HomeMy WebLinkAboutAGENDA REPORT 2025 0604 CC REG ITEM 10GCITY OF MOORPARK, CALIFORNIA
City Council Meeting
of June 4, 2025
ACTION APPROVED STAFF
RECOMMENDATION.
BY A. Hurtado.
G. Consider Award of Agreement to Venco Western, Inc. for Landscape Maintenance
Services in Landscape and Lighting Maintenance Assessment District (LLD)
Citywide Zones, Zones of Benefit 1-11, and 14, and Miscellaneous City Properties.
Staff Recommendation: Approve Agreement with Venco Western, Inc. and
authorize the City Manager to execute the Agreement, including future
Amendments to extend the term and increase the annual compensation as
outlined in the Agreement, subject to final language approval of the City Manager.
(Staff: Jeremy Laurentowski, Parks and Recreation Director)
Item: 10.G.
MOORPARK CITY COUNCIL
AGENDA REPORT
TO: Honorable City Council
FROM: Jeremy Laurentowski, Parks and Recreation Director
BY: Leland Baxter, Parks and Facilities Supervisor
DATE: 06/04/2025 Regular Meeting
SUBJECT: Consider Award of Agreement to Venco Western, Inc. for
Landscape Maintenance Services in Landscape and Lighting
Maintenance Assessment District (LLD) Citywide Zones, Zones of
Benefit 1-11, and 14, and Miscellaneous City Properties
SUMMARY
Staff requests that the City Council consider award of an Agreement with Venco Western,
Inc. (Venco) in the amount of $427,000 annually for landscape maintenance services in
Citywide, Zones of Benefit, and Miscellaneous City Properties.
BACKGROUND
In 1984, LLD No. 84-2, encompassing the entire City (LLD 84-2), was created to fund costs
associated with street lighting and the maintenance of various landscaped areas in the City.
This was a successor to the District enacted by the County of Ventura prior to the
incorporation of the City. In subsequent years, Zones of Benefit (Zones) were added to fund
improvements and the maintenance of certain specific areas. Later, these Zones were
changed to Districts 1 through 12.
Since 1984, the City has formed additional Assessment Districts to fund the maintenance of
associated landscape improvements. These include the following active Districts: District
14 (Silver Oak Lane Tract 5201); District 15 A / B (Country Club Estates Tract 4928 / Masters
at Moorpark Country Club Tract 5463); District 16 (Mountain View Tract 5166); District 18
(Moonsong Court Tract 5307); District 20 (Meridian Hills Tract 5187), District 21 A / B
(Canterbury Lane Tract 5133 / Ivy Lane Tract 5425), and District 22 (Moorpark Highlands
Tract 5045).
LLD 84-2, which includes the Citywide Zone and Districts 1 through 12, was adopted prior
to the passage of Proposition 218, which does not provide a provision for increasing the
Item: 10.G.
271
Honorable City Council
06/04/2025 Regular Meeting
Page 2
annual assessment without a vote of the affected property owners. For the remaining
districts that were adopted after the passage of Proposition 218, the language in the
formation documents allows the maximum assessment to be increased annually to cover
cost-of-living adjustment (COLA) increases.
The Citywide Zone and Districts 1 through 11, and 14 generally require a subsidy from
the General Fund each year for landscape maintenance operations, while Districts 12,
15, 16, 18, 20, 21 and 22 are fully funded and do not require a General Fund subsidy.
This is reflected in the Preliminary Landscape and Lighting Maintenance Assessment
Districts (LLD) Engineer’s Report for Fiscal Year (FY) 2025/26, presented to Council on
May 7, 2025, which shows an estimated operating deficit in the Citywide Zone and
Districts 1 through 11, and 14 (hereafter the “underfunded LLD’s) of $414,709.
DISCUSSION
On June 1, 2022 the City Council approved an agreement with Parkwood Landscape, Inc.
(Parkwood) for landscape maintenance services in the underfunded LLD’s and
miscellaneous City properties with an initial term ending June 30, 2023 and contained a
provision for three (3) optional one-year extensions.
With the current landscape maintenance contract scheduled to expire at the end of June,
staff prepared and released a Request for Proposals (RFP) for landscape maintenance
services on April 18, 2025. A mandatory pre-bid meeting and site visit with interested
bidders was conducted on April 29th. The City received six proposals by the due date of
May 8, 2025. Proposal solicitation and review was conducted in accordance with City
Council Resolution No. 2019-3829 governing the procurement of contractual services. The
bid results are summarized below:
Contractor Name Proposal (Annual Cost)
Venco Western, Inc. $372,000.00
Mariposa Landscapes, Inc. $432,707.16
Natural Green Landscape, Inc. $461,292.00
SGD Enterprises $478,800.00
Parkwood Landscape, Inc. $532,139.16
Oakridge Landscape, Inc. $562,248.00
The lowest bid was submitted by Venco Western, Inc. (Venco). Staff determined they have
the necessary qualifications and experience to perform the required services. Staff
recommends awarding an Agreement to Venco for landscape maintenance services for the
underfunded LLD’s and miscellaneous City properties in the amount of $427,000 per year,
which includes a base bid of $372,000, and an annual contingency of $55,000. The initial
contract term would be for one (1) year with four (4) optional one-year extensions. The
Agreement includes a cost adjustment at year three (3) and year five (5), whereby Venco’s
rates may be increased by an amount not to exceed the annual percentage change in the
Consumer Price Index (CPI), All Urban Consumers in the Los Angeles-Riverside-Orange
272
Honorable City Council
06/04/2025 Regular Meeting
Page 3
County, CA Area, from January of the prior year to January of the current year, or 5 percent
(5%), whichever is less. The total potential contract value over the five-year term is
$2,210,330.
ENVIRONMENTAL DETERMINATION
This action is exempt from the California Environmental Quality Act (CEQA) as it does not
constitute a project, as defined by Section 15378 of the State CEQA Guidelines. Therefore,
no further environmental review is required.
FISCAL IMPACT
The proposed budget for FY 2025/26 allocates a total of $411,650 for landscape
maintenance services in the Underfunded LLDs and miscellaneous City properties,
resulting in an overall savings to the City of $39,650. Except for landscape maintenance
services at 323 Science Drive, no additional appropriation is needed. The bid amount for
323 Science Drive is $14,688 and the FY 2025/26 budget allocates $9,900 for landscape
maintenance services. Staff will request a budget amendment in the amount of $4,188
at the FY 2025/26 mid-year adjustment to cover the additional costs.
COUNCIL GOAL COMPLIANCE
This action does not support a current strategic directive.
STAFF RECOMMENDATION
Approve Agreement with Venco Western Inc. and authorize the City Manager to execute
the Agreement, including future Amendments to extend the term and increase the annual
compensation as outlined in the Agreement, subject to final language approval of the City
Manager.
Attachment: Venco Western Inc. Agreement
273
PUBLIC WORKS SERVICES AGREEMENT BETWEEN THE CITY OF MOORPARK
AND
VENCO WESTERN INC., FOR LANDSCAPE MAINTENANCE
SERVICES FOR LANDSCAPE MAINTENANCE DISTRICT CITYWIDE ZONES,
LANDSCAPE MAINTENANCE DISTRICT ZONES OF BENEFIT 1-11, AND 14, AND
MISCELLANEOUS CITY PROPERTIES
THIS AGREEMENT, made and effective as of ____________________________,
is between the City of Moorpark, a municipal corporation (“City”) and Venco Western Inc.,
a corporation (“Contractor”). In consideration of the mutual covenants and conditions set
forth herein, the parties agree as follows:
WHEREAS, City has the need for landscape maintenance services for Landscape
Maintenance Districts (LMD) Citywide Zones, Zones of Benefit 1-11, and 14, and
Miscellaneous City Properties; and
WHEREAS, Contractor specializes in providing such services and has the proper
work experience, certifications, and background to carry out the duties involved; and
WHEREAS, Contractor has submitted to City a Proposal dated May 4, 2025, which
is attached hereto as Exhibit C.
NOW, THEREFORE, in consideration of the mutual covenants, benefits, and
premises herein stated, the parties hereto agree as follows:
1.TERM
The term of this Agreement shall be from July 1, 2025 and will expire June 30,
2026 unless this Agreement is terminated or suspended pursuant to this Agreement.
Upon the mutual consent and written amendment to this Agreement executed by
both parties, the term of this Agreement may be extended by four (4) additional one (1)
year periods.
2.SCOPE OF SERVICES
City does hereby retain Contractor, as an independent contractor, in a contractual
capacity to provide Landscape Maintenance Districts (LMD) Citywide Zones, Zones of
Benefit 1-11, and 14, and Miscellaneous City Properties, as set forth in Exhibit D. In the
event there is a conflict between the provisions of Exhibit C, Exhibit D, and this
Agreement, the language contained in this Agreement shall take precedence.
Contractor shall perform the tasks described and set forth in Exhibit C and Exhibit
D.Contractor shall complete the tasks according to the schedule of performance, which
is also set forth in Exhibit C and Exhibit D.
Compensation for the services to be performed by Contractor shall be in
accordance with Exhibit C. Compensation shall not exceed the rates or total contract
ATTACHMENT
274
Rev. 03/11/2025 Page 2 of 20
value of four hundred twenty-seven dollars ($427,000) annually, which includes an annual
contingency of fifty-five thousand dollars ($55,000) without a written amendment to the
agreement executed by both parties. Payment by City to Contractor shall be in
accordance with the provisions of this Agreement. After year two (2) and after year four
(4) of the agreement, and at the request of the Contractor, rates shown in the Schedule
of Prices may be increased by an amount not to exceed the lesser of the annual
percentage change in the Consumer Price Index (CPI) – All Urban Consumers in the Los
Angeles-Riverside-Orange County, CA Area from January of the prior year to January of
the current year, or 5 percent (5%). Requests for rate adjustments must be submitted by
Contractor to City by or before April 1st in order to be considered for implementation the
following July 1st. Failure of Contractor to request an increase by April 1st shall result in
Contractor waiving its right to escalate the rates for the subsequent year. The request for
rate adjustment shall be accompanied by all data and documentation necessary to
evaluate the request, as reasonably determined by the City.
City and Contractor acknowledge that this project is a public work to which
prevailing wages apply, and that a public work project is subject to compliance monitoring
and enforcement by the California Department of Industrial Relations (DIR). Contractor
agrees to comply with and be bound by all the terms, rules and regulations described in
(a) Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor
Code, including without limitation Labor Code section 1771 (a) and (b) the rules and
regulations established by the DIR implementing such statutes, as though set forth in full
herein, including any applicable amendments made thereto during the term of this
Agreement. For every subcontractor who will perform work on this project, Contractor
shall be responsible for subcontractor’s compliance with (a) and (b), and Contractor shall
take all necessary actions to ensure subcontractor’s compliance. Labor Code section
1725.5 requires all contractors and subcontractors to annually register with the DIR before
bidding or performing on any public work contract.
3. PERFORMANCE
Contractor shall at all times faithfully, competently and to the best of their ability,
experience, standard of care, and talent, perform all tasks described herein. Contractor
shall employ, at a minimum, generally accepted standards and practices utilized by
persons engaged in providing similar services as are required of Contractor hereunder in
meeting its obligations under this Agreement.
4. MANAGEMENT
The individual directly responsible for Contractor’s overall performance of the
Agreement provisions herein above set forth and to serve as principal liaison between
City and Contractor shall be Mario DelNagro, and no other individual may be substituted
without the prior written approval of the City Manager.
The City’s contact person in charge of administration of this Agreement, and to
serve as principal liaison between Contractor and City, shall be the City Manager or the
City Manager’s designee.
275
Rev. 03/11/2025 Page 3 of 20
5. PAYMENT
Taxpayer ID or Social Security numbers must be provided, on an IRS W-9 form,
before payments may be made to vendors.
The City agrees to pay Contractor monthly, in accordance with the payment rates
and terms and the schedule of payment as set forth in Exhibit C, based upon actual time
spent on the above tasks. This amount shall not exceed the rates or total contract value
of four hundred twenty-seven dollars ($427,000) annually, which includes an annual
contingency of fifty-five thousand dollars ($55,000) for the total term of the Agreement
unless additional payment is approved as provided in this Agreement.
Contractor shall not be compensated for any additional services rendered in
connection with its performance of this Agreement, unless such additional services and
compensation are authorized, in advance, in a written amendment to the agreement
executed by both parties.
Contractor shall submit invoices monthly for actual services performed. Invoices
shall be submitted on or about the first business day of each month, or as soon thereafter
as practical, for services provided in the previous month. Payment shall be made within
thirty (30) days of receipt of each invoice as to all non-disputed fees. Any expense or
reimbursable cost appearing on any invoice shall be accompanied by a receipt or other
documentation subject to approval of the City Manager. If the City disputes any of
Contractor’s fees or expenses it shall give written notice to Contractor within thirty (30)
days of receipt of any disputed fees set forth on the invoice.
6. TERMINATION OR SUSPENSION 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 Contractor at least
ten (10) days prior written notice. Upon receipt of said notice, the Contractor shall
immediately cease all work under this Agreement, unless the notice provides otherwise.
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.
The Contractor may terminate this Agreement only by providing City with written
notice no less than thirty (30) days in advance of such termination.
In the event this Agreement is terminated or suspended pursuant to this Section,
the City shall pay to Contractor the actual value of the work performed up to the time of
termination or suspension, provided that the work performed is of value to the City. Upon
termination or suspension of the Agreement pursuant to this Section, the Contractor will
submit an invoice to the City pursuant to this Agreement.
7. DEFAULT OF CONTRACTOR
The Contractor’s failure to comply with the provisions of this Agreement shall
constitute a default. In the event that Contractor is in default for cause under the terms of
276
Rev. 03/11/2025 Page 4 of 20
this Agreement, City shall have no obligation or duty to continue compensating Contractor
for any work performed after the date of default and can terminate or suspend this
Agreement immediately by written notice to the Contractor. If such failure by the
Contractor to make progress in the performance of work hereunder arises out of causes
beyond the Contractor’s control, and without fault or negligence of the Contractor, it shall
not be considered a default.
If the City Manager or the City Manager’s designee determines that the Contractor
is in default in the performance of any of the terms or conditions of this Agreement,
designee shall cause to be served upon the Contractor a written notice of the default. The
Contractor shall have five (5) days after service upon it of said notice in which to cure the
default by rendering a satisfactory performance. In the event that the Contractor fails to
cure its default within such period of time, the City shall have the right, notwithstanding
any other provision of this Agreement, to terminate this Agreement without further notice
and without prejudice to any other remedy to which it may be entitled at law, in equity or
under this Agreement.
8. LIQUIDATED DAMAGES
If the Contractor fails to complete the work, or any portion thereof, within the time
period required by this Agreement, or as duly extended in writing by the City Manager,
Contractor shall forfeit and pay to the City, as liquidated damages, the sum of one
hundred fifty dollars ($150) per day for each calendar day the work, or portion thereof,
remains uncompleted after the above specified completion date. Liquidated damages
shall be deducted from any payments due or to become due to the Contractor under the
terms of this Agreement. Progress payments made by the City after the above specified
completion date shall not constitute a waiver of liquidated damages by the City.
9. OWNERSHIP OF DOCUMENTS
Contractor shall maintain complete and accurate records with respect to sales,
costs, expenses, receipts, and other such information required by City that relate to the
performance of services under this Agreement. Contractor shall maintain adequate
records of services provided in sufficient detail to permit an evaluation of services. All
such records shall be maintained in accordance with generally accepted accounting
principles and shall be clearly identified and readily accessible. Contractor shall provide
free access to the representatives of City or the City’s designees at reasonable times to
such books and records; shall give the City the right to examine and audit said books and
records; shall permit City to make transcripts therefrom as necessary; and shall allow
inspection of all work, data, documents, proceedings, and activities related to this
Agreement. Notification of audit shall be provided at least thirty (30) days before any such
audit is conducted. Such records, together with supporting documents, shall be
maintained for a period of ten (10) years after receipt of final payment.
277
Rev. 03/11/2025 Page 5 of 20
Upon completion of, or in the event of termination or suspension without cause of
this Agreement, all original documents, designs, drawings, maps, models, computer files,
surveys, notes, and other documents prepared in the course of providing the services to
be performed pursuant to this Agreement shall become the sole property of the City and
may be used, reused, or otherwise disposed of by the City without the permission of the
Contractor. With respect to computer files, Contractor shall make available to the City, at
the Contractor’s office and upon reasonable written request by the City, the necessary
computer software and hardware for purposes of accessing, compiling, transferring, and
printing computer files.
10. INDEMNIFICATION AND HOLD HARMLESS
Contractor shall indemnify, defend and hold harmless City, and any and all of its
officers, employees, and volunteers (“City Indemnitees”) from and against any and all
causes of action, claims, liabilities, obligations, judgments, or damages, including
reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the
Contractor’s performance of its obligations under this Agreement or out of the operations
conducted by Contractor, including the City’s active or passive negligence, except for
such loss or damage arising from the sole negligence or willful misconduct of the City. In
the event the City Indemnitees are made a party to any action, lawsuit, or other
adversarial proceeding arising from Contractor’s performance of this Agreement, the
Contractor shall provide a defense to the City Indemnitees or at the City’s option
reimburse the City Indemnitees their costs of defense, including reasonable legal
counsels’ fees incurred in defense of such claims.
Contractor agrees to obtain executed indemnity agreements with provisions
identical to those set forth in this Section from each and every subcontractor, or any other
person or entity involved by, for, with, or on behalf of Contractor in the performance of
this Agreement. In the event Contractor fails to obtain such indemnity obligations from
others as required here, Contractor agrees to be fully responsible according to the terms
of this Section. Failure of City to monitor compliance with these requirements imposes no
additional obligations on City and will in no way act as a waiver of any rights hereunder.
This obligation to indemnify and defend City as set forth here is binding on the successors,
assigns, or heirs of Contractor and shall survive the termination of this Agreement or this
Section.
City does not and shall not waive any rights that it may have against Contractor by
reason of this Section, because of the acceptance by City, or the deposit with City, of any
insurance policy or certificate required pursuant to this Agreement. The hold harmless
and indemnification provisions shall apply regardless of whether or not said insurance
policies are determined to be applicable to any losses, liabilities, damages, costs, and
expenses described in this Section.
This Indemnity shall survive termination of the Agreement or Final Payment
hereunder. This Indemnity is in addition to any other rights or remedies that the
Indemnitees may have under the law or under any other Contract Documents or
Agreements. In the event of any claim or demand made against any party which is entitled
to be indemnified hereunder, City may, in its sole discretion, reserve, retain, or apply any
278
Rev. 03/11/2025 Page 6 of 20
monies to the Contractor under this Agreement for the purpose of resolving such claims;
provided, however, City may release such funds if the Contractor provides City with
reasonable assurance of protection of the Indemnitees’ interests. City shall, in its sole
discretion, determine whether such assurances are reasonable.
11. INSURANCE
Contractor shall maintain prior to the beginning of and for the duration of this
Agreement insurance coverage as specified in Exhibit A attached hereto and incorporated
herein by this reference as though set forth in full.
12. INDEPENDENT CONTRACTOR
Contractor is and shall at all times remain as to the City a wholly independent
Contractor. The personnel performing the services under this Agreement on behalf of
Contractor shall at all times be under Contractor’s exclusive direction and control. Neither
City nor any of its officers, employees, or agents shall have control over the conduct of
Contractor or any of Contractor’s officers, employees, or agents, except as set forth in
this Agreement. Contractor shall not at any time or in any manner represent that it or any
of its officers, employees, or agents are in any manner officers, employees, or agents of
the City. Contractor shall not incur or have the power to incur any debt, obligation, or
liability against City, or bind City in any manner.
No employee benefits shall be available to Contractor in connection with the
performance of this Agreement. Except for the fees paid to Contractor as provided in the
Agreement, City shall not pay salaries, wages, or other compensation to Contractor for
performing services hereunder for City. City shall not be liable for compensation or
indemnification to Contractor for injury or sickness arising out of performing services
hereunder.
13. LEGAL RESPONSIBILITIES
The Contractor shall keep itself informed of local, state and federal laws and
regulations which in any manner affect those employed by it or in any way affect the
performance of its service pursuant to this Agreement. The Contractor shall at all times
observe and comply with all such laws and regulations, including but not limited to the
Americans with Disabilities Act and Occupational Safety and Health Administration laws
and regulations. The City and Contractor shall comply with Exhibit B, California Public
Contract Code section 9204, when applicable. The City, and its officers and employees,
shall not be liable at law or in equity occasioned by failure of the Contractor to comply
with this Section.
14. ANTI DISCRIMINATION
Neither the Contractor, nor any subcontractor under the Contractor, shall
discriminate in employment of persons upon the work because of race, religious creed,
color, national origin, ancestry, physical disability, mental disability, medical condition,
genetic information, marital status, sex, gender, gender identity, gender expression, age,
279
Rev. 03/11/2025 Page 7 of 20
sexual orientation, or military and veteran status of such person; or any other basis
protected by applicable federal, state, or local law, except as provided in section 12940
of the Government Code. The Contractor shall have responsibility for compliance with
this Section, if applicable [Labor Code section. 1735].
15. UNDUE INFLUENCE
Contractor declares and warrants that no undue influence or pressure is used
against or in concert with any officer or employee of the City in connection with the award,
terms or implementation of this Agreement, including any method of coercion, confidential
financial arrangement, or financial inducement. No officer or employee of the City will
receive compensation, directly or indirectly from Contractor, or any officer, employee or
agent of Contractor, in connection with the award of this Agreement or any work to be
conducted as a result of this Agreement. Violation of this Section shall be a material
breach of this Agreement entitling the City to any and all remedies at law or in equity.
16. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES
No member, officer, or employee of the City, or their designees or agents, and no
public official who exercises authority over or responsibilities with respect to the Services
during his/her tenure or for one (1) year thereafter, shall have any interest, direct or
indirect, in any agreement or sub-agreement, or the proceeds thereof, for work to be
performed in connection with the Services performed under this Agreement.
17. CONFLICT OF INTEREST
Contractor covenants that neither they nor any officer or principal of their firm have
any interests, nor shall they acquire any interest, directly or indirectly, which will conflict
in any manner or degree with the performance of their services hereunder. Contractor
further covenants that in the performance of this Agreement, they shall employ no person
having such interest as an officer, employee, agent, or subcontractor. Contractor further
covenants that Contractor has not contracted with nor is performing any services directly
or indirectly, with the developer(s) and/or property owner(s) and/or firm(s) and/or
partnership(s) and/or public agency(ies) owning property and/or processing an
entitlement application for property in the City or its Area of Interest, now or within the
past one (1) year, and further covenants and agrees that Contractor and/or its
subcontractors shall provide no service or enter into any contract with any developer(s)
and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public agency(ies)
owning property and/or processing an entitlement application for property in the City or
its Area of Interest, while under contract with the City and for a one (1) year time period
following termination of this Agreement.
18. NOTICE
Any notice to be given pursuant to this Agreement shall be in writing, and all such
notices and any other document to be delivered shall be delivered by personal service or
280
Rev. 03/11/2025 Page 8 of 20
by deposit in the United States mail, certified or registered, return receipt requested, with
postage prepaid, and addressed to the party for whom intended as follows:
To: City Manager
City of Moorpark
323 Science Drive
Moorpark, CA 93021
To: Mario DelNagro, President
Venco Western, Inc.
2400 Eastman Avenue
Oxnard, CA 93030
Either party may, from time to time, by written notice to the other, designate a
different address or contact person, which shall be substituted for the one above
specified. Notices, payments and other documents shall be deemed delivered upon
receipt by personal service or as of the third (3rd) day after deposit in the United States
mail.
19. CHANGE IN NAME
Should a change be contemplated in the name or nature of the Contractor’s legal
entity, the Contractor shall first notify the City in order that proper steps may be taken to
have the change reflected in the Agreement documents.
20. ASSIGNMENT
Contractor shall not assign this Agreement or any of the rights, duties or obligations
hereunder. It is understood and acknowledged by the parties that Contractor is uniquely
qualified to perform the services provided for in this Agreement.
21. LICENSES
At all times during the term of this Agreement, Contractor shall have in full force
and effect, all licenses required of it by law for the performance of the services in this
Agreement.
22. VENUE AND GOVERNING LAW
This Agreement is made, entered into, and executed in Ventura County, California,
and any action filed in any court or for arbitration for the interpretation, enforcement or
other action of the terms, conditions, or covenants referred to herein shall be filed in the
applicable court in Ventura County, California. The City and Contractor understand and
agree that the laws of the State of California shall govern the rights, obligations, duties,
and liabilities of the parties to this Agreement and also govern the interpretation of this
Agreement.
23. COST RECOVERY
281
Rev. 03/11/2025 Page 9 of 20
In the event any action, suit or proceeding is brought for the enforcement of, or the
declaration of any right or obligation pursuant to this Agreement or as a result of any
alleged breach of any provision of this Agreement, the prevailing party shall be entitled to
recover its costs and expenses from the losing party, and any judgment or decree
rendered in such a proceeding shall include an award thereof.
24. ENTIRE AGREEMENT
This Agreement and the Exhibits attached hereto contain the entire understanding
between the parties relating to the obligations of the parties described in this Agreement.
All prior or contemporaneous agreements, understandings, representations, and
statements, oral or written, are merged into this Agreement and shall be of no further
force or effect. Each party is entering into this Agreement based solely upon the
representations set forth herein and upon each party’s own independent investigation of
any and all facts such party deems material.
25. CAPTIONS OR HEADINGS
The captions and headings of the various Articles, Paragraphs, and Exhibits of this
Agreement are for convenience and identification only and shall not be deemed to limit
or define the content of the respective Articles, Paragraphs, and Exhibits hereof.
26. AMENDMENTS
Any amendment, modification, or variation from the terms of this Agreement shall
be in writing and shall be effective only upon approval by both parties to this Agreement.
27. PRECEDENCE
In the event of conflict, the requirements of the City’s Request for Proposal, if any,
and this Agreement shall take precedence over those contained in the Contractor’s
Proposal.
28. INTERPRETATION OF AGREEMENT
Should interpretation of this Agreement, or any portion thereof, be necessary, it is
deemed that this Agreement was prepared by the parties jointly and equally, and shall
not be interpreted against either party on the ground that the party prepared the
Agreement or caused it to be prepared.
29. WAIVER
No waiver of any provision of this Agreement shall be deemed, or shall constitute,
a waiver of any other provision, whether or not similar, nor shall any such waiver constitute
a continuing or subsequent waiver of the same provision. No waiver shall be binding
unless executed in writing by the party making the waiver.
282
Rev. 03/11/2025 Page 10 of 20
30. AUTHORITY TO EXECUTE
The person or persons executing this Agreement on behalf of the Contractor
warrants and represents that he/she has the authority to execute this Agreement on
behalf of the Contractor and has the authority to bind Contractor to the performance of
obligations hereunder.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed the day and year first above written.
CITY OF MOORPARK VENCO WESTERN, INC.
By:_______________________________ By:_______________________________
Troy Brown, City Manager Mario DelNagro, President
Attest:
__________________________________
Ky Spangler, City Clerk
283
Rev. 03/11/2025 Page 11 of 20
Exhibit A
INSURANCE REQUIREMENTS
Prior to the beginning of and throughout the duration of Work, Contractor will maintain
insurance in conformance with the requirements set forth below. Contractor will use
existing coverage to comply with these requirements. If that existing coverage does not
meet requirements set forth here, Contractor agrees to amend, supplement or endorse
the existing coverage to do so. Contractor acknowledges that the insurance coverage
and policy limits set forth in this section constitute the minimum amount of coverage
required. Any insurance proceeds available to the City in excess of the limits and
coverage required in this Agreement and which is applicable to a given loss, will be
available to the City.
Contractor shall provide the following types and amounts of insurance:
Type of Insurance Limits
Commercial General Liability $1,000,000 / $2,000,000 Aggregate
Business Automobile Liability $1,000,000
Workers’ Compensation Statutory Requirements
Insurance Rating. Insurance procured pursuant to these requirements shall be written
by insurers that are authorized carriers in the State of California and with an A.M. Best
rating of A- or better and a minimum financial size of VII.
Commercial General Liability Insurance using Insurance Services Office (ISO)
“Commercial General Liability” policy form CG 00 01 or the exact equivalent. Defense
costs must be paid in addition to limits. There shall be no cross liability exclusion for claims
or suits by one insured against another. Limits are subject to review but in no event less
than $1,000,000 per occurrence for all covered losses and no less than $2,000,000
general aggregate.
Business Automobile Insurance coverage on ISO Business Auto Coverage form CA
00 01 10 13 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to
review, but in no event to be less than $1,000,000 per accident, combined single limit. If
Contractor owns no vehicles, this requirement may be satisfied by a non-owned auto
endorsement to the general liability policy described above. If Contractor or Contractor’s
employees will use personal autos in any way on this project, Contractor shall provide
evidence of personal auto liability for each such person.
Workers’ Compensation on a state-approved policy form providing statutory benefits as
required by law with employer’s liability limits no less than $1,000,000 per accident or
disease. Contractor shall submit to City, along with certificate of insurance, a Waiver of
Subrogation endorsement in favor of City, its officers, agents, employees, and
volunteers.
284
Rev. 03/11/2025 Page 12 of 20
Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit
requirements, shall provide coverage at least as broad as specified for the underlying
coverages. Coverage shall be provided on a “pay on behalf” basis, with defense costs
payable in addition to policy limits. Policy shall contain a provision obligating insurer at
the time insured’s liability is determined, not requiring actual payment by the insured first.
There shall be no cross liability exclusion precluding coverage for claims or suits by one
insured against another. Coverage shall be applicable to the City for injury to employees
of Contractor, subcontractors or others involved in the Work. The scope of coverage
provided is subject to approval by the City following receipt of proof of insurance as
required herein. Limits are subject to review but in no event less than $2,000,000
aggregate.
General conditions pertaining to provision of insurance coverage by Contractor.
Contractor and the City agree to the following with respect to insurance provided by
Contractor:
1. Contractor agrees to have its insurer endorse the third party general liability
coverage required herein to include as additional insureds the City, its officers,
officials, agents, employees, and volunteers, using standard ISO endorsement CG
2010 and CG 2037, or equivalent, with edition acceptable to the City. Contractor
also agrees to require all contractors and subcontractors to do likewise.
2. All insurance coverage maintained or procured pursuant to this agreement shall
be endorsed to waive subrogation against the City, its officers, officials, agents,
employees, and volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these specifications to waive their right of
recovery prior to a loss. Contractor hereby waives its own right of recovery against
the City and shall require similar written express waivers and insurance clauses
from each of its subcontractors. Contractor shall submit to City, along with the
certificate of insurance, a waiver of subrogation endorsement in favor of City, its
officers, agents, employees, and volunteers.
3. All insurance coverage and limits provided by Contractor and available or
applicable to this Agreement are intended to apply to the full extent of the policies.
Nothing contained in this Agreement or any other agreement relating to the City or
its operation limits the application of such insurance coverage.
4. None of the coverages required herein will be in compliance with these
requirements if they include limiting endorsement of any kind that has not been
first submitted to the City and approved in writing.
5. No liability policy shall contain any provision or definition that would serve to
eliminate so-called “third party action over” claims, including any exclusion for
bodily injury to an employee of the insured or of any contractor or subcontractor.
285
Rev. 03/11/2025 Page 13 of 20
6. All coverage types and limits required are subject to approval, modification, and
additional requirements by the City, as the need arises. Contractor shall not make
any reductions in scope of coverage (e.g. elimination of contractual liability or
reduction of discovery period) that may affect the City’s protection without the
City’s prior written consent.
7. Proof of compliance with these insurance requirements, consisting of certificates
of insurance evidencing all of the coverages required and an additional insured
endorsement to Contractor’s general liability policy, shall be delivered to city at or
prior to the execution of this Agreement. In the event such proof of any insurance
is not delivered as required, or in the event such insurance is canceled or reduced
at any time and no replacement coverage is provided, the City has the right, but
not the duty, to obtain any insurance it deems necessary to protect its interests
under this or any other Agreement and to pay the premium. Any premium so paid
by the City shall be charged to and promptly paid by Contractor or deducted from
sums due Contractor, at the City’s option.
8. Contractor agrees to oblige its insurance agent or broker and insurers to provide
the Agency with a thirty (30) day notice of cancellation (except for nonpayment for
which a ten (10) day notice is required) or nonrenewal of coverage for each
required coverage. If any of the Consultant’s insurers are unwilling to provide such
notice, then Consultant shall have the responsibility of notifying the Agency
immediately in the event of Consultant’s failure to renew any of the required
insurance coverages, or insurer’s cancellation or non-renewal.
9. Coverage provided by Contractor shall be primary and non-contributory and any
insurance of self-insurance procured or maintained by the City shall not be
required to contribute with it. The limits of insurance required herein may be
satisfied by a combination of primary and umbrella or excess insurance. Any
umbrella or excess insurance shall contain or be endorsed to contain a provision
that such coverage shall also apply on a primary and non-contributory basis for
the benefit of City before the City’s own insurance or self- insurance shall be called
upon to protect it as a named insured. Contractor shall submit to City, along with
the certificate of insurance, a primary and non-contributory endorsement in
favor of City, its officers, agents, employees, and volunteers.
10. Contractor agrees to ensure that subcontractors, and any other party involved with
the Work who is brought onto or involved in the Work by Contractor, provide the
same minimum insurance required of Contractor. Contractor agrees to monitor and
review all such coverage and assumes all responsibility for ensuring that such
coverage is provided in conformity with the requirements of this section. Contractor
agrees that upon request, all agreements with subcontractors and others engaged
in the Work will be submitted to the City for review.
11. Contractor agrees not to self-insure or to use any self-insured retentions or
deductibles on any portion of the insurance required herein and further agrees that
it will not allow any contractor, subcontractor, Architect, Engineer, or other entity
or person in any way involved in the performance of Work contemplated by this
286
Rev. 03/11/2025 Page 14 of 20
Agreement to self-insure its obligations to the City. If Contractor’s existing
coverage includes a deductible or self-insured retention, the deductible or self-
insured retention must be declared to the City. At that time, the City shall review
options with the Contractor, which may include reduction or elimination of the
deductible or self-insured retention, substitution of other coverage, or other
solutions.
12. The City reserves the right at any time during the term of the Agreement to change
the amounts and types of insurance required by giving the Contractor thirty (30)
days advance written notice of such change. If such change results in substantial
additional cost to the Contractor, the City will negotiate additional compensation
proportional to the increased benefit to the City.
13. For purposes of applying insurance coverage only, this Agreement will be deemed
to have been executed immediately upon any party hereto taking any steps that
can be deemed to be in furtherance of or towards performance of this Agreement.
14. Contractor acknowledges and agrees that any actual or alleged failure on the part
of the City to inform Contractor of non-compliance with an insurance requirement
in no way imposes any additional obligations to the City nor does it waive any rights
hereunder in this or any other regard.
15. Contractor will renew the required coverage annually as long as the City, or its
employees or agents face an exposure from operations of any type pursuant to
this Agreement. This obligation applies whether or not the Agreement is canceled
or terminated for any reason. Termination of this obligation is not effective until the
City executes a written statement to that effect.
16. Contractor shall provide proof that policies of insurance required herein expiring
during the term of this Agreement have been renewed or replaced with other
policies providing at least the same coverage. Proof that such coverage has been
ordered shall be submitted prior to expiration. A coverage binder or letter from
Contractor’s insurance agent to this effect is acceptable. A certificate of insurance
and/or additional insured endorsement as required in this specification applicable
to the renewing or new coverage must be provided to the City within five days of
the expiration of coverage.
17. The provisions of any Workers’ Compensation or similar act will not limit the
obligations of Contractor under this Agreement. Contractor expressly agrees not
to use any statutory immunity defenses under such laws with respect to the City,
its officers, officials, employees, volunteers, and agents.
18. Requirements of specific coverage features or limits contained in this section are
not intended as limitations on coverage, limits, or other requirements nor as a
waiver of any coverage normally provided by any given policy. Specific reference
to a given coverage feature is for purposes of clarification only as it pertains to a
given issue, and is not intended by any party or insured to be limiting or all-
inclusive.
287
Rev. 03/11/2025 Page 15 of 20
19. These insurance requirements are intended to be separate and distinct from any
other provision in this Agreement and are intended by the parties here to be
interpreted as such.
20. The requirements in this section supersede all other sections and provisions of this
Agreement to the extent that any other section or provision conflicts or impairs the
provisions of this section.
21. Contractor agrees to be responsible for ensuring that no contract used by any party
involved in any way with the Work reserves the right to charge the City or
Contractor for the cost of additional insurance coverage required by this
Agreement. Any such provisions are to be deleted with reference to the City. It is
not the intent of the City to reimburse any third party for the cost of complying with
these requirements. There shall be no recourse against the City for payment of
premiums or other amounts with respect thereto.
22. Contractor agrees to provide immediate notice to City of any claim or loss against
Contractor arising out of the work performed under this Agreement. The City
assumes no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to involve the
City.
23. Contractor agrees to obtain and provide to City a copy of Professional Liability
coverage for Architects or Engineers on this project, when required by City. City
shall determine the liability limit.
288
Rev. 03/11/2025 Page 16 of 20
EXHIBIT B
PUBLIC CONTRACT CODE § 9204
(a) The Legislature finds and declares that it is in the best interests of the state and its
citizens to ensure that all construction business performed on a public works project in
the state that is complete and not in dispute is paid in full and in a timely manner.
(b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing
with § 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with § 19100) of Part 2,
and Article 1.5 (commencing with § 20104) of Chapter 1 of Part 3, this section shall apply
to any claim by a contractor in connection with a public works project.
(c) For purposes of this section:
(1) “Claim” means a separate demand by a contractor sent by registered mail or
certified mail with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or
penalties for delay assessed by a public entity under a contract for a public
works project.
(B) Payment by the public entity of money or damages arising from work done by,
or on behalf of, the contractor pursuant to the contract for a public works
project and payment for which is not otherwise expressly provided or to which
the claimant is not otherwise entitled.
(C) Payment of an amount that is disputed by the public entity.
(2) “Contractor” means any type of contractor within the meaning of Chapter 9
(commencing with § 7000) of Division 3 of the Business and Professions Code who has
entered into a direct contract with a public entity for a public works project.
(3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B),
a state agency, department, office, division, bureau, board, or commission, the California
State University, the University of California, a city, including a charter city, county,
including a charter county, city and county, including a charter city and county, district,
special district, public authority, political subdivision, public corporation, or nonprofit
transit corporation wholly owned by a public agency and formed to carry out the purposes
of the public agency.
(B) “Public entity” shall not include the following:
(i) The Department of Water Resources as to any project under the jurisdiction
of that department.
(ii) The Department of Transportation as to any project under the jurisdiction
of that department.
289
Rev. 03/11/2025 Page 17 of 20
(iii) The Department of Parks and Recreation as to any project under the
jurisdiction of that department.
(iv) (iv) The Department of Corrections and Rehabilitation with respect to any
project under its jurisdiction pursuant to Chapter 11 (commencing with §
7000) of Title 7 of Part 3 of the Penal Code.
(v) (v) The Military Department as to any project under the jurisdiction of that
department.
(vi) (vi) The Department of General Services as to all other projects.
(vii) (vii) The High-Speed Rail Authority.
(4) “Public works project” means the erection, construction, alteration, repair, or
improvement of any public structure, building, road, or other public improvement of any
kind.
(5) “Subcontractor” means any type of contractor within the meaning of Chapter 9
(commencing with § 7000) of Division 3 of the Business and Professions Code who
either is in direct contract with a contractor or is a lower tier subcontractor.
(d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the
claim applies shall conduct a reasonable review of the claim and, within a period not to
exceed 45 days, shall provide the claimant a written statement identifying what portion of
the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public
entity and a contractor may, by mutual agreement, extend the time period provided in this
subdivision.
(B) The claimant shall furnish reasonable documentation to support the claim.
(C) If the public entity needs approval from its governing body to provide the claimant a
written statement identifying the disputed portion and the undisputed portion of the claim,
and the governing body does not meet within the 45 days or within the mutually agreed
to extension of time following receipt of a claim sent by registered mail or certified mail,
return receipt requested, the public entity shall have up to three days following the next
duly publicly noticed meeting of the governing body after the 45-day period, or extension,
expires to provide the claimant a written statement identifying the disputed portion and
the undisputed portion.
(D) Any payment due on an undisputed portion of the claim shall be processed and made
within 60 days after the public entity issues its written statement. If the public entity fails
to issue a written statement, paragraph (3) shall apply.
(2) (A) If the claimant disputes the public entity’s written response, or if the public entity
fails to respond to a claim issued pursuant to this section within the time prescribed, the
claimant may demand in writing an informal conference to meet and confer for settlement
of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or
290
Rev. 03/11/2025 Page 18 of 20
certified mail, return receipt requested, the public entity shall schedule a meet and confer
conference within 30 days for settlement of the dispute.
(B) Within 10 business days following the conclusion of the meet and confer conference,
if the claim or any portion of the claim remains in dispute, the public entity shall provide
the claimant a written statement identifying the portion of the claim that remains in dispute
and the portion that is undisputed. Any payment due on an undisputed portion of the claim
shall be processed and made within 60 days after the public entity issues its written
statement. Any disputed portion of the claim, as identified by the contractor in writing,
shall be submitted to nonbinding mediation, with the public entity and the claimant sharing
the associated costs equally. The public entity and claimant shall mutually agree to a
mediator within 10 business days after the disputed portion of the claim has been
identified in writing. If the parties cannot agree upon a mediator, each party shall select a
mediator and those mediators shall select a qualified neutral third party to mediate with
regard to the disputed portion of the claim. Each party shall bear the fees and costs
charged by its respective mediator in connection with the selection of the neutral
mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be
subject to applicable procedures outside this section.
(C) For purposes of this section, mediation includes any nonbinding process, including,
but not limited to, neutral evaluation or a dispute review board, in which an independent
third party or board assists the parties in dispute resolution through negotiation or by
issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this
section.
(D) Unless otherwise agreed to by the public entity and the contractor in writing, the
mediation conducted pursuant to this section shall excuse any further obligation under
section 20104.4 to mediate after litigation has been commenced.
(E) This section does not preclude a public entity from requiring arbitration of disputes
under private arbitration or the Public Works Contract Arbitration Program, if mediation
under this section does not resolve the parties’ dispute.
(3) Failure by the public entity to respond to a claim from a contractor within the time
periods described in this subdivision or to otherwise meet the time requirements of this
section shall result in the claim being deemed rejected in its entirety. A claim that is denied
by reason of the public entity’s failure to have responded to a claim, or its failure to
otherwise meet the time requirements of this section, shall not constitute an adverse
finding with regard to the merits of the claim or the responsibility or qualifications of the
claimant.
(4) Amounts not paid in a timely manner as required by this section shall bear interest at
7 percent per annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim
against a public entity because privity of contract does not exist, the contractor may
present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor.
A subcontractor may request in writing, either on their own behalf or on behalf of a lower
291
Rev. 03/11/2025 Page 19 of 20
tier subcontractor, that the contractor present a claim for work which was performed by
the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The
subcontractor requesting that the claim be presented to the public entity shall furnish
reasonable documentation to support the claim. Within 45 days of receipt of this written
request, the contractor shall notify the subcontractor in writing as to whether the
contractor presented the claim to the public entity and, if the original contractor did not
present the claim, provide the subcontractor with a statement of the reasons for not having
done so.
(e)The text of this section or a summary of it shall be set forth in the plans or specifications
for any public works project that may give rise to a claim under this section.
(f) A waiver of the rights granted by this section is void and contrary to public policy,
provided, however, that (1) upon receipt of a claim, the parties may mutually agree to
waive, in writing, mediation and proceed directly to the commencement of a civil action or
binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change
order, claim, and dispute resolution procedures and requirements in addition to the
provisions of this section, so long as the contractual provisions do not conflict with or
otherwise impair the timeframes and procedures set forth in this section.
(g)This section applies to contracts entered into on or after January 1, 2017.
(h)Nothing in this section shall impose liability upon a public entity that makes loans or
grants available through a competitive application process, for the failure of an awardee
to meet its contractual obligations.
(i) This section shall remain in effect only until January 1, 2027, and as of that date is
repealed, unless a later enacted statute that is enacted before January 1, 2027, deletes
or extends that date.
(Amended by Stats. 2019, Ch. 489, Sec. 1. (AB 456) Effective January 1, 2020. Repealed
as of January 1, 2027, by its own provisions.)
292
EXHIBIT C
293
294
295
296
297
298
299
300
EXHIBIT D:
LANDSCAPE MAINTENANCE SERVICE SPECIFICATIONS
APPENDIX A: EXECUTION OF CONTRACT
APPENDIX B: CONTRACTOR PERFORMANCE REQUIREMENTS
APPENDIX C: SCOPE OF WORK
APPENDIX D: AREA DESCRIPTIONS
APPENDIX E: CONTRACTORS INTENT TO SPRAY
APPENDIX F: CONTRACTOR’S WEEKLY INSPECTION REPORT
APPENDIX G: CONTRACTOR'S WEEKLY IRRIGATION INSPECTION REPORT
APPENDIX H: AREA DIAGRAMS
301
50
APPENDIX A
EXECUTION OF CONTRACT
Contractor shall execute the Agreement within fourteen (14) calendar days from the date
of delivery of the Contract Documents to the Contractor. Additionally, Contractor shall also
secure all insurance and Bonds as herein specified, and provide copies to the City, within
fourteen (14) calendar days from the date of delivery of the Contract Documents to the
Bidder. Failure or refusal to execute the Agreement or to conform to any of the stipulated
requirements shall be just cause for the annulment of the award.
The Contractor shall not begin Work until it has given the City evidence of all required
insurance coverage (including all additional insured endorsements), and a Bond
guaranteeing the Contractor’s faithful performance of the Contract.
302
58
APPENDIX B
CONTRACTOR PERFORMANCE REQUIREMENTS
A. WORKING HOURS:
1. Working hours are Monday through Friday, between 7:00 a.m. to 5:00 p.m.
(“working hours”), with the exceptions noted. No work shall be performed on
Saturday, Sunday, or City approved holidays, or outside of these specified times or
without prior written approval from the representative designated by the City (herein
after referred to as “City Representative”), except for emergency situations, or
unless otherwise indicated in this Contract. Contractor must notify the City
Representative within twenty-four (24) hours in the event of emergency work.
2. Contractor shall be responsible for any costs incurred by the City including, but not
limited employee's hourly rate and any related costs for any City approved work
performed by Contractor on weekends and/or holidays which may require
verification and inspection by a City employee.
3. The Contractor shall have staff available by phone contact (not an answering
service), Monday through Friday, between 7:00 a.m. and 5:00 p.m. to respond to
call outs, questions, and verification of schedules. Contractor shall also provide a
24-hour emergency contact phone number (not an answering service) for non-
working hours, including weekends and holidays.
4. Non-working City holidays include: New Year’s Day, Memorial Day, Independence
Day, Labor Day, Thanksgiving Day, and Christmas Day. Contractor shall have
personnel in place and carrying out the responsibilities of this Contract on all other
City holidays if they fall on a weekday.
5. After notification of award and prior to the start of any work, Contractor shall submit
to City for approval a proposed maintenance schedule. The schedule shall include,
but not be limited to a list of all activities specified in this Agreement, with respective
days of the week and day of time said activities will be performed by location. Once
approved in writing by the City, any revisions to the approved schedule must be
authorized in writing by the City.
6. The use of leaf blowers or air broom is prohibited, except between the hours of 8:00
a.m. and 5:00 p.m., Monday through Friday.
B. SUPERVISION:
1. Contractor shall provide a minimum of one (1) half-time (20 hours/week) on-site
landscape maintenance supervisor, fully trained in all aspects of landscape
maintenance and repair, and a minimum of one (1) full time on-site irrigation
technician (40 hours/week). Said supervisor (s) and technician (s) shall have a
minimum of four (4) years of experience at the supervisory and technician level.
303
59
Fourteen (14) days prior to the start of any work, the Contractor shall submit to the
City information that demonstrates the supervisor’s and technician’s qualifications
for City review and approval. During the term of the Contract, the City
Representative shall approve any changes to the landscape maintenance
supervisor position and irrigation technician positions. In no way does the minimum
hours specified in the contract relieve the contractor of any responsibilities under
this Agreement. It is the contractor’s responsibility to increase the number of hours,
or number of trained staff, to meet the terms of the Agreement.
2. The landscape maintenance supervisor shall remain on site for a minimum of twenty
(20) hours per week, except as required to obtain equipment and supplies
necessary for regular maintenance activities, and to attend company meeting and
events necessary during the normal course of business.
3. Contractor shall have an on-site supervisor(s) and irrigation technician (s) capable
of communicating effectively both in written and oral English, at all times during the
term of the Contract. Any communication from the City to the Contractor’s on-site
supervisor(s) or irrigation technician(s) shall be deemed as delivered to the
Contractor.
4. Contractor shall endeavor to maintain excellent public relations at all times. The
work shall be conducted in a manner which will cause the least possible interference
and disturbance to the public. Work shall be performed by competent employees
and supervised by a person(s) experienced in supervising landscape maintenance
operations.
5. Contractor shall ensure that its employees are dressed in a company uniform shirt
recognizable as Contractor’s.
C. COMMUNICATION/EMERGENCY RESPONSE:
1. Contractor shall have the ability to contact their field crews within fifteen (15) minutes
of notification by City Representative during normal working hours.
2. Contractor shall provide capabilities for twenty-four (24) hours per day, seven (7)
days a week service. Contractor shall provide a 24-hour emergency contact person,
who is familiar with the City’s maintenance operation, with phone number (not an
answering service) for non-working hours, including weekends and holidays.
3. During an after-hours emergency situation, the Contractor shall provide on-the-job
response time of no more than one (1) hour maximum upon notification by City.
D. MATERIALS TO BE PROVIDED BY THE CONTRACTOR: The Contractor, at contractor’s
sole expense, shall furnish all necessary equipment, supplies, and materials of good quality
and in the amounts necessary to fulfill these specifications and to accomplish an
acceptable and professional level of maintenance, as determined by City. Quality and
304
60
specifications of materials to be provided by Contractor must be approved by the City
Representative. These supplies and materials shall include, but not be limited to:
1. All necessary fuel, oil, equipment, machinery, and parts.
2. All necessary pesticides including herbicides, insecticides, fungicides and
rodenticides and all necessary licenses.
3. All necessary fertilizers and soil amendments.
4. All custodial and trash container supplies, including trash can liners, , disinfectants
and cleaning solutions, etc., as approved by the City.
5. All necessary horticultural supplies and landscape tools.
6. All parts necessary for the repair and proper maintenance of all irrigation systems.
7. All materials are to be new and identical to existing materials model and make,
unless directed otherwise by the City Representative.
E. CONTRACTOR RESPONSIBILITY - DAMAGES: The Contractor shall be fully responsible
for any and all damage to City property resulting from the Contractor's operations. This
shall include, but not be limited to, the repair, removal and replacement, at Contractor's
expense, of shrubs, trees, vines, turf grass, irrigation system, ground cover or other
landscape items that are lost or damaged due to negligence in pest and disease control
practices; and/or due to improper watering, fertilizing, herbicide damage, or lack of proper
maintenance and operations. This shall also include any damage to buildings,
infrastructure, hardscape, and other improvements due to Contractor's negligence. The
City Representative shall determine negligence. The City shall be responsible for replacing
any plant material that has been damaged or destroyed as a result of acts of vandalism
and or theft.
F. UNDERGROUND ALERT SYSTEM: Underground alert systems must be notified minimum
48 hours in advance prior to commencing work that involves digging underground. This
notification is required for each location said work is performed. Written Verification of such
notification shall be provided to the City Representative prior to commencing work.
G. PROPERTY DAMAGE: Any damage to utility lines shall be immediately reported to the
relevant utility company, as well as the City. The cost of the repair, if required, will be at
the Contractor’s expense. If damage occurs to any landscape material or irrigation system,
immediate treatment or necessary replacement of the same shall be at the Contractor’s
sole expense.
H. ACCESS TO PRIVATE PROPERTY: Prior to any work that will restrict access to private
property, the Contractor shall notify, in writing, each affected property owner or responsible
person, informing him of the nature of, and the approximate duration of, the restriction.
305
61
Contractor shall also provide a copy of said notification to City Representative prior to
commencing such work.
I. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS: Contractor shall
be responsible for the protection of all improvements adjacent to the work, such as
sprinklers, drain pipes, lawns, brick work, plants, masonry work, fences, walls, sidewalks,
street paving, etc., located on either public or private property. If any improvements are
removed or damaged, other than those designed for removal, then such improvements
shall be replaced in kind at the Contractor’s sole expense and to the City’s satisfaction,
within 48 hours. If the Contractor fails to render proper repairs in the 48 hour limit, the City
will make the repairs and deduct the cost of such repairs, plus 15% administrative costs,
from the Contractor’s monthly bill.
J. TRAFFIC CONTROL:
1. Contractor shall conform to all California Vehicle Code and CAL OSHA
requirements and operating rules at all times this Contract is in effect. Contractor
shall obtain an annual City Encroachment Permit and adhere to such conditions for
street work. Contractor shall conduct all work in a manner that will insure continuous
traffic flow on the street at all times. In situations where it is necessary to restrict
traffic flow, the Contractor shall contact the City Public Works Inspector prior to start
of work. Contractor shall be responsible for supplying and using all safety equipment
necessary to close or delineate traffic lanes to through traffic. This is to include a
high visibility arrow board. Prior to closing lanes and/or interfering with the flow of
traffic, Contractor shall seek the approval of the City Representative. 24 hour
notification is required. City shall set days of the week and times when traffic lanes
may be closed.
2. Signs used for handling traffic during the course of this project shall be in
accordance with the “Work Area Traffic Control Handbook” (WATCH) published by
Building News, Inc., and made a part of these detailed specifications. The method
in which signs, barriers, and other miscellaneous traffic devices are used during
construction shall be in accordance with the publication mentioned. A copy of said
publication is on file at the Moorpark Public Services Facility. All signs shall be
illuminated or reflectorized when they are used during hours of darkness. All cones,
pylons, barricades, or posts used in the diversion of traffic shall be provided with
flashers or other satisfactory illumination if in place during hours of darkness.
3. Payment for maintenance of traffic and detours and for conforming to all the
provisions of these specifications, unless otherwise specified and itemized in the bid
schedule, shall be considered to be included in the Contract unit or lump sum prices
paid for various items of work wherein maintenance of traffic and detours is required,
without additional compensation.
4. Liquidated damages shall be assessed in the amount of One Hundred Fifty dollars
($150.00) for each reported/observed violation that the Contractor fails to conform
306
62
to any California Vehicle Codes, CAL OSHA requirement or traffic control measure
as described in J, Traffic Control, Items 1 and 2.
K. ENCROACHMENT PERMITS: The Contractor shall secure an approved annual City
encroachment permit.
L. SUBCONTRACTORS: Contractor shall only use the subcontractors in the performance of
this Contract that are listed on subcontractor(s) form submitted with the bid documents. All
submitted subcontractors shall be licensed and only provide the work listed and licensed
to perform. The City reserves the right to reject the services of any subcontractor for any
reason, and at any time during the performance of this Contract.
M. HAZARDOUS WASTE AND NPDES REQUIREMENTS:
1. Contractor shall comply with Standards of CAL OSHA and the American National
Standard Institute, Z133.1.1988 Safety Requirements in the performance of all work
under this Contract. The Contractor shall conduct the work required in such a
manner as to cause the least amount of interference to the public and the general
operations of the City.
2. Contractor shall be responsible for compliance will all Federal and State hazardous
waste and materials requirements, codes and laws. Any situations involving the use
of, or observance of, hazardous waste or materials shall be reported to the City
immediately.
3. Contractor shall be responsible for compliance with all Federal, State and local
requirements, codes and law regarding National Pollutant Discharge Elimination
System (NPDES). Information and specifications can be found in the document
entitled, “Stormwater Pollution Control Guidelines For Construction Sites,” which by
reference is a part of these specifications and is available for review at the Moorpark
City Hall front counter.
4. Contractor shall implement all necessary steps to ensure the methods and practices
it uses to carry out its responsibilities under this contract comply with NPDES,
including but not limited to: maintaining a clean work site; properly disposing of all
debris; appropriate storage of materials; managing and operating vehicles and
equipment in a manner to prevent leaks and spills; preventing pollution of the storm
drain system during import, export, stockpiling, and spreading of landscape debris
and materials, and preventing and controlling the discharge of soil sediments,
fertilizers, herbicides, insecticides, rodenticides, solvents, cleaning solutions, and
other chemicals.
N. INSPECTION TOUR, PUNCH LIST AND SCHEDULE: The Contractor shall accompany
the City Representative on a, no less than weekly, inspection tour of landscaped areas at
a time specified by the City. The Contractor shall provide a detailed written punch list of all
areas maintained for review by the City Representative. The punch list shall contain a
307
63
detailed list of broken and/or inoperable sprinklers, irrigation malfunctions and landscape
deficiencies and it shall identify the location of deficiencies and a written timeline for
completion. Contractor shall be expected to make repairs and correct deficiencies within
five (5) business days unless the repair requires immediate response as directed by the
City Representative or is otherwise stated herein. Punch list corrections at no time shall
interfere with regular maintenance operations. Contractor shall provide the City with a
follow up punch list documenting the status of required repairs and corrections. If
corrections and repairs are not completed within the allocated time, the Contractor may
incur liquidated damages, as more fully described below. If Contractor fails to repair or
correct deficiencies within five (5) working days past the time line approved by the City,
Contractor may be found in nonconformance with the Contract and City, at its discretion,
may take corrective action at Contractor’s sole expense, plus 15% administrative fee and
assessed liquidated damages. Such fees and expenses shall be deducted from
Contractor’s invoice.
Within fourteen (14) calendar days, after contractor has been notified by City of the Notice
of Award of Contract, Contractor shall prepare and submit to the City Representative a
detailed schedule of all maintenance operations as described in the Scope of Work
(Appendix C). Weekly schedules (site specific) shall include but not be limited to:
• Mowing/Edging
• Irrigation Inspections
• Weed Maintenance
• Trimming
• Fertilization
• Shrub and Ground Cover Maintenance
• Mulching
• Pesticide Applications
• Swales, Drains, and Catch Basins
• Litter Control
• Hardscapes
• Trails, Walkways, and Pathways
Any proposed changes to the schedule(s) during the terms of this contract including days,
times, and frequencies shall be submitted to the City Representative for prior review and
approval.
O. The Contractor shall prepare and submit to the City Representative at the end of each
month, a Contractor Weekly Report (Appendix F). A separate report shall be prepared for
each park location and shall identify all maintenance items that have been completed, as
well as maintenance deficiencies, hazards or other items requested by the City or observed
by the Contractor.
The Contractor shall prepare and submit to the City Representative at the end of each
month, a Contractor Weekly Irrigation Report (Appendix G). A separate report shall be
prepared for each park location and shall identify the current irrigation schedule and station
308
64
run times, any changes made to the irrigation schedule within the inspection period, any
damages or repairs to the irrigation system and any other information requested by the
City.
P. DEFICIENCIES - LIQUIDATED DAMAGES: Failure of the Contractor to perform services,
adhere to the service schedule, service a system, perform all the required service and
repairs, pursuant to this Contract will be seen as a deficiency. It is agreed that said
deficiencies will result in damage to City. Contractor shall be responsible for all costs
associated with said damage including any additional costs incurred by the City in the
inspection, administration and correction of the work not performed or performed
improperly by the Contractor in addition to the liquidated damages amount as follows:
Liquidated damages shall be assessed in the amount of one hundred fifty dollars ($150.00)
for each incident at each separate location for each day that the deficiency remains
uncorrected.
Furthermore, in the event Contractor fails to effectively manage water use, the over-usage
cost will be borne by Contractor. Should Contractor fail to correct deficiencies within five
(5) working days, City reserves the right to utilize other Contracted parties to correct
deficiencies caused by Contractor’s failure to fulfill contract terms. As further described,
such cost incurred by City shall be deducted from the Contractor's monthly payments.
Q. CITY’S RIGHT TO USE OTHER LABOR: Contractor recognizes that during the course of
this Contract, other activities and operations may be conducted by City work forces and
other Contracted parties. These activities may include, but not be limited to, landscape
refurbishment, irrigation system modification or repair, specialized pest control,
construction, storm related operations, staging of police and fire for emergencies and
disaster control, and a variety of recreation programs and special events. During said
activities and operations the Contractor may be required to modify or curtail certain work
tasks and normal maintenance operations, and shall promptly comply with any request
thereof by the City.
R. CONTRACTOR VEHICLE AND EQUIPMENT IDENTIFICATION: Contractor shall clearly
identify each vehicle and equipment (i.e. tractors, trailers, ride-on mowers) used at said
facilities with decals on the exterior right and left front door panels, or other City approved
location, identifying the Contractor's name, and phone number. Decals shall not be less
than 12 inches by 18 inches in size, and shall be clearly visible from a distance of 50 feet.
S. WORK BY CITY FORCES OR OTHER CONTRACTED PARTIES BECAUSE OF
NONCONFORMANCE TO CONTRACT:
Should the Contractor fail to correct deficiencies or public nuisances, these will be
considered to be of an emergency nature and cause for the City to take corrective action.
Such action shall be billed to the Contractor for each callout, plus actual time spent on the
repairs. Any costs incurred by the City for corrective action performed by OTHER
Contracted parties or City staff shall be deducted from Contractor’s monthly invoice, plus
a 15% administrative fee. It also should be noted that there is a minimum two (2) hour
charge for labor on any callout performed by City staff. City staff hourly costs shall be
309
65
assessed as follows (subject to change per current salary distribution):
Parks and Recreation Director: $245/hr.
Parks and Landscape Manager: $180/hr.
Landscape/Parks Maintenance Superintendent: $150/hr.
Parks and Facilities Supervisor: $135/hr.
Senior Maintenance Worker: $90/hr.
Maintenance Worker III: $85/hr.
Applicable staff overtime hourly costs for weekend work or after hours work shall be
assessed as follows (subject to change per current salary distribution):
Senior Maintenance Worker: $135/hr.
Maintenance Worker III: $130/hr.
T.EXTRA WORK:
1.The Contractor shall not have the exclusive right to perform extra work. Extra work
may be performed by the Contractor at the discretion of the City, City forces, or by
competitive bid at the sole discretion of the City.
2.Additional work outside the performance requirements such as, but not limited to,
shrub and tree planting, renovation, and improvement, shall be required on
occasion.
3.The costs for such extra work shall be based on the fair market value of supply and
labor costs and shall be agreed to in a written proposal prior to commencement of
said work. Only those extra work items authorized in writing on a City Work Order
form or other form approved by the City, prior to the start of work, shall be considered
for payment.
4.Extra work shall not be performed by regularly scheduled personnel and shall be
performed during regular working hours unless authorized in writing by the City.
Contractor shall submit certified payroll reports for all extra work services.
U.EQUIPMENT STORAGE ON CITY PROPERTY: Storage of equipment, supplies and
materials at City facilities shall only be allowed with prior written permission from the City.
In the event the City consents to allow Contractor to use designated City property for
storage, Contractor agrees to assume full responsibility for loss, theft, damage to its
equipment, supplies and any injury that may arise to any person. Contractor also assumes
full responsibility for any and all damage to City property as a result of any Contractor
owned property stored on City property, whether storage is temporary or permanent.
Contractor acknowledges that Section 10 Indemnification of the Agreement applies to such
storage.
V.VANDALISM AND THEFT:
1.The City shall be notified immediately by the Contractor in regards to any acts of
310
66
vandalism, including graffiti, and theft to City landscaping, irrigation system, or other
improvements observed or found by Contractor’s employees, regardless of the
cause.
a. Contractor shall prepare a written vandalism report with a description of the
location, date and time observed, item(s) or component(s) damaged or
stolen, and the number of components involved Report shall be submitted
within one (1) business day.
2. Costs caused by vandalism, theft or accident, not caused by Contractor, shall be
the responsibility of the City, including labor costs.
W. PERFORMANCE DURING INCLEMENT WEATHER:
1. During the periods when inclement weather hinders normal operations, the
Contractor shall adjust his work force in order to accomplish those activities that are
not affected by weather. Contractor shall reschedule and complete all maintenance
activities that were not completed on the next available day that weather conditions
permit such activities.
2. Failure to adjust the work force and demonstrate that adequate progress has been
completed, or failure to reschedule maintenance activities, shall result in a deduction
of payment to reflect only the work actually accomplished.
3. If weather conditions do not allow regular maintenance operations to continue, the
Contractor shall inform the City Representative in writing and have his work force
available to assist the City with emergency operations as required by the City.
Emergency operations may include the installation of sandbags, removal of fallen
branches and debris, removal of mud, rocks or loose gravel, or other procedures
required by the City. Contractor shall provide their staff with OSHA approved rain
gear and other safety equipment that may be necessary during such an instance.
4. The Contractor shall not remove his work force from the job site unless he has
previously notified the City Representative in writing.
5. The Contractor shall re-stake and re-tie trees as required and continue to monitor
trees during storm conditions.
6. The Contractor shall remove and clean all debris deposited in drainage areas
resulting from inclement weather, to mitigate potential flooding of landscaped areas.
7. Contractor shall request controllers and timers be set to the “OFF” position, which
shall remain off until demands indicate conditions are appropriate to set in the “ON”
position. It shall be the Contractor’s responsibility to monitor the landscape to ensure
that controllers and timers are activated at the appropriate time.
311
67
X. CONTRACTOR DISPOSAL/RECYCLING RESPONSIBILITY:
1. The Contractor shall dispose of all cuttings, weeds, leaves, trash and other debris
from operations as work progresses. All green waste, recyclables, and refuse shall
be disposed in City provided bins designed for such material and in accordance with
the City solid waste provisions of the Moorpark Municipal Code. Contractor agrees
to segregate the aforementioned materials to maximum extent possible. Contractor
shall not, at any time, dispose of materials resulting from work not related to this
Contract in any City provided bin. If requested by the City, Contractor shall make
every effort to estimate tonnage disposed.
2. Contractor shall keep City trash enclosures clean and neat on a daily basis. All
debris shall be disposed in the bin and not allowed to accumulate on the floor of the
enclosure. If a bin is full and will not accommodate additional debris, Contractor shall
notify City immediately and depose of remaining debris in an alternative City bin.
Bin lids shall remain closed. Trash enclosure gates shall be closed and locked when
the Contractor leaves each site each day. Damage, vandalism, and graffiti to the
trash enclosures shall be immediately reported to the City Representative whenever
observed by the Contractor.
Y. KEY AND KEY CARD ACCESS CONTROL:
1. Contractor shall be responsible for assigned keys and key cards and is responsible
for the proper use and safe keeping of all keys and key cards issued to Contractor
by the City.
2. Contractor shall be responsible for assigning keys and key cards to Contractor’s
employees. Contractor shall not assign, lend, or in any other way allow use of keys
or key cards to anyone other than Contractor’s employees who are performing
services under this Agreement.
3. Contractor shall provide to City in writing the names of all individuals who are
assigned keys or a key card at the time the assignment is made. If keys or key cards
are reassigned by Contractor, Contractor shall immediately provide to City in writing
the names of the individuals no longer in possession of keys or key cards and the
names of the individuals to whom the keys or key cards are reassigned.
4. Contractor agrees not to duplicate any keys or key cards and acknowledges that
California law stipulates that it is unlawful for a person to duplicate any keys without
the permission of the owner. The penalty for violation of this law is either six (6)
months imprisonment or a five hundred dollar ($500) fine or both.
5. Contractor shall immediately report all lost or stolen keys or key cards to the City
Representative.
312
68
6. Upon expiration, cancellation, or termination of this Agreement, all keys and key
cards received by the Contractor shall be immediately returned to the City.
7. Contractor shall reimburse the City all costs and expenses as determined by the
City for any key, key card, or lock replacements due to Contractor’s negligence or
willful misconduct. Such costs shall be deducted from any payments due or to
become due to Contractor. Costs may include, but are not limited to, replacing
padlocks, re-keying door locks, re-programing key card access site(s), staff time,
and a fifteen percent (15%) administration fee.”
Z. PRIOR INSPECTION OF AREAS: Contractor acknowledges that he/she has completed a
personal inspection of the areas to be maintained and has evaluated the extent to which
the physical condition thereof will affect the services to be provided. By entering into this
Contract, the Contractor shall be deemed to have agreed to accept the condition of the
work area in its “as is” condition with the intent to perform maintenance services according
to Contract specifications.
AA. ORGANIC WASTE PRODUCT PROCUREMENT REQUIREMENT: All mulch and/or
compost (collectively Organic Waste Products) procured and applied in accordance
with the terms of this Agreement shall conform to the applicable standards and
criteria specified in CA Senate Bill 1383 (Lara, Chapter 395, Statutes of 2016) and
be eligible to meet the Annual Recovered Organic Waste Product Procurement
Target pursuant to California Code of Regulations (CCR), Title 14, Division 7,
Chapter 12.
Mulch shall meet the following conditions, as specified by 14 CCR Section 18993.1(f)(4):
1. Produced at one of the following facilities:
i. A compostable material handling operation or facility as defined in 14 CCR
Section 17852(a)(12), that is permitted or authorized under 14 CCR Division
7, other than a chipping and grinding operation or facility as defined in 14
CCR Section 17852(a)(10); or,
ii. A transfer/processing facility or transfer/processing operation as defined in
14 CCR Sections 17402(a)(30) and (31), respectively, that is permitted or
authorized under 14 CCR Division 7; or,
iii. A solid waste landfill as defined in Public Resources Code Section 40195.1
that is permitted under 27 CCR Division 2.
2. Meet or exceed the physical contamination, maximum metal concentration, and
pathogen density standards for land application specified in 14 CCR Sections
17852(a)(24.5)(A)1 through 3.
Compost must be produced at a compostable material handling operation or facility
permitted or authorized under 14 CCR Chapter 3.1 of Division 7 or produced at a large
volume in-vessel digestion facility that composts on-site as defined and permitted under 14
313
69
CCR Chapter 3.2 of Division 7. Compost shall meet the State’s composting operations
regulatory requirements.
Contractor shall confirm compliance and submit material samples to the City
Representative for approval prior to installation.
Contractor shall keep and provide records of all mulch and/or compost procurement to City
at the request of the City Representative. Information to be provided shall include:
a. General description of how and where the product was used and if applicable,
applied;
b. Source of product, including name, physical location, and contact information for
each entity, operation, or facility from whom the products were procured;
c. Type of product;
d. Quantity (in tons) of each product; and,
e. Copies of invoices or other records demonstrating purchase or procurement.
BB. SAFETY:
1. Contractor shall at all times adhere to all applicable safety practices and cooperate
with the City in any adverse condition related thereto.
2. Contractor shall cooperate with the City during the investigation of an accident on
City property and submit a complete written report to the City within twenty-four (24)
hours following the occurrence.
3. Contractor shall inspect all areas maintained under the provisions of this Contract
on a daily basis for all potential hazards and maintain a daily safety inspection report
which indicates date inspected and action taken to correct conditions if necessary.
This report shall identify any condition(s) that renders any portion of the premises
unsafe, as well as any unsafe practices occurring thereon. The City shall be notified
immediately of any unsafe condition found by the Contractor.
314
70
APPENDIX C
SCOPE OF WORK
A. MOWING:
1. Mowing equipment shall be a power-driven reel-type equipped with rollers or a
rotary-type deck mower and shall be configured so that the outer edges of the
mower blades are covered with protective guards in accordance with manufacturer’s
design specification. Mowing activity shall leave no signs of visible clippings on turf
and shall be in alternating patterns. Blades shall be kept sharp at all times.
2. Turf shall be mowed to the minimum height of 1½" - 2" during fall and winter months,
and during the late spring and summer the cut should be no lower than 2" from the
soil grade. Mowing heights may vary for special events and conditions approved by
the City.
3. Turf shall be mowed weekly, no less than 48 times per year, so that no more than
1/3 of the blade is removed at time of cutting, but at intervals of no less than once a
week during the active growing season (April through November). Turf mowing at
each location shall be completed in one day and shall be on a schedule approved
in writing by the City Representative.
4. Turf areas shall be inspected for all potential hazards such as holes, gopher
mounds, rocks, glass, nails or other debris prior to and after each mowing. All
hazardous material shall be immediately removed by contractor. Contractor shall
fill holes, knock down and grade gopher mounds and re-seed bare areas. Seed
shall be identical to the existing turf type.
B. EDGING AND TRIMMING:
1. Mechanical type edging includes walkways, sidewalks, driveways, curbs, trees,
shrub and groundcover beds, and shall be performed once per week, and
concurrently with mowing at each location.
2. Sprinkler heads shall be kept free of grass to allow for proper operation and
coverage. This shall be performed by mechanical methods only, unless otherwise
specified by City.
3. Edging against hardscape shall be performed in a manner that results in a neat well-
defined V-shape edge that extends into the soil. Such edging shall be done with a
power edger with a rigid blade and shall not exceed ½ inch from the hardscape
surface being edged.
4. Trees growing in turf areas shall have tree wells not to exceed 12" in diameter from
the main stem or trunk of the tree. Tree wells shall be edged concurrently with each
mowing and shall be performed by mechanical methods only. Great care shall be
315
71
taken to avoid damage to tree bark tissue and roots. Tree damage resulting from
Contractor’s edging practices shall be replaced by Contactor with a replacement
tree at Contractor’s expense. Tree replacement size shall be 24” box and
replacement species shall be determined by the City Representative.
5. Curbs, gutters, walkways and all hardscape areas shall be cleaned free of
accumulated grass clippings upon completion of each mowing operation. Grass
clippings shall not be left on any area overnight.
6. Edging next to retaining walls and fences shall be done using a power string type
trimmer and shall be completed in such a manner to avoid excessive string contact
to the exterior surface of retaining walls, fences and all areas edged with a string
type trimmer.
7. Chemical edging is not permissible without express written approval by the City
Representative. If approved in writing by the City Representative, all chemicals
utilized shall be ‘non-restricted’ and approved by the County of Ventura Agricultural
Commission’s Office and shall meet the requirements of Sections H and I, and
Appendix B, Section M.
C. TURF FERTILIZATION AND WEED MITIGATION:
1. One month prior to scheduled fertilization, Contractor shall notify the City
Representative in writing of application date, location, fertilizer formula to be applied,
and amount applied at each location. The contractor shall provide invoices or other
documentation to verify fertilizer quantity purchased upon request from the City
Representative.
2. Fertilization of turf grasses shall be accomplished three (3) times each year at the
intervals and with the fertilizer formula described below:
First week of April, August, and October.
Two (2) times annually apply gypsum at ten (10) pounds per one thousand (1,000)
square feet and four (4) times annually apply 12-12-12 pelleted type fertilizer at eight
(8) pounds per one thousand (1,000) square feet.
Contractor shall submit a written schedule to the City Representative for written
approval prior to application.
3. The Contractor shall broadcast the fertilizer in such a manner as to insure uniform
coverage with minimum overlap.
a. The turf shall be free of moisture at the time the fertilizer is applied.
b. Application of the fertilizer shall be done in sections in accordance with the
area covered by the timing stations on the automatic irrigation controllers so
316
72
that the soil may be thoroughly soaked immediately after the fertilizer is
broadcast.
4. Turf areas shall be maintained weed free at all times. All herbicides shall be applied
per label specifications and when environmental conditions are appropriate for
control. Unless otherwise noted within the RFP, broadleaf herbicides shall be
applied, at a minimum, prior to thatching in the month of March and again in the
month of September. Contractor shall provide City an application schedule for
approval.
D. SHRUB AND GROUND COVER FERTILIZATION:
1. 30-days prior to scheduled fertilization, Contractor shall notify the City
Representative in writing of the application date, location, fertilizer, formula to be
applied and amount applied at each location. The contractor shall provide invoices
or other documentation to verify fertilizer quantity purchased upon request from the
City Representative.
Shrub and ground cover Application rates are as follows:
One (1) time annually apply gypsum at ten (10) pounds per one thousand (1,000)
square feet and one (1) time annually apply 12-12-12 pelleted type fertilizer at eight
(8) pounds per one thousand (1,000 square feet).
2. Contractor shall submit a written fertilizer schedule to the City Representative within
30-day of receipt of an executed agreement.
E. MAINTENANCE OF SHRUBS, PERENNIALS, VINES, AND GROUND COVER AREAS:
1. The Contractor shall be responsible for trimming and weeding, weekly removal of
leaf litter and daily removal of trash and debris. Trimming shall be performed in a
manner that does not alter the appearance of the landscaping but presents a clean
aesthetic appeal. Selective pruning is required. Use of power type
trimmers/hedgers is acceptable however “lollipopping” or ornamental type shaping
will not be permitted without prior written approval from City Representative. Shrubs
shall be maintained in a manner that promotes natural growth patterns.
2. All native and/or perennial plants shall be maintained to display natural growth
habits and structure. Dead and woody plant material shall be removed by select
pruning as needed in order to preserve the aesthetic value of the plant. Aggressive
cut back trimming or “dead heading” to increase density and promote plant health
shall be performed with written City approval no less than once annually, or more
frequently as determined by the City representative.
317
73
3. All perennials and ornamental grasses shall be cut down to 2-4 inches above ground
level annually per City approval. At no time shall ornamental grasses be trimmed
into unnatural growth patterns or “balled”.
4. Contractor shall not trim, hedge or cut down to ground level the following plant
species: Juncus spp., Dietes spp., Leymus spp., Chondropetalum spp., Phormium
spp. or other ‘grass like’ plants. Contractor shall selectively hand pruned to remove
dead plant material. Contractor shall replace any shrubs or perennials at
contractor’s sole cost that have been hedged or cut down.
5. Shrubs, ground covers, bare dirt and mulched areas shall be defined as “planters”.
6. Planters shall be cultivated to a depth of (1") and raked each month. Ground cover
shall be kept neat in appearance and confined within curbs and intended borders
and kept litter free.
7. Shrubs shall be pruned monthly, or as often as necessary, to provide a neat and
shapely appearance. Trimming shall not be excessive and shall be limited to no
more than 10% of the overall size of the plant material, unless otherwise directed
by the City Representative. Pruning methods shall provide a natural shape.
8. Shrubs shall be maintained at a height no greater than 36” from top of curb at
designated areas to allow for traffic safety.
9. All planter areas shall be replenished with mulch no less than two times per calendar
year to maintain a depth of no less than 2”. Mulch must conform to the applicable
standards and criteria specified in SB 1383 (see Appendix B, Section AA). Mulch
shall be 99.5% contaminant free, including litter and weed and/or weed seed. Mulch
shall have a uniform size range of 3” and under. Contractor shall confirm
compliance and submit mulch sample to the City Representative for approval prior
to installation.
10. Planters shall remain weed free. Weeds, grasses and invasive plant species, as
determined by the City Representative, shall be removed from all planter areas
weekly, or more frequently if needed, as a regular service requirement of this
Contract. Weeds shall be removed manually. Use of a powered string trimmer to
remove weeds in planters is prohibited. Weed removal is defined as the removal of
all above ground vegetation as well as the below ground root mass. Alternative
means of weed control shall only be completed with prior written approval by City
Representative.
11. Chemical weed control shall only be permitted with prior written approval by the City
Representative. All chemicals utilized shall be ‘non-restricted’ and approved by the
County of Ventura Agricultural Commission’s Office.
318
74
12. Contractor shall fill holes, knock down and grade gopher mounds and re- install
plant material in areas caused by such damage. Plant material shall be identical to
the existing groundcover type and reinstalled with flatted plant material or as
otherwise directed by City Representative.
13. Vegetation shall be trimmed back from all utility boxes, controller units, valve boxes,
quick couplers, and backflow devices. Vegetation shall not encroach onto
sidewalks, curb and gutters, decomposed granite paths, private property, or
roadways. Vegetation shall not grow up trees, structures, or walls. Pruning for sight
visibility clearance may be required at any time and shall be expedited in order to
address potential safety concerns.
14. Vines – All clinging vines shall be trimmed close to walls to maintain a neat
appearance. Vines shall be trimmed in order to maintain control and to prevent them
from creeping over walls. Vines shall be checked and secured with appropriate ties
as necessary. When necessary, appropriate stakes and/or supports shall be utilized
to promote directional growth. The height of vines shall be maintained per City
direction, typically within six (6) inches of the top of the wall. Vines shall not be
allowed to encroach onto trees.
F. PLANTING IMPROVEMENTS:
The City may complete projects to renovate parkways, medians and slopes with drought
tolerant plant material and drip irrigation, or other low water alternatives. Contractor shall
be responsible to maintain affected turf parkways, medians and slopes to City standards
by maintaining them free of weeds, debris and edging when necessary. As these parkways,
medians and slopes are improved and retrofitted with new plant material and low water use
irrigation systems, the Contractor shall be responsible for maintenance of the new plant
material and irrigation systems per the appropriate section(s) of the Scope of Work.
G. MAINTENANCE OF TREES:
1. Scope: The Contractor shall be responsible for the maintenance and upkeep of trees
within designated medians, parkways, planters and slopes as provided. Tree care
is limited to the removal of sucker growth, spouts, and limbs that obstruct the right
of way and/or present a potential hazard, originating from the tree trunk, from the
ground to the first eight (8) feet.
2. Maintenance of Trees: Shall be in accordance industry and International Society of
Arboriculture (ISA) standards, and the standards and practices acceptable to the
City, and any later amendments and consistent with the guidelines furnished below:
a. Pruning for removal of dead, damaged or diseased parts.
b. Pruning trees for removal of water sprouts and suckers as they develop.
c. Pruning for shape and form shall include lifting of low tree branches to
319
75
prevent hazards.
d. Pruning shall be done with clean sharp tools. Cuts shall be made parallel
with the collar but close enough to allow cambium growth around wound, per
ISA standards.
e. Median trees shall have no branches lower than eight (8) feet from top of
curb, or as directed by the City Representative to provide proper line-of-sight
for traffic movement.
3. Tree Trimming:
a. Trimming and pruning shall be performed per the standards of the
International Society of Arboriculture (ISA). It is the Contractor’s sole
responsibility to obtain and practice these pruning standards on all tree work
performed. The Contractor agrees to accept all responsibility for the
replacement of trees damaged by Contractor’s pruning operations, if so
determined by the City that replacement is required.
b. Where necessary, as determined by the City Representative, Contractor
shall provide and post no parking signs 48 hours in advance of the work,
except when emergency work is necessary.
4. Tree Replacement: Any tree badly damaged and in need of possible replacement
shall be brought to the attention of the City Representative. The City Representative
shall determine if the tree shall be removed and/or replaced. No tree shall be
removed without prior written approval from the City Representative.
5. Tree Supports and Stakes: Weekly inspections shall be made of each tree braced
by a tree support to insure that the support is intact, and that the tree has not
outgrown the support.
a. Tree staking shall be performed in accordance ISA Standards.
b. Tree supports shall be adjusted as necessary to conform with the caliber of
the trunk to which it is attached.
c. Tree supports and stakes shall be inspected and removed when the tree has
outgrown its support or as determined by the City Representative.
d. Tree supports and stakes shall be replaced or removed, as needed, or as
directed by the City Representative.
e. Contractor shall inspect all tree wells and remove all broken or unnecessary
stakes that create a hazards condition to the public.
320
76
f. Where plastic arbor guards have been installed at base of the tree trunk,
Contractor shall maintain and replace as needed.
H. PESTICIDE, HERBICIDE, RODENTICIDE AND INSECTICIDE APPLICATION:
1. Scope: All work involving the transport and use of pesticides, herbicides,
rodenticides and insecticides shall be in compliance with all Federal, State, County
and local laws. The Contractor shall possess all valid State and County licenses and
permits required for pesticide, herbicide, rodenticide and insecticide transport and
application operations.
Pesticide applicators (persons) assigned by the Contractor to perform pesticide
operations shall have a valid license issued by the State of California Department
of Pesticide Regulation Enforcement Branch. Applicators shall maintain valid State
certification for categories specific to each pesticide for recommendation or use.
Contractor shall be in strict compliance with all pesticide directives and laws
governed by the County of Ventura Agricultural Commissioner’s Office and be
identified in the City of Moorpark’s Restricted Materials Permit before conducting
any Pesticide operations in the City.
The Contractor shall not store Pesticides on City owned property at any time and
for any reason without exception.
Contractor shall provide the City with photocopies of a valid Pest Control License,
State Pest Control Advisor's License, State Qualified Applicator's License for
individuals engaged in the transport, and use of all applicable pesticides, herbicides,
rodenticides and insecticides within the areas to be maintained under the provisions
of this Contract.
2. Intent to Spray Application: Contractor shall submit in writing to the City
Representative, an Intent to Spray Application (Appendix E) prior to the application
of any pesticide(s), herbicide(s), rodenticides(s) and/or insecticide(s). All
applications must be approved in writing by the City. Such authorization shall
depend upon the Contractor's submission to the City Representative the information
outlined below:
a. The exact location(s) where the pesticide(s), herbicide(s), rodenticides(s)
and/or insecticide(s) is to be used, with the identification of the insect(s),
weed(s) and/or rodent(s) to be controlled.
b. That the pesticide(s), herbicide(s), rodenticide(s) and/or insecticide(s) shall
be applied at the manufacturer's recommended rates and shall conform with
manufacturer's application instructions.
3. Chemical Weed Control: Chemical weed control at all turf locations shall be
performed as a regular service requirement of this Contract to ensure areas are kept
free of weeds. Chemical weed control in shrub and groundcover planting areas
321
77
shall only be performed with prior written approval by the City Representative.
Weed infestation of the turf, shrub and ground cover areas, may only be controlled
with ‘non-restricted’ commercial herbicide(s), as governed by the County of Ventura
Agricultural Commissioner’s Office. Contractor shall submit in writing to the City
Representative, an Intent to Spray Application (Appendix E) prior to the application
of any herbicide(s). All herbicide applications must be approved in writing by the
City. Such authorization shall depend upon the Contractor's submission to the City
Representative the information outlined below:
a. The exact location(s) where the herbicide is to be used, with the identification
of the weed to be controlled.
b. That the herbicide has no harmful effect upon desirable plant materials.
c. That the herbicide shall be applied at the manufacturer's recommended rates
and shall conform with manufacturer's application instructions.
4. Disease, Harmful Insects:
a. Inspections of landscaped areas shall be made daily for evidence of disease,
harmful insects.
b. If evidence of disease or harmful insects is found, a report shall immediately
be submitted to the City Representative. The report shall include:
1) The exact location(s) where the disease, harmful insects are
prevalent.
2) The Contractor's opinion of the type of disease, insect.
3) The Contractor's recommendation for control and elimination of the
disease or harmful insects.
5. Rodent Control:
a. The Contractor’s Pest Control Advisor’s (PCA) recommendations shall
provide specific names of the specific vertebrate specie(s) expected to be
killed by the use of the rodenticide recommended, and shall further include
any known secondary target host (other vertebrate animals) that would likely
be killed by the use of the rodenticide recommended.
Contractor shall provide for the safe control and eradication of rodents with
the intent to safeguard and promote the well being of all surrounding habitat
in the areas to be treated. Contractor further agrees to follow PCA
Recommendation, and to advise the City of any known alternative methods
322
78
for the control and eradication of rodents. The City reserves the right to reject
the use of any rodenticide at any time.
In no instance shall the Contractor, Contractor’s Pest Control Advisor or
Contractor’s Pest Control Operator recommend or apply any anticoagulant
rodenticides.
b. The Contractor shall be responsible for implementing the rodent control
practices approved in writing by the City’s Representative. The contractor
may use the subcontractor identified in the bid documents, at the Contractor’s
sole cost. An alternate subcontracted commercial pest control company,
hired at the Contractor’s sole cost, may be approved with prior written
approval by the City’s Representative.
c. Contractor agrees to hire and bear the cost of securing a pest control
company (subcontractor to be approved by City), if Contractor fails to
implement effective pest control measure within 30-days written notification
by City.
I. PESTICIDE, HERBICIDE, RODENTICIDE AND INSECTICIDE RECORDS:
1. All pesticides, herbicides, rodenticides and insecticides to be used that are
designated “restricted” by the State of California Department of Pesticide
Regulation, shall be approved by the City Representative prior to use. A written
recommendation of proposed pesticides restricted in California shall include
commercial name, concentrations, application rates and usage. The
recommendation shall be prepared by a licensed California Pest Control Advisor
and submitted a minimum of 14 days prior to intended use. No work shall begin
until written approval of use is obtained, and a notice of intent has been filed with
the Ventura County Agricultural Commissioner's office, as required, and the City.
2. All chemicals shall only be applied by those persons possessing a valid California
Pest Control Operators (P.C.O.) license or under the supervision of a P.C.O.
Application shall be in strict accordance with State of California Department of
Pesticide Regulation and Ventura County Agricultural Commissioner’s Office.
Records of all operations stating date and time treated, geographic location, field
location, operator ID/permit number, operator’s name and address, application
name and address, site treated, acres planted, acres treated, application method,
U.S. EPA/California pesticide registration number of product applied, pesticide
product name and manufacturer, total amount of product applied, and name and
signature of person preparing report shall be made and retained in an active file for
a minimum of two (2) years by the Contractor. Copies of Contractor’s pesticide
training records shall be presented to the City within 24 hours of notice to produce
such records.
3. Notification of Intent to spray or apply pesticides, herbicides, rodenticides and
323
79
insecticides used by the Contractor on City property shall be submitted to the City
Representative. The City Representative shall have access to all pesticide records
upon request. The Contractor shall retain all records in accordance with Department
of Agriculture regulations and requirements.
4. Pesticides, herbicides, rodenticides and insecticides shall be applied in a manner to
avoid non-target areas. Precautionary measures shall be employed since all areas
will be open for public access during application.
5. The City shall reserve the right to reject the use of and pesticide, herbicide,
rodenticide and insecticide at any time and for any reason of justification as
determined by the City Representative.
J. MAINTENANCE OF AUTOMATIC SPRINKLER SYSTEM:
1. The Contractor shall bear sole responsibility and cost for both labor and materials
for cleaning, repairing, adjusting and replacement of automatic sprinkler system
components, with the exception of backflow protection devices. Contractor shall
repair and/or replace as needed any irrigation system components, to insure optimal
operation of the irrigation system. All irrigation systems shall perform according to
the original design and installation intent.
The City shall bear the cost of all irrigation system repairs that are the result of
vandalism or theft. Contractor shall submit to the City a written vandalism or theft
report, in a format approved by the City, for any claims of irrigation system damage
due to vandalism or theft. Contractor shall not make repairs without prior written
approval.
2. The Contractor shall be responsible for the cleaning, repairing, adjusting and
replacement of all items, at its sole cost, listed in the succeeding paragraphs in
addition to the following:
* Irrigation Controllers (exception necessary replacement)
* Plastic pipe
* Remote control valves
* Remote control valve wiring
* Valve boxes and valve box covers
* Batteries
* Plastic pipe fittings
* Galvanized steel pipe
* Galvanized steel fittings
* Main lines
* Sprinkler heads
* Sprinkler assemblies
* Riser assemblies
* Quick coupler valves
* Hose bibs
324
80
* Gate valves
* Drip Irrigation Pipe and Components
3. Replacement of any item shall be with a new item of identical model, make and
manufacturer unless otherwise approved in writing by the City Representative.
4. The Contractor shall inspect and examine the irrigation system twice per month at
all locations, while water is on. Any part of the system not functioning normally shall
immediately be cleaned, adjusted, repaired or replaced as needed to restore the
system to normal operation. This shall also apply in times of service failure for any
reason.
5. At the sole discretion of the City, irrigation controllers shall be replaced when
determined to be inoperable and no longer functional. If approved, City shall be
responsible for cost of replacement, and Contractor shall bear sole responsibility for
labor and related materials necessary for installation of said replacement(s).
6. All mainline repairs shall be inspected by the City Representative prior to backfilling
to ensure the quality of backfill and compaction.
7. Contractor shall use a soil probe to a depth of twelve (12) inches to determine the
water penetration by random testing of the root zones (as directed by the City).
8. Excessive watering shall be avoided to mitigate water run-off onto roads, sidewalks,
and recreation use areas. Special attention shall be given to the relationship of
conditions that affect day and night watering.
9. Contractor shall prevent water from over-spraying onto walls, walkways, streets and
private property. For this purpose, the Contractor shall provide the necessary repair,
replacement, and component adjustment as required of all sprinkler heads, nozzles,
swing joints and pipe risers. In cases where irrigation system design features make
this impractical or impossible, the Contractor shall provide, at no cost to the City, a
recommended plan of component changes and/or a cost estimate for installation of
the changes needed for the purpose of mitigating the undesirable over-spray.
10. All repairs, adjustments, cleaning or replacements of any part of the system that
cannot be completed within one (1) hour of detection, shall be immediately reported
to the City, and provisions made by Contractor to complete said repair prior to the
close of the next regular business day. Additional time may be granted in writing,
at the sole discretion of the City Representative.
11. Contractor shall take corrective action and immediately report to the City
Representative any conditions that may create a public hazard.
12. If an automatic irrigation system or a portion of a system should malfunction, the
Contractor shall provide manual operation of that system for a period of time until
the system is restored to normal operation.
325
81
13. At the request of the City, Contractor shall identify and mark the location of sprinkler
heads with provided flags, at no additional cost to City, to assist with improvement
projects.
14. The following specifications are provided for replacement of plastic pipe, plastic
fittings, galvanized steel pipe, galvanized steel pipe fittings, and remote control valve
wiring:
a. Plastic pipe shall be polyvinyl chloride (PVC) Schedule 40, Type 1, Grade 2
(PVC 1220).
b. Plastic pipe fittings and connections shall be PVC Schedule 40, except
nipples, which shall be Schedule 80.
c. If existing galvanized steel pipe and galvanized steel pipe fittings require
repair, they shall be identical type and model.
15. All drip line emitters, sub-surface drip line, standard drip line, polypropylene flex line,
etc., shall be properly maintained and secured or staked at or below grade to ensure
system integrity, reduce trip hazards, and prevent an unsightly appearance.
Contractor shall inspect, repair and maintain all drip irrigation systems as a regular
service to the contract. Contractor shall inspect all drip irrigation systems no less
than twice a month.
16. Time of Completion: Non-emergency irrigation repairs shall be completed by the
Contractor by the end of the following business day that the problem was reported
to the City in writing, using City approved materials, supplied by the Contractor.
Emergency irrigation repairs, as determined by the City Representative, shall be
immediately repaired.
17. Repair Inspection: Irrigation inspections by the City Representative may occur
within one (1) working day of notification of services or repair completion. The City
Representative shall inspect and verify performance and service of the repair.
Should such inspections find the repair to be deficient, the Liquidated Damages
clause of this Contract may be enacted at City's sole discretion.
18. Irrigation Materials:
a. All replacement materials are to be identical type, manufacturer and model
number unless a substitute is approved in writing by the City Representative.
b. Contractor shall maintain an adequate inventory of medium-to-high usage
stock items for repair of the irrigation systems.
c. Contractor shall implement repairs in accordance with all effective
326
82
warranties, and with no additional payment.
d. All materials are to be new and identical to existing materials, per these
specifications, unless otherwise approved in writing by the City
Representative.
19. Irrigation Trained Personnel: The Contractor shall provide no less than one (1) full
time irrigation technician, fully trained in all phases of the WeatherTrak irrigation
system operation. This is to include, but not limited to, diagnosis and repair of
controllers (motors, switches and fuses), valve wires, control valves, lateral lines,
gate valves, main lines, strainers, moisture sensors, master valves and electric
pedestals.
The Contractor’s irrigation technician shall have a minimum of four (4) years of
experience at the technician level and have WeatherTrak experience. Fourteen (14)
days prior to the start of any work, the Contractor shall submit to the City information
that demonstrates the technician’s qualifications, for City review and approval.
During the term of the Contract, the City Representative shall approve any changes
to the irrigation technician position.
The irrigation technician shall be able to effectively communicate in English and
shall meet the requirements identified in Appendix B, Sections A and B.
The irrigation technician shall remain on site for a minimum of eight (8) hours per
day, except as required to obtain irrigation equipment necessary for repairs to the
City’s irrigation systems. The irrigation technician is responsible for the City
irrigation systems and shall not perform any other landscape maintenance services
unless approved in writing by the City Representative.
The irrigation technician shall be required to carry a basic inventory of irrigation parts
and equipment to complete the necessary repairs.
Contractor shall provide additional irrigation personnel as needed, to provide
irrigation repair and maintenance services described herein, in emergency
situations and as directed by the City Representative.
K. IRRIGATING AREAS: Irrigation is controlled by the City’s Central Irrigation Management
System. Programming and scheduling of the City’s Central Irrigation Management System
shall be the responsibility of the contractor. Contractor shall manually turn on the system
to check irrigation coverage and irrigation system components for conformance to this
contract as described herein. Contractor shall not make any adjustments to the Central
Irrigation System without written approval from the City Representative.
1. Watering of Turf, Shrubs and Ground Cover Areas:
a. Watering of the turf, shrubs and ground cover areas shall be done pursuant
to the City’s installed WeatherTrak Central Irrigation Management System,
327
83
unless otherwise directed by the City Representative.
b. Contractor shall be responsible for the programming of conventional or solar-
powered automatic controllers as directed by the City Representative.
Contractor shall submit to the City a monthly schedule of the irrigation
system schedule. Any changes to the schedule must be submitted to the City
for approval. City may request a change of programming at any time.
c. Contractor shall be responsible to make all adjustments to sprinkler heads as
required to keep over-spray of sprinklers from walls and excessive runoff onto
sidewalks, and streets.
d. Since water requirements of plants vary according to the season, plant
variety and soil conditions, the Contractor shall consider the variation in size
of plants, roots, soil, irrigation components and weather conditions when
making water determination requirements. Extremely close attention shall be
paid to the water demands of plants as influenced by their exposure to sun,
wind, shade and geographic location. All landscape and turf areas shall be
irrigated as required to promote vigorous and healthy plant growth.
e. Contractor shall be held responsible for over-watering, which is represented
by excessive run-off, over saturation, or high use rates and dry areas or dead
plant material caused by the Contractor’s negligence to monitor or report to
the City Representative Central Irrigation Management System problems or
required adjustments shall result in Liquidated Damages and the cost of
water or dead plant material incurred by City.
f. Contractor shall be responsible to implement irrigation scheduled necessary
to establish new trees, shrubs, ground cover and turf (up through the sixth
mowing). Any adjustments to the irrigation schedule shall be submitted to
the City Representative for approval.
2. Irrigation Reports: The Contractor shall maintain and submit to the City
Representative in writing:
a. Contractor’s Irrigation Schedule and Maintenance Report (Appendix G): An
Irrigation Schedule and Maintenance Report shall be prepared twice a month
and submitted to the City Representative monthly.
3. Irrigation Repairs: Non-emergency irrigation repairs shall be completed by the
Contractor by the end of the following business day that the problem was reported
using City approved materials, supplied by the Contractor. Emergency irrigation
repairs, as determined by the City Representative, shall be immediately repaired.
4. Repair Inspection: Irrigation inspections by the City Representative may occur
within one working day of notification of services or repair completion. The City
Representative will inspect and verify performance and service of the repair. Should
328
84
such inspections find the repair to be deficient, the Liquidated Damages clause of
this Contract may be enacted at City's sole discretion.
5. Irrigation During Inclement Weather: Contractor shall set irrigation controllers to the
“OFF” position prior to actual inclement weather conditions and when local weather
reports forecast a 40% or greater chance of inclement weather. The Contractor will
be responsible to return the controllers to the “ON” position when conditions are
appropriate.
L. SWALES, DRAINS AND BASINS (DEBRIS, RETENTION, DETENTION AND CATCH
BASINS):
1. Contractor shall maintain all swales and drains on a weekly basis to insure operable
flow. Operations shall insure that swales and drains are maintained free of sand,
mud, rocks and miscellaneous debris so that water will have an unimpeded passage
to its outlet.
2. Drains and collection boxes shall be inspected weekly, cleaned and cleared of all
debris as needed.
3. Drain grates shall be inspected weekly. Contractor shall immediately inform the City
of any broken or missing grates, and secure same to keep the area safe for public
use.
4. Debris basins, retention basins and detention basins shall be kept clear of all debris,
including but not limited to leaf litter, trash and tree branches. Contractor shall string
trim or mow the bottom of all basins to a maximum height of 3”, four (4) times
annually. Contractor shall remove all trimmings. The Contractor shall provide a
weed abatement schedule to the City Representative for approval. The City
Representative may alter the schedule at any time.
5. Contractor shall maintain all tree, shrub and groundcover areas, including
accompanying irrigation systems, adjacent to all debris basins, retention basins and
detention basins as described herein.
M. LITTER CONTROL:
1. Contractor shall remove litter, paper, rocks, glass, trash, undesirable materials,
fallen tree branches, leaves, pine needles, and miscellaneous debris daily. This
includes, but is not limited to all hardscape surfaces, developed and undeveloped
areas, walkways, parking lots, roadways, trails and walking paths, along fence lines,
steps, planters, drains, catch basins, areas on slopes from the toe to the top of slope
and turf areas.
2. Contractor is responsible for recycling. All green waste cuttings, weeds, leaves, and
other yard wastes as defined in the Moorpark Municipal Code, shall be delivered to
the Moorpark Public Services Facility and disposed of in the proper recycling bin.
Under no circumstance shall Contractor dispose of any refuse, recyclables, or green
waste that was not generate from the performance of this Contract in City supplied
solid waste containers or bins.
329
85
3. Litter pickup shall be completed as early in the day as possible, but in no event later
than 10:00 a.m.
4. Litter shall be placed in City supplied refuse bins and not in public use trash
containers.
N. TRASH RECEPTACLES AND DOG WASTE STATIONS:
1. Trash receptacles, recycling receptacles, and Mutt Mitt receptacles, shall be emptied
when they are 50 percent full, but no less than weekly. Liners shall be provided by
the contractor and replaced no less than weekly. Liners shall be commercial
grade (heavy duty), black in color and 1.5 Mil thickness or better to contain
trash without tearing. Trash receptacles liners shall be placed in appropriate
trash bins. Recycle material shall be removed from the liner and placed in
appropriate recycling bin. The liner shall be placed in appropriate trash bin.
2. Contractor shall inspect Mutt Mitt dispensers weekly and refill dispensers as
needed and when less than 75% full. City shall provide Mutt Mitt’s at City’s sole
cost.
3. Trash, recycling and Mutt Mitt receptacles shall be cleaned as needed, or as
requested by the City, but no less than weekly.
O. HARDSCAPE:
1. All hardscapes as area including, but not limited to, sidewalks, parking lots, steps,
walkways, ramps, curb and gutters, medians and median noses, expansion joints
and walls adjacent to City maintained landscape areas shall be kept clear of dirt,
mud, trash, weeds, leaf litter and any other substances which are either unsightly or
unsafe.
2. The Contractor shall be responsible for weekly sweeping or blowing of concrete
surfaces, parking lots and walkways adjacent to all areas.
P. GRAFFITI:
1. Contractor shall immediately report all graffiti upon detection to City Representative.
The City Representative shall determine if graffiti requires photographing and police
reporting prior to removal. The Contractor shall be responsible for removing graffiti
within two (2) hours of observance that can be removed using a solvent specially
formulated for graffiti removal and approved for such use by the City Representative.
If graffiti cannot be removed with said solvent, Contractor shall notify the City
Representative immediately upon observance and City shall be responsible for
removal. Special attention shall be given to the following areas upon the
Contractor’s first arrival to the designated work site:
a) Concrete walkways.
b) Curb and gutter
330
86
c) Concrete drainage swells, slough walls, culverts, drainage inlet or outlet
devices
d) Fences and block walls
e) Waste cans
f) Lighting fixtures
2. All materials and processes used in graffiti eradication shall be non-injurious to
applied surfaces, and areas adjacent to graffiti abatement and approved by the City
and CAL-O.S.H.A.
3. Contractor shall use special care and attention when removing graffiti from treated
or sealed surfaces. Such surfaces shall not be painted. Contractor shall use
materials, and methods of application, as provided and approved by City.
4. Contractor is not required to sandblast or paint graffiti.
5. Contractor shall clean spills, spatters, and runs from removal operations as a part
of each operation.
Q. FIRE HAZARD MITIGATION AND ABATEMENT:
1. Contractor shall be responsible for providing equipment, materials, and labor to
perform fire hazard mitigation and abatement once (1x) annually in Peach Hill Wash
and behind Shadyridge Drive within LMD Zone 10. This mitigation and abatement
shall be performed to the standards upheld by the Ventura County Fire Department.
This abatement includes the removal of seasonal growth up to 100’ from adjacent
structures and the removal or thinning of woody material as directed by the City
Representative.
331
87
APPENDIX D
LANDSCAPE MAINTENANCE DISTRICTS
CITYWIDE ZONES OF BENEFIT AND MISCELLANEOUS CITY PROPERTIES
AREAS TO BE MAINTAINED (AREA DESCRIPTIONS)
LANDSCAPE MAINTENANCE DISTRICT
CITYWIDE AREAS
DESCRIPTION SIZE MAP
1. Poindexter Avenue (CW1):
Parkway (s): South side of Poindexter Avenue, east and west
of Sierra Avenue. Sidewalk, vines and planters.
4,356 s.f.
CW1
2. Tierra Rejada Road Parkways (CW2):
Parkway(s): East and west side of Tierra Rejada Road from
Los Angeles Avenue southerly to Harvester Street. Tree wells,
sidewalk, vines and planters.
13,068 s.f. CW2
3. Tierra Rejada Road Median Islands (CW2a, 2b, 2c, 2d):
Median Islands (s): Tierra Rejada Road between Los Angeles
Avenue and the flood control channel bridge.
Median Islands (s): Tierra Rejada Road between the flood
control channel bridge and the Southern California Edison
(SCE) easement.
Median Island (s): Tierra Rejada Road between the SCE
easement and Spring Road.
Median Island (s): Tierra Rejada Road between Spring Road
and the City limits, east of the Hwy 23 overpass.
56,628 s.f. CW2a
CW2b
CW2c
CW2d
4. Mountain Trail Street Median Islands (CW3a):
Median Island (s): Mountain Trail Street between Tierra
Rejada Road and Mountain Meadows Drive.
13,068 s.f.
CW3a
5. Fountain (CWF):
Mountain Meadows Plaza at the corner of Tierra Rejada Road
and Mountain Trail Street. Planters.
2,500 s.f.
CWF
6. Spring Road Median, Planters, Parkways South of LA
Avenue (CW4a, 4b):
Medians: Spring Road between Los Angeles Avenue and
Peach Hill Road. Spring Road between Peach Hill Road and
Tierra Rejada Road
Planters: East side of Spring Road from Los Angeles Ave to
Peach Hill Road from Arroyo bridge to approximately 650 south
of Peach Hill road. Planter corner of Spring Road and Peach
Hill Road (Marlbrough). West side Spring Road from Peach Hill
to south plante on the south side of Christian Barrett. Trees,
shrubs, wall vines and mulch.
159,603 s.f. CW4a
CW4b
332
88
7. High Street (CW5):
Moorpark Ave to Spring Road: Planters, Parkways, improved
and unimproved Public Parking lots, Hardscapes
43,560 s.f.
CW5
8. Los Angeles Avenue at Millard Street (CW6):
Parkway (s): North side of Los Angeles Avenue between
Millard Street and Spring Road. Sidewalk, vines and planters.
9,000 s.f.
CW6
9. Princeton Avenue Parkways (CW7, 7c):
Parkway (s): East side of Princeton Avenue from the 118
Freeway northerly to Campus Park Drive. Sidewalk and
planters.
Parkway (s): West side of Princeton Avenue from the 118
Freeway northerly to Amherst Street. Sidewalk and planters.
Parkway(s): North side of Princeton Ave from Nogales Ave
westerly to roughly 1,600’ east of Spring Rd. Sidewalk, planter
and vines.
Parkway(s): South side of Princeton Ave from Nogales Ave
westerly to roughly 1,600’ east of Spring Rd. Sidewalk,
planters, vines, and landscaped slope.
20,000 s.f.
CW7
CW7c
10. Princeton Avenue Medians (CW7a, 7b):
Median (s): Princeton Avenue between the southerly end of
Condor Drive and the 118 Freeway overpass.
Median (s): Princeton Avenue between the 118 Freeway
overpass and Campus Park Drive.
6,500 s.f.
CW7a
CW7b
11. Campus Park Drive Parkways (CW8):
Parkway (s): Southwest side of Campus Park Drive from
Cambridge Street easterly to the commercial center. Sidewalk
and planters.
Parkway (s): South side of Campus Park Drive from Princeton
Avenue easterly to Penn Street.
9,000 s.f.
CW8
12. Campus Park Drive Medians (CW8a, 8b):
Median (s): Campus Park Drive between Princeton Avenue
and Penn Street.
Median (s): Campus Park Drive between Penn Street to
Collins Drive.
22,000 s.f.
CW8a
CW8b
13. Campus Park Drive at Collins Drive (CW9):
Parkway (s): North side of Campus Park Drive from Collins
westerly to the Flood Control Channel. Sidewalk and planters.
Parkway (s): West side of Collins from Benwood Drive
southerly to Campus Park Drive. Sidewalk and planters.
13,068 s.f.
CW9
14. Los Angeles Ave at Tierra Rejada Road (CW10)
Parkways Southside of Los Angeles Avenue from Mira Sol
Drive easterly approximately 600’ east of Maureen Lane.
Trees, tree wells, sidewalk, planters and vines
13,068 s.f.
CW10
15. Spring Road Parkways – North of LA Avenue (CW11):
Parkway (s): West side of Spring Road, from the Railroad
tracks southerly to Los Angeles Avenue. Tree wells, sidewalk,
26,250 s.f. CW11
333
89
vines and planters.
Parkway (s): East side of Spring Road between the Railroad
tracks and Flinn Avenue. Tree wells, sidewalk.
16. Spring Road Medians – North of LA Avenue (CW11a):
Median (s): Spring road south between railroad tracks and
Flinn Avenue.
4,356 s.f.
CW11a
17. Peach Hill Road Parkway – West of Rolling Knoll Drive
Parkway with trees and wood mulch
600 s.f. CW12
18. Peach Hill Road Parkway – West of Bella Vista Drive
Parkway with trees and wood mulch
600 s.f. CW
12a
19. Second Street Parkway – West of Spring Road to
Harry Street (CW14).
Parkway with trees and wood mulch
365 s. f. CW14
20. Peter’s Trail (CW15)
Decomposed granite trail: From northern most roadway southerly to
approximately 170’ beyond end of v-ditch. Includes wall planter.
Slope: From decomposed granite trail west to adjacent roadway.
Gravel Planter (s): West side of Walnut Canyon. From intersection
northerly approximately 440’, and southerly approximately 150’.
60,031 s.f. CW15
PROPERTY SIZES AND LOCATIONS LISTED ARE APPROXIMATE AND FOR
REFERENCE ONLY. CONTRACTOR SHALL FIELD VERIFY ACTUAL SIZE AND
LOCATION.
334
90
LANDSCAPE MAINTENANCE DISTRICT
ZONES OF BENEFIT AREAS
DESCRIPTION SIZE MAP
1. Zone 1 Pecan Ave:
Parkway (s): East side of Pecan Avenue between Campus Park
Drive and Bambi Court. Sidewalk and planters.
Parkway (s): North side of Bambi Court between Pecan Avenue
and Benwood Drive. Sidewalk and planters.
Parkway (s): East side of Benwood Drive between Bambi Court
and north Benwood Drive. Sidewalk and planters.
Landscape Area: East side of Ventura County Flood Control
District channel between the channel fence and adjacent
property line fence.
60,984 s.f.
Z1
2. Zone 2 Steeple Hill:
Parkway (s) & slope (s): West side of Spring Road, south of
Monte Vista Park to approximately 75’ south of Christian Barrett
Road, including entry planters. Sidewalk, turf, vines and
planters.
Parkway (s) & slope (s): South side of Christian Barrett Road
between Spring Road and Willow Creek Lane. Sidewalk, vines
and planters.
Parkway (s) & slope (s): North side of Tierra Rejada Road, from
the southwest property line of the commercial center westerly to
Peach Hill Road. Sidewalk, vines, tree wells and planters.
Parkway (s) & slope (s): South side of Tierra Rejada Road from
approximately 75’ east of Keisha Drive westerly to Peach Hill
Road. Sidewalk, vines, tree wells and planters.
Parkway (s) & slope (s): East side of Peach Hill Road from Tierra
Rejada Road southerly to Christian Barrett Road. Sidewalk and
planters.
143,748 s.f.
Z2
3. Zone 3 Buttercreek:
Parkway (s): South side of Peppermill Street. Sidewalk and
planters.
Parkway (s): South side of Los Angeles Avenue from the east
property line west of Buttercreek Road easterly to Mira Sol Drive.
Tree wells, sidewalk, vines and planters.
4,356 s.f.
Z3
4. Zone 4 Williams Ranch:
Parkway (s): North side of Williams Ranch Road between
Granidilla and the SCE easement. Turf, planters and sidewalk.
Parkway (s): South side of Williams Ranch Road from the SCE
Easement westerly to the west end of Williams Ranch Road.
Turf, planters and sidewalk.
Parkway (s): SCE barrier landscape area. Planters
21,780 s.f.
Z4
335
91
5. Zone 5 Pheasant:
Parkway (s) & slope (s): West side of Peach Hill Road between
Williams Ranch Road and Tierra Rejada Road. Sidewalk, turf
and planters.
Parkway (s) & slope (s): North and South side of Tierra Rejada
Road between Peach Hill Road and the SCE easement,
including the entry statements at Pheasant Run Street. Sidewalk
and planters.
191,664 s.f.
Z5
6. Zone 6 Ingelwood St.:
Parkway (s): West end of Inglewood Street
1,500 s.f. Z6
7. Zone 7 L.A. Ave & Gabbert:
Parkway (s): North side of Los Angeles Avenue from Gabbert
Road easterly to the property line east of Shasta Avenue. Turf,
sidewalk and planters.
35,000 s.f. Z7
8. Zone 8 Home Acres Buffer:
The fenced landscaped area at the west end of Shadyridge Drive
Turf, sidewalk and planters.
60,984 s.f. Z8
9. Zone 9 Condor:
Parkway and planter at the southwest corner of Condor Drive
and Princeton Avenue.
17,424 s.f.
Z9
10. Zone 10 Mountain Meadows PC3:
The landscape area adjacent to both sides of the Peach Hill
Wash channel, which extends easterly from Country Trail Park,
to the shopping center property line. Planters. Natural areas.
The narrow landscaped strip located north of Arroyo West
School. Sidewalk and planters.
The Peach Hill Wash slope and landscape areas located east of
Country Hill Road on the north side of the channel, including the
slope and landscape areas behind the adjacent shopping center
at Tierra Rejada Road and Mountain Trail. Sidewalk, natural
areas, turf and planters.
The slope area located south of the VCFCD channel, west of
Mountain Trail Street, behind the houses fronting Shadyridge
Drive, including the north slope area adjacent to Mountain Trail
Street. Planters and natural areas.
Parkway (s) and slope (s): North and south side of Tierra Rejada
Road between the flood control channel bridge and
Countrywood Drive, including the entry statements at
Countrywood Drive. Sidwalk, turf and planters.
Parkway (s) and slope (s): Southwest side of Tierra Rejada
Road between Countrywood Drive and the Vons Shopping
Center. Sidewalk and planters
Parkway (s) and slope (s): North side of Tierra Rejada Road
between Mountain Trail Street and the SCE easement.
Parkway (s) and slope (s): South side of Tierra Rejada Road
between Mountain Meadow Drive and the SCE easement.
740,520 s.f.
Z10
336
92
11. Zone 11 Alyssas Ct:
Landscaped parkway at the northeast and southeast corners of
Pecan Avenue and Alyssas Court. Turf and sidewalk.
1,800 s.f.
Z11
12. Zone 14 Silver Oak:
Parkway (s): North side of Peach Hill Road from Rolling Knoll
Drive easterly to property line. Sidewalk and planters.
Parkway (s): East and west side of Rolling Knoll Drive from
Peach Hill Road northerly to property line. Sidewalk and
planters.
13,068 s.f. Z14
PROPERTY SIZES AND LOCATIONS LISTED ARE APPROXIMATE AND FOR REFERENCE
ONLY. CONTRACTOR SHALL FIELD VERIFY ACTUAL SIZE AND LOCATION.
337
93
LANDSCAPE MAINTENANCE DISTRICTS
MISCELLANEOUS PROPERTIES
DESCRIPTION SIZE MAP
1.310 High Street — Metrolink Station:
Paved north parking lot and south parking lot, Metrolink Station
and walkways, pedestrian access park south of the railroad
tracks between Moorpark Avenue and the Metrolink parking lot,
all landscape planters, access drive and the High Street and
Moorpark Ave landscape frontage.
278,784 s.f. M1
2.661 Moorpark Avenue:
City-owned vacant property. Landscape areas and parkway
east of the property fence and between the north and south
property line.
11,185 s.f.
M2
3.18 High Street:
SA owned office property. Landscape frontage on High Street
and Moorpark Avenue, south property line fence, parking lot and
planters.
15,700 s,f.
M3
4.33 High Street:
SA owned office property. Landscape frontage on High Street,
parking lot and planters.
1,500 s,f.
M4
5. 627 Fitch Avenue – Moorpark Public Services Facility
Landscape areas and parking lot 55,000 s.f. M5
6.699 Moorpark Ave - Moorpark Library:
Landscape areas and parking lot.37,000 s.f. M6
7.799 Moorpark Avenue — Moorpark Civic Center:
All landscaped areas at the Civic Center Complex (City Hall,
Office (s), Annex (s), Community Center, Parking Lots) Does
not include the Community Center Park.
113,256s.f.
M7
8.Public Parking Lot:
Paved parking lot and landscape areas on the south/west corner
of High Street and Moorpark Avenue.
43,560 s.f. M8
9. 612 Spring Road – Ruben Castro Human Services Center
Landscape areas and parking lot 108,900 s.f. M9
10. 31 Poindexter Ave (City Facility
Parking lot, Trees and Shrubs
10,000 s.f. M10
11. 323 Science Drive – City Hall:
All landscaped areas and parking lot on the City Hall property at 323
Science Dr.
53,567 s.f.
11.Bus Shelters:
Empty trash receptacles at 21 bus stops once a week.21 total Attached
PROPERTY SIZES AND LOCATIONS LISTED ARE APPROXIMATE AND FOR REFERENCE
ONLY. CONTRACTOR SHALL FIELD VERIFY ACTUAL SIZE AND LOCATION.
338
94
APPENDIX E
CITY OF MOORPARK
CONTRACTOR’S INTENT TO SPRAY RESTRICTED/NON-RESTRICTED MATERIALS
Contractor: Date:___________
Site Name:___________________________________________________________________________
Location:____________________________________________________________________________
Proposed date (s) of application: ________________________________________________________
Number of acres/area to be treated: ____________________________________________________
Type of equipment to be used: ________________________________________________________
Target pest(s):________________________________________________________________________
Chemical Registration No.:____________________
Chemical Name:___________________ Dilution Rate:_______ per gallon Chemical Total:_________
Fumigant Name: _____________________________Tablet Size: ______oz. Total Tablets: _________
Fumigation Management Plan Completed and a copy to the City: Yes: _______ No:_______
Ingredient(s):_________________________________________________________________________
Antidote: _______________________________ Active:____________________ Inert:_____________
Environmental:
Re-entry after spraying: ________ (Hours / Minutes) Notes:___________________________________
Criteria / Reason / Notifications:_________________________________________________________
North
Identify Location of Adjacent Schools, Dwellings, Etc. West [Treatment Area] East
South
Applicator(s) Name(s): ________________________________________________________________
(Print Name)
License No: ________________________________________
Submitted By:_______________________________________________ Date:_______________
339
95
APPENDIX F
CITY OF MOORPARK
CONTRACTOR WEEKLY INSPECTION REPORT
Contractor: _______________________________________________Date:_________to__________
Location: _________________________________________________________________________
Inspector: _____________________________________________________________
Retain document for 3 years after inspection.
Area Inspected WEEK
1 2 3 4
DEFICIENCY
Yes (Y) or
No (N)
Description/See
detailed report below
A. Landscape
1 Damages – Traffic Accident,
Vandalism, Theft, etc.
2 Mowing, edging, trimming has been
completed
3 Trees and shrubs have been
maintained, planters weeded
4 Shrubs, turf or tree replacement
needed
5 Turf areas are weed free (herbicide
applicator scheduled?) provide
6 Turf areas inspected for hazards such
as holes, mounds, rocks, glass and
other debris and removed daily (list
hazards removed)
B. Trees
1 12” tree wells have been maintained
2 No sucker growth or low limb
obstructions
3 Tree supports and stakes are secure
4 Tree contractor (WCA) services are
required
C. Irrigation
1 Sprinkler system operating correctly
2 Irrigation heads operating correctly
3 Damaged to irrigation components
4 Excessive wet areas, run-off, over-
spray Areas
5 Dry, brown or dead areas
6 Irrigation controller time and water
days correct
7 Controller & backflow working
correctly.
8 Controller adjusted for inclement
weather
340
96
D. Hardscape
1 Damage or hazards in sidewalks,
curb, gutters, parking lots or picnic
areas
2 Swales and drains clean
3 Litter & debris removed daily
E. Fertilization
1 Grass: Forecasted Application Date
for: Jan/Apr/Aug/ October
2 Shrub: Forecasted Application Date
for: Apr/Sep
F. Pesticide
1 Notification submitted to City: Weed
Control Application
2 Notification submitted to City: Rodent /
Disease / Insect Applications
G.Lighting
1 Lights Bulbs Burned OUT / Staying
ON / Vandalized etc.
H.Graffiti
1 Restrooms: Identify location & log time
2 All other areas: Identify location & log
time
I. Trash and Recycling
Receptacles
1 Emptied 50% full or weekly
2 Cleaned
J Trails
1 Trail ruts filled in, hazards removed
and trash and debris removed
2 Weeds removed from trail
3 Irrigation Checked
4 Trees, shrubs ground cover
K TRAFFIC CONTROL
1 Required traffic control devices in-
place
2 Encroachment permit at site and
posted in vehicle
Letter and
Number
Description of Deficiency Recorded Date
Identified
Date
Corrected
341
97
342
98
APPENDIX G
CITY OF MOORPARK
CONTRACTOR’S WEEKLY IRRIGATION INSPECTION REPORT
Contractor:_________________________ Date: ______________
Park Name:_________________________ Controller: _____________________
Inspector:__________________________
Irrigation Schedule:
Scheduled water days (circle): M T W TH F Sat Sun
Start Times: Program A 1st _____ 2nd _____ 3rd _____ 4th ______
Start Times: Program B 1st _____ 2nd _____ 3rd _____ 4th ______
Start Times: Program C 1st _____ 2nd _____ 3rd _____ 4th ______
Start Times: Program D 1st _____ 2nd _____ 3rd _____ 4th ______
IRRIGATION INSPECTION
Station Number 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20
OK
Broken Head
Plugged Head
Adjust Head
Broker Lateral
Solenoid
Valve
Other
PLANT MATERIAL INSPECTION
Good
Fair
Turf too wet
Stressed Turf
IRRIGATION INSPECTION
Station Number 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40
OK
Broken Head
Plugged Head
Adjust Head
Broker Lateral
Solenoid
Valve
Other
PLANT MATERIAL INSPECTION
Good
Fair
Turf too wet
Stressed Turf
343
99
Water Budget %: ______
Station Run Times: 1__, 2 __, 3 __,4__, 5 __, 6 __,7__, 8 __, 9 __,10__, 11 __,
12 __,13__, 14 __, 15 __,16__, 17 __, 18 __,19__, 20 __, 21 __,22__, 23 __,
24 __,25__, 26 __, 27 __,28__, 29 __, 30 __,31__, 32 __, 33 __,34__, 35 __, 36__,
37 __,38__, 39 __, 40 __,
Notes:
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
________________________________________
Inspector (signature):_____________________________
Inspector (printed name):__________________________
Affix additional sheets as required.
Station
Number Description of Deficiency Recorded Date
Identified
Date
Corrected
344
100
APPENDIX H
LANDSCAPE MAINTENANCE DISTRICTS
CITYWIDE ZONES OF BENEFIT AND MISCELLANEOUS CITY PROPERTIES
AREA DIAGRAMS
345
AREA DIAGRAMS
CITYWIDE ZONES,
LMD ZONES 1, 2, 3, 4, 5, 6, 7, 10, 11, 14
AND MISCELLANEOUS CITY PROPERTIES
346
347
348
349
350
351
352
LANDSCAPING AND LIGHTING ASSESSMENT DISTRICT
CITYWIDE ASSESSMENT ZONE (CW 15)
OOD/PL
City of 1tltoopark,
799 MOORPARK AVE
MOORPARK CA, 93021
LEGEND:
• • • • CITYWIDE TRAIL
I CITYWIDE ASSESSMENT
ZONE 8 CITYWIDE ZONE
DESIGNATION NUMBER
NIITI
�
SCALE N.T.S.
IATE MAY 13, 2022 353
354
355
356
357
358
359
360
361
362