citywide landscaping services - del mar, ca

90
CITY OF DEL MAR CITYWIDE LANDSCAPING SERVICES REQUEST FOR PROPOSALS 2019-03 PUBLIC WORKS DEPARTMENT January 2019

Upload: others

Post on 28-Nov-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

CITY OF DEL MAR

CITYWIDE LANDSCAPING SERVICES

REQUEST FOR PROPOSALS

2019-03

PUBLIC WORKS DEPARTMENT

January 2019

Page 2: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

TABLE OF CONTENTS

CONTENTS

SECTION I ............................................................................................................................................................... 3

REQUEST FOR PROPOSALS ......................................................................................................................................... 3

SECTION II .............................................................................................................................................................. 4

PROPOSING CONTRACTOR INFORMATION ................................................................................................................ 4

SECTION III ........................................................................................................................................................... 15

CONTRACTOR RESPONSIBILITIES ............................................................................................................................. 15

SECTION IV ........................................................................................................................................................... 17

REFERENCE EXHIBIT A “SCOPE OF WORK” ........................................................................................................... 17

SECTION V ............................................................................................................................................................ 35

PROPOSAL FORMS ................................................................................................................................................... 35

EXHIBIT B - FEE SCHEDULE ................................................................................................................................... 79

LANDSCAPING SERVICES LABOR PRICING ............................................................................................................ 80

STATEMENT OF FINANCIAL RESPONSIBILITY, TECHNICAL ABILITY, AND EXPERIENCE .............................................. 82 INFORMATION REQUIRED OF PROPOSING CONTRACTOR ....................................................................................... 84 BID SECURITY BOND OR CHECK ................................................................................................................................ 86 LETTER OF CREDIT SECURING BID ............................................................................................................................ 87 NON-COLLUSION AFFIDAVIT .................................................................................................................................... 89

SECTION VI ........................................................................................................................................................... 90

PROFESSIONAL SERVICES AGREEMENT ................................................................................................................... 90

Page 3: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

3

SECTION I REQUEST FOR PROPOSALS

RFP NO. 2019-03

CITYWIDE LANDSCAPING SERVICES

Notice is hereby given that the City of Del Mar, California will accept sealed proposals at the City of Del Mar Public Works Department, 2240 Jimmy Durante Boulevard, Del Mar, CA 92014 until 4:00 p.m., February 21, 2019. Proposals shall be submitted in plain, sealed envelopes, marked on the outside with the project title:

CITY OF DEL MAR CITYWIDE LANDSCAPING SERVICES

RFP 2019-03

No proposal will be accepted unless it is made on a proposal form furnished by the City of Del Mar. Proposals will be evaluated on the basis of experience and ability to perform Landscaping Services, as well as upon the proposed amounts. The award of the contract, if made, will be made to the proposing contractor who, at the sole discretion of the City Council, is best able to perform the contract in a manner most beneficial to the City of Del Mar. The request for proposal for Citywide Landscaping Services has been amended to include clarification of service area, product specification, and prevailing wage requirements.

The RFP document and specifications can be downloaded free of charge through the City’s website, www.delmar.ca.us or available at ebidboard.com. Proposal documents may also be obtained from ebidboard.com.

Please direct questions during the RFP process to John Barnett, Landscape Specialist, at (858) 755-3294 or by email at [email protected].

Dated:

Joe Bride, Director of Public Works

Page 4: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

4

SECTION II

PROPOSING CONTRACTOR INFORMATION 1. Request for Proposal Document Wording: Notwithstanding the wording of this

Request for Proposals, the words “bid” and “bidder” shall mean the same as “proposal” and “proposing contractor”, respectively. The word “agreement” shall mean the same as “contract”.

2. Proposing Contractors: Proposing contractors shall consist of those persons or firms

meeting the necessary qualifications to perform the services as specified. 3. Acceptance or Rejection of Proposals: City of Del Mar reserves the right to reject any

or all proposals for any or all items or to waive any irregularities in the proposal or Request for Proposal process. The determination of the City as to what constitutes an irregularity shall be final and conclusive, and no advertised contract shall be awarded except with the approval of the Del Mar City Council.

4. Addenda: If any person contemplating submitting a proposal for the contract is in doubt

as to the true meaning of any part of the drawings, specifications, or other contract documents, or finds discrepancies in or omissions from the drawings or specifications, he/she may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by addendum duly issued by the Director of Public Works, and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No oral interpretation of any provision in the contract documents will be made to any proposing contractor. Receipt of any amendment to the solicitation shall be acknowledged by signing and returning the amendment with the proposal by identifying the amendment number and date in the space provided for this purpose on the proposal form, or by letter. The acknowledgment must be received by the City of Del Mar by the time and at the place specified for receipt of proposals.

5. Correspondence and Additional Information: All correspondence shall be directed as

follows: City of Del Mar Public Works Department CITYWIDE LANDSCAPING SERVICES, RFP# 2019-03 2240 Jimmy Durante Boulevard Del Mar, CA 92014

Page 5: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

5

Questions about the contract portions of the Request for Proposals (RFP) document must be submitted in writing to:

City of Del Mar Public Works Department Alisanne Guido, Administrative Assistant CITYWIDE LANDSCAPING SERVICES, RFP# 2019-03 TEL (858) 755-3294

E-mail: [email protected]

Questions concerning the technical portions of the proposal document should be directed to:

City of Del Mar Public Works Department John Barnett, Landscape Specialist CITYWIDE LANDSCAPING SERVICES, RFP# 2019-03 TEL (858) 755-3294 E-mail: [email protected] Proposing contractors are cautioned that any statements made by the contact or the technical contact person that materially change any portion of the proposal document shall not be relied upon unless subsequently ratified by a formal written amendment to the bid document. To find out whether the City of Del Mar intends to issue an amendment reflecting a statement made by the contact or technical contact person, contact John Barnett, Landscape Specialist, at (858) 755-3294. No contract or technical questions will be accepted after seven (7) days prior to the date set for proposal opening.

6. Proposal Guarantees

Performance Security - The selected contractor shall furnish two good and sufficient bonds. Each of the said bonds shall be executed in a sum equal to: one hundred percent (100%) of the contract price for the Payment Bond (material and labor) and one hundred percent (100%) of the contract price for the Faithful Performance Bond. One of the said bonds shall secure the payment of claims for material and labor, and the other of the said bonds shall guarantee the faithful performance of the said contract by the Contractor. Bonds shall be furnished by surety companies satisfactory to the City Attorney on forms provided herein.

Pursuant to Public Contract Code Section 22300, provisions for substitution of securities for performance retentions will be allowed.

Bid Security - Each bid/proposal must be accompanied by either cash, certified or cashier's check, bidder's bond, or letter of credit made payable to the City of Del Mar for an amount equal to at least ten percent (10%) of the amount bid/proposed, such guaranty

Page 6: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

6

to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. Required qualifications for the surety issuing bid bonds shall be the same as the Surety and Insurance Company Qualifications.

In lieu of bonds required of the bidder, the bidder may provide security in the form of a cash deposit or a letter of credit drawn on an institution located in San Diego County and approved by the City Attorney.

Surety and Insurance Company Qualifications: All bonds and all insurance shall meet

the following standards. The issuing company:

a. Shall be an "admitted surety" or an insurance company listed by the State Insurance Commissioner; and

b. Shall have a rating in the latest Best's Rating Guide of "A" or better and Class VIII or better; or be "treasury listed" for the size of risk to be undertaken.

In the event that the company does not satisfy subsection (b) above, the City Attorney or City Manager may only approve such company if the small size of the insurance or surety obligation or other risk factor justify approval, and satisfactory evidence is produced by the company that its financial responsibility and performance capability are sufficient to insure or secure adequately the risk obligation.

7. Proposal Documents: Proposal documents are located within Section IV of this

document. The documents as listed below are intended to be complementary so that any and all work called for in one and not mentioned in another shall be executed as if mentioned in all documents. All proposing contractors shall be responsible for familiarizing themselves with the conditions and requirements of the proposal prior to submitting one.

Section I. Request for Proposals Section II. Proposing Contractor Information Section III. Contractor Responsibilities Section IV. Exhibit A “Scope of Work” Section V. Exhibit B Fee Schedule Proposal Forms Section VI. Professional “Services Agreement”

Forms: No proposals will be considered unless submitted on the original forms provided by the City of Del Mar. Proposals must be prepared in ink or typewritten and signed by the proposing contractor. All proposing contractors shall be responsible for familiarizing themselves with the conditions and requirements of the proposals prior to its submittal. All blanks in this proposal shall be filled in. Insert "No" or "N/A" [Not Applicable] on those lines where the proposing contractor is not considering. All proposal amounts shall be represented in written words and in figures. Should there be a conflict between the written words and the figures, the written words shall prevail. Prior to proposal deadline, corrections may be inserted; however, changes must be initialed in ink by the person signing the original proposal or by his/her authorized representative. In cases

Page 7: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

7

where the total proposal amount does not equal the unit prices multiplied by the quantities indicated, the unit prices shall govern.

Proposals shall specify the name or legal entity of the company and/or fictitious name under which business is conducted. Proposals must be submitted under the correct name of the company and signed by an authorized representative of the firm.

Required Proposal Forms, see Section V: The following must be completed and submitted to the City on February 21, 2019 by 4:00 p.m.:

a) Exhibit B Fee Schedule b) Statement of Financial Responsibility, Technical Ability and Experience c) Information Required of Proposing Contractor d) Bid Security Bond or Check or e) Letter of Credit Securing Bid f) Non-Collusion Affidavit

8. Collusion Among Proposing Contractors: Each proposing contractor, by submitting a proposal, certifies that he/she is not a party to any collusive action, fraud, or any action that may be in violation of the Sherman Antitrust Act. The proposing contractor certifies that he/she has not offered or received any kickbacks or inducements from any other proposing contractor, supplier, manufacturer, or subcontractor in connection with the bid and that he/she has not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services, or anything of more than nominal value. Any or all proposals shall be rejected if there is any reason for believing the collusion exists among the proposing contractors. City of Del Mar may or may not, at its discretion, accept future proposals for the same work from participants in such collusion.

More than one proposal from an individual, firm, partnership, corporation, or association under the same or different names may be rejected. Reasonable grounds for believing that a proposing contractor has interest in more than one bid for the work being proposed may result in rejection of all proposals in which the proposing contractor is believed to have interest.

Certification of Independent Price Determination: The proposing contractor certifies that the prices submitted in response to the solicitation have been arrived at independently and without any consultation, communication, or agreement with any other proposing contractor or competitor relating to those prices, the intention to submit a proposal, or the methods or factors used to calculate the prices proposal.

9. Competitive Solicitation: City of Del Mar will receive proposals from firms having specific experience and qualifications in Landscaping maintenance. Evaluation of responses will be based on the following criteria:

a. Experience and history of the firm in the disciplines covered by the solicitation. b. The character, integrity, reputation, judgment, experience, and efficiency of the

Page 8: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

8

proposing contractor and assigned staff members. c. The quality of performance on previous contracts or services. d. Experience in meeting the needs of other governmental organizations or any

organization that utilizes similar services. e. The ability, capacity, skill, and financial resources to perform the work or provide

the required service promptly or within the time specified, without delay or interference.

f. The degree of completeness of response to the specific requirements of this solicitation.

g. The cost of the services to be provided. h. Other evaluation criteria described or included by reference in the solicitation.

10. Qualifications of Proposing Contractors: The proposing contractor may be required

before the award of contract to show to the complete satisfaction of the Director of Public Works that it has the necessary equipment, and ability to provide the service(s) specified therein in a satisfactory manner. City may make reasonable investigations deemed necessary and proper to determine the ability of the proposing contractor to perform the work, and the proposing contractor shall furnish to the City all information for this purpose.

11. Examination of Sites and Contract Documents: Each proposing contractor shall visit

the sites of the proposed work and fully acquaint themselves with the conditions relating to the requirements so that they may fully understand the facilities, difficulties, and restrictions attending the execution of the work under the contract. Proposing contractors shall thoroughly examine, be familiar with the specifications, and verify any representations made by the City of Del Mar upon which the bidder will rely. The failure or omission of any proposing contractor to examine any contract document, form, instrument, addendum or other document, or to visit the sites and acquaint themselves with conditions therein existing, shall in no way relieve any proposing contractor from obligations with respect to their bid or to the contract. The submission of a bid shall be taken as prima facie evidence of compliance with this section.

12. Debarment: By submitting a proposal, the proposing contractor certifies that it is not

currently debarred from submitting proposals for contracts issued by any City or political subdivision or agency of the State of California and that it is not an agent of a person or entity that is currently debarred from submitting proposals for contracts issued by any City or political subdivision of the State of California.

13. Proposal Withdrawal: A proposing contractor may withdraw a proposal prior to the time set for the submittal of proposals by simply making a request in writing to the City of Del Mar; no explanation is required.

14. Delivery of Proposals: Proposals shall be delivered to the City of Del Mar Public Works

Department, 2240 Jimmy Durante Boulevard, Del Mar, California on or before 4:00 p.m., February 21, 2019. Proposals shall be enclosed in a sealed plain envelope that bears the title of work, CITY OF DEL MAR, CITYWIDE LANDSCAPING SERVICES, RFP #2019-03. Any sealed proposal received after the scheduled opening shall be returned to

Page 9: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

9

the proposing contractor unopened.

Late Submittals: A proposal received at the place designated in the solicitation for receipt of proposal after the exact time specified for receipt will not be considered unless it is the only proposal received or it is received before award is made and was sent by registered or certified mail not later than the fifth calendar day before the date specified for receipt of proposals. The City of Del Mar must determine that the late receipt was due solely to mishandling by the City of Del Mar after receipt at the specified address.

The only acceptable evidence to establish the date of mailing of a late proposal is the US Postal Service postmark on the wrapper or on the original receipt from the US Postal Service. If the postmark does not show a legible date, the contents of the envelope or package shall be processed as if mailed late. Proposers should request postal clerks to place a hand cancellation postmark on both the receipt and the envelope or wrapper.

The only acceptable evidence to establish the time of receipt at the office identified for proposal opening is the time and date stamp of that office on the proposal wrapper or other documentary evidence of receipt used by that office.

The proposal packet must contain all the required forms in Section VI, including this Request for Proposal (RFP) packet. For a listing of the required forms, see Item 7 above.

15. Errors in Extension: If the unit price and the extension price are at variance, the unit

price shall prevail.

16. Evidence of Responsibility: Upon request of the City of Del Mar, a proposing contractor whose proposal is under consideration for the award of the contract shall submit promptly to the City satisfactory evidence showing the proposing contractor's financial resources, experience in similar type work, and organizational resources available for performance of the contract.

17. Exceptions: Proposing contractors taking exception to any part or section of the solicitation shall indicate such exceptions on the proposal form. Failure to indicate any exception will be interpreted as the proposing contractor’s intent to comply fully with the requirements as written. Conditional or qualified proposals, unless specifically allowed, shall be subject to rejection in whole or in part.

Incorporated into this RFP is a copy of the City of Del Mar’s Standard Services Agreement, see Section V. Please review this document carefully and note in your proposal any exceptions or alterations to the contract that you are requesting. Alterations or changes to the contract that were not included in the proposal will not be made after the selection of the contractor. This includes alterations, exceptions, or changes to the insurance and indemnity provisions. By requiring these requests to be made up front, the City can compare all respondents on an equal basis and take contract exceptions into consideration in the selection process.

Page 10: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

10

18. Expenses Incurred in Preparing Proposals: City of Del Mar accepts no responsibility for any expense incurred by the proposing contractor in the preparation and presentation of a proposal. Such expenses shall be borne exclusively by the proposing contractor.

19. Return of Bidder’s Guarantees: Within ten (10) days after the award of a contract, the

City will return the proposal guarantees accompanying each of the proposals that are not to be further considered in making the award. All other proposal guarantees will be held until the contract has been finally executed, after which all proposal guarantees except those forfeited will be returned to the respective bidders whose proposals they accompany.

20. Selection of Contractor and Award of Contract: The contract, if awarded, will be

awarded to the proposing contractor who, in the sole discretion of the City, is determined to be best able to perform the contract in a manner most beneficial to the City of Del Mar. The selection will be based on relevant experience, a pricing schedule that is deemed by the City to be most advantageous, and knowledge of the City’s Landscaping requirements. The City reserves the right to interview any and all proposing contractors, and has the right and ability to rate contractors based on qualifications presented within the proposal. The award, if made, will be made within forty-five (45) calendar days after the proposal due date.

Proposal Acceptance Period: Any proposal submitted as a result of the solicitation shall be binding on the proposing contractor for sixty (60) calendar days following the proposal opening date. Any proposal for which the proposing contractor specifies a shorter acceptance period may be rejected.

Execution of Contract: The successful proposing contractor will be required to enter into the City’s Standard Agreement for Services, see Section V. Please review this contract document carefully and note in your proposal any exceptions or alterations to the contract that you are requesting. Alterations or changes to the contract that were not included in the proposal will not be made after the selection of the contractor. This includes alterations, exceptions, or changes to the insurance and indemnity provisions.

The contract shall be signed and returned, together with the acceptable guarantees, certificates of insurance, and copies of license forms as required within ten (10) days, excluding Sundays and legal holidays, after the Notice of Award of Contract has been mailed. No proposal shall be considered binding upon the City until the execution of the contract.

Failure to execute the contract and file acceptable guarantees, certificates of insurance, and copies of license forms as required within ten (10) calendar days after the Notice of Award of the Contract has been mailed shall be just cause for annulment of the award and forfeiture of the proposal guarantees.

21. Insurance: The City shall be named as an additional insured with the contractor. Refer

to the Insurance Code of the State of California Evidence shall be furnished that the

Page 11: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

11

requirements are as follows:

Comprehensive General Liability: $1,000,000 Bodily Injury & Property Damage combined each occurrence and $2,000,000 aggregate.

Automobile Liability, including owned, hired, and non-owned vehicles:

$1,000,000 aggregate combined single limit;

Workers’ Compensation: Per the statutory amount. Each policy is to provide primary coverage to City and its elected and appointed boards, officers, agents, and employees. It is not secondary or in any way subordinate to any other insurance or coverage maintained by City.

Upon request by City prior to the time of award of contract, the proposing contractor agrees to promptly provide City with letters from insurance companies meeting the requirements of the contract documents verifying that they are prepared to issue insurance to the proposing contractor meeting all requirements of the contract documents. The failure of the proposing contractor to provide City with this proof of insurance prior to the time of award shall entitle City to reject the proposing contractor’s proposal and to award the contract to an alternate proposer at the sole discretion of City.

The failure of the proposing contractor to provide City with insurance meeting all requirements of the contract documents within 15 calendar days after the award of contract shall constitute a material breach of the contract, entitling City to terminate the contract.

22. Contract: The specifications (general and technical), the selected proposal, supporting

data, and addenda shall become a part of the executed contract. The City has no obligation to accept any omissions or exceptions.

23. Length of Contract: The length of this contract shall be March 1, 2019- March 1, 2022.

The contract may be extended for an additional two-year period, upon written agreement of both parties. The start date may vary depending upon the date of City Council’s approval of the new contractor.

24. Antitrust: By entering into a contract, the selected contractor conveys, sells, assigns,

and transfers to the City of Del Mar all rights, titles, and interest it may now have or hereafter acquire under the antitrust laws of the United States and the State of California that relate to the particular goods or services purchased or acquired by the City of Del Mar under said contract.

25. Applicable Law: The contract shall be governed in all respects by the laws of the State

of California, and any litigation with respect thereto shall be brought in the courts of the State of California. The contractor shall comply with applicable federal, state, and local laws and regulations.

Page 12: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

12

26. Assignment: The selected contractor shall not assign, transfer, convey, sublet, or

otherwise dispose of any award or any or all of its rights, title, or interest therein, without the prior written consent of the City of Del Mar, Director of Public Works.

27. Certificates and Licenses: The selected contractor shall provide notarized copies of all

valid licenses and certificates required for performance of the work. The notarized copies shall be delivered to the City of Del Mar no later than ten (10) days after the contractor receives the notice of award from the City of Del Mar. Current notarized copies of licenses and certificates shall be provided to the City of Del Mar within twenty-four (24) hours of demand at any time during the contract term. Licenses and certificates required for this contract include, but are not limited to:

a) A business license or certificate valid in the City of Del Mar, or b) A business license or certificate valid in the city where the local office is maintained,

and c) Valid California drivers’ licenses for contractor personnel.

28. Wage Rate: Contractor is hereby notified that this project is a public work and is subject

to State prevailing wages. Pursuant to provisions of section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this Contract, from Director of the Department of Industrial Relations. Current prevailing wage rates and information is available on the Internet at http://www.dir.ca.gov. Contractor shall post a copy of such rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of sections 1725.5, 1771, 1773.8, 1774, 1775, 1776, 1777.5, 1777.6, 1813, and 1815 of the Labor Code. Pursuant to the provisions of section 1775 of the Labor Code, Contractor shall forfeit to City, as a penalty, a sum to be determined by the Labor Commissioner for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this Agreement, by it or by any subcontractor under it, in violation of the provisions of the Agreement. All contractors and subcontractors must be registered with the Department of Industrial Relations, State of California (DIR) prior to submitting a bid on any public works project, pursuant to Labor Code section 1725.5. Quotes from contractors or subcontractors that are not currently registered as required will be deemed nonresponsive and will not be considered. This project is subject to compliance monitoring and enforcement by the DIR.

29. Change in the Scope of Work: The City of Del Mar may order changes in the work

consisting of additions, deletions, or other revisions within the general scope of the contract. No claims may be made by the selected contractor that the scope of the project or of the contractor’s services has been changed, requiring changes to the amount of

Page 13: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

13

compensation to the contractor or other adjustments to the contract, unless such changes or adjustments have been made by written agreement to the contract signed by the City of Del Mar and the selected contractor.

If the selected contractor believes that any particular work is not within the scope of the project, is a material change, or will otherwise require more compensation to the contractor, the selected contractor must immediately notify the City of Del Mar, Director of Public Works, in writing of this belief. If the Director believes that the particular work is within the scope of the contract as written, the selected contractor will be ordered to and shall continue with the work as changed and at the cost stated for the work within the scope.

30. Extra Work: All extra work is to be approved by the City representative before the work

is performed. In no event will extra work be paid for without proper authorization. Extra work authorizations must be signed daily by an authorized representative of the City; otherwise the extra work authorization will not be processed.

31. Failure to Deliver: In the event of failure of the selected contractor to deliver services in

accordance with the contract terms and conditions, the City of Del Mar, after due oral or written notice, may procure the services from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy may be in addition to any other remedies that the City of Del Mar may have.

32. Failure to Enforce: Failure by the City of Del Mar at any time to enforce the provisions

of the contract shall not be construed as a waiver of any such provision. Such failure to enforce shall not affect the validity of the contract or any part thereof or the right of the City of Del Mar to enforce any provision at any time in accordance with its terms.

33. Force Majeure Clause: The parties to the contract shall be excused from performance

during the time and to the extent that they are prevented from obtaining, delivering or performing by act of God, fire, strike, loss, shortage of public transportation facilities, walkout or commandeering of materials, products, plants, or facilities by the government provided that the nonperformance is not due to the fault of neglect of the contractor/supplier. In such cases, however, satisfactory evidence thereof must be presented.

34. Indemnification: The selected contractor shall act as an independent contractor, and will

not be an agent or employee of the City. Contractor shall not represent or otherwise hold out itself or any of its subcontractors, sub-subcontractors, directors, officers, partners, employees, or agents to be an agent or employee of the City. Contractor shall indemnify and otherwise hold harmless the City, and its officials, officers, directors, employees, agents, other representatives, from all liability, loss, or damage (including reasonable attorney's fees or other costs of defense) resulting from damage or injury to persons or property caused, or claimed to have been caused, by acts or omissions of the contractor or any of its subcontractors, sub-subcontractors, directors, officers, partners, employees, or agents in the course of or in connection with the contractor's performance under the

Page 14: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

14

contract. The parties agree to cooperate fully in the resolution of any claims for such liability, loss or damage.

35. Oral Statements: No oral statement of any person shall modify or otherwise affect the terms, conditions, or specifications stated in this contract. All modifications to the contract must be made in writing by the City of Del Mar.

36. Payment Terms: Unless otherwise indicated in the bid form, payment terms will be net

thirty (30) days. The City of Del Mar will pay the contractor within thirty days (30) after the receipt of a correct invoice for reasonable work allocable to the contractor or after the date of acceptance of work that meets contract requirements, whichever event occurs later.

37. Right of Setoff: Whenever, under the contract, any sum of money shall be recoverable

from or payable by the selected contractor to the City of Del Mar, the same amount may be deducted from any sum due to the contractor under the contract or under any other contract between the contractor and the City of Del Mar. The rights of the City are in addition and without prejudice to any other right the City may have to claim the amount of any loss or damage suffered by the City on account of acts or omissions of the contractor.

38. Suspension or Termination Without Cause: The City may at any time, for any reason,

with or without cause, suspend or terminate this agreement, or any portion hereof, by serving upon the selected contractor at least ten (10) working days prior written notice with cause or sixty (60) days without cause. If the City suspends or terminates a portion of this agreement, such suspension or termination shall not make void or invalidate the remainder of this agreement.

In the event this agreement is terminated pursuant to this section, the City shall pay the contractor for services rendered up to the time of termination. Upon termination of the agreement pursuant to this section, the contractor shall submit the final invoice to the City within ten (10) working days of the last date of work performed.

39. Contract Renewal: The contract can only be extended upon mutual written agreement

given no more than ninety-days (90) and not less than thirty-days (30) prior to contract’s end.

Page 15: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

15

SECTION III CONTRACTOR RESPONSIBILITIES

1. Duties of Contractor: During the term of this agreement, the selected contractor shall

perform all work as described in the technical specifications and the following:

The selected contractor shall be responsible for: a. Ensuring that all contractor employees are properly trained at no cost to the

employees, prior to start of contract and each year thereafter, at such time as new hazards are introduced on the job, or when new employees are added to the roster.

b. Ensuring that contractor employees have successfully passed a drug screening and criminal background check prior to start of work under this contract.

c. Providing uniforms including brightly colored traffic vests or reflectors to personnel when interacting with vehicular traffic and the washing (and decontamination as necessary) of uniforms.

d. Developing personnel policies. e. Providing inspection procedures and periodic inspection of facilities. f. Conforming to all applicable Cal-OSHA, DOT, and EPA regulations, including Cal-

OSHA’s Hazard Communications Standard. g. Conforming to all other applicable Federal, State, and Local regulations. h. Maintaining Material Safety Data Sheets (MSDS) at facilities for contractor and City

employee reference. i. Maintaining a chemical inventory list.

2. Contractor Personnel: The City of Del Mar shall, throughout the life of the contract, have

the right of reasonable rejection and approval of staff or subcontractors assigned to the work by the selected contractor. If the City of Del Mar reasonably rejects staff or subcontractors, the selected contractor must provide replacement staff or subcontractors satisfactory to the City of Del Mar. The day-to-day supervision and control of the selected contractor’s employees and subcontractors is the sole responsibility of the selected contractor.

3. Equal Employment Opportunity: The selected contractor shall not discriminate against

any employee or applicant for employment because of race, creed, color, or national origin. Contractor shall take affirmative action to ensure that all employees and applicants for employment shall be treated with equality in all aspects of employment processes including, but not limited to: hiring, transfer, promotion, training, compensation and termination; regardless of their race, creed, color, sex, national origin, age, or physical handicap.

4. Contractor Availability: At all times during the term of this contract, the contractor shall

have a competent representative available during working hours to discuss matters pertaining to the contract and who can make authoritative decisions.

At all times during the term of this contract, the contractor shall provide 24 hour responsive

Page 16: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

16

service. The contractor shall provide the City with a 24/7 (twenty-four-hours-per-day, seven-days-per-week) emergency pager or phone number. An answering service is not acceptable, except when forwarding oral complaints (which shall be followed by written notice). After an emergency call is made by a City representative requesting the contractor to perform emergency services, the contractor shall have a qualified technician on site within two (2) hours to provide Landscaping services.

5. Method of Performing Work:

a. Methods of Operation: The contractor shall be responsible for the safety, adequacy, and efficiency of the contractor’s personnel, equipment and methods. The approval of the City of any plan or method of work proposed by contractor shall not relieve the contractor of any responsibility thereof, and such approval shall not be considered an assumption by the City of any kind of liability, and the contractor shall have no claim under this contract on account of failure or inefficiency of any plan or method so approved. Such approval shall be considered and shall mean the City has no objection to the contractor’s use or adoption at the contractor’s own risk and responsibility, of the plan or method so proposed by the contractor.

b. Scheduling of Operations: Contractor shall perform this work at such time as to

minimize disturbance or interference to City employees. c. Reports and Schedules: Contractor may be requested by the City to submit reports

and schedules as necessary.

d. Safety: All work performed under this Contract shall be performed in such a manner as to provide maximum safety to the public and comply with all safety standards required by CAL-OSHA. The City reserves the right to issue restraint or cease and desist orders to the contractor when unsafe or harmful acts are observed or reported relative to the performance of the work under this contract.

6. Cooperation and Coordination with other Contractors: The contractor shall cooperate

with all other contractors who may be performing work on behalf of the City and workers who may be employed by the City on any work in the vicinity of the work to be done under this contract. The contractor’s operation shall interfere to the least possible extent with the work of such contractors or workers.

Any difference or conflict that may arise between the contactor and other contractors, or between the contractor and City workers, with respect to execution of their work, shall be adjusted and determined by the City. If the work of the contractor is delayed because of any acts or omissions of any other contractor or contractors, the contractor shall have no claim against the City on that account other than for an extension of time.

Page 17: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

17

SECTION IV

REFERENCE EXHIBIT A “SCOPE OF WORK”

GENERAL PROVISIONS Contractor shall provide and/or purchase all equipment, labor and materials required to perform the following services in a satisfactory manner: 1. Contractor shall perform a baseline maintenance and service of the facilities listed.

This baseline will establish the model for all landscaping during the term of this contract.

2. Contractor shall provide landscaping services for the City of Del Mar facilities listed in

this document. 3. Contractor shall provide and/or purchase all services, products, equipment, vehicles,

and employees as defined in this document. 4. Contractor shall adhere to all scheduling as defined in this document unless a

schedule change has been approved by the City in writing. The Contractor shall accomplish all normal landscape maintenance required under this contract between the hours of 6:00 A.M. and 6:00 P.M., Monday through Friday. Exceptions may be made to normal working hours where incidence of use may be too great during the hours specified to allow for proper maintenance. The Landscape Specialist may grant, on an individual basis, permission to perform contract maintenance at other hours. No maintenance functions that generate excess noise, e.g., operations of power equipment, which would cause annoyance to residents of the area, shall be commenced before 7:00 A.M. The Contractor shall establish an annual WORK schedule to be followed in the performance of this contract. The WORK schedule must be competed and submitted to the Landscape Specialist prior to the commencement of work on this contract. Any changes in scheduling shall be reported, in writing, to the Landscape Specialist immediately. This schedule shall include routine work as well infrequent operations such as fertilization, aeration, renovation, and pruning. The Contractor shall conduct the work at all times in a manner which will not unreasonably interfere with pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets.

5. Contractor shall provide additional landscaping services, as-needed, and as defined by

change order(s) or proposal(s) for events and/or special considerations for the City of Del Mar.

Page 18: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

18

6. Contractor shall maintain a current City of Del Mar business license, and his/her subcontractors shall do so as well.

7. Contractor shall maintain compliance with the City of Del Mar Municipal Code,

regarding storm water runoff system discharge regulations and requirements, and San Diego Regional Water Quality Control Board (SDRWQCB) National Pollutant Discharge Elimination System (NPDES) Order No. 2013-0001. Compliance includes the implementation of practical methods, known as Best Management Practices (BMPs), which shall be used to protect the environment and to comply with regulatory requirements. Power washing and other wash water runoff shall be recovered and disposed of properly. Violations of any of these requirements may lead to a civil penalty of up to $5,000 per day, per violation.

8. Contractor shall present a professional image and maintain a high standard of quality

and technical competence. Total responsibility for this is placed upon the Contractor. If conflict occurs between “Best Management Practice” and the specification, “Best Management Practice” shall prevail and the City shall be notified of any necessary changes to the specified operations/materials.

BEST MANAGEMENT PRACTICES

9. Do not allow contaminated water or landscaping solution(s) to enter the storm water

system. 10. Best Management Practices: This work must be in compliance with all current and

future water quality requirements as set out in Del Mar’s Municipal Code ‘Storm Water and Urban Run-Off Management and Discharge Control’ and State and Federal requirements.

COMPANY EMPLOYEES AND VEHICLES

11. Contractor will provide uniformed staff supervised by fully trained Supervisors and

Area Manager. Radio and cellular phone communication will be available. The lead person on site must be proficient in the English language and can make decisions at the location regarding safety and or general concerns

12. Contractor will supply a pool of employees sufficient to meet the agency’s needs.

13. Contractor will provide or pay for their employees to wear clean, neat appearing

uniforms that will be worn while working on City premises. Uniforms will consist of a polo shirt or other collared shirt with name tag and Contractor’s identification and full-length work pants.

14. Vehicles used will have the Contractor’s name or logo permanently affixed to the front

doors of both passenger and driver’s side.

Page 19: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

19

15. Contractor’s vehicles will be clean, orderly and in good working order. 16. Contractor and his employees will be courteous and show respect to the public, City

employees and other Contractor employees at all times. Use a friendly voice tone and offer assistance when necessary.

17. Contractor and its employees must successfully complete a criminal record check after

providing the County Sheriff’s Department two current passport size photos, a completed request for Live Scan service, a completed Landscaping Application, and a copy of the applicant’s driver license or Government issued identification.

18. The applicant will need to contact the County Sheriff’s Department at (858) 974-2110

to schedule an appointment to be Live Scanned and have their photo taken for the City-issued contractor identification card.

19. Once the applicant has been live scanned (fingerprinted), the County Sheriff’s

Department must wait for a response from the Department of Justice. 20. The Department of Justice may send the County Sheriff’s Department a 30-day, 60-

day or 90-day delay on the applicant. The City has no control over these delays. This occurs because applicants may have common names, have been previously permitted, or have prior criminal history or arrest information on file. No applicants will be approved and no issuance of keys, security codes, or access information for any City facility will be provided by the contractor or the City to the applicant until all information has been received from the Department of Justice and that applicant cleared by the City and a City of Del Mar contractor identification card issued.

21. Contractor will pay the fee for Live Scan for each employee working within City

facilities. 22. The employee will be placed on subsequent notification. This requirement allows the

Department to receive notification of any arrest subsequent to the Live Scan check. 23. Contractor and its employees must successfully pass a drug screening prior to

conducting work under this contract. 24. Contractor is responsible for their employees’ actions on these sites.

25. Contractor will ensure that his employees do not have other “unapproved” personnel

including children in the facilities or in the Contractor’s vehicles outside the facility. 26. Contractor will ensure that his employees do not store personal property of any kind in

or on City facilities. 27. Contractor will not issue, loan or otherwise allow the procurement of keys, access

information, or codes to anyone, including employees, without first receiving

Page 20: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

20

authorization from the City Representative and without first successfully completing the background check and Live Scan and submitting said documentation to the City Representative.

28. Contracted employees will refrain from making or receiving personal calls during

working hours. Non-emergency calls should be made during breaks or lunch. At no time, other than emergency should the telephone be used by this Contractor.

BUILDING SECURITY

29. Report to the City Representative in writing any walls, equipment and furniture

damaged by vandalism, graffiti, stains, water leaks, etc. 30. Report in writing to the City Representative security system false alarms activated by

Contractor’s employees or otherwise occurring during landscaping service when no City employee is present.

31. Contractor shall not duplicate keys without first receiving written permission from the

City Representative. 32. Contractor is responsible for retrieving all City security information from those

employees no longer employed by the Contractor, for whatever reason. 33. Contractor will notify the City Representative of any Contractor employee whose

employment has been terminated or has security information or appurtenances. 34. Contractor is responsible for the cost of any re-keying, entry code, or security code

changes needed due to non-retrieval of this security information, keys or appurtenances from its past employees.

CITY HOLIDAY SCHEDULE

35. The City of Del Mar Public offices will be closed in observation of the following

holidays. City will be closed on these dates:

New Year’s Day Martin Luther King’s Birthday President’s Day Memorial Day Independence Day Labor Day Veterans’ Day Thanksgiving Day after Thanksgiving Christmas Eve Christmas Day

Page 21: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

21

New Year’s Eve

New Year’s Day TASKS

36. The Contractor will purchase, supply and replenish all products including, but not

limited to: plants, piping, sprinklers, drains, filters and anything related to the designed system should this become necessary.

37. The Contractor will supply all equipment in good working order including, but not

limited to: landscaping vehicles, landscaping supplies, vacuum cleaners, fertilizers and weed abatement chemicals and all other landscaping appurtenances.

38. Contractor will separate all recyclable material from other refuse and deposit in

appropriate receptacle. 39. Contractor will leave facility visually clean having vacuumed, swept or otherwise

cleaned in each area per this document to the standards defined within this document, industry standards and City‘s expectation.

LANDSCAPING LOG

The FACILITY shall have the Contractor-provided landscaping log. This log will be filled out by the Contractor’s employee before exiting the facility site, each visit.

The landscaping has an area for notes and comments. All alarm soundings, graffiti, pest control needs, security issues, leaks or non-working plumbing devices, damage to property, and areas left not serviced will be noted in this comments area.

All notations in the area for notes and comments will be relayed within 24 hours to the City Representative by e-mail.

SERVICE ADJUSTMENTS

The City reserves the right to increase or decrease the services as needed. Services and fees for new facilities shall be added at the average rate per square foot for a comparable facility at the time of the addition. Such changes will be according to the terms and conditions of said bid specification and will be done through a duly authorized change notice to the master agreement for regular service and by City- approved proposal for event or special landscaping. SITE INSPECTION AND REPORTING

40. Report immediately by telephone (during regular working hours (858) 755-3294, after

hours issues call Del Mar Public Works dispatch at (858) 756-1126 issues that may require immediate action. For emergencies call 911.

Page 22: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

22

Incidents of injury, damage or potential hazards to the public, end users or employees.

Running water or leaks

Sewer backups 41. Report immediately by e-mail issues such as, but not limited to:

Public nuisances

Work performance delays

Repairs needed

Dripping water

Non-emergency electrical issues such as, but not limited to, outlets without power or entire buildings without power.

Lost and found articles

Deliver any lost and found article to Del Mar Public Works, 2240 Jimmy Durante Boulevard, Del Mar CA 92014.

PAYMENTS

42. Invoices will be submitted to: City of Del Mar, Public Works 2240 Jimmy Durante

Boulevard Del Mar, California 92014 Attn: Landscape Specialist. 43. Contractor will submit a monthly payment invoice listing the AREAS SERVICED and

each individual invoice amount.

44. If the City determines that there are deficiencies in the performance of this contract, the Contractor will be notified both verbally and in writing each time service requirements are found to be unsatisfactory and corrective action is necessary. Should the Contractor fail to correct any deficiencies within 2 hours, the City may exercise the following measures:

Deduct from the Contractor’s payment the amount necessary to correct the deficiency.

Withhold the entire or partial payment.

Utilize City forces or alternate source to correct the deficiency and deduct from the Contractor’s payment the total cost, including City overhead.

PRODUCTS

45. No items other than those shown will be stored in the City facility.

46. All products will meet or exceed the City’s specifications.

Page 23: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

23

47. The City will not pay any additional costs for Contractor requested substitutions when the City listed approved products are still available. The City reserves the right to approve or disapprove any product.

48. Contractor will provide the City with MSDS information on all product submittals.

49. Contractor is responsible for providing MSDS information to their employees.

EQUIPMENT

50. Contractor will supply and maintain all tools and equipment in good and proper working

condition, vacuum cleaners, landscaping vehicles, landscaping supplies and chemicals, and secure an adequate inventory of all landscaping supplies and products.

51. All equipment provided by the Contractor will be of commercial grade.

52. The use of portable leaf blowers is prohibited within the City of Del Mar. NO

EXCEPTIONS shall be granted. For every incident where the Contractor or Subcontractors are observed using leaf blowers, the CONTRACTOR shall pay the AGENCY, or have monies due withheld, the sum of five hundred ($500).

SUBMITTALS

53. All materials and consumable products are subject to prior approval by the City’s

Representative. Contractor will provide submittals for the following items to the City’s Representative for approval. All materials and consumable products used at these project sites will be subject to prior approval through this submittal application process. No materials will be accepted for use on this project without prior approval, in writing. All Submittals will have the appropriate MSDS attached for City review.

54. Any Contractor-requested replacements for the items listed in “PRE-APPROVED

PRODUCTS” are subject to this approval process.

QUALITY ASSURANCE

55. Contractor is responsible for training, supervising, equipping, checking work quality, ensuring adherence to schedule, and all other management issues involved with his employees. Quality control is the responsibility of the Contractor.

56. Contractor is responsible for training, supervising, equipping, checking work quality, ensuring adherence to schedule, and all other management issues involved with his employees. Quality control is the responsibility of the Contractor.

57. Contractor will notify the City Representative in writing of any conditions or events as

defined in this document.

Page 24: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

24

FACILITY CONTACTS

Location Contact Telephone and e-mail

City of Del Mar, Public Works 2240 Jimmy Durante Blvd, California 92014

John Barnett, Landscape Specialist

(858) 755-3294 [email protected]

*All written communication from the Contractor to contacts of the individual facilities will be carbon copied to the City Representative. All written communication from the Contacts of the individual facilities to the Contractor will be carbon copied to the City Representative. STANDARDS OF PERFORMANCE / DEFINITIONS These standards are an outline of general expectations of landscaping but are not meant to replace or supersede the latest industry standards or materials and equipment manufacturers’ recommendations. Each of the Contractor’s Employee’s shall be equipped with the necessary equipment to carry out the proper performance of the landscaping as specified. This equipment shall be available and in possession of the Contractor’s Employee’s at all times while carrying out their duties. Service Level (Acceptable Quality): The level of services as outlined in these Specifications shall consistently be maintained. During the Contract period, the Contract Administrator will conduct monthly inspections of the facilities under this Contract. The inspections are based on standards for commercial facilities within the maintenance industry. POLICING: Policing is picking up leaves, branches, paper, trash, empty bottles, containers, and other discarded materials that are not part of the habitat and planted areas. Standard: Area(s) being policed shall be free of debris. Area(s) shall present an overall clean and maintained appearance. DEFINITION OF TERMS Police: Remove all trash and debris in planter(s) in specified locations. Supply/Provide: Provide necessary fertilizers and plant food as necessary to maintain the integrity of what was originally placed. All supplies necessary for the implementation of said work. This will include brooms, shovels, hoes, tree trimmers, ladders, safety vests, shoes, cell phone, safety barricades, fertilizers, tie offs to trees, without marring, discolorations of finishes. Haul Off: Contractor to utilize green waste and trash receptacles at the Public Works Yard for any and all debris from the Landscaping activities. Wash: Remove all dirt, stains, and marks with an approved cleaner; rinse and dry.

Page 25: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

25

Rubber tires: No vehicle will be able to contact the concrete/flagstone surfaces without protection of tire markings. DETAILED SCOPE OF WORK The scope of services includes turf management; shrub bed maintenance; tree care and pruning; fertilization; sweeping of artificial grass surfaces and cleaning of hardscape; environmental weed and pest control program; and irrigation equipment and operations for all locations identified in this Request for Proposals (“RFP”). It is the responsibility of the Contractor to visit the site and become familiar with the project location and maintenance needs. It is the City’s expectation that all land care and maintenance items identified in this RFP will be addressed. The City is considering awarding a contract for the term of seven (7) months and may be renewable for an additional four (4) single years upon annual review of the provided services. The City of Del Mar reserves the right to accept or reject any or all proposals. These specifications and scope of services shall become part of the contract agreement. City is responsible for all costs associated to water. PROJECT ADMINISTRATION AND COORDINATION

Kick-off Meeting Upon receipt of a written Notice to Proceed from the City of Del Mar, Contractor shall conduct a kick-off meeting with the City to review the scope of the project, develop a project schedule, and confirm deliverables. The project schedule shall include each task and subtasks.

Coordination Facilities are owned by the City of Del Mar. It is the responsibility of the Contractor to coordinate any interactions that may need to occur with various City departments or outside agencies throughout the provided services.

TREES (Contract exclusively includes trees less than 12 feet in height. The City maintains a separate tree maintenance program with an arborist company for the city’s larger trees.)

Staking

University of California Publication, Tree Staking, shall be used as a guideline. The purpose of staking trees is to support and protect young trees until they are able to stand alone.

All tree stakes and ties shall be maintained to properly support the tree. They shall be inspected a minimum of once every 30 days to prevent girdling or chafing of trunks or branches or rubbing which may cause bark wounds.

Stakes should not remain on trees for longer than a one-year period.

Page 26: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

26

If and when pumping of the roots are a necessity, it is part of this scope of work. Pruning

University of California Publication, Training Young Trees for Structure and Form, shall be used as a guideline. All trees shall be allowed to grow to their natural genetic form and size, unless specifically accepted. (please remove underlines throughout)

All trees shall be pruned to promote structural strength and to accentuate the natural form and features of the tree.

Pruning must be carried out to permit unobstructed passage to pedestrians and motor vehicles and to prevent sight restrictions near intersections. This means that branches should be maintained to 7-1/2 ft. above sidewalks and 12 ft. above vehicular areas. Shrubs and groundcover must be trimmed 4 in. from sidewalks and curbs. All trees under 12 feet total height will be pruned to remove weak, dead, damaged, and diseased portions of the plant for natural growth development. Cuts will be flush and clean, leaving not stubs, or tearing of bark. Major pruning will be done following flowering or during plant’s dormant season.

Stripping of lower branches (“raising up”) of young trees shall not be permitted. Lower branches shall be retained in a “tipped back” or pinched condition with as much foliage as possible to promote trunk caliper. Lower branches should be cut off only after the tree is able to stand erect without staking or other support.

Thinning of certain species and individual specimens may be required to prevent wind damage. Suckers, water sprouts, rubbing and heavily laden branches shall be removed to provide less wind resistance.

Tree guying and staking shall be adjusted to prevent chafing and girdling.

Fertilization

Contractor shall exclusively use approved natural organic fertilizer “Nature Safe” or equal for all turf, plants, shrubs, and trees.

Most trees shall be fertilized annually, in the spring, with a complete fertilizer. Fertilization of mature trees shall be required only if the trees show a definite need for fertilization.

Fertilizer shall be applied around the tree, approximately halfway between the trunk and the dripline, at the rate of one-half pound of nitrogen per inch of trunk diameter measured at four feet above the soil surface.

All trees shall be observed for signs of nutrient deficiencies and treated to correct deficiencies throughout the year.

Page 27: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

27

The cost of fertilization and its application is included.

Trees shall be fertilized where signs there are signs of nutritional deficiencies or a desire for additional growth.

TURF CARE

Mowing: Warm season grass: Shall be mowed (maintained) with reel type mowers at a height of ¾” to 1”. All turf areas shall be cut at regular weekly intervals to maintain a neat appearance at all times. Cool season grass: Turf shall be mowed with rotary type mowers at a height of three inches (3”) during the spring, summer and fall. In the winter, turf areas shall be mowed at a height of 2”. All turf areas shall be cut at regular weekly intervals to maintain a neat appearance at all times. Excess clippings which present an undesirable appearance shall be removed from the turf.

Leaf Blowers: Leaf Blowers are NOT allowed to be used within the City of Del Mar. Consider using a yard vacuum to pick up materials.

Edging and Trimming: Turf edges adjacent to walks, curbs, paving mow strips, walls, fences, poles, buildings, shrub areas and other physical obstructions shall be trimmed weekly. “Weed eaters” or similar equipment shall not be used around trees or shrubs.

Aeration: All turf areas to be aerated during the months of March and October by removing half inch (1/2”) diameter by three inches (3”) deep cores with an aerator machine at not more than six inch (6”) spacing. CONTRACTOR shall flag all irrigation sprinklers prior to commencement of work. Cores shall be dragged or removed (by mowing) after completion of aeration.

Aerification Mowing shall be performed twice a year, April and October. Renovation shall be performed once a year, beginning May 15th. All sites must be completed by June 30th, unless otherwise specified.

Fertilization: Apply a complete controlled release fertilizer (e.g. Nature Safe Organic fertilizer 27-2-2 with UflexxTM) at appropriate intervals, after aeration operations, so as to maintain a healthy, actively growing turf.

Weed Removal: Weeds shall be removed from all turf grass areas, shrub and ground cover areas, planters, tree wells, slopes, cracks in paved areas, including sidewalks, areas covered with ornamental rocks and bark mulch, and in curbs and gutters. The weeds shall be pulled on a weekly basis. For the purpose of this specification a weed will be considered “any undesirable or misplaced plant”. Weeds shall be controlled by manual, mechanical, or chemical methods, but NO chemicals are to be used in City’s Parks, on the turf, or at the

Page 28: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

28

Winston School, only in planters and medians throughout the City. The Project Coordinator may restrict the use of chemical weed control in certain areas. Center island maintenance shall include the removal of weeds growing in all paved or unpaved surfaces of the center island.

Disease and Pest Control: Disease, insect and Pest Control: The Contractor shall regularly inspect all landscaped areas for presence of disease, insect or rodent infestation. The Contractor shall advise the Project Coordinator within four (4) days if disease, insect or rodent infestation is found; Contractor shall identify the disease, insect or rodent and specify control measures to be taken. Upon approval by the Project Coordinator, the Contractor shall implement the approved control measures, exercising extreme caution in the application of all sprays, dusts, or other materials utilized. Approved control measures shall be continued until the disease, insect or rodent is controlled to the satisfaction of the Project Coordinator. The Contractor shall utilize all safeguards necessary during disease, insect or rodent control operations to ensure safety of the public and the employees of the Contractor, in accordance with current standard practices accepted by the State of California Dept. of Food and Agriculture. If contractor is unable to control the pest or disease, a pest control company will be hired and the billing will be deducted from contractor’ monthly payment. All individuals who supervise the mixing and application of herbicides, pesticides and rodenticides shall possess valid Qualified Applicators Certificate for Category B issued to them by the State Dept. of Food and Agriculture.

SHRUBS AND VINES

Pruning

Shrubs and vines shall be pruned to maintain growth within space limitations, to maintain or enhance the natural growth habit, or to eliminate diseased or damaged growth. Some species shall be trimmed appropriately to influence flowering and fruiting, or to improve vigor.

Shrubs and vines must be trimmed as needed to permit unobstructed passage to residents or vehicles. Trimming near vehicular entry or exits shall be carried out to prevent sight restrictions.

Shrubs shall be pruned to conform with the design concept of the landscape. Individual shrubs shall not be clipped into balled or boxed forms, except where specifically instructed.

Page 29: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

29

Vines shall be pruned to control growth and direction, and shall not be allowed to grow over windows, doors or other structural features, unless directed by a representative of the Facilities Manager. Vines shall not be allowed to grow over the crowns of shrubs or trees.

Pruning work shall be accomplished to promote structural strength and accentuate the plant

Fertilization

Most shrubs and vines should be fertilized annually. Plants that have reached maturity may not require annual fertilization.

All actively growing plants, not yet at maturity, shall be fertilized yearly during the months of February through March. Apply an appropriate organic slow-release, long lasting complete fertilizer, controlled release fertilizer, or plant tablets at the manufacturer’s recommended application rate.

All plants shall be observed for signs of nutrient deficiencies and treated to correct deficiencies throughout the year. Nutrient deficiency shall be brought to the attention of the Landscape Specialist and properly identified prior to treatment.

Contractor shall exclusively use approved natural organic fertilizer “Nature Safe” or equal for all turf, plants, shrubs, and trees.

GROUND COVERS

Trimming

Prune groundcover as required to contain perimeter growth to within bed areas where adjacent to walks, curbs, and structures. Mature groundcover will be maintained at a consistent appearance with a beveled or rolled edge at hard surfaces.

Ground covers shall not be allowed to touch or cover the crowns of shrubs and trees.

Some ground covers may require cutting back to remove woody growth and promote vigor. This shall be performed at the direction of the Landscape Specialist.

Fertilization

Fertilization shall coincide with the growing season of each specific ground cover. One application of a complete fertilizer in the spring, per manufacturer’s recommended rate, adequate for established ground covers.

April 1 to April 15: apply granular fertilizer 12-12-12 at a rate of 1-pound actual nitrogen per 1000 square feet. This rate is 8.5 lbs. per 1000 sq. ft. or 365 lbs. per acre.

Page 30: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

30

May 15 to May 31: apply granular fertilizer 21-0-0 ammonium sulphate at a rate of one-half pound of nitrogen per 1000 square feet. This rate is 2.4 lbs. per 1000 sq. ft. or 1051 lbs. per acre.

July 1 to July 15: apply granular fertilizer 32-0-0 ammonium nitrate at a rate of one-half pound actual nitrogen per 1000 square feet. Rate 1.6 lbs. per 1000 sq. ft. or 68 lbs. per acre.

September 1 to September 15: apply granular fertilizer 16-16-16 at a rate of one pound of nitrogen per 1000 square feet. Rate 6.2 lbs. per 1000 sq. ft. 0. or 275 lbs. per acre.

Plant materials shall be fertilized where there are signs of nutritional deficiencies or a desire for additional growth-this should be scheduled four (4) times per year.

Contractor shall exclusively use approved natural organic fertilizer “Nature Safe” or equal for all turf, plants, shrubs, and trees.

DISEASE AND PEST CONTROL

All chemical controls must be applied under the supervision of a licensed and qualified applicator who possesses a valid California Qualified Pesticide Applicator License.

A qualified pest control applicator, following the procedures set forth in the labeling of the product, as required by law.

Healthy plants should be able to withstand minor disease and insect damage without controls. Routine application of pesticides shall not be practiced, as this destroys natural predator-prey relationships in the environment.

Where usually high infestations or infections occur, an accurate identification of the disease or insect shall be made, and the control selected with care, prior to application.

The Landscape Specialist shall be provided with the labeling for each pesticide used before the product is applied.

Gophers shall be trapped and relocated.

Landscape Specialist to be advised prior to any application of weed control. Weed Control Contractor will at all times be in compliance with requirements for hazardous communications programs. Pest control specialist are to be trained and supervised in the safe application,

Page 31: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

31

storage, and disposal of chemicals in accordance with EPA, OSHA, and DPR regulations. Use of Round-Up, Ranger-Pro, or any other product with Glyphosate is prohibited. Violations of any of these requirements may lead to a civil penalty of up to $5,000 per day, per violation.

Pre-Emergent Control

All areas dressed in decomposed granite and artificial grass or natural ground shall be treated with pre-emergent herbicide twice yearly: in spring between February 15 and March 15, and in fall between October 15 and November 15. The pre-emergent must receive 0.511 of rain or be watered in within 10 days of application.

Areas seeded with wild-flowers shall be identified by the Landscape Specialist and shall not be treated with pre-emergent herbicide.

Weed control will also be addressed in the cracks of concrete paving and or adjacent cracks where weeds can germinate.

Landscape Specialist to be advised prior to any application of weed control.

Post Emergent Control

All areas shall be kept free of weeds. Organic Chemical and/or mechanical means may be used as appropriate. If any weeding is not performed, maintenance will be considered unsatisfactory.

Before applying herbicides, the type of weed shall be identified, and the control selected accordingly, using the most effective control for the species, the location and the season.

Weeds shall not be allowed to grow in paved areas such as driveways, walks, curbs, gutters, etc. Weeds may be removed manually or sprayed with an herbicide. Dead weeds shall be removed from the paved areas.

The Landscape Specialist shall be provided with the labeling (MSDS) for each herbicide proposed before the product is applied.

Post emergent shall be sprayed at the manufacturer’s recommended rates.

Weeds shall be controlled in turf areas. Mowing is not an acceptable method for weed control.

All ground cover areas shall be maintained essentially free of weeds.

Certain weeds may not be susceptible to selective chemical or manual control. We expect this Contractor to provide a remedy should this situation arise.

Page 32: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

32

Landscape Specialist to be advised prior to any application of weed control.

DEBRIS REMOVAL

Litter and trash including leaves, dog waste, rubbish, paper, bottles, cans, rocks, gravel, and other debris shall be removed from all areas on a weekly basis.

All refuse resulting from the maintenance operation of properties shall be disposed of at locations designated by the Facilities Manager.

Hardscape (i.e. sidewalks, patios, driveways) shall be swept or vacuumed free of debris weekly.

Brow Ditch shall be cleaned four (4) times per year in January, April, July, and October.

Contractor shall inspect Tot Lot play area for litter, debris, or any dangerous materials daily – first thing in the morning. The sand shall be smoothed to a uniform appearance filling in any holes dug by children. If any equipment appears in need of repair contact Public Works immediately.

SURFACES

All areas dressed in decomposed granite shall be raked and cleaned as needed, but not less than once every four (4) weeks. Re-compaction will be on an as needed basis, and at 90% compaction.

All soil shall be regraded, as necessary, on a weekly basis. Rock cover will always cover the black waterproofing and metal termination bar at all planters.

Paved sidewalks, medians, and patio areas shall be swept or vacuumed off on a weekly basis.

Mulch and bark areas to flush out with all boxes to the top of the units.

Brow Ditch shall be cleaned four (4) times per year in January, April, July, and October.

IRRIGATION

The irrigation shall be operated at an appropriate seasonal schedule, using the least amount of water necessary to maintain the growth, health, and vigor of all landscape plant materials.

Clean and adjust sprinkler system to provide the best coverage possible from existing system. Turn on each zone, monitor for leaks or malfunctioning parts, and adjust for proper spray arch and maximum efficiency.

Page 33: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

33

Irrigation controllers shall be re-programmed at a minimum of once monthly in order to match plant material water needs to the irrigation applied.

The contractor shall maintain a log of current sprinkler station times. A copy of the log shall be given to the Landscape Specialist after routine inspection. The log shall include, but is not limited to:

Controller location Scheduled days to run Start times Station location Each station’s run time End time Contractor’s employee initial and date

The contractor is required to employ the necessary qualified irrigation technician(s) to maintain and repair all irrigation systems on the property. The contractor shall maintain a reasonable inventory of commonly required repair parts on the service vehicle in order to facilitate prompt irrigation system repairs. Every effort will be made to ensure that the parts and accessories match was to what was installed initially via Submittal. (To be made part of contract)

Irrigation repairs shall be made with the same brand, make, and model of component where the use of a different part will adversely affect the system efficiency (i.e. sprinkler heads and emitters).

When a sufficient amount of rainfall has occurred, the contractor will turn off the irrigation system until it is necessary to water again. A properly adjusted automatic rain shut off device may be used for this purpose.

Irrigation and sprinkling will be performed by contractor, as well as all maintenance of irrigation systems.

Repairs to sprinkler equipment damaged by the contractor shall be the responsibility of the contractor, at no cost to the owner. If repair work is not accomplished in a timely manner, Landscape Specialist shall have work completed and deduct loss from monthly payment.

Perform sprinkler check/inspection after each visit.

Report and flag all water leaks and/or system malfunctions to the Facilities Manager.

REPLANTING AND EXTRA WORK

Page 34: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

34

Plant material which dies through the fault or neglect of the contractor, or due to preventable circumstances, shall be replaced with a specimen of the same species and of equal or similar size as the plant lost, at no cost to the owner.

This work must be coordinated/appproved with the Landscape Specialist.

Page 35: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

35

SECTION V

PROPOSAL FORMS

To the City of Del Mar, acting by and through its City Council, herein called the "City" for CITYWIDE LANDSCAPING SERVICES to be provided to said City: Pursuant to and in compliance with the Request for Proposals (RFP) and in accordance with the Specifications contained herein, the undersigned proposing contractor, having become familiarized with the terms of the contract, plans, specifications, and addenda, hereby proposes and agrees to perform, within the time stipulated, the contract, including all of its component parts, and everything required to be performed, all in strict conformity with the plans and specifications and other contract documents, including all addenda for the sums set for the sites listed herein; It is understood and agreed that the contract amount includes all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies between numbers of the bid amount and the words stating the amount, the words shall govern over numbers: IN COMPLIANCE with the Notice, Specifications, and special provisions hereinbefore stipulated, the undersigned, with full comprehension thereof, hereby proposes to perform the entire work for the prices set forth below upon which award of Contract is made; Work not identified in the contract will be billed on a time and materials basis using the same standard hourly rate (which shall include labor, vehicle use, tools and equipment, overhead and profit). For the purpose of proposal evaluation, proposing contractors shall enter on the proposal schedule the standard hourly rates as requested.

The successful contractor must include all parts and labor in the Monthly Service Contract Costs.

Page 36: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

36

EXHIBIT B FEE SCHEDULE

A. Planted and Irrigated medians and associated road parkway treatments in the following locations: A-1 All currently developed planting in the center medians on Camino del Mar between Via De

la Valle and Carmel Valley Road, encompassing about 2.5 miles of median strip of varying width containing trees(< 12 feet), shrubs, flowers, ground cover, paved or solid stone surfaces and gutters.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property A-1

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees (< 12 feet) 1 $

Fertilization - Trees (< 12

feet)1 $

Edging 12 $

Paved Top of Medians 12 $

Curb Ends 52 $

Rake up Pine Needles 12 $

$

Schedule of tasks:

*Transfer to Bid Schedule Summary

*TOTAL PROPERTY A-1

Page 37: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

37

EXHIBIT B FEE SCHEDULE A. Planted and Irrigated medians and associated road parkway treatments in the following locations: A-2 Plantings in the triangle at Coast Boulevard and Camino del Mar and three nearby

rectangular planters beginning south of 24th Street to 22nd Street between the west curb of Camino del Mar/Coast Boulevard and the sidewalk encompassing approximately 10,600 SF of planted area containing trees(< 12 feet), shrubs, flowers, ground cover; sidewalk, access ramps and gutters.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property A-2

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

D&G Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY A-2

*Transfer to Bid Schedule Summary

Page 38: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

38

EXHIBIT B FEE SCHEDULE A. Planted and Irrigated medians and associated road parkway treatments in the following locations: A-3 The triangular median strip approximately 9,000 SF between Jimmy Durante Boulevard and

Camino del Mar bounded on the North by the eastern bridge abutment for the railroad overpass and median ice-plant and other vegetation north of Camino del Mar RR overpass containing trees(< 12 feet), shrubs and ground cover.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property A-3

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Paved Top of Medians 12 $

Gutter 52 $

Sidewalk 52 $

Brow Ditch Cleaning 4 $

Rake up Pine Needles 12 $

$

*Transfer to Bid Schedule Summary

*TOTAL PROPERTY A-3

Schedule of tasks:

Page 39: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

39

EXHIBIT B FEE SCHEDULE A. Planted and Irrigated medians and associated road parkway treatments in the following locations: A-4 Planted median approximately 12,500 SF on Jimmy Durante Boulevard between San

Dieguito Drive and Camino del Mar + Parkway medians on West side, containing trees (< 12 feet), shrubs, flowers, ground cover, paved or solid stone surfaces and gutters.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property A-4

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Gutter 52 $

$

Schedule of tasks:

*TOTAL PROPERTY A-4

*Transfer to Bid Schedule Summary

Page 40: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

40

EXHIBIT B FEE SCHEDULE

A. Planted and Irrigated medians and associated road parkway treatments in the following locations: A-5 The southeast triangle island at the intersection of Jimmy Durante Blvd. and Via De La Valle

approximately 8,900 square feet containing trees(< 12 feet), shrubs, flowers, ground cover; sidewalk, access ramps and gutters.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property A-5

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY A-5

*Transfer to Bid Schedule Summary

Page 41: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

41

EXHIBIT B FEE SCHEDULE

A. Planted and Irrigated medians and associated road parkway treatments in the following locations: A-6 Landscaping on East and West sides of Camino del Mar located north and south of 12th and

14th Street pedestrian crossings encompassing 424 and 390 square feet, respectively containing trees(< 12 feet), shrubs, flowers, ground cover; sidewalk, access ramps and gutters.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property A-6

Supervisory Inspection 12 $

Irrigation - Inspection (A) 12 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY A-6

*Transfer to Bid Schedule Summary

Page 42: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

42

EXHIBIT B FEE SCHEDULE

A. Planted and Irrigated medians and associated road parkway treatments in the following locations: A-7 Camino del Mar parkway (road edge) between 25th and 27th Street, east and west side

approximately 2,300 square feet containing trees(< 12 feet), shrubs, flowers, ground cover; sidewalk, access ramps and gutters.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property A-7

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY A-7

*Transfer to Bid Schedule Summary

Page 43: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

43

EXHIBIT B FEE SCHEDULE A. Planted and Irrigated medians and associated road parkway treatments in the following locations: A-8 Two medians by Chamber of Commerce on 11th ST.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property A-8

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY A-8

*Transfer to Bid Schedule Summary

Page 44: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

44

EXHIBIT B FEE SCHEDULE

B. Public Parks in the following locations:

B-1 The public park known as "Seagrove Park" located at the west end of 15th Street and east

of the Atchison, Topeka and Santa Fe Railway encompassing 1.52 acres of trees(< 12 feet), ground cover, turf, shrubs, benches, paved areas, gutters, decomposed granite walkways and sidewalks. Southern boundary includes the area bordering the Wavecrest timeshares.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property B-1

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 260 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Mowing - Turf 52 $

Aerification - Turf 2 $

Renovation - Turf 1 $

Fertilization - Turf 4 $

Edging 52 $

Gutter 52 $

Sidewalk 52 $

Ground Squirrel Control

by trapping4 $

$

Schedule of tasks:

*TOTAL PROPERTY B-1

*Transfer to Bid Schedule Summary

Page 45: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

45

EXHIBIT B FEE SCHEDULE B. Public Parks in the following locations:

B-2 The public park known as "Powerhouse Park", located at 16301/2 Coast Boulevard,

encompassing 3.18 acres of trees(< 12 feet), ground cover, turf, shrubs, benches, tables, Tot-Lot play area (sand maintenance included), paved areas, gutters and sidewalks. This area includes the extensive landscaping areas surrounding the Powerhouse building. The area is bounded on the west by the top of the bluff, the south by a chain-link fence, the east by the west curb of Coast Blvd. and the north by the pathway that runs along the south side of the Powerhouse Building.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property B-2

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 260 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Mowing - Turf 52 $

Aerification - Turf 2 $

Renovation - Turf 1 $

Fertilization - Turf 4 $

Edging 52 $

Gutter 52 $

Sidewalk 52 $

D&G Sidewalk 52 $

Brow Ditch Cleaning 4 $

Tot Lot Maintenance 260 $

Ground Squirrel Control

by trapping4 $

$

Schedule of tasks:

*TOTAL PROPERTY B-2

*Transfer to Bid Schedule Summary

Page 46: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

46

EXHIBIT B FEE SCHEDULE

B. Public Parks in the following locations:

B-3 Stuart Green (Caminito) Park, approximately 2,100 square feet mini-park in the alley

right-of-way west of Camino del Mar and south of 15th Street, including brick walkway, benches, and planters of shrubs, bushes, and trees (< 12 feet).

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property B-3

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 260 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Sidewalk 52 $

$*TOTAL PROPERTY B-3

*Transfer to Bid Schedule Summary

Schedule of tasks:

Page 47: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

47

EXHIBIT B FEE SCHEDULE

B. Public Parks in the following locations:

B-4 The mini park within the 13th Street right of way at Maiden Lane, approximately

1,200 square feet of trees (< 12 feet), shrubs, and brick walkway.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property B-4

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 260 $

Weed Removal 24 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Paved Top of Medians 12 $

Gutter 52 $

Sidewalk 52 $

D&G Sidewalk 52 $

Brow Ditch Cleaning 4 $

Rake Planters 52 $

$

$

Schedule of tasks:

*TOTAL PROPERTY B-4

*Transfer to Bid Schedule Summary

Page 48: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

48

EXHIBIT B FEE SCHEDULE B. Public Parks in the following locations:

B-5 Triangular-shaped Park known as Sea Cliff Park consisting of about 12,500 SF, of trees(<

12 feet), shrubs, plantings and decomposed granite walkways. Area west of tracks, south of Powerhouse Park south fence, and to the bluffs.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property B-5

Supervisory Inspection 12 $

Litter Removal 260 $

Weed Removal 24 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

D&G Sidewalk 52 $

Ground Squirrel Control

by trapping4 $

$

Schedule of tasks:

*TOTAL PROPERTY B-5

*Transfer to Bid Schedule Summary

Page 49: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

49

EXHIBIT B FEE SCHEDULE B. Public Parks in the following locations:

B-6 The public park known as "Shores Park", located on Stratford Ct. at 9th Street,

encompassing an area with trees(< 12 feet), ground cover, turf, shrubs, benches, tables, paved areas, gutters and sidewalks.

TASK DESCRIPTION LABOR & MATERIAL

YEARLY

FREQUENCY

YEARLY

COST

Property B-6

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 260 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Mowing - Turf 52 $

Aerification - Turf 2 $

Renovation - Turf 1 $

Fertilization - Turf 4 $

Edging 52 $

Gutter 52 $

Sidewalk 52 $

DG Ball field surface 52 $

Brow Ditch Cleaning 4 $

Ground Squirrel Control by

trapping4 $

$

Schedule of tasks:

*TOTAL PROPERTY B-6

*Transfer to Bid Schedule Summary

Page 50: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

50

EXHIBIT B FEE SCHEDULE

C. Public Building landscaping in the following locations:

C-2 City of Del Mar Public Library located at 1309 Camino del Mar, which is bordered on

eastside by Camino del Mar, north side by 13th Street, Westside by Maiden Lane, Southside by commercial parking lot of 1327 Camino del Mar. Approximately 2,865 SF, of trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property C-2

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 260 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$

*Transfer to Bid Schedule Summary

Schedule of tasks:

*TOTAL PROPERTY C-2

Page 51: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

51

EXHIBIT B FEE SCHEDULE

C. Public Building landscaping in the following locations: C-3 Post Office building (Parkway – sidewalk to street only): sidewalk and tree planter areas

from the north sidewalk edge to the gutters and to the outside limits of the east and west driveways to include trees(< 12 feet), driveways, stone paved areas, access ramps, sidewalks and gutters, approximately 3,800 SF. Del Mar Garden Club maintains area from sidewalk to building.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property C-3

Supervisory Inspection 12 $

Litter Removal 260 $

Weed Removal 52 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 0 $

Gutter 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY C-3

*Transfer to Bid Schedule Summary

Page 52: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

52

EXHIBIT B FEE SCHEDULE

C. Public Building landscaping in the following locations: C-4 Public Works building located at 2240 Jimmy Durante Boulevard to include the front at

south landscape beds of trees (< 12 feet), shrubs and plantings adjacent to building approximately 500 square feet.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property C-4

Supervisory Inspection 12 $

Irrigation - Inspection 12 $

Litter Removal 52 $

Weed Removal 12 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

$

Schedule of tasks:

*TOTAL PROPERTY C-4

*Transfer to Bid Schedule Summary

Page 53: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

53

EXHIBIT B FEE SCHEDULE C. Public Building landscaping in the following locations: C-5 21st Street Pump Station located at 201 21st ST to include the landscape beds of trees (<

12 feet), shrubs and plantings adjacent to building approximately 4,000 square feet.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property C-5

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 12 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

$

Schedule of tasks:

*TOTAL PROPERTY C-5

*Transfer to Bid Schedule Summary

Page 54: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

54

EXHIBIT B FEE SCHEDULE C. Public Building landscaping in the following locations: C-6 Beach Safety Center located at 17th ST to include the landscape beds of trees (< 12 feet),

shrubs and plantings adjacent to building approximately 5,000 square feet.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property C-6

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 12 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

$

Schedule of tasks:

*TOTAL PROPERTY C-6

*Transfer to Bid Schedule Summary

Page 55: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

55

EXHIBIT B FEE SCHEDULE

D. City Pathways: D-1 Alley between Crest Road and Hoska Lane known as the "Gunther’s Walkway” containing

approximately 3,700 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property D-1

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees/Palms 1 $

Fertilization - Trees 1 $

Sidewalk 52 $

$*TOTAL PROPERTY D-1

*Transfer to Bid Schedule Summary

Schedule of tasks:

Page 56: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

56

EXHIBIT B FEE SCHEDULE

D. City Pathways: D-2 Carmel Valley Walkway located between Ocean View and Torrey Point Road to include

sidewalk and adjacent ground cover, stairway to include sweeping and DG pathway, approximately 3,700 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property D-2

Supervisory Inspection 12 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Pruning - Trees(< 12 feet) 1 $

Edging 12 $

Sidewalk 52 $

D&G Sidewalk 52 $

$

*Transfer to Bid Schedule Summary

Schedule of tasks:

*TOTAL PROPERTY D-2

Page 57: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

57

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-1 Median 4th Street just west of Camino Del Mar containing approximately 240 SF, plus vines and trees (< 12 feet) on W/S of Camino del Mar northbound to 460 Camino del Mar.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-1

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

Gutter 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-1

*Transfer to Bid Schedule Summary

Page 58: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

58

EXHIBIT B FEE SCHEDULE

E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-2 Southeast and Southwest corners, intersection of 9th Street and Stratford Court containing

approximately 1,229 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-2

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-2

*Transfer to Bid Schedule Summary

Page 59: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

59

EXHIBIT B FEE SCHEDULE

E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-3 Medians on 12th Street near Stratford Court containing approximately 220 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-3

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Gutter 52 $

$*TOTAL PROPERTY E-3

*Transfer to Bid Schedule Summary

Schedule of tasks:

Page 60: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

60

EXHIBIT B FEE SCHEDULE

E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-4 East road edge Crest Road at Hoska Lane containing approximately 1,005 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-4

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-4

*Transfer to Bid Schedule Summary

Page 61: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

61

EXHIBIT B FEE SCHEDULE

E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations:

E-5 Southwest corner Via Alta at Crest containing approximately 960 square feet. **

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-5

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-5

*Transfer to Bid Schedule Summary

Page 62: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

62

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-6 Median on Via Alta between Van Dyke and Umatilla containing approximately 100 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-6

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Gutter 52 $

$*TOTAL PROPERTY E-6

*Transfer to Bid Schedule Summary

Schedule of tasks:

Page 63: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

63

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-7 South road edge on 15th just west of Carolina containing approximately 600 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-7

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet)1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-7

*Transfer to Bid Schedule Summary

Page 64: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

64

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-8 Planter circle at east end of 15th Street (top of hill), a 10’ diameter planter of ground cover,

and other small plantings containing approximately 80 SF.

$

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-8

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 12 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Gutter 52 $

$

*TOTAL PROPERTY E-7

*Transfer to summary Bid Prices Sheets

Schedule of tasks:

*TOTAL PROPERTY E-8

*Transfer to Bid Schedule Summary

Page 65: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

65

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-9 The median strip on 15th Street east of Camino Del Mar and up to Luneta Drive containing

approximately 2,600 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-9

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Gutter 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-9

*Transfer to Bid Schedule Summary

Page 66: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

66

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-10 Two small side medians, area approximately 2,000 SF on the southeast and northeast

corner of the intersection of 15th Street and Coast Blvd./ Ocean Ave.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-10

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Gutter 52 $

Sidewalk 52 $

$*TOTAL PROPERTY E-10

*Transfer to Bid Schedule Summary

Schedule of tasks:

Page 67: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

67

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-11 Two planters and the tree planter on the southeast corner of 15th Street and Stratford

Court containing approximately 420 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-11

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

Gutter 52 $

$

*Transfer to Bid Schedule Summary

Schedule of tasks:

*TOTAL PROPERTY E-11

Page 68: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

68

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-12 Approximately 1,070 SF in two medians on Coast Boulevard at railroad tracks.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-12

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

Paved Top of Medians 12 $

Gutter 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-12

*Transfer to Bid Schedule Summary

Page 69: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

69

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-13 Two (2) medians on Coast Boulevard, totaling approximately 614 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-13

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12 feet) 1 $

Edging 12 $

Paved Top of Medians 12 $

Gutter 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-13

*Transfer to Bid Schedule Summary sheets

Page 70: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

70

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-14 Parkway near Camino Del Mar at Court Street, approximately 3,635 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-14

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Paved Top of Medians 12 $

Gutter 52 $

$*TOTAL PROPERTY E-14

*Transfer to Bid Schedule Summary

Schedule of tasks:

Page 71: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

71

EXHIBIT B FEE SCHEDULE

E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-15 Bulb out on Camino Del Mar at 29th Street (east side), approximately 162 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-15

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Paved Top of Medians 12 $

Gutter 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-15

*Transfer to Bid Schedule Summary

Page 72: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

72

EXHIBIT B FEE SCHEDULE E. Planted and irrigated road edge traffic control devices or small medians which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, sidewalks, and gutters at the following locations: E-16 Four (4) Chicanes on Crest Road, approximately 162 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property E-16

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Paved Top of Medians 12 $

Gutter 52 $

$

Schedule of tasks:

*TOTAL PROPERTY E-16

*Transfer to Bid Schedule Summary

Page 73: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

73

EXHIBIT B FEE SCHEDULE F. Planted and irrigated street ends which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, decomposed granite walkways, sidewalks, and gutters in the following locations: F-1 Planted street-end at the west end of 19th Street between Ocean Front and the Seawall

including about 5,500 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property F-1

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover1 $

Pruning - Trees(< 12 feet) 2 $

Fertilization - Trees(< 12

feet) 12 $

Edging 52 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY F-1

*Transfer to Bid Schedule Summary

Page 74: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

74

EXHIBIT B FEE SCHEDULE F. Planted and irrigated street ends which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, decomposed granite walkways, sidewalks, and gutters in the following locations: F-2 Approximately 2,000 SF at 20th Street between Ocean Front and the lifeguard station,

bounded on the south by a private wooden fence and the north by the walkway to a private residence. Include the sidewalk access to the beach.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property F-2

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY F-2

*Transfer to Bid Schedule Summary

Page 75: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

75

EXHIBIT B FEE SCHEDULE F. Planted and irrigated street ends which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, decomposed granite walkways, sidewalks, and gutters in the following locations: F-3 Planted street-end at the west end of 21st Street between Ocean Front and the beach

seawall containing approximately 3,500 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property F-3

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Edging 12 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY F-3

*Transfer to Bid Schedule Summary

Page 76: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

76

EXHIBIT B FEE SCHEDULE F. Planted and irrigated street ends which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, decomposed granite walkways, sidewalks, and gutters in the following locations: F-4 Planted street-end at the west end of 22nd Street between Ocean Front and the beach

seawall containing approximately 3,500 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property F-4

Supervisory Inspection 12 $

Irrigation - Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Sidewalk 52 $

$*TOTAL PROPERTY F-4

*Transfer to Bid Schedule Summary

Schedule of tasks:

Page 77: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

77

EXHIBIT B FEE SCHEDULE F. Planted and irrigated street ends which may include trees(< 12 feet), shrubs, flowers, groundcover, native vegetation, paved areas, access ramps, decomposed granite walkways, sidewalks, and gutters in the following locations: F-5 Street-end located at 25th Street between Ocean Front and the east side of the lifeguard

tower including parking areas containing approximately 2,800 SF.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property F-5

Supervisory Inspection 12 $

Irrigation/Inspection 52 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY F-5

*Transfer to Bid Schedule Summary

Page 78: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

78

EXHIBIT B FEE SCHEDULE G. Riverpath Del Mar to include DG path, plants and benches. Area west from Jimmy

Durante and from Public Works drive to south and San Diequito River on north, west to parking lot at Public Works Building, then to include the area between river and parking lot and area from fence to river west to railroad fence containing approximately 1.4 acres.

TASK DESCRIPTION LABOR & MATERIALYEARLY

FREQUENCY

YEARLY

COST

Property G

Supervisory Inspection 12 $

Litter Removal 52 $

Weed Removal 52 $

Pruning -

Shrubs / Groundcover6 $

Fertilization -

Shrubs / Groundcover4 $

Pruning - Trees(< 12 feet) 1 $

Fertilization - Trees(< 12

feet) 1 $

Edging 12 $

DG Sidewalk 52 $

$

Schedule of tasks:

*TOTAL PROPERTY G

Page 79: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

79

EXHIBIT B - FEE SCHEDULE

TOTAL ANNUAL COST FOR ALL LOCATIONS: $_______________

PropertyTotal Cost per

Property per YearProperty

Total Cost per

Property per Year

A-1 $ E-2 $

A-2 $ E-3 $

A-3 $ E-4 $

A-4 $ E-5 $

A-5 $ E-6 $

A-6 $ E-7 $

A-7 $ E-8 $

A-8 $ E-9 $

B-1 $ E-10 $

B-2 $ E-11 $

B-3 $ E-12 $

B-4 $ E-13 $

B-5 $ E-14 $

B-6 $ E-15 $

C-2 $ E16 $

C-3 $ F-1 $

C-4 $ F-2 $

C-5 $ F-3 $

C-6 $ F-4 $

D-1 $ F-5 $

D-2 $ G $

E-1 $

Page 80: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

80

CONTRACTOR agrees to purchase and provide all labor, equipment and supplies necessary to perform landscape services for the following locations in accordance with the provisions and specifications listed in this RFP. All materials shall be purchased by Contractor. Cost for Monthly Service Charge and Annual Service Charge should include profit/overhead, transportation expenses and fuel surcharges in your estimates.

Landscaping Services Labor Pricing

Activity Per Hour Cost

Labor, Hourly Rate During Regular Working Hours (M-F 8am-5pm)

Labor, Hourly Rate After Regular Working Hours

Guarantee markup on material costs

10%

ADDITIONAL BID ADDITIVES:

Additional Services (regular working hours) Cost per Person per Hour

$

Additional Services (call-backs for after-hours, Cost per Person per Hour

$

Weekends and Holidays with one (2) hour response time)

Cost per Person per Hour

$

Page 81: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

81

(This page follows Fee schedules)

Notice of acceptance or requests for additional information should be addressed to proposing contractor at the address stated below. (Please Print):

Authorized Agent or Officer:

Title:

Address:

Telephone No. Fax No. E-mail

Business License No. Issuing City/County:

Expiration Date: Proposing Contractor's Signature: ________________________ Date: _____________

Page 82: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

82

STATEMENT OF FINANCIAL RESPONSIBILITY, TECHNICAL ABILITY, AND EXPERIENCE

Landscaping Services Qualification Form

Company Information: Please provide the following information:

1. Legal Name:

2. Legal Address:

3. Year Company was Incorporated:

4. Company Main Phone Number:

5. Fax Number:

6. E-Mail Address:

7. Web Site:

8. Owner and Title:

9. Operations Manager:

10. Attach Company Organizational Chart:

Business Status: check more than one if Applicable: Incorporated: Sole Owner:

Partnership: M/WBE:

Traded: Others:

Sales Information:

1. Company total dollar sales fiscal year 2017 $_____________

2. Has your company ever filed for bankruptcy? Yes: No:

If yes explain in detail the reason why, filing date and current status:

Management Information: (Provide attachments if spaces provided is insufficient)

1. Enclose the resume of your proposed Superintendent and other key Personnel:

Page 83: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

83

2. Total number of employees in San Diego?

3. Describe your company quality assurance program and provide resume of your proposed quality assurance agent.

4.

Describe in detail what training you currently have in-house or under contract for your employees

5. Describe in detail your safety program (Attach any supporting documentation)

6. Has your company ever been terminated on a contract for unsatisfactory performance?

Yes: No: If yes, describe in detail:

7. Does your company have 24 hours emergency services? Yes No:

8. Provide your financial reference with contact and phone number

Experience: 1. Is your company presently providing Landscaping

services for any major accounts similar to the scope of this RFP?

Yes No

2.

Is your company presently providing Landscaping services for any major San Diego accounts similar to scope of this RFP?

Yes No

I certify that all the above information is correct to the best of my knowledge: Signed Date:

Authorized Agent or Officer

Page 84: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

84

INFORMATION REQUIRED OF PROPOSING CONTRACTOR The following information is required to be supplied by the proposer. Additional sheets may be attached if necessary.

Reference Name/Address/Phone

Contract Amount

Type of Business (Government, Private, etc.)

Start and Completion Dates

of Contract

1. List the name and position of the person representing your firm who inspected the sites

of the proposed work:

Date(s) of Inspection:

Page 85: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

85

2. The contractor who is recommended for award of contract shall furnish the City of Del Mar notarized financial and organization statements, as well as any other information necessary, to sufficiently allow for an appraisal of his/her current financial position (solvency of the business) and the capability to manage the work contained herein.

3. List of subcontractors: The following information relative to the sub-contractors and suppliers proposed to be used must be furnished to the City as part of this proposal.

If all work is to be done without subcontractors, write "None" in the following space:

Name under which Subcontractor is

Licensed

Class / License Number

Office or Shop Address and Telephone No.

Type of Work Subcontractor Will

Do

4. Suppliers

Name of Supplier Address & Telephone No. Type of Material

Page 86: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

86

BID SECURITY BOND OR CHECK

A *certified check, properly made payable to the City of Del Mar, for dollars ($ _____ ); or a *bond in favor of the City of Del Mar for ____________________________________ dollars ($ ______ ); which amount is not less than ten percent (10%) of the total amount of the bid, is attached hereto. The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of the check or bond accompanying this bid shall become the property of the City of Del Mar. Licensed in accordance with an act providing for registration of Contractors, License No. . SIGNATURE OF BIDDER: (If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof.) *Strike out inapplicable phrase.

Business Address

DATED: , 20 OR NAME OF CORPORATION:

By: (Signature of President of Corp.)

DATED: , 20 By: (Signature of Secretary of Corp.) Business Address Corporation organized under the laws of the state of SEAL

Page 87: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

87

Note: Letter must be submitted on bank letterhead with resolution or other documentation identifying signature as bank officer authorized to sign on behalf of bank.

LETTER OF CREDIT SECURING BID

City of Del Mar 1050 Camino del Mar Del Mar, CA 92014 Subject: Irrevocable Letter of Credit No. Gentlemen: This Letter of Credit is given to secure the bid of hereinafter referred to as "Principal," dated , 20 for LANDSCAPING SERVICES in accordance with the Specifications and Notice Inviting Bids therefore. The amount of this Letter of Credit is ten percent (10%) of the amount of the bid. If said bid is accepted and the contract awarded to the Principal, said Principal shall enter into the contract as required by law. If Principal does not do so, the City of Del Mar, hereinafter "City" may draw upon this Letter of Credit as hereinafter provided. As required by said Notice Inviting Bids and Specifications, and for that purpose only, we hereby establish in favor of City and for the account of Principal our Irrevocable Letter of Credit No.________________________________________ in the amount of ____________________________________________U.S. Dollars ($ ), to be paid by drafts at sight on us if accompanied by the following documents:

City's written statement (signed by the City Engineer, City Manager, or City Attorney) certifying that there has been failure of the Principal to perform the above agreement. Said statement shall declare the amount of the sight draft on us and that the amount of this draft is, therefore, now due and payable.

IT IS AGREED that the above funds are guaranteed for payment and said funds shall become trust funds for the purposes set forth herein.

Bid Letter of Credit - Page 1 of 2

Page 88: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

88

City of Del Mar Letter of Credit Securing Bid Page 2 All drafts under this Letter of Credit shall be marked: Name of Bank Address Irrevocable Letter of Credit No. We expressly agree with you that all drafts drawn under and in compliance with the terms of this Letter of Credit shall meet with due honor upon presentation. Further, that all drafts shall be delivered to the City in accordance with Cal. Comm. Code Section 5112.

Dated:

By: Authorizing Agent or Representative

Its: Print Name & Title APPROVED AS TO FORM: Leslie E. Devaney, City Attorney

Bid Letter of Credit - Page 2 of 2

Page 89: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

89

NON-COLLUSION AFFIDAVIT To the City Council, City of Del Mar, California: The undersigned in submitting a proposal for performing the following work by contract, being duly sworn, deposes and says: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competition in connection with such contract, for:

CITY OF DEL MAR LANDSCAPING SERVICES

___________________________________ Signature of Proposing Contractor ___________________________________ Business Address ___________________________________ Place of Residence Subscribed and sworn before me this _______ day of ___________________, of the year 2019. ______________________________________________ Notary Public in and for the County of ___________________, State of California My commission expires ___________________________. (This affidavit shall be executed by the successful Bidder in accordance with instructions in the Federal Requirements, but Bidder may execute the affidavit on this page at the time of submitting bid.)

Page 90: CITYWIDE LANDSCAPING SERVICES - Del Mar, CA

90

SECTION VI PROFESSIONAL SERVICES AGREEMENT