pads shall receive the same maintenance as walkways.
3. Irrigation.
Manual Irrigation. The Contractor shall manually irrigate vegetation as required to maintain proper plant growth.
This manual irrigation shall include watering with hoses, hose bibs, quick couplers, nozzles, and sprinklers
furnished by the Contractor. Manual irrigation may be required in addition to, in conjunction with, or in the absence
of automatic irrigation. The Contractor shall irrigate at times of the day that shall ensure maximum plant health and
minimum inconvenience for people using the area. The Contractor shall avoid water runoff onto roadways,
walkways and other hard surfaces. Recycled water shall be prevented from landing on picnic tables and drinking
fountains.
Schedules. On January 1, April 1, July 1, and October 1 of each year, the Contractor shall submit a proposed
irrigation time of day schedule for all areas for the next 3 months. This schedule form will be provided by the city
and the schedule must be approved by the City's Contract Manager.
Automatic Irrigation. The Contractor shall operate all automatic irrigation systems. Automatic irrigation shall
normally take place during night or early morning hours. The Contractor shall program automatic controllers for
seasonal water requirements.
During periods of rain, the contractor shall deactivate all automatic programming and go into “rain shut down.”,. The
contractor shall notify the City when “rain shut down” is both activated and deactivated. Failure to activate “rain shut
Attachment 1
C5 - 18
Landscape Contract Maintenance – Specification 50200-2014LS Page 16 of 34
down” during rainy weather will result in the contractor being liable for the cost of water used, per location, during
rainy periods.
If plant material dies due to inadequate water or over watering, the Contractor shall replace all dead plant material
within 3 weeks of written notification, at no cost to the City.
Irrigation System Inspection and Repair. The contractor shall maintain all irrigation systems in proper adjustment to
avoid water runoff or overspray onto adjacent properties, roadways, walkways and other hard surfaces.
The Contractor shall perform monthly irrigation system inspections by turning the system on, checking for leaks,
overspray and other coverage issues, and making necessary adjustments and repairs. The Contractor shall notify
the City of the inspection and submit an irrigation report the first of every month during the irrigation season.
The contractor is responsible for repairs and replacements from the lateral line up, including swing-joints, risers,
irrigation heads, drip emitters, and tubing. The City shall be responsible for any other irrigation system repairs.
The Contractor shall report any irrigation problems that are the City’s responsibility, to the City as soon as noted,
particularly any repairs needed for irrigation controllers, or improper coverage that could lead to plant death or site
runoff. The Contractor shall manually irrigate an area as needed while an irrigation controller is being repaired.
Before fertilization the Contractor shall check each automatic irrigation system for proper operation and adjustment.
Non-Potable (recycled) water training. Worker safety training is required for all workers working in identified areas
that use non-potable (recycled) water. The training will be provided by the city and scheduled once the reclaimed
systems are operable.
Water Conservation. All irrigation schedules shall comply with any watering restrictions imposed by the City of San
Luis Obispo Utilities Department during drought conditions. When the Utilities Department has imposed watering
restrictions, the Contractor shall consult with the City's Contract Manager to determine the best allocation of
available water, considering plant species, time of year, location, and other environmental factors. Each month the
Contractor shall monitor the effects of manual irrigation. During periods of officially declared water use restrictions,
the Contractor shall report each month the amount of water used at each work location. Failure to comply with any
mandatory restrictions may result in the contractor being liable for the cost of water used per location.
4. Disease and Pest Control.
Protection of Vegetation and the Public. The Contractor shall control and eliminate weeds, insects, rodents, and
diseases that harm vegetation. In performing this pest control work, the Contractor shall use only materials and
methods that will not harm the vegetation or the public. The City strongly encourages the use of Integrated Pest
Management concepts in all parks.
Application Plan. The Contractor shall provide a application plan to the City's Contract Manager for approval. This
plan shall include the disease or pest to be treated, the type and name of the product proposed to be used and
copies of both the product label and Material Safety Data Sheet (MSDS).
Following any pesticide application, the Contractor shall submit to the City's Contract Manager on the first of the
month a copy of all pesticide use reports identifying the type and brand name of the chemical, the date, rate and
specific location of application.
Pesticide Application Licenses and Permits. The Contractor and its employees and subcontractors shall have and
maintain all required permits and licenses required by the State of California before applying any pesticide.
Pesticide Acceptability. Any pesticide used shall be selected from the list approved by the State of California
Department of Pesticide Regulations. Restricted materials may only be used with approval from the City and a
permit issued by the San Luis Obispo County Agricultural Commissioner.
Rodent Traps. The Contractor shall not use rodent traps without prior written approval from the City's Contract
Manager for the location and type of trap to be used. Traps w ill not be allowed in any area where children could be
expected to play.
Attachment 1
C5 - 19
Landscape Contract Maintenance – Specification 50200-2014LS Page 17 of 34
5. Turf Maintenance.
Mowing. The Contractor shall mow all turf areas at the locations and frequencies established for each Service
Level. The Contractor shall mow turf in a workmanlike manner that ensures a smooth surface without scalping or
leaving excessive cuttings. All mowing equipment shall be adjusted to the proper cutting heights and sharpened
adequately. Mowing height shall be two inches for all turf areas, unless otherwise specified by the City's Contract
Manager for special events and other conditions. Immediately before each mowing, the Contractor shall remove all
litter and trash from turf areas. Immediately after each mowing, the Contractor shall clean all adjacent walkways.
Mechanical Edging. The Contractor shall mechanically edge all turf areas. The Contractor shall edge all turf
borders to leave a neat, uniform line and eliminate all grass invasion into adjacent areas. The Contractor shall also
edge around other obstacles within turf areas to leave a neat, well-trimmed appearance and to allow optimum
operation of sprinkler heads. When using string trimmers the Contractor shall take care to protect trees and shrubs
from damage. Power edgers with rigid blades shall leave a well-defined v-shaped edge that extends into the soil.
Chemical Edging and Detailing. With approval from the City's Contract Manager the Contractor may apply edging
chemicals around areas such as planters, building walls, trees, fence lines, and sprinkler heads. Before applying
chemicals, the Contractor shall trim all areas to the proper height.
Fertilizing. The Contractor shall fertilize all turf areas as specified for each Service Level, except at identified areas
that use recycled water, where no fertilization will be required. Application dates shall be approved by the City's
Contract Manager. Following application, fertilizer shall be thoroughly watered into the soil within 24 hours. The
Contractor shall notify the City's Contract Manager via the submitted monthly schedule a minimum of one week
before a fertilizer application.
The turf fertilizer shall be a complete fertilizer with a ratio of 4-1-2. The Contractor shall evenly br oadcast the
fertilizer at a minimum rate of one pound actual available nitrogen per 1,000 square feet of turf area per application.
Any fertilizer landing outside the turf area shall be swept up and removed. The Contractor shall submit to the City
written documentation of the quantities of fertilizer applied at each specified work location.
Seed / Sod. Seed or sod replacement for bare areas shall be perennial rye grass or match surrounding turf.
Weed Control. The Contractor may apply selective herbicides. The Contractor shall also perform any additional
weeding necessary to keep the turf free of weeds. This additional weeding may be performed by hand or by using
selective herbicides.
6. Groundcover Maintenance.
Edging. The Contractor shall edge all groundcover areas as specified for each Service Level. The primary
purpose for edging the groundcover is to prevent it from growing onto walkways, roadways, hard surfaces, fences,
and walls. The Contractor shall not use chemical edging methods without prior approval from the City's Contract
Manager.
Fertilizing. The Contractor shall fertilize all groundcover areas as specified for each Service Level. Following
application, fertilizer shall be thoroughly watered into the soil within 24 hours. The Contractor shall notify the City's
Contract Manager via the submitted monthly schedule a minimum of one week before a fertilizer application.
The groundcover fertilizer shall be a complete balanced low release fertilizer with a ratio of 12-12-12. The
Contractor shall evenly broadcast the fertilizer at a minimum rate of ten pounds per 1,000 square feet of
groundcover area per application. Any fertilizer landing outside the groundcover area shall be swept up and
removed. The Contractor shall submit to the City written documentation of the quantities of fertilizer applied at each
specified work location.
Weed Control. The Contractor shall maintain groundcover areas in a weed free condition. This weeding may be
performed by hand or by using selective herbicides.
7. Shrub Maintenance
Attachment 1
C5 - 20
Landscape Contract Maintenance – Specification 50200-2014LS Page 18 of 34
Pruning. The Contractor shall prune all shrubbery at the locations as specified for each Service Level. The primary
purpose for pruning the shrubbery shall be to encourage healthy and attractive growth according to prescribed
industry practices. Such pruning shall encourage the graceful, natural growth of the shrub and shall maintain plant
health through removal of dead, diseased, or injured wood. The secondary purpose for pruning the shrubbery shall
be to prevent it from growing onto walkways, roadways, and other hard surfaces. Where the specified pruning
frequency is two times per year, the shrubs shall be pruned in the spring and fall. When required, the Contractor
shall remove dead shrubbery.
Fertilizing. The Contractor shall fertilize all shrub areas at the locations as specified for each Service Level..
Where the specified fertilizing frequency is twice a year, the shrubs shall be fertilized in April and September.
Where the specified frequency is other than twice a year, the application dates shall be approved by the City's
Contract Manager. Immediately following application, fertilizer shall be thoroughly watered into the soil. The
Contractor shall notify the City's Contract Manager one week before a fertilizer application. The shrub fertilizer shall
be a complete balanced low release fertilizer with a ratio of 12-12-12. The Contractor shall evenly broadcast the
fertilizer at a minimum rate of ten pounds per 1,000 square feet of shrub bed area per application. The Contractor
shall submit to the City written documentation of the quantities of fertilizer applied at each specified work location.
Weed Control. The Contractor shall maintain all shrub beds in a weed free condition. At a minimum, the contractor
shall perform weeding at the locations as specified for each Service level. This weeding may be performed by
hand or by using selective herbicides. When weeding is completed, the Contractor shall rake the shrub beds clear
of all leaves and debris.
8. Tree Maintenance.
Pruning. The only purposes for pruning the trees shall be to maintain proper pedestrian clearances and to remove
suckers. The Contractor shall not make structural changes to the trees. The Contractor shall report the need for
any additional pruning to the City's Contract Manager.
Staking. The Contractor shall make minor staking repairs to all trees as required. Minor repairs shall include
replacing or repairing ties, and refastening boards and braces. The Contractor shall report the need for more
extensive repairs to the City's Contract Manager.
9. Miscellaneous Weed Control.
The Contractor shall maintain all fence lines, light standard bases, tree wells, buildings, walls, sidewalks, curbs,
gutters, asphalt berms, parking lots, signs structures, and equipment pads etc. in a weed free condition. All non-
landscaped areas shall be weed free. Herbicides used for weed control must have prior approval from the City's
Contract Manager. The contractor shall perform all annual weed abatement in late May or as required by the San
Luis Obispo Fire Department.
10. Drinking Fountain Maintenance.
The Contractor shall clean, scrub and disinfect all drinking fountains at the locations as specified for each Service
Level.
11. Site Inspection and Reporting.
Review entire site on each occasion that a site visit is made for any reason. Report any problems, including
irrigation, damage, graffiti or user issues, the same day by email, or phone if immediate repairs are needed.
SERVICE LEVELS
Level 2: High Level Maintenance associated with well-developed public areas, malls, government grounds.
Weekly
Walkway and Turf Maintenance: Perform all aspects of walkway and mowing and edging work of turf maintenance
once every five working days.
Attachment 1
C5 - 21
Landscape Contract Maintenance – Specification 50200-2014LS Page 19 of 34
Aeration: Complete aeration routinely to maintain vigorous turf but not less then two times per year.
Reseeding / sod: Reseed or install sod in bare spots for areas larger than 4 square feet.
Fertilizer: Apply adequate fertilizer to ensure all plants are healthy and growing vigorously. Amount depends on
species, length of growing season, soils and rainfall. Rates should correspond to at least the lowest recommended
rates. Distribution should ensure an even supply of nutrients for the entire year. Trees, shrubs, turf and flowers
should receive fertilizer levels to ensure optimum growth.
Weed Control: Weed control practiced when weeds represent more than 5% of the turf area.
Litter Control: Complete all aspects of Litter Control, at minimum, 3-5 days per week as needed so high use areas
are clean. Collect litter in landscaped areas and along any property fences.
Tree, Shrub and Groundcover Maintenance: Complete all aspects of tree, shrub and groundcover maintenance for
health, safety, and to maintain a neat, well maintained appearance, and maintain walkway and other clearances.
Sculpted hedges or high growth species may dictate a more frequent requirement than most trees and shrubs in
natural growth plantings.
Disease and Pest Control: Disease and pest control shall be performed as needed to prevent loss or disfiguration
of vegetation.
Surfaces: All surfaces are to be maintained in a clean condition. Surfaces are walkways, sidewalks, stairs, tops of
planters, etc.
Level 3 - Moderate level maintenance associated with locations that have moderate to low levels of
development or visitation. Every Two weeks.
Walkway and Turf Maintenance: Perform all aspects of Walkway Maintenance and mowing, edging and weed
control work of Turf Maintenance every ten working days.
Aeration: Complete aeration when turf vigor is low and prior to fertilization.
Reseeding / sod: Reseed or install sod in bare spots for areas larger than 25 square feet.
Fertilizer: Apply fertilizer when turf vigor is low at a minimum complete a low level application once per year.
Litter Control: Complete all aspects of Litter Control, at a minimum, once every ten working days. High use may
dictate higher levels during the warm season.
Tree, Shrub and Groundcover Maintenance: Complete all aspects of tree, shrub and groundcover maintenance:
Complete all aspects of Tree, Shrub and Groundcover Maintenance when required for health, safety, walkway
clearance or reasonable appearance. Usually twice per year but in some species or locations may need pruning
more frequently.
Disease and Pest Control: Disease and Pest control shall be performed as needed to prevent loss of vegetation.
Surfaces: Clean surfaces once every ten working days.
Level 4 - Moderately low level maintenance associated with areas that have moderate to low levels of
development or visitation. Monthly
Turf Maintenance: Low frequency mowing scheduled based on species. Low growing grasses may not be mowed.
High grasses mat receive periodic mowing.
Walkway Maintenance: Complete all aspects of Walkway Maintenance at least once per month.
Litter Control: Once per month. Complaints may increase level above one servicing.
Attachment 1
C5 - 22
Landscape Contract Maintenance – Specification 50200-2014LS Page 20 of 34
Pruning: Remove dead or damaged growth. No regular schedule.
Disease and Pest Control: Disease and pest control shall be performed as needed to prevent loss of vegetation.
Level 5 - Minimum level maintenance. As needed.
These areas will be cleaned or attended to when the City’s Contract Manager notifies the Contractor to perform the
work.
Bid these areas on what it would cost to visit site one time to clean walkways, pick up litter, trim bushes, weed whip
grasses and leave the area safe and sightly.
Level 6 – Union Pacific Railroad Right of Way
Twice per year
Work is to occur once in Fall, between mid-October and mid-November, and again in late Spring (before fire
season starts) between late May and mid-June. Spring work timing may vary depending upon weather. Fire season
in California is typically April 1 to December 1 (Southern and inland regions) and May 1st to November 1 (North and
coastal regions).
There is a one (1) time only initial clean-up to bring the Union Pacific Railroad (UPRR) Right of Way (ROW) to
UPRR Standards (see below).
Provide ROW clearance (spraying pre-emergent, mowing, line trimming, tree/shrub trimming and litter control) on
those parts of UPRR ROW property, within the City Limits, that lie ten feet or more from the nearest rail on any
railroad track.
UPRR will control any vegetation/litter within ten feet of any tracks. If there are multiple tracks, UPRR will control
any vegetation/litter between tracks. The Landscape Contractor will be responsible for all areas 10 feet away from
the nearest rail to edge of the ROW and the beginning of public or private property. UPRR will maintain the first
300 feet of their ROW on either side of railroad / roadway intersections which occur at Foothill Blvd, Marsh Street,
and Orcutt Road.
Under no circumstances shall the Contractor place materials or equipment any closer than 25 feet to any railroad
track without a railroad flag person present. Union Pacific Rail Road will provide, at no cost to the City or
Contractor, a flag person for any work done under this contract between 10 and 25 feet of any railroad track if
requested at least one week in advance of commencing work.
During any work the Contractor does on UPRR property, the Contractor shall have fire suppression equipment on
site. At a minimum, this equipment shall include a 50-gallon tank of water with an application hose. Contractor
agrees to follow any additional precautions that may be required under UP RR’s Fire Prevention Plan.
Weed Abatement / Vegetation Control:
Union Pacific Railroad Right of Way Vegetation Standards
Union Pacific Railroad requires the following vegetation standards be maintained for the safety of railroad
operations and neighboring communities.
Vegetation must be removed from ten feet from track structure to the property line. There should be no ground
vegetation present (grass, brush, small trees.) Vegetation may only persist in the event that:
• A specific species is protected within local jurisdiction under local, State or federal regulations; OR
• ROW conditions are significantly sloped and vegetation is needed for soil stabilization. In the case of a sloped
landscape, vegetation must st ill have considerable spacing between plants to prevent the spr ead of fire.
Remove vegetation by chemical or mechanical means. Perform the weed abatement by mowing / line trimming all
grasses and weeds to 3 inches or less. Follow with a chemical spray to prevent regrowth of the weeds and grasses,
within two weeks
Attachment 1
C5 - 23
Landscape Contract Maintenance – Specification 50200-2014LS Page 21 of 34
Stands of shrubs forming barriers between the ROW and private property, are to be reported to the City’s contract
manager prior to removal. Removal may be delayed to the next maintenance period, to allow time for UPRR to
make contact with the private property owner.
Trees 6” DBH and under are to be mechanically removed, where DBH is the diameter of the tree bark at 4.5’ above
the soil line on the uphill side of a tree.
Trees greater than 6’’DBH must be limbed up 15’ from the ground.
Cut vegetation may be chipped on site or hauled off the property. Chips are to be spread and may not exceed 3’’ in
height from the ground.
Vegetation in creeks or drainage culverts shall be cut down by hand or mechanical means to grade, and debris
generated shall be removed off site. NO chemical spraying will be allowed within the creek areas.
Litter Control:
Pick up all garbage and debris in the ROW outside the 10’ limit. Large household items such as couches and
appliances found by the Contractor are to be reported to the City of San Luis Obispo’s Solid Waste Staff in the
Utilities Department with accurate location information, for proper pickup and disposal. (Call 805-781-7213 or 805-
781-7258). Contractor shall place large items close to a public street access so that Solid Waste Vehicles/Staff can
pick up trash safely.
Level 7 – Water Resource Recovery Facility (WRRF)
Walkway and Turf Maintenance: Perform all aspects of Walkway Maintenance and Turf Mowing once a week. Edge
every two weeks. Complete weed control twice a year.
Litter Control: Complete all aspects of Litter Control, at a minimum, once a week.
Tree, Shrub and Groundcover Maintenance: Complete all aspects of shrub and groundcover maintenance once a
month. Edge groundcover monthly. Prune shrubs once per year.
Disease and Pest Control: Disease and Pest control shall be performed as needed to prevent loss of vegetation.
Surfaces: Clean surfaces once a week.
SITE DETAILS
Sites with recycled water:
• Los Osos Valley Road (LOVR) Islands at Diablo & Descanso, Froom, & Madonna
• Calle Joaquin frontages
• Margarita Islands on Margarita Rd.
• DeVaul Park
• WRRF
Sites with no automatic irrigation system:
• E10 Planters on sidewalk in front of Post Office on Marsh St.
• E12 Pedistrian Bulbouts on Higuera, Monterey, & Marsh St.
• B2 Murray Islands
• B3 Elsford Park
• C2 LOVR Sound Wall (broken wires)
• C4 Madonna/Higuera Triangles
• C5 Johnson St. UPRR Underpass
• C10 Cypress Island
• C12 Prado Sound Wall
• C15 Las Praderas Park
• C17 Bishop St. Frontage
Attachment 1
C5 - 24
Landscape Contract Maintenance – Specification 50200-2014LS Page 22 of 34
• C21 Monterey St. UPRR Underpass
Sites with irrigation typically off:
• D9 Anacapa Circle
• B5 Elsford Park frontage
• C2 LOVR Sound Wall
• D1 Auto Park Way Cir.
• A8 Poinsettia Creek Walk (except turf areas)
• C10 Cypress Island (except newly planted Cypress trees)
Attachment 1
C5 - 25
Landscape Contract Maintenance – Specification 50200-2014LS Page 23 of 34
Section E
PROPOSAL SUBMITTAL FORMS
ACKNOWLEDGEMENT
The undersigned declares that she or he:
Has carefully examined Specification No. 50200-2014LS
Is thoroughly familiar with its content
Is authorized to represent the proposing firm; and
Agrees to perform the work as set forth in the specification and this proposal.
The undersigned is submitting a cost proposal for the following Categories / Service Levels:
(Designate with a mark)
Category / Service Level Cost Proposal
Submitted
Not proposing
for this category
Category A / Level 2
Category B / Level 3
Category C / Level 4
Category D / Level 5
Category E / Level 2
Category F / Level 6
Category W / Level 7
Firm Name and Address:
Contact Name:
Email:
Fax: Phone:
Sig nature of Authorized Representative:
Date:
INSURANCE CERTIFICATE
Insurance Company’s A.M. Best Rating
Certificate of insurance attached
Attachment 1
C5 - 26
Landscape Contract Maintenance – Specification 50200-2014LS Page 24 of 34
REFERENCES
Number of years engaged in providing the services included within the scope of the specifications under the
present business name: _________
Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services
included with the scope of the specifications. Attach additional pages if required. The City reserves the right to
contact each of the references listed for additional information regarding your firm's qualifications.
Reference No. 1
Customer Name
Contact Individual
Telephone & Email
Street Address
Cit y, State, Zip Code
Date of Services
Contract Amount
Description of Services
Reference No. 2
Customer Name
Contact Individual
Telephone & Email
Street Address
Cit y, State, Zip Code
Date of Services
Contract Amount
Description of Services
Attachment 1
C5 - 27
Landscape Contract Maintenance – Specification 50200-2014LS Page 25 of 34
Reference No. 3
Customer Name
Contact Individual
Telephone & Email
Street Address
Cit y, State, Zip Code
Date of Services
Contract Amount
Description of Services
Attachment 1
C5 - 28
Landscape Contract Maintenance – Specification 50200-2014LS Page 26 of 34
Costs for Exhibit B to Agreement
CONTRACT COST PROPOSAL
# Category A –Service Level 2 Location Monthly Cost
A1 Vista Lago Park 1200 block of Vista Lago
A2 Priolo Martin Park 800 block of Vista Collados, from the street to
back of the lot as defined by adjacent fences
A3 Anholm Park 870 Mission Street between Lincoln and
Chorro
A4 Buena Vista Circle Median Buena Vista at McCollum
A5 Margarita Islands 2 Eight islands on Margarita east of Higuera
A6 Osos Triangles (Two) At Osos and Santa Barbara between Leff &
Railroad
A7 Stoneridge Park 1 Park on Bluerock
A8 Poinsettia Creek Walk 3 South of Rosemary, east side from Poinsettia
to RR tracks, west side from Poinsettia 350
feet to asphalt path
A9 Poinsettia Mini Park Next to 4654 Poinsettia extending to RR
tracks west of service road & behind homes to
Poinsettia?
A10 De Vaul Ranch Park Madonna Road at Spooner
A11 Fire Station 1 NE corner of Broad, South and Santa Barbara
Streets
A12 Fire Station 4 NE Corner of Madonna & LOVR Roads
A13 City Hall / Little Theater 1, 4 990 Palm & 880 Morro
A14 Police Facility & adjacent
house
1016, 1020 & 1042 Walnut Streets
A15 Ludwick Center NE Corner of Santa Rosa & Mill Streets
A16 Emerson Park & Recreation Offices 1341 Nipomo
A17 Mitchell Park- Senior Center 1400 Osos and 1445 Santa Rosa
A18 Mission Plaza Extension Creek walk between Broad & Nipomo
A19 City County Library 955 Palm, corner Osos & Palm
A20 Monterey Triangle & Cuesta
Inn
Monterey to Garfield (Buena Vista-Garfield)
A21 Adobe Homes 2 466 Dana St. and 1585 Lizzie St
Category A Notes:
1. Weed abatement each year at end of May
2. Maintain non-landscaped areas free of weeds and rodents
3. Remove litter from creek and empty and reline trash cans
4. City Hall- Little Theater is high litter site
Attachment 1
C5 - 29
Landscape Contract Maintenance – Specification 50200-2014LS Page 27 of 34
# Category B –Service Level 3 Location Monthly Cost
B1 Madonna Road Islands 2 Madonna Road at El Mercado (3 islands)
B2 Murray Islands 1, 4 Murray between Santa Rosa and Broad (4
islands)
B3 Elsford Park & Extension 1 San Luis Drive, California to the property line
at 1680 San Luis Drive, from street to the
creek
B4 Eto Park End of Brook Street West Side
B5 Prado Rd. Medians Phase I 2, 3
Prado medians and traffic circle from 660 ft.
west of Serra Meadows to 330 ft. east of
Serra Meadows
B6 Cheng Park Corner of Marsh & Santa Rosa
B7 Railroad Recreation Trail Orcutt Road to Jennifer Street bridge
B8 Bill Roalman Bicycle Boulevard End of Morro at Santa Barbara
B9 South Street Soundwall & 5
medians, Higuera to Broad
Bus stop on South, near Higuera, ends at
Beebee
Islands from Beebee to Broad
B10 Tank Farm Road Sound Wall Both sides of Tank Farm from Broad to RR
tracks
B11 Tank Farm Road Extension South side of Tank Farm from east side RR
tracks to Orcutt
B12 Corporation Yard 25 Prado Road
Category B Notes:
1. Maintain non-landscaped areas free of weeds and rodents
2. Maintain all stamped concrete areas on traffic islands
3. No work until final acceptance from the developer, currently schedule for City maintenance July 2015
4. No Chemical use at this location - NO Spray Zone
Attachment 1
C5 - 30
Landscape Contract Maintenance – Specification 50200-2014LS Page 28 of 34
# Category C –Service Level 4 Location Monthly Cost
C1 Los Osos Valley Road Islands 1 Los Verdes Park near Higuera (2)
Froom Ranch (2)
Madonna (1)
Descanso (1)
Diablo (1)
C2 Los Osos Valley Road
Soundwall 5
North side of Los Osos Valley Road- from Royal
Way to Oceanaire,& from Laguna School to Let It
Be Open Space
C3 Madonna Road Frontage Roads 2
Both sides of Madonna Road from Oceanaire to
Pereira
C4 Madonna/Higuera Triangles 3 Madonna at Higuera
C5 Johnson Avenue Railroad
Underpass
South of Buchon to the east side of underpass,
both sides of Johnson including the planted area
around the pump station and the drainage basin
to the east
C6 Grand Avenue Islands 3 Grand from Monterey to Slack
C7 Broad Street Islands 3 Broad from Orcutt to Capitolio (3 islands)
C8 Orcutt Islands & Frontages 3 Islands on Orcutt and frontages at Laurel Lane
intersection
C9 Santa Rosa Street Median
Islands 3, 4
Santa Rosa from Oak to Westmont
C10 Goldenrod Frontage Street landscaping at the end of Goldenrod &
portions of Northeast corner of Goldenrod at
Larkspur and at bridge
C11 Portola Fountain Triangle Higuera at Marsh including triangle south
westside of intersection next to 390 Higuera
C12 Brizzolara Soundwall West side of Brizzolara
C13 Calle Joaquin Calle Joaquin from LOVR to
C14 Las Praderas Soundwall & Tank
Farm Islands 3
West side of lower Higuera at Las Praderas, 300
feet in both directions, small traffic signal island
at Tank Farm and island on Tank Farm at Long
St.
C15 Las Praderas Park Area at end of Las Praderas between 18 and 28
Mariposa
C16 Monterey Street Railroad
Underpass
Between Pepper and RR right of way, from Palm
to Higuera, and both sides under the underpass
to the east side of the property lines
C17 Bishop Street Frontage West of Augusta to the water tank drive
C18 Edna/Islay Creek Walk Wavertree St. at Iron Bark to Spanish Oaks
includes entrance between 4542 and 4546
Category C Notes:
1. Weed abatement, frontage road from Fire Station #4 south to Froom Ranch Rd every May/June. Remove
trash, sediment, and debris on a monthly basis in island and at any catch basins.
2. Maintain the lower bottlebrush near Oceanaire & Pereira at 36 inches. Trim bottlebrush to maintain
visibility of all road signs. City will prune all other bottlebrush once a year.
3. Maintain all stamped/rockscape concrete areas on traffic islands.
4. Cut back all ornamental grasses in March
5. Empty and reline trash can at bus stop
Attachment 1
C5 - 31
Landscape Contract Maintenance – Specification 50200-2014LS Page 29 of 34
# Category D –Service Level 5 Location Visit Cost (Each)
D1 Auto Park Way Circle East end of Auto Park Way at Los Osos
Valley road
D2 Upper Buena Vista Circle End of Buena Vista
D3 Los Cerros Drive Walkway North end of Los Cerros to footbridge at
Highland Dr.
D4 Ferrini Open Space 1 Patricia south of Anacapa
D5 Highway 101 Entrance Signs 1, 5 Northbound 101 between LOVR and Prado
Rd
Southbound 101 north of Reservoir Canyon
Rd.
D6 Let It Be Open Space 1 East side of Los Osos Valley Road from
Diablo to City Limits and to fence
D7 Vista Lago-Collados Lake Access 1 Natural area between the end of Vista
Collados, including the south edge of the
road and all of the area north of the road to
the lake
D8 Vista Lago Lake Overlook 4 Vacant lot between 1168 & 1174 Vista Lago
D9 Anacapa Circle Anacapa off Patricia including the parking
area
D10 Target/Froom 2, 3 Bio-swale North of LOVR & entrance to
Target Shop.Cntr.
D11 Cypress Island 6 South Higuera east side of Granada
(4 times per year typical – provide per
visit cost)
D12 Prado Road Soundwall 6 Soundwall on north side of Prado Road, east
of Higuera
(4 times per year typical – provide per
visit cost)
D13 San Luis Drive Frontage - East North end of San Luis Drive landscape
between the road and creek
(2 times per year typical – provide per
visit cost for Spring and Fall
maintenance)
D14 San Luis Drive Frontage – West California to 1424 San Luis Drive (near
Johnson)
D15 Railroad Recreational Trail West of California Blvd, from Cal Poly to Taft
(US 101)
(2 times per year typical – provide per
visit cost for Spring and Fall
maintenance)
Category D Notes:
1. Weed abatement each year at end of May/mid June
2. Weed abatement, frontage road from Fire Station #4 to Froom Ranch Rd every May/June. Remove trash,
sediment, and debris on a monthly basis in island and at any catch basins.
3. No work until final acceptance from the developer, currently schedule for City maintenance July 2016
4. Maintain non-landscape areas free of weeds and rodents
5. Northbound Hwy 101 weed control in front of sign and along fence line
6. Maintain non-landscape areas free of weeds and rodents
Attachment 1
C5 - 32
Landscape Contract Maintenance – Specification 50200-2014LS Page 30 of 34
# Category E–Service Level 2
Parking Lot Landscape Areas
Location Monthly Costs
E1 Amtrak/Railroad Square 1 Train Station off Osos Street from
Roundhouse to Santa Rosa Streets
E2 Museum Lot 9 Off Monterey next to Museum
E3 630 Monterey Lot 14 Corner Monterey, Nipomo & Palm
E4 Art Center Lot 15 Corner Monterey & Broad
E5 736 Marsh Lot 2 Between Broad, Marsh & Garden
E6 Nipomo Lot 10 Corner of Higuera & Nipomo
E7 Muzio’s Lots 3 and 11 In block bordered by Palm, Monterey, Chorro,
& Morro
E8 955 Morro Lot 18 Off Morro between Monterey & Palm
E9 Palm Street Parking Garage Palm and Morro
E10 Marsh Street Parking Garage In block bordered by Marsh, Morro, Pacific
and Chorro
E11 919 Parking Garage Corner Morro and Palm Streets
E12 Downtown sidewalk bulbout
planters (4) 2
Mid-block Monterey, Morro to Chorro; Higuera
& Marsh streets, Morro to Chorro, at Ross on
Higuera & at Parable on Marsh
Category E Notes:
1. Annual weed abatement, end of Church St. and between RR tracks and parking lot from Jennifer St. bridge
to High St. and RR Museum site.
2. Bulbout planter in front of ‘Ross Dress for Less’ on Higuera - litter & debris removal only. Plant material
maintained by volunteers
# Category F–Service Level 6 Location Visit Cost (Each)
F1 Union Pacific Rail Road Right of
Way 1
Railroad right of way from 300 ft.
west of Foothill to RR mile marker
post 251 (approx. 5 miles long)
First year Fall Vegetation & Debris
Management (bring site up to new
UPRR standards)
First Fall visit – 1 time unit cost
Annual Spring
Annual Fall
Category F Notes:
1. Spring and Fall complete vegetation abatement, including small tree removals, and debris and trash
removal. Fall visit, include tree trimming.
# Category W–Service Level 7 Location Monthly Cost
W1 Water Resource Recovery Facility 35 Prado Rd & groundcover and
shrubs along drive fence line to
bus yard and WRRF entrance
Attachment 1
C5 - 33
Landscape Contract Maintenance – Specification 50200-2014LS Page 31 of 34
Exhibit C to Agreement
UNIT COSTS
The Contractor will provide all labor, equipment, and materials to install the following items on request in
accordance with City Specifications at the lump sum price of:
Item Unit Unit Price
1 gallon plant each
5 gallon plant each
15 gallon plant each
15 gallon tree with stakes and ties
(Per specification 8220 - 8250)
each
24” box tree with stakes and ties
(Per specification 8220 - 8250)
each
Turf type sod per sq. ft.
Re-Seed Turf areas per sq. ft.
Ground cover from flats per flat
Bark mulch installation (labor and materials) per cubic yard
Bark mulch installation (labor only) per hour
Irrigation Repairs (labor) per hour
Weed Abatement (labor) per hour
Emer gency Work (labor) per hour
Attachment 1
C5 - 34
Landscape Contract Maintenance – Specification 50200-2014LS Page 32 of 34
Section F
INSURANCE REQUIREMENTS: Operation and Maintenance Services
The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to
persons or damages to property that may arise from or in connection with the performance of the work hereunder
by the Contractor, its agents, representatives, employees or subcontractors.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any
auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance.
Minimum Limits of Insurance . Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If
Commercial General Liability or other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice
the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and
approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or
self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall
procure a bond guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed
to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insured’s as
respects: liability arising out of activities performed by or on behalf of the Contractor; products and
completed operations of the Contractor; premises owned, occupied or used by the Contractor; or
automobiles owned leased, hired or borrowed by the Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City, its officers, official, employees, agents or
volunteers.
2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as
respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance
maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the
Contractor's insurance and shall not contribute with it.
3. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be
suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days'
prior written notice by certified mail, return receipt requested, has been given to the City.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than
A:VII.
Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing required
coverage. Original endorsements effecting general liab ility and automobile liability coverage are also required by
this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its
behalf. All endorsements are to be received and approved by the City before work commences.
Attachment 1
C5 - 35
Landscape Contract Maintenance – Specification 50200-2014LS Page 33 of 34
Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate
certificates and endorsements for each subcontractor. All coverage’s for subcontractors shall be subject to all of
the requirements stated herein.
Attachment 1
C5 - 36
Landscape Contract Maintenance – Specification 50200-2014LS Page 34 of 34
Section G
APPENDICES
Location Maps
1. Category A - Service Level 2- Landscaped Areas with turf
2. Category B - Service Level 3 - Landscape Areas without turf
3. Category C - Service Level 4 - Medians, Islands, frontages & sound walls
4. Category D - Service Level 5 - Circles, walks, signs, etc.
5. Category E - Service Level 2 -Parking Lots
6. Category F – Service Level 5 –Union Pacific Rail Road Right of Way Weed Abatement
7. Category W –Service Level 7 –Water Resource Recovery Facility (WRRF)
Attachment 1
C5 - 37
Attachment 1
C5 - 38
Attachment 1
C5 - 39
Attachment 1
C5 - 40
Attachment 1
C5 - 41
Attachment 1
C5 - 42
22063000905473 MILL
C
A
L
I
F
O
R
N
I
A
PEACH
T
O
R
O
PALM
PALM
C
A
S
A
J
O
H
N
S
O
N
P
E
P
P
E
R
S
A
N
T
A
R
O
S
A
FOOT
H
I
L
L
KE
N
T
U
C
K
Y
BOND
WALN
U
T
OLIV
E
O
L
I
V
E
MURRAY
FREDERICKS
OAK
O
S
O
S
SLACK
G
R
O
V
E
MON
T
E
R
E
Y
LO
N
G
V
I
E
W
MON
T
A
L
B
A
N
STAFFORD
EL
L
E
N
ALBERT
PHIL
L
I
P
S
PHILLIPS
PHIL
L
I
P
S
HA
T
H
W
A
Y
HAT
H
W
A
Y
ST
E
N
N
E
R
CHA
P
L
I
N
M
O
R
R
O
TAFT
TA
F
T
L
E
M
O
N
OR
A
N
G
E
HIGU
E
R
A
HIGU
E
R
A
HILL
C
R
E
S
T
HATHWAY ALLEY
LO
N
G
V
I
E
W
A
L
L
E
Y
AL
B
E
R
T
KENTUCKY ALLEY
WILSON
MON
T
E
V
I
S
T
A
TU
R
N
E
R
TU
R
N
E
R
HO
W
A
R
D
CAM
P
U
S
W
A
Y
C
A
R
P
E
N
T
E
R
C
R
A
N
D
A
L
L
P
A
C
H
E
C
O
W
A
Y
PEACH PHILLIPS ALLEY
McCOLLUM
M
U
S
T
A
N
G
PALM
M
I
L
L
A
L
L
E
Y
MAR
S
H
MON
T
E
R
E
Y
P
A
L
M
A
L
L
E
Y
CO
L
L
E
G
E
Page 2
Page 1
Attachment 1
C5 - 43
22063000905473 J
O
H
N
S
O
N
ELLA
LEF
F
T
O
R
O
ISLA
Y
PISM
O
MAR
S
H
SA
N
L
U
I
S
BUC
H
O
N
IRIS
IRIS
O
S
O
S
O
S
O
S
P
E
P
P
E
R
S
I
E
R
R
A
S
A
N
T
A
R
O
S
A
GEO
R
G
E
PALM
HIGU
E
R
A
HIG
U
E
R
A
LIZZ
I
E
MON
T
E
R
E
Y
M
O
R
R
O
C
H
O
R
R
O
B
I
N
N
S
F
I
X
L
I
N
I
FIXL
I
N
I
UPH
A
M
SA
N
T
A
B
A
R
B
A
R
A
CHU
R
C
H
CHU
R
C
H
CA
Z
A
D
E
R
O
RA
C
H
E
L
R
U
T
H
PAC
I
F
I
C
PAC
I
F
I
C
C
A
L
I
F
O
R
N
I
A
A
U
G
U
S
T
A
BIS
H
O
P
H
E
N
R
Y
BRE
C
K
SW
A
Z
E
Y
RA
I
L
R
O
A
D
J
E
N
N
I
F
E
R
CO
N
E
J
O
P
E
N
N
Y
F
A
I
R
V
I
E
W
PISM
O
B
U
C
H
O
N
A
L
L
E
Y
KRISTY
KENDRA
B
R
E
C
K
A
L
L
E
Y
G
A
R
D
E
N
W
I
L
D
I
N
G
G
R
O
V
E
CO
R
R
A
L
I
T
O
S
MILL
Page 3
Page 2
Page 1
Attachment 1
C5 - 44
22063000905473 B
R
O
A
D
BISH
O
P
A
U
G
U
S
T
A
ORCUTT
H
E
L
E
N
A
GA
R
I
B
A
L
D
I
Mc
M
I
L
L
A
N
V
I
C
T
O
R
I
A
V
I
C
T
O
R
I
A
LE
O
N
A
LAWRENCE
LAW
R
E
N
C
E
RA
C
H
E
L
STONERIDGE
FL
O
R
E
N
C
E
PERK
I
N
S
MITCHELL
R
O
C
K
V
I
E
W
FRAN
C
I
S
S
I
E
R
R
A
ELLA
DU
N
C
A
N
SYD
N
E
Y
SYD
N
E
Y
GA
I
L
SA
N
T
A
B
A
R
B
A
R
A
BU
S
H
N
E
L
L
EM
I
L
Y
BO
U
L
E
V
A
R
D
D
E
L
C
A
M
P
O
WOODBRIDGE
REB
A
SWE
E
N
E
Y
HIGH
HUM
B
E
R
T
SAN
M
A
T
E
O
SAN
C
A
R
L
O
S
SAN CARLOS
SW
A
Z
E
Y
J
O
H
N
S
O
N
CAU
D
I
L
L
CAUDILL
CEC
E
L
I
A
J
E
N
N
I
F
E
R
RICH
G
R
E
T
A
BLU
E
R
O
C
K
MA
S
O
N
ROUNDHOUSE
MUTS
U
H
I
T
O
JO
Y
C
E
CH
A
N
D
L
E
R
ALPH
O
N
S
O
FLETCHER
SANTA CLARA
PAULINE
MORRISON
TR
E
V
O
R
SYLVIA
FUNSTON
BI
N
N
S
UPH
A
M
GEO
R
G
E
SA
C
R
A
M
E
N
T
O
FE
N
N
E
L
Page 4
Page 3
Page 2
Attachment 1
C5 - 45
22063000905473 ORCUTT
B
U
L
L
O
C
K
LA
U
R
E
L
B
R
O
A
D
S
A
C
R
A
M
E
N
T
O
SA
C
R
A
M
E
N
T
O
INDU
S
T
R
I
A
L
WO
O
D
S
I
D
E
FERN
W
O
O
D
CAP
I
T
O
L
I
O
SOUTHWOOD
DU
N
C
A
N
BAY
L
E
A
F
RICA
R
D
O
KEN
T
W
O
O
D
BOUG
A
I
N
V
I
L
L
E
A
VIA
E
S
T
E
B
A
N
BE
D
F
O
R
D
C
A
M
D
E
N
TARRAGON
H
O
L
L
Y
H
O
C
K
LA
W
N
W
O
O
D
WILL
O
W
CYCLAM
E
N
BRIARWOOD
LE
X
I
N
G
T
O
N
BASIL LA
V
E
N
D
E
R
R
O
B
E
R
T
O
M
I
G
U
E
L
I
T
O
TA
N
G
L
E
W
O
O
D
COLUM
B
I
N
E
CORI
A
N
D
E
R
CORIANDER
OAKW
O
O
D
P
O
I
N
S
E
T
T
I
A
WI
N
T
E
R
G
R
E
E
N
CH
A
M
O
M
I
L
E
Page 5
Page 4
Page 3
Attachment 1
C5 - 46
22063000905473 TANK FAR
M
POI
N
S
E
T
T
I
A
FUL
L
E
R
IRONBARK
O
R
C
U
T
T
GOLDENROD
WA
V
E
R
T
R
E
E
ALDER
BR
O
O
K
P
I
N
E
S
U
N
F
L
O
W
E
R
TUL
I
P
SAWLEAF
L
A
R
K
S
P
U
R
LILY
S
P
A
N
I
S
H
O
A
K
S
SNAPDRAGON
ARALIA
S
U
N
R
O
S
E
S
W
E
E
T
B
A
Y
BLUEBELL
B
L
U
E
B
E
L
L
CHAP
A
R
R
A
L
M
O
R
N
I
N
G
G
L
O
R
Y
POP
P
Y
HO
L
L
Y
H
O
C
K
ASHMORE
HANSEN
SU
M
A
C
WIS
T
E
R
I
A
BOXWOOD
YA
R
R
O
W
M
A
D
R
O
N
E
RO
S
E
M
A
R
Y
OLE
A
PU
R
P
L
E
S
A
G
E
SPIT
F
I
R
E
MANZ
A
N
I
T
A
AMB
R
O
S
I
A
C
O
R
N
U
S
LOBELIA
FELICIA
Page 5
Page 4
Attachment 1
C5 - 47
Page intentionally left
blank.
C5 - 48