Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAGENDA REPORT 2008 0116 CC REG ITEM 10EITEM 10. E.
sf
MOORPARK CITY COUNCIL
AGENDA REPORT
TO: The Honorable City Council
FROM: Mary Lindley, Parks, Recreation & Community Services Director (
PREPARED: Roger O. Blais, Parks and Landscape Manager
DATE: January 2, 2008 (CC Meeting January 16, 2008)
SUBJECT: Consider Landscape Maintenance Contract Specifications and
Authorize Staff to Solicit Bid Proposals '
DISCUSSION
The City Council is being asked to approve a revised contract document and bid
specifications for landscape maintenance services for City parks and cityscape.
Cityscapes include landscaped parkways, medians, and slopes within various
Landscape Maintenance Districts (LMD's), and other miscellaneous City properties,
such as City facility grounds and some Moorpark Redevelopment Agency property. The
scope of work under the existing and proposed contracts also includes cleaning of
various hardscapes (i.e. sports courts, walkways) park restrooms, and park amenities
(i.e. picnic tables, pavilions, trash cans). Initially, the City's existing landscape
maintenance agreements (two existing contractors: Sunridge and Venco Western) were
set to expire December 31, 2007. The City Council approved a time extension for each
agreement to April 30, 2008, to provide staff with additional time to revise the contract
document and bid proposal package.
The last time the City solicited competitive bid proposals for all landscape maintenance
services within the City was 1996. At that time, Sunridge Landscape Maintenance
Services was the successful low bidder. In 2000, the City sought competitive cost
proposals for landscape maintenance service for LIVID Zone 12 (Miller Parkway and
portions of Tierra Rejada Road) and Miller Park. Venco Western Landscape Services
was awarded the agreement for LIVID Zone 12 and Sunridge was awarded an
agreement for Miller Park.
The total acreage of landscaped area under the City's responsibility has increased
significantly over the past twelve years and staff believes it is time to update the
contract documents. Current park acreage is approximately 152 and the acreage of
landscaped parkways, medians and slopes (LIVID) is approximately 65 acres. LIVID
SACommunity Services\ADMINISTRATIVE\CC Reports \2008 \1 -16 -08 (Landscape Contract).doc
AA0 I.,y V
Honorable City Council
January 16, 2008
Page 2
acreage is expected increase an additional 100 acres in the next three years. The
landscape acreage for miscellaneous properties (MRA and City facility grounds,
Metrolink Station) is approximately 12 acres. With the increase in acreage and use
demands on our parks, and the greater expectations regarding the condition of
landscaped improvements and park amenities, staff set out to revise and update the
landscape maintenance contract requirements and specifications. The contract
document consists of performance requirements; i.e. days and times services will be
provided, staffing requirements, emergency and non - emergency response, safety
requirements and traffic control and similar administrative obligations of the contractor.
In addition to performance requirements, the contract documents contain a scope of
work. The scope of work identifies all the tasks that must be performed, the manner in
which they are to be performed, frequency, and other specifications important to the
maintenance and operations of the contract. When last drafted in 1996, the
performance requirements and scope of work were more general in nature in some
cases, and open to interpretation.
The type and frequency of the various tasks to be performed under this Agreement has
not changed significantly, with a few exceptions identified below. Frequencies for
mowing, edging, turf aeration and turf and shrub fertilizations and related activities
remain the same. The contractor who secures the Agreement for park maintenance will
remain responsible for weekday maintenance of the park restrooms and there has been
no change regarding that activity in the scope of work other than language clarification.
However, the language for most activities is more specific and each task and the
performance expectations are explained in more detail. The enhanced language will
give the City more control and enforcement over the contract and better recourse in the
event the contractor(s) fails to perform as required.
Below is a summary of the significant specification changes:
• Tennis courts sweeping and washing from an as needed basis to weekly.
• Pesticide monitoring and licensing requirements are better defined, and new
restriction on the use and type of rodenticides permitted by City.
• Inclusion of maintenance specifications for nature and urban trail not included in
previous document.
• Contactor will now be required to review playground equipment daily prior to 8
a.m. and report maintenance issues. Current specifications simply require
contractor to report conditions which are below operable standards. City staff will
continue to be responsible for routine safety and ADA accessibility inspection
and for necessary repairs.
The bid document has been structured to solicit separate cost proposals: one for all
LIVID areas and the other for all parks. Depending on the successful low bidders, the
City could end up with separate Agreements with two different contractors.
Staff has drafted a 26 month agreement (May 1, 2008 through June 30, 2010) with a
> " :. t
_
Honorable City Council
January 16, 2008
Page 3
provision that would allow the City the option to extend it three additional one -year
terms. Pending the Council's approval of the contract documents as proposed, staff will
hold a mandatory bidders conference on February 4, 2008. The bid opening is schedule
for February 13, 2008. Staff anticipates returning to the Council a meeting in March with
a recommendation on the award of contract(s) to the lowest responsible bidder(s).
FISCAL IMPACT
While it is difficult to predict, particularly in the current economic market, staff
anticipates that with the proposed enhanced scope of work for the maintenance of the
tennis courts and the greater detail included in the draft specifications, that the cost
proposals will come in slightly higher than the costs the City operates under with its
existing Agreements. Often costs decrease as a result of a competitive bidding process
and it is hoped that the competitive process will temper any increases that may be
generated by the enhanced specifications. It is also possible that costs for certain
landscaped improvements may decrease, such as slopes, facility grounds, MRA
property and possibly parkways and medians, while costs for parks increase, again due
to the greater detail in the proposed specifications resulting from greater demands
placed on the use of City parks.
Several revenue sources are used to fund landscape maintenance activities. In FY
2007/08 the following costs were budgeted:
Active Funding Source Budget
Parks Park Assessment /General Fund* $397,700
LMD's Assessment Districts ** 424,300
General City Facilities General Fund 19,000
MRA Properties MRA 5,000
Metrolink & Bus Stops Local TDA 6,000
Total $834,900
Park Assessment comprises approximately 12 %, the General Fund the remaining 88%
" Gas Tax and the General Fund subsidize partial costs for four LMD's - Citywide, Zones 5, 7, 9
Any cost increases or savings resulting from the bid proposals would impact the above
revenue resources. The Council will have the ability to reject all bids at a subsequent
meeting if it is not satisfied with the bid final results and direct changes to the contract's
scope of work.
STAFF RECOMMENDATION
Approve contract documents for landscape maintenance services, subject to final
language clarifications by the City Manager, and authorize staff to solicit bid proposals.
Attachments: Exhibit A: Documents and Specifications for City Landscape Maintenance
CITY OF MOORPARK
CONTRACT DOCUMENTS
AND SPECIFICATIONS
for Landscape Maintenance Services
Moorpark, California
January 2008
PROJECT MANAGER: Roger Blais, Park and Landscape Manager
Parks, Recreation, and Community Services
Page 1
TABLE OF CONTENTS
ITEM PAGE
NOTICE INVITING SEALED BIDS 3
INSTRUCTIONS TO BIDDERS 5
PROPOSAL 10
AGREEMENT AND CONTRACT FORMS 20
EXHIBIT A —
Contract Performance Requirements 34
EXHIBIT B —
Scope of Work
43
EXHIBIT C —
Area to be Maintained (Includes descriptions 65
and maps)
EXHIBIT D —
Compensation
Page 2
4L
NOTICE INVITING SEALED BIDS
FOR
Landscape Maintenance Services
PUBLIC NOTICE IS HEREBY GIVEN that the City of Moorpark ( "City "), invites sealed bids for
the above stated project and will receive such bids in the office of the City Clerk, 799 Moorpark
Avenue, Moorpark, California, 93021 up to the hour of 10:00 A.M. on the 13 "' day of February,
2008, at which time they will be publicly opened and read. The official bid clock, which will
establish the official bid time, will be determined by the City Clerk's Division of the City of
Moorpark.
The Scope of Work for this project consists of providing all labor, services, and furnishing all
materials, tools, equipment, supplies and transportation as necessary for the performance of
scheduled landscape maintenance services in City parks and landscaped parkway, medians and
slopes in accordance with contract provisions and specifications attached hereto and made a part of
this Notice.
A mandatory pre -bid conference will be held at the Moorpark Public Services Facility, 627 Fitch
Avenue, Moorpark, CA 93021, Monday, February 4, 2008, at 9:00 A.M. Only those bidders in
attendance will be eligible to submit bid proposals.
Bid proposals must be accompanied by a certified or cashier's check, or bidder's bond, made payable
to the City of Moorpark in the amount of ten percent (10 %) of the total bid. This bond or check will
constitute a guarantee that the bidder will, if an award is made to him /her in accordance with the
terms of said bidder's proposal, provide all licenses, insurance and bonds as identified in this Request
for Proposal and execute a contract on the City's standard form.
The successful bidder shall also furnish to City at the time of execution of the contract a faithful
performance bond approved by the City in an amount equal to one hundred percent (100 %) of the
contract price guaranteeing the faithful performance of the contract.
Pursuant to California Government Code Section 4590, substitution of eligible and equivalent
securities for any moneys withheld to insure performance under the contract for the work to be
performed will be permitted at the request and expense of the successful bidder.
Bidder must agree to abide by the requirements under Section 1773 of the Labor Code of the State of
California for general prevailing wages where it is applicable.
Prospective bidders may obtain copies of Contract Documents and Specifications for Landscape
Maintenance Services from the City of Moorpark, Department of Parks, Recreation, and Community
Services, 799 Moorpark Avenue, Moorpark, CA 93021 at a cost of $20.00, plus $5.00 if mailed.
Bids must be prepared on the approved Proposal forms in conformance with the Instructions to
Bidders and submitted in a sealed envelope plainly marked on the outside, "Landscape Maintenance
Proposal -- DO NOT OPEN WITH REGULAR MAIL ".
Page 3
All bidders must possess a State of California Contractor's License, Class C -27 at the time of bid
submission to be eligible for the award of contract. Said License must be maintained in good
standing throughout the term of the contract. Failure to possess the specified license shall render the
bid as non - responsive. No contract will be awarded other than to a contractor properly licensed in
accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code of the
State of California, cited as the Contractor's State License Law. Each bidder shall submit a
photographic copy of its active contractor's license with the bid documents.
The City shall, before awarding a bid, verify that a contractor was properly licensed when the
contractor submitted the bid. In the event of a dispute as to the classification of license required the
opinion of the California Contractors' State License Board shall prevail.
The Moorpark City Council reserves the right to reject all bids.
This contract is subject to liquidated damages.
All bids must be submitted in conformance with this Notice and with Instructions to Bidders.
Page 4
INSTRUCTIONS TO BIDDERS
PROPOSAL FORMS AND SUBMITTAL
The City is soliciting separate cost proposals for the maintenance of City parks and maintenance of
landscaped parkways, medians, and slopes (activity). The bid form includes sub - totals for each
activity and a total for combined costs. At the City's sole discretion, it may award contracts based on
the lowest, qualified bidder for each activity (sub - total) or one contract based on the overall lowest,
qualified bidder (grand total)
Bids shall be submitted in writing on the forms provided by the City, use of other forms may be
cause for rejection of bids. All information requested therein must be clearly and legibly set forth in
the manner and form indicated. Non - substantial deviations may be considered provided that the
bidder submits a full description and explanation of, and justification for, the proposed deviations.
Final determination of any proposed deviation will be made by the City in its sole discretion. The
proposal forms which must be submitted by bidders include pages 10 through 18.
SCOPE OF WORK
Scope of work to be preformed under contract with the City includes, but is not limited to, labor,
services, and furnishing all materials, tools, equipment, supplies and transportation as necessary for
the performance landscape maintenance and related services as more fully described in Exhibit A, B,
C, and D to the Contract contained herein.
EXAMINATION OF REQUEST FOR PROPOSALS DOCUMENT BIDDING INSTRUCTIONS
AND PROPOSAL CONTRACT DOCUMENTS PERFORMANCE REQUIREMENTS, SCOPE
OF WORK AND AREAS TO BE MAINTAINED.
The bidder shall personally examine the site of the work contemplated, specifications, and Contract
Documents before submitting a bid proposal, to ascertain the existences of any conditions which may
impact the bid proposal. Therefore, it will be assumed that the bidder has personally investigated and
is satisfied as to the general and local conditions to be encountered, the character of equipment and
facilities needed preliminary to and during the prosecution of the services, and the requirements of
these specifications. It is mutually agreed that submission of a proposal shall be considered prima
facie evidence that the bidder has made such examination and fully accepts the responsibility for the
terms and conditions of the areas to be maintained according to this contract.
PROPOSAL GUARANTEE
Bid proposals must be accompanied by a certified or cashier's check, or bidder's bond, made payable
to the City of Moorpark in the amount of ten percent (10 %) of the total bid. This bond or check will
constitute a guarantee that the bidder will, if an award is made to him /her in accordance with the
terms of said bidder's proposal, provide all licenses, insurance, and bonds as identified in this
Page 5
Request for Proposal and execute a contract on the City's standard form.
The proceeds of the Bond will become the property of the City if the bidder fails to or refuses to
execute the contract within fourteen (14) calendar days after the City has notified the bidder of intent
to award the bid or within fourteen (14) calendar days after notice of the award has been sent by mail
to the bidder, whichever occurs first. Additionally, the proceeds of the bidder's bond will become the
property of the City if the bidder fails to or refuses to furnish satisfactory bonds or evidence of
insurance required in the contract construction documents within fourteen (14) days after the bid has
been awarded. The bond shall be duly executed by a surety admitted to do business in the State of
California. All bid bonds or substitutes thereof will be returned upon timely execution of the contract
and the filing of satisfactory insurance certifications and bonds by successful bidder.
DELIVERY OF PROPOSAL
Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "Landscape
Maintenance Proposal" --DO NOT OPEN WITH REGULAR MAIL ". Proposals maybe mailed or
delivered by messenger to City Clerk, Moorpark City Hall, 799 Moorpark Avenue, Moorpark, CA
93021. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the hands
of the Agency's designated official prior to the bid opening hour stipulated in the Notice Inviting
Sealed Bids. The official bid clock, which will establish the official bid time, will be determined by
the City Clerk's Division of the City of Moorpark. Late proposals will not be considered.
In order to guard against premature opening, the bid must be clearly labeled with the bid title, name
of bidder, and date and time of bid opening, as stated above.
IRREGULAR PROPOSALS
Unauthorized conditions, limitations, incompleteness, or provisions attached to a proposal will render
it irregular and may cause its rejection. The completed Proposal forms shall be without
interlineations, alterations, or erasures. Alternative proposals will not be considered unless
specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will
be considered. Bids with supplemental information or form other than those proposed forms
provided by the City may not be considered. Non - substantial deviations may be permitted provided
that the bidder submits a full description and explanation of, and justifications for, the proposed
deviations. Final determination of whether a proposed alternative or deviation is non - substantial will
be made solely by the City at its discretion.
BID WITHDRAWAL
A bidder may withdraw his/her proposal, without prejudice prior to the time specified for the bid
opening, by submitting a written request to the City for its withdrawal, in which event the proposal
will be returned to the bidder unopened. No proposal received after the time specified or at any place
other than the place stated in the "Notice Inviting Bids" will be considered. All bids will be opened
and declared publicly. Bidders or their representatives are invited to be present at the opening of the
bids.
Page 6 gg
BIDDER OUALIFICATIONS
All bidders must possess the following: 1) A State of California Contractor's License, Class C -27.
2) A Pesticide License issued by State of California Department of Pesticide Regulation Enforcement
Branch for pesticide operations to be performed. Copies of said licenses required of bidder must be
presented at the time of bid submission to be eligible for the award of contract, and must be
maintained in good standing throughout the term of the contract. If contractor plans to utilize the
services of a subcontractors to provide pesticide operations, said subcontractor must be identified in
bid proposal on the form provided. This shall include all subcontractors; PCA (Pest Control
Advisor), and QAC (Qualified Applicator Certificate), or QAL (Qualified Applicator License).
Failure to possess the specified license shall render the bid as non - responsive. No contract will be
awarded other than to a contractor properly licensed in accordance with the provisions of Chapter 9,
Division 3, of the Business and Professions Code of the State of California, cited as the Contractor's
State License Law. Each bidder shall submit a photographic copy of its active contractor's license
and pesticide license with the bid documents.
The City shall, before awarding a bid, verify that a contractor was properly licensed when the
contractor submitted the bid. In the event of a dispute as to the classification of license required the
opinion of the California Contractors' State License Board shall prevail.
Bidder must obtain a City Business Registration prior to commencing work under this contract.
COMPETENCY OF BIDDERS
In addition to the bidder's proposed compensation for services, consideration will be given to:
1. Capability and qualifications of the contractor to perform the work including,
equipment, support facilities, and qualified personnel;
2. Prior experience in performing services of similar size and scope in a competent and
consistent manner including review of references of previous and current contracts;
and
3. Financial stability and standing of contractor, and proven competency of the bidder of
the performance of the services covered by the bid.
No bid for services will be accepted from a contractor who is not licensed in accordance with
applicable State Law. No award will be made to a bidder who has not been licensed in accordance
with the provisions of the State Business and Professions Code by the date of the award of contract.
DISCREPANCIES AND MISUNDERSTANDINGS
Bidders must satisfy themselves by personal examination of the work sites, Contract Documents,
Specifications, and by any other means as they may believe necessary, as to the actual physical
conditions, requirements and difficulties under which the work must be performed. No bidder shall
at any time after submission of a proposal make any claim or assertion that there was any
Page 7
misunderstanding or lack of information regarding the nature or amount of work necessary for the
satisfactory completion of the job. Any errors, omissions, or discrepancies found in the Contract
Documents shall be called to the attention of the City and clarified prior to the submission of
proposals. Neither the City nor any of its officers, employees or servants assumes any responsibility
for errors or misinterpretations resulting from the receipt or use of an incomplete set of contract
documents or addenda. The bidder must satisfy themselves that they have received a complete set of
contract documents and addenda.
Written addenda shall be the sole means for modifying the Contract Documents prior to the bid
opening. The City shall not be bound by oral communications purportedly modifying or interpreting
the Contract Documents regardless of when or by whom such oral communications are made and
bidder should not rely upon such oral communications in preparing their bid.
PREVAILING WAGES
Bidder must agree to abide by the requirements under Section 1773 of the Labor Code of the State of
California for prevailing wages.
AWARD OF CONTRACT
At its sole discretion, the City reserves the right to reject any or all proposals, to waive any
irregularity, and to take the bids under advisement for a period of sixty (60) days, all as may be
required to provide for the best interests of the City. In no event will an award be made until all
necessary investigations are made as to the responsibility and qualifications of the bidder to whom
the award is contemplated.
TIME FOR COMMENCEMENT AND COMPLETION
This is a 26th month contract (May 1, 2008 through June 30, 2010), with an option for three
additional one -year terms, at the City's discretion. An Agreement in substantially the same form as
the Agreement included in the Contract Documents shall be signed by the successful bidder and
returned to the City Clerk's Office, at Moorpark City Hall, 799 Moorpark Avenue, Moorpark, CA,
together with the insurance certificates and endorsements and contract bonds within fourteen (14)
calendar days, not including Sunday, after mailing by City of the Notice of Award of Contract. The
term of the initial Agreement will be 26 (twenty -six) month, effective May 1, 2008 through June 30,
2010, and may be extended for three additional one -year terms at the desertion of the City.
The bidder warrants that he /she possesses, and has arranged through subcontracts, all capital and
other equipment, labor, and materials to carry out and complete the work hereunder in compliance
with all applicable Federal, State, County, City and Special District laws, ordinances, and regulations.
Refusal or failure to deliver an executed Agreement, Bonds, and Insurance in the form provided in
the Contract Documents and approved by the City within fourteen (14) calendar days, as identified
above, shall be just cause, at the City's sole option, to annul the award. In such an event, the City
may successfully award the contract to the next lowest responsible and responsive bidder until a
properly executed contract is obtained, or it may at any time reject all remaining bids and proceed as
. ... 41
provided by law. No bid shall be considered binding upon the City until the execution of the
Agreement by the City.
FAILURE TO ACCEPT CONTRACT
If the bidder to whom the award is made fails to enter into the contract, the award will be annulled;
any bid security will be forfeited in accordance with the Bid Terms and Conditions, and Special Bid
Terms and Conditions if a bidder's bond or security is required; and an award may be made to the
next lowest responsible bidder who shall fulfill every term and condition of the bid documents.
CONTRACT ASSIGNMENT
The bidder shall not in whole or in part, assign, transfer, convey or otherwise dispose of the contract,
or its right, title or interest, or its power to execute such a contract to any individual or business entity
of any kind without the previous written consent of the City, which may be withheld at the City's sole
discretion.
NON- DISCRIMINATION
In the performance of the terms of this contract, the bidder agrees that he /she will not engage in, nor
permit such subcontractors as he /she may employ, to engage in discrimination in employment of
persons because of the age, race, color, religious creed, sex, sexual orientation, national origin,
ZD
ancestry, physical disability, medical condition, or marital status of such persons. Bidders will
comply with all non - discrimination laws.
NON - COLLUSION AFFIDAVIT
Each bidder shall submit a statement of non - collusion affidavit to be executed by bidder and
submitted with bid on the form provided in the bid package.
PREVAILING WAGES AND MINORITY GROUP SKILL UPGRADE AND EMPLOYMENT
Bidders are hereby notified that pursuant to the provisions of the California Labor Code section et
seq., copies of the determination of the Director of the Department of Industrial Relations of the
general prevailing rate of per diem wages for each craft, classification, or type of worker needed to
execute the work are on file and available to any interest person upon request at the Parks,
Recreation, and Community Services Department or on the Internet at
www .dir.ca.gov /DIR /S &Wstatistics _research.html. , and are hereby incorporated herein and made a
part hereof as though set forth in full.
Contractor is fully responsible to ascertain the rates of wages he /she will be required to pay
throughout the execution of all work under the contract and to comply with all regulations pertaining
to prevailing wages.
Page 9
PROPOSAL FOR
LANDSCAPE MAINTENANCE SERVICES
(pages 10 through 18)
TO THE CITY OF MOORPARK, as City:
In accordance with Agency's Notice Inviting Sealed Bids, and the instructions to bidders, the
undersigned bidder hereby proposes to furnish all materials, equipment, tools, labor, transportation
and incidentals required for the above stated project as set forth in the Contract Documents and to
perform all work in the manner and time prescribed therein.
Bidder declares that this proposal is based upon careful examination of the work sites and all
contract documents. If this proposal is accepted for award, bidder agrees to enter into a contract with
Agency at the unit and /or lump sum prices set forth in the following Bid Schedule. Bidder
understands that failure to enter into a contract in the manner and time prescribed will result in
forfeiture to Agency of the guarantee accompanying this proposal.
Bidder understands that a bid amount is required in a manner set forth in the Bid Schedule solely for
the purpose of comparing bids, and that final compensation under the contract will be based upon the
actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO
INCREASE OR DECREASE THE CONTRACT. It is agreed that the unit and /or lump sum prices
bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the
amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures.
If awarded the Contract, the undersigned further agrees that in the event of the bidder's default in
executing the required contract and filing the necessary bonds and insurance certificates within
fourteen days, not including Saturdays, Sundays and legal holidays, after the Agency has mailed
notice of the award of contract to the bidder, this bid and the acceptance hereof may, at the Agency's
option, shall be considered null and void.
Contractor's Name
Authorized Signature
Signer's Title
Page 10
BID SCHEDULE — PART A
LANDSCAPE MAINTENANCE SERVICES
PARKS
ti;
page 1 of 2
Monthly Bid Amount
(year 2 of Contract)
Parks (Part A) Grand Total Two -Year bid price
(year 2 total)
Page 11 F_
Name of Facility
Monthly Bid Amount
No..
(year 1 of Contract)
1
Arroyo Vista Community Park
$
2
Campus Park
$
3
Campus Canyon Park
$
Community Center
Park/Grounds (799/699
4
Moorpark Ave)
$
5
Country Trail Park
$
6
College View Park
$
7
Glenwood Park
$
8
Magnolia Park
$
9
Miller Park
$
10
Monte Vista Park
$
11
Mountain Meadows Park
$
12
Peach Hill Park
$
13
Poindexter Park
$
14
Tierra Rejada Park
$
15
Villa Campesina Park
$
16
Virginia Colony Park
$
17
Seranata Trail
$
Sub Total Annual Cost
$
(year 1 total)
ti;
page 1 of 2
Monthly Bid Amount
(year 2 of Contract)
Parks (Part A) Grand Total Two -Year bid price
(year 2 total)
Page 11 F_
BID SCHEDULE — PART B
LANDSCAPE MAINTENANCE SERVICES
Page 12
CITYWIDE
page 2 of 2
Monthly Bid
Name of Facility
Amount
Monthly Bid Amount
No,
(year 1 of contract)
(year 2 of contract)
1
CITY WIDE
$
$
2
ZONE 1
$
$
3
ZONE 2
$
$
4
ZONE 3
$
$
5
ZONE 4
$
$
6
ZONE 5
$
$
7
ZONE 6
$
$
8
ZONE 7
$
$
9
ZONE 8
$
$
10
ZONE 9
$
$
11
ZONE 10
$
$
12
ZONE 11
$
$
13
ZONE 12
$
$
14
ZONE 14
$
$
15
ZONE 15
$
$
16
ZONE 16
$
$
17
ZONE 18
$
$
18
ZONE 20
$
$
19
ZONE 22
$
$
20
Metrolink Station
$
$
21
Bus Shelters
$
$
22
18 High Street
$
$
23
661 Moorpark Avenue
$
$
24
627 Fitch Avenue
$
$
25
782 Moorpark Avenue
$
$
26
798 Moorpark Avenue
$
$
27
250 Los Angeles Avenue
$
$
28
81 Charles Street
$
$
Sub Total Annual
Cost $
$
(year 1 total)
(year 2 total)
Citywide (Part B) Grand Total Two -Year bid price
Page 12
• Price must include labor, material, and equipment to perform work, in accordance
with contract documents, specifications, and all disposal fees.
• Landscape Zones 15, 20 and 22 are currently under development. The Contract bid
amount for these Zones shall be deducted from the total monthly compensation paid
to Contractor until such time that these areas are accepted by the City, and
incorporated into this contact agreement for landscape maintenance. Landscape
plans and specifications are available for review for these Zones to aid in developing
cost proposal.
I, the undersigned agree to furnish and install work as identified in this Proposal, and as
described in the contract documents for the amount shown on this Bid Schedule. I
understand that the City, at its sole discretion, may award one (1) agreement to the lowest
qualified bidder based on "Combined Grand Total Two - Year" (combined Part A and B) bid
price or award two (2) separate agreements to the lowest qualified bidders for Parks (Part
A) Grand Total Two -Year bid price and Citywide (Part B) Grand Total Two -Year bid price.
Contractor's Authorized Signature
Page 13
f'�T
BIDDER'S INFORMATION
Bidder certifies that the following information is true and correct:
Bidder's Name
Type of Firm Individual; Partnership; Corporation
Business Address
Telephone
State Contractor's License No. and Class(es)
Original Date Issued Expiration Date
Bidders or Subcontractor's State Pesticide License No.; list categories and "type" of license(s).
1)
2)
3)
Expiration Date
Expiration Date
Expiration Date
If Bidder intends to use a subcontractor for any pesticide services described in the Scope of Services,
information related to the subcontractor must be disclosed on Subcontractor Form.
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint ventures, and /or corporate officers having a principal interest in this proposal:
Page 14
The date of any voluntary or involuntary bankruptcy judgements against any principal having an
interest in this proposal are as follows:
All current and prior DBA's, alias, and /or fictitious business names for any principal having an
interest in this proposal are as follows:
IN WITNESS WHEREOF, bidder executes and submits this proposal with the names, titles, hands,
and seals of all forenamed principals this day of , 2008.
Bidder
Subscribed and sworn to this day of 12008
NOTARY PUBLIC
Page 15
CONTRACTOR'S REFERENCES
The following are the names, addresses, and phone numbers for three public agencies for which
bidder has performed tree maintenance similar services within the past two years:
1.
Name and address of owner
Name and telephone number of person familiar with project
Contract amount, type of work, contract period (date)
2.
Name and address of owner
Name and telephone number of person familiar with project
Contract amount, type of work, contract period (date)
3.
Name and address of owner
Name and telephone number of person familiar with project
Contract amount, type of work, contract period (date)
Page 16 l -»
The following are the names, addresses, and phone numbers for three public agencies for which
bidder has performed landscape maintenance and pesticide operations services, of similar size, price,
and scope, within the past two years:
1.
Name and address of owner or agency.
Name and telephone number of person familiar with project
Contract amount, type of work, contract period (date)
2.
Name and address of owner or agency.
Name and telephone number of person familiar with project
Contract amount, type of work, contract period (date)
3.
Name and address of owner or agency.
Name and telephone number of person familiar with project
Contract amount, type of work, contract period (date)
* Bidder may attach additional sheets to include additional references
Page 17
SUBCONTRACTORS
The undersigned submits herewith a list of subcontractors who will perform any work described in
the Scope of Services.
Name Under Which
Subcontractor is
Licensed
2
3
License No. & Class (or
categories)
Business Address and Phone
Specific Description of
Subcontract and Portion of the
Work to be Done
Use additional room if needed to list more than three subcontractors.
Page 18
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
Bidder certifies that in all previous contracts and subcontracts, all reports which may have been due
under the requirements of any Agency, State, or Federal equal employment opportunity orders have
been satisfactorily filed, and that no such reports are currently outstanding.
NON - COLLUSION AFFIDAVIT
Bidder declares that the only persons or parties interested in this proposal as principals are those
names herein; that no officer, agent, or employee of the Agency is personally interested, directly or
indirectly, in this proposal; that this proposal is made without connection to any other individual,
firm, or corporation making a bid for the same work and that this proposal is in all respects fair and
without collision or fraud.
AFFIRMATIVE ACTION CERTIFICATION
Bidder certifies that affirmative action has been taken to seek out and consider minority business
enterprises for those portions of the work to be subcontracted, and that such affirmative actions have
been fully documented, that said documentation is open to inspection, and that said affirmative action
will remain in effect for the life of any contract awarded hereunder. Furthermore, bidder certifies
that affirmative action will be taken to meet all equal employment opportunity requirements of the
contract documents.
Page 19
^rm
Sample Agreement
AGREEMENT BETWEEN THE CITY OF MOORPARK
AND FOR LANDSCAPE
MAINTENANCE SERVICES
THIS AGREEMENT, made and entered into this day of
2008, in the County of Ventura, State of California, by and between the City of Moorpark, a
municipal corporation (hereinafter "City ") and, (hereinafter
"Contractor ").
WHEREAS, on the Moorpark City Council awarded an agreement to
Contractor for landscape maintenance services after conducting a competitive bid process,
and
WHEREAS, Contractor and City have met to discuss, and mutually agreed to the
Scope of Work, and
WHEREAS, Contractor is uniquely qualified to perform said Scope of Work and has
the necessary licenses and experience.
NOW, THEREFORE, it is hereby agreed by and between the parties that:
Term
This Agreement will become effective on May 1, 2008 and will expire on June 30,
2010, unless otherwise terminated as provided by this Agreement. At the City's
sole discretion, and with Contractor's mutual consent, the term of this Agreement
may be extended for up to three (3), one -year terms.
2. Incorporation by Reference
Notice Inviting Bids, Notice to Bidders, Bidder's Proposal, Required Bonds and
Forms, Addenda, Exhibits A, B, C, and D and all applicable codes and regulations
are hereby incorporated in the made part of this Agreement.
3. Scope of Work
Contractor agrees to perform for, and furnish to, the City the services described in
Exhibits "A ", "B ", "C ", "D ", of this Agreement. No changes shall be made to the
Scope of Work without the prior written approval of the City.
4. Time for Performan
The Contractor agrees that it shall diligently and responsibility pursue the
performance of the work required of it by this Agreement and that said work shall
Page 20
begin immediately upon the execution of this Agreement in accordance with the
terms and provision herein.
5. Liquidated Damages
If the Contractor fails to complete the work, or any portion thereof, within the time
period required by Article 3 herein, or as duly extended in writing by the City, he shall
forfeit and pay to the City, as liquidated damages, the sum of $50.00 (Fifty Dollars)
per day for each calendar day the work, or portion thereof, remains uncompleted
after the above specified completion date. The liquidated damages shall be
deducted from any payments due or to become due to the Contractor under the
terms of this Agreement. [Government Code Section 53069.85]
6. Compensation
City shall compensate Contractor monthly, upon satisfactory performance of the
services herein above described in Section 3, Scope of Work, as set forth in Exhibit
"D ". No compensation shall be made to Contractor in excess of the dollar amounts
shown on Exhibit "D" without prior written approval of City.
7. Payments
Contractor will 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. If the
City disputes any of Contractor's charges it shall give written notice to Contractor
within (30) days of receipt of any disputed fees set forth on the invoice. Payment by
City shall not be interrupted as satisfactory acceptance of services performed by
Contractor and City retains the right to dispute charges.
8. Legal Requirements
Pursuant to California Labor Code Section 1810, et seq., eight (8) hours labor
constitutes a legal day's work. Contractor shall forfeit as a penalty to City the sum of
$25.00 for each worker employed in the execution of the Agreement by Contractor
or any subcontractor for each calendar day during which such worker is required or
permitted to work more than eight (8) hours in any one calendar day and forty (40)
hours in any one calendar week in violation of the provisions of Labor Code Section
1815. [Labor Code Section 1813]
The Contractor, and any subcontractor, under the Contractor, shall pay not less than
the specified prevailing rate of per diem wages to all workers employed in the
execution of the Agreement. [Labor Code Section 1771 ] The Contractor shall have
responsibility for compliance with California Labor Code Section 1776 relative to the
retention and inspection of payroll records. [Labor Code Section 1776]
Page 21
� ,, (_ 0 :2 2 2
The City shall withhold penalties and forfeitures from payments due to the
Contractor for noncompliance with the California Labor Code [Labor Code Section
1727].
Nothing in this Agreement shall prevent the Contractor or any subcontractor from
employing properly registered apprentices in the execution of the Agreement. The
Contractor shall have responsibility for compliance with California Labor Code
Section 1777.5 for all apprentice occupations. [Labor Code Sec. 1777.5]
Neither the Contractor, nor any subcontractor under the Contractor, shall
discriminate in the employment of persons upon the work because of the race,
religious creed, color, national origin, ancestry, physical handicap, medical condition,
marital status, or sex of such person, except as provided in Section 12940 of the
Government Code. The Contractor shall have responsibility for compliance with this
Section. [Labor Code Section 1735]
Contractor shall, at Contractor's sole expense, obtain all necessary permits and
licenses for the work and give all necessary notices and pay all fees and taxes
required by law.
9. 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.
10. Indemnification
Contractor shall hold harmless, indemnify, and defend City and all of its officers,
employees, servants, project coordinators, and agents from any claim, demand,
damage, liability, loss, cost, or expense for any damage whatsoever, including but
not limited to death or injury to any person and injury to any property, resulting from
misconduct, negligent acts, or errors or omissions of Contractor or any of its officers,
Page 22 ,_„�
employees, servants, or agents in the performance of this Agreement, except such
damage as is caused by negligence of the City of any of its officers, employees,
servants, project coordinator or agents.
Indemnification for Other than Professional Liability. Other than in the performance
of professional services and to the full extent permitted by law, Contractor shall
indemnify, defend and hold harmless City, and any and all of its officials, employees,
and agents from and against any liability (including liability for claims, suits, actions,
arbitration proceedings, administrative proceedings, regulatory proceedings, losses,
expenses or costs of any kind, whether actual, alleged or threatened, including
attorneys fees and costs, court costs, interest, defense costs, and expert witness
fees), where the same arise out of, are a consequence of, or are in any way
attributable to, in whole or in part, the performance of this Agreement by Contractor
or by any individual or entity for which Contractor is legally liable, including but not
limited to officers, agents, employees, subcontractors, except for such liability as is
caused by the sole negligence of the City.
General Indemnification Provisions. Contractor agrees to obtain executed indemnity
agreements with provisions identical to those set forth here 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.
11. Insurance
The Contractor shall maintain prior to the beginning of, and for the duration of this
Agreement, insurance coverage as specified in Attachment 1, attached to and made
part of this Agreement.
Page 23
12. Termination
This Agreement, or portions thereof, may be terminated or canceled in any one of
the following manners:
a. By mutual agreement of both parties,
b. Upon thirty (30) days written notice by City, with or without cause. Upon
receipt of said notice, the Contractor shall cease all work under this
Agreement at the end of thirty (30) days, 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.
C. Upon ninety (90) days written notice by Contractor, with or without cause. In
the event of such termination, Contractor shall be compensated for such
services up to the date of termination. Such compensation for work in
progress shall be prorated as to the percentage of progress completed at the
date of termination.
d. If in the sole subjective judgment of City at any time or times after the
commencement of the term of this Agreement, Contractor fails to perform the
services required of it or fails to perform such services in accordance with the
terms hereof, the City upon at least seventy -two (72) hours written notice to
Contractor, and without prejudice to any other remedies the City may have,
may terminate this Agreement and Contractor's services and any obligations
the City may have under this Agreement. The written notice shall instruct
Contractor to cease its services as of a specified date, and City shall have no
further obligation to pay for services tendered or otherwise.
In the event this Agreement is terminated pursuant to this Section, the City shall pay
to Contractor the actual value of the work performed up to the time of termination,
provided that the work performed is of value to the City. Upon termination of the
Agreement pursuant to this Section, the Contractor will submit an invoice to the City.
If the Contractor refuses or fails to prosecute the work or any separable part thereof,
with such diligence as will insure its completion within the time specified or any
extension thereof, or fails to complete said work within such time, or if the Contractor
should be adjudged a bankrupt, or if he should make a general assignment for the
benefit of his creditors, or if a receiver should be appointed on account of his
insolvency, or if he should persistently or repeatedly refuse or should fail, except in
cases for which extension of time is provided, to supply enough properly skilled
workers or proper materials to complete the work in the time specified, or if he
should fail to make prompt payment to subcontractors, or for material or labor, or
persistently disregard laws, ordinances or instructions of the City, or otherwise
breach any reasons for such intention to terminate, the City may terminate this
Page 24 �_ ?�
Agreement.
Unless within five (5) days after the service of a notice of intent to terminate the
Agreement, such condition or violation shall cease, or satisfactory arrangements for
the correction thereof be made, this contract shall upon the expiration of said five (5)
days, cease and terminate. In such case, Contractor shall not be entitled to receive
any further payment until the work is finished.
13. Notice
Whenever it shall be necessary for either party to serve notice on the other
respecting the contract, such notice shall be served by registered mail, postage
prepaid, return receipt requested, addressed to:
City of Moorpark
Attn: City Manager
799 Moorpark Avenue
Moorpark, CA 93021
and to the Contractor at:
CONTRACTOR'S NAME.
unless and until different addresses may be furnished in writing by either party to the
other.
Notice shall be deemed to have been served seventy -two (72) hours after the same
has been deposited in the United States postal service. This shall be a valid and
sufficient service of notice for all purposes.
14. Assignment
The Contractor shall not assign the performance of the Agreement, nor any part
thereof, nor any monies due or to become due hereunder, without the prior written
consent of the City. It is understood and acknowledged by the parties that the
contractor is the lowest responsible bidder qualified to perform the work.
Subject to the provision of this Article regarding assignment, this Agreement shall be
binding upon the heirs, executors, administrators, successors, and assigns of the
Contractor.
15. Legal Responsibilities
The Contractor shall keep itself informed of State and Federal laws and regulations
which in any manner affect those employed by it or in anyway affect the performance
of its service pursuant to this Agreement, including but not limited to CAL OSHA,
Hazardous Waste and Materials, National Pollutant Discharge Elimination System
Page 25
(NPDES). The Contractor shall at all times observe and comply with all such laws and
regulations. 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. Contractor
shall obtain and maintain current City Business Registration throughout the term of this
Agreement.
16. 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.
17. Venue
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. Any litigation
concerning this Agreement shall be filed in the applicable court in Ventura County,
California.
18. Authority to Execute Agreement
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.
19. City's Agent
The City Manager or his /her designee shall have the right to review, coordinate, and
approve all work to be performed by Contractor pursuant to the terms of this
Agreement and shall be the City's agent with respect to review, coordination, and
acceptance of the services to be performed by the Contractor.
20. 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.
21. Interpretation of Agreement
Should interpretation of this Agreement, or any portion thereof, be necessary, it is
deemed that this Agreement was prepared jointly and equally, by the parties and shall
not be interpreted against either party on the ground that the party prepared the
Agreement or caused it to be prepared.
Page 26
J tl./ V iV9 OZ
22. Captions
The captions of the various sections of this Agreement are for convenience and
identification only and shall not be deemed to limit or define the content of the
respective sections hereof.
23. Entire Agreement
This Agreement contains 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. In the event of conflict between the terms, conditions, or provisions of
this Agreement and any such document or instrument, the terms and conditions of this
Agreement shall prevail.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed the day and year first above written.
CITY OF MOORPARK
Patrick Hunter, Mayor
Date:
ATTEST:
Deborah Traffenstedt, City Clerk
Date:
Contractor
Date:
Page 27 1 002Z9
Attachment 1
INSURANCE REQUIREMENTS
Prior to the beginning of and throughout the duration of Work, Consultant will maintain
insurance in conformance with the requirements set forth below. Consultant will use
existing coverage to comply with these requirements. If that existing coverage does not
meet requirements set forth here, Consultant agrees to amend, supplement or endorse the
existing coverage to do so. Consultant 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.
Consultant shall provide the following types and amounts of insurance:
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.
Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol
1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be
less than S1,000,000 per accident. If Consultant owns no vehicles, this requirement may
be satisfied by a non -owned auto endorsement to the general liability policy described
above. If Consultant or Consultant's employees will use personal autos in any way on this
project, Consultant 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.
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. Any
such coverage provided under an umbrella liability policy shall include a drop down
provision providing primary coverage above a maximum of $1,000,000 self- insured
retention for liability not covered by primary but covered by umbrella. 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.
Insurance procured pursuant to these requirements shall be written by insurers that are
admitted carriers in the State of California and with an A.M. Bests rating of A- or better and
a minimum financial size of VII.
General conditions pertaining to provision of insurance coverage by Consultant.
t:"U'061.o�®
Consultant and the City agree to the following with respect to insurance provided by
Consultant:
Consultant agrees to have its insurer endorse the third party general liability
coverage required herein to include as additional insureds the City, its officials,
employees and agents, using standard ISO endorsement CG 2010 with an edition
prior to 1992. Consultant also agrees to require all contractors and subcontractors
to do likewise.
2. No liability insurance coverage provided to comply with this Agreement shall prohibit
Consultant, or Consultant's employees, or agents, from waiving the right to
subrogation prior to a loss. Consultant agrees to waive subrogation rights against
the City regardless of the applicability of any insurance proceeds, and to require all
contractors and subcontractors to do likewise.
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.
6. All coverage types and limits required are subject to approval, modification and
additional requirements by the City, as the need arises. Consultant 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 Consultant'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 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 Consultant or deducted from sums due Consultant,
at the City's option.
29
kr"1.2r13I
8. Certificate(s) are to reflect that the insurer will provide 30 days notice to the City of
any cancellation of coverage. Consultant agrees to require its insurer to modify
such certificates to delete any exculpatory wording stating that failure of the insurer
to mail written notice of cancellation imposes no obligation, or that any party will
"endeavor" (as opposed to being required) to comply with the requirements of the
certificate.
9. It is acknowledged by the parties of this Agreement that all insurance coverage
required to be provided by Consultant or any subcontractor, is intended to apply first
and on a primary, non - contributing basis in relation to any other insurance or self
insurance available to the City.
10. Consultant agrees to ensure that subcontractors, and any other party involved with
the Work who is brought onto or involved in the Work by Consultant, provide the
same minimum insurance required of Consultant. Consultant 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. Consultant
agrees that upon request, all agreements with subcontractors and others engaged
in the Work will be submitted to the City for review.
11. Consultant 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
Agreement to self- insure its obligations to the City. If Consultant'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 Consultant, 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 Consultant 90 days
advance written notice of such change. If such change results in substantial
additional cost to the Consultant, 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. Consultant acknowledges and agrees that any actual or alleged failure on the part
of the City to inform Consultant 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. Consultant 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
30
3, i ; :r
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. Consultant 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. As coverage binder or letter from
Consultant's insurance agent to this effect is acceptable. A certificate of insurance
and /or additional insured endorsement as required in these 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 Consultant under this Agreement. Consultant expressly agrees not to
use any statutory immunity defenses under such laws with respect to the City, its
employees, officials 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.
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. Consultant 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
Consultant 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. Consultant agrees to provide immediate notice to City of any claim or loss against
Consultant 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.
31
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
WHEREAS, the CITY OF MOORPARK, CALIFORNIA, a municipal corporation, hereinafter
( "City ") and (hereinafter
"Contractor ") have entered into an Agreement dated , 2008, for work
identified as " " which Agreement is hereby incorporated into and made a part
hereof, and.
WHEREAS, said Contractor, is required to furnish a bond in connection with said contract,
providing for the faithful performance thereof,
NOW, THEREFORE, we, the Contractor, as Principal, and , a
corporation organized and existing under the laws of the State of and duly
authorized to transact business under the laws of the State of California, as Surety, are held and
firmly bound unto the City, as Obligee, in the sum of Dollars
($ ) lawful money of the United States of America, said sum being not less than one
hundred percent (100 %) of the estimated amount payable by the said Obligee under the terms of the
contract for which payment well and truly to be made, the said principal and the said surety, bind
ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the said Principal, his or its heirs,
executors, administrators, successors or assigns, his or its subcontractors, shall perform and fulfill all
the undertakings, covenants, terms, conditions of said Agreement during the original term of the
Agreement, and any and all duly authorized extensions thereof, with or without notice to the Surety,
and during the life of any guaranty required under the contract, and shall also perform and fulfill all
the undertakings, covenants, terms, conditions and agreement of any and all duly authorized
modifications of said contract that may hereafter be made, notice of which modifications to the
Surety being hereby waived, then this obligation shall be void and of no effect.
In case suit is brought upon this bond, the court shall fix and award and the surety shall pay, in
addition to the face amount hereof, costs and reasonable attorney's fees incurred by the Agency in
successfully enforcing said obligation.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of
, 2008.
(Corporate Seal)
32
t '- �.
o ,Z C:a
Notarial Certificate
Attached
(Corporate Seal)
Notarial Certificate
Attached
(Principal)
(Title)
(Surety)
(Title)
33
EXHIBIT A
CONTRACTOR PERFORMANCE REQUIREMENTS
A. WORKING HOURS:
Working hours are Monday through Friday, between 6:30 a.m. to 5 :00 p.m.
( "working hours "), with the exception noted in section 2 of Exhibit A. No work
shall be performed on Saturday, Sunday, or City approved holiday outside of
these specified times or without prior written permission from the City, except
for emergency situations, or unless otherwise indicated in this Contract.
Contractor must notify representative designated by the City (hereinafter
referred to as "City Representative ") within 24 hours in the event of
emergency work.
2. The two pedestrian gates at the Shadyridge Buffer Zone shall be opened by
Contractor at 6 a.m. Monday through Friday.
3. Contractor shall be responsible for any costs incurred by the City including,
but not limited employee's time (including overtime) and 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,
4. The Contractor will have staff available for phone contact or pager contact
(not an answering service), Monday through Friday, between 6:30 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, weekends and holidays.
5. Non - working holidays include: New Year's Day, President's Day, Memorial
Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and
Christmas Day. Contractor shall have personnel in place and carrying out the
responsibilities of this Contract on all other holidays if they fall on a weekday.
6. 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 by the City, any revisions to
the approved schedule must be authorized in writing by the City.
7. 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.
34
B. SUPERVISION:
Contractor shall provide an on -site supervisor(s) capable of communicating
effectively both in written and oral English at all times during all Contract
operations. Communications from the City to the Contractor's on -site
supervisor(s) shall be deemed as delivered to the Contractor.
2. Contractor shall endeavor to maintain good 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.
3. Contractor shall ensure that its employees are dressed in a uniform
recognizable as Contractor's.
C. COMMUNICATION /EMERGENCY RESPONSE:
Contractor shall have the ability to contact their field crews within 30 minutes
of notification by City Representative.
2. Contractor shall provide capabilities for 24 hours per day, 7 days a week
service. During working hours, Contractor shall respond to the City regarding
any malfunction or service request by providing trained employees in the City
within two (2) hours notification by City.
3. During an after -hours emergency situation, the Contractor shall provide on-
the -job response time of no more than two (2) hours minimum upon
notification by City. In an after - hours, non emergency situation, and upon the
City's request, Contractor shall provide an on- the -job response time of no
more than four (4) hours, or two (2) hours if it is an irrigation problem with
potential property damage risks. Contractor shall maintain a 24 -hour
telephone contact for such notifications.
D. MATERIALS TO BE PROVIDED BY THE CONTRACTOR: The Contractor, at his
own 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 specifications of materials to be provided by Contractor must be
approved by City. These supplies and materials shall include, but not be limited to:
All necessary fuel, oil, equipment, machinery, and parts.
2. All necessary pesticides including herbicides, insecticides, fungicides and
rodenticides.
35
3. All necessary fertilizers and soil amendments.
4. All custodial, restroom and trash container supplies, including trash can
liners, restroom paper products, restroom hand soap if requested by City,
disinfectants and cleaning solutions, etc., as approved by the City.
5. All necessary horticultural supplies.
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, unless directed
otherwise by the City Representative.
E. CONTRACTOR RESPONSIBILITY - DAMAGES: The Contractor shall be fully
responsible for any and all damage done 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 done 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 died as a result of acts of vandalism and theft.
F. UNDERGROUND ALERT SYSTEM: Underground alert systems must be notified 48
hours in advance prior to commencing work that involves digging underground. This
notification is required for each location said work is performed. Proof of such
notification shall be provided to the City.
G. PROPERTY DAMAGE: Any damage to utility lines that occurs shall be immediately
reported to the utility company that is involved as well as to the City. The cost of the
repair, if required, will be at the Contractor's expense. If damage occurs to any
adjacent shrubs or trees that are to remain on the site, immediate treatment or
necessary replacement of the same shall be at the Contractor's 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. Contractor shall also provide said notification to City.
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
36
any improvements are removed or damaged, other than those designed for removal,
then such improvements shall be replaced in kind at the Contractor's 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:
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 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 will contact the City Inspector for directions.
Contractor will 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. 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 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, and no additional compensation will be allowed.
K. ENCROACHMENT PERMITS: The Contractor shall secure a non fee, approved
City encroachment permits when and where required.
L. SUBCONTRACTORS: Contractor shall not use any subcontractors in the
performance of this Contract without prior written consent of the City. The City may,
upon consideration of Contractor's request for use of a subcontractor, require
references. 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. STATE SAFETY HAZARDOUS WASTE AND NPDES REQUIREMENTS-
37
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 inspect 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 will 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 pny unsafe condition
found by the Contractor.
3. Contractor shall be responsible for making minor corrections including, but
not limited to; filling holes in turf areas, using barricades or traffic cones to
alert vehicular traffic and pedestrians of the existence of hazards, replacing
valve box covers, and securing element and amenities so as to protect
members of the public or others from injury. Contractor shall cooperate fully
with City in the investigation of any accidental injury or death occurring on the
premises, and submit a complete written report thereof to the City within
twenty four (24) hours following the occurrence.
4. 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.
5. 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 Exhibit A and is available
for review at the Public Works front counter.
6. Contractor shall implement all necessary steps to ensure the methods and
practices it uses to carryout 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; manage and operate
vehicles and equipment in a manner to prevent leaks and spills; prevent
pollution of the storm drain system during import, export, stockpiling, and
spreading of landscape debris and materials, and prevent and control
discharge of soil sediments, chemicals, solvents and cleaning solutions, and
trimmings.
N. INSPECTION TOUR AND REPORT: The Contractor shall accompany the City
We-
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 report of all
areas maintained for review by the City Representative. This report shall contain a
detailed list of broken and /or inoperable sprinklers, irrigation malfunctions,
landscape deficiencies and a written timeline for completion of required service and
repairs that is acceptable to the City. Contractor shall be expected to make repairs,
corrections and deficiencies within five working days unless an alternative schedule
is approved by the City in writing. Contractor shall be responsible for correction of
any deficiency noted during the inspection tour and to provide the City with a follow
up report documenting the status 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 ten working days past the time line approved by 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. Such fees and expenses shall be deducted from Contractor's
invoice.
O. 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, reprogram each conventional controller weekly per ETO
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 performance of the work not performed or
performed improperly by the Contractor in addition to liquidated damages amount
identified in this Section.
Furthermore, in the event Contractor fails to effectively manage water use, the over -
usage cost will be borne by Contractor. As further described, such cost incurred by
City shall be deducted from the Contractor's monthly payments.
Liquidated damages shall be assessed in the amount of $25 for each incident at
each separate location for each day that the deficiency remains uncorrected.
P. 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.
39
Q. CONTRACTOR EQUIPMENT IDENTIFICATION: Contractor shall clearly identify
and equip each vehicle used at said facilities with decals on the exterior right and left
front door panels 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.
R. WORK BY CITY FORCES BECAUSE OF NONCONFORMANCE TO CONTRACT:
Should the Contractor fail to correct deficiencies or public nuisances that have been
created because of this operation, then these will be considered to be of an
emergency nature and cause for the City to move in on the project to make
corrective work. Such work will be billed to the Contractor at a rate of $100.00 for
each call out. It also should be noted that there is a minimum of a two (2) hour
charge for labor on any call out.
S. EXTRA WORK:
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, and renovating, 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 writing prior to
commencement of said work.
4. Only those extra work items authorized in writing (see attached authorization
form) prior to the start of work, by the City's Representative, shall be
considered for payment.
5. Extra work shall not be performed by regularly scheduled personnel and shall
be performed during regular working hours unless authorized by the City.
T. EQUIPMENT STORAGE ON CITY PROPERTY: Storage of equipment, supplies
and materials at City facilities will only be allowed if prior written permission is
obtained from the City Representative. In the event 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 or supplies, and any injury that
may arise and agrees that its indemnification under this Agreement includes this
Section T. .
U. VANDALISM AND THEFT:
1. The City shall be notified immediately by the Contractor in regards to any acts
we,
of vandalism and theft to City landscaping, irrigation system, or other
improvements observed by Contractor's employees, regardless of the cause,
including graffiti.
2. Costs caused by vandalism, theft or accident, not caused by Contractor, shall
be the responsibility of the City, including labor costs.
V. PERFORMANCE DURING INCLEMENT WEATHER:
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.
2. Failure to adjust the work force to show good progress on the work shall
result in deduction of payments to reflect only the work actually
accomplished.
3. The Contractor shall not remove his work force from the job site unless he
has previously notified the City Representative.
4. The Contractor shall re -stake and re -tie trees as required, and continue to
monitor trees during storm conditions.
5. The Contractor shall remove and clean all debris deposited in drainage areas
resulting from inclement weather, to mitigate potential flooding of landscaped
areas.
6. Contractor shall adjust controllers and timers to the "OFF" position, which shall
remain off until "ETO" demands indicate conditions are appropriate to set in
the "ON" position. It shall be the Contractor's responsibility to monitor the
"ETO" to ensure that controllers and timers are activated at the appropriate
time.
W. CONTRACTOR DISPOSAL /RECYCLING RESPONSIBILITY:
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 provision of the Moorpark Municipal
Code. Contract 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. In the event require by the City, Contractor shall make every effort to
estimate tonnage disposed.
41
2. Contractor shall keep City trash enclosures clean and neat pm a daily basis.
All debris shall be disposed in the bin and not allow 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.
a. Damage, vandalism, and graffiti, to the trash enclosures shall be
reported to the City whenever observed by Contractor, within two hours
of observation.
X. KEY CONTROL
Contractor shall be responsible for assigned keys, and shall be held
responsible for the proper use and safe keeping of all keys issued by the City
to the Contractor.
2. Contractor shall report all lost or stolen keys to the City within twenty -four (24)
hours of discovery of the loss. Contractor shall reimburse the City the cost as
determined by the City for and key replacements. Such cost may include
changing locks if deemed necessary by City to secure and protect City
properties and facilities.
3. Upon expiration, cancellation or termination of this Contract all keys received
by the Contractor shall be returned to the City.
4. 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.
Y. PRIOR INSPECTION OF AREAS: Contractor acknowledges 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.
42
o
,_I 'k r 2 41
EXHIBIT B
SCOPE OF WORK
A. MOWING
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 be 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 1 Y2" - 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 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 that is acceptable to the City.
B. EDGING
Mechanical type edging includes walkways, sidewalks, parking lots,
driveways, curbs, trees, shrub beds, flower beds and groundcover beds, and
shall be performed once per week, and concurrently with mowing if required
at location.
2. The sprinkler head 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 Y2 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 taken to avoid damage to tree bark tissue
and roots. Tree damage resulting from Contractor's edges practices shall be
replaced by Contactor with like tree at Contractor's expense.
43
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 retainer 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 exterior surface retainer walls, fences and all areas edged
with a sting type trimmer.
7. Chemical edging is not permissible without express written permission bythe
City.
C. TURF FERTILIZATION
One month prior to scheduled fertilization, Contractor shall notify the City
Representative of application date, location, and amount approved.
2. Turf fertilization of turf grasses shall be accomplished four (4) times each
year at the intervals and with the fertilizer described below:
First week of January, April, August, and October, application of a 16 -6 -8
formulation with 18% sulfur and 1 % iron pelleted type fertilizer, or equal
formulation as approved by the City. The Contractor shall broadcast the
above fertilizer at the rate of six (6) pounds per 1,000 square feet of turf area
and in accordance with ratios within the manufacturer's recommendation.
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 that the soil may be thoroughly soaked immediately after
the fertilizer is broadcast.
D. SHRUB AND GROUND COVER FERTILIZATION: Shrub and ground cover areas
shall be fertilized the first week of April and September with the materials and at the
application rates as follows:
Herbaceous ground cover fertilization shall be accomplished with a pelleted
15 -15 -15 formulation containing no less than 8% sulfur. Fertilization shall be
applied evenly at a rate of 8 pounds per 1,000 square feet. The area shall be
deep- watered immediately following the fertilizer application.
2. Shrub fertilization shall be accomplished with a pelleted 15 -15 -15 formulation
around each shrub at the rate of four (4) pounds per shrub. The area shall be
deep- watered immediately following the fertilizer application.
!I
E1 :1,u "0224.c
E. FLOWER BED FERTILIZATION: Flower bed areas shall be fertilized at time of each
replanting with pelletized fertilizer with a 6 -6 -6 formulation or equal at a rate of 8 lbs.
per 1,000 square feet.
F. PESTICIDE APPLICATION
1. Scope: All work involving the transport and use of pesticides shall be in
compliance with all Federal, State, County and local laws. If Contractor does
not possess valid State and County licensing requirements for pesticide
transport and application operations, City prohibits the Contractor from the
performance of pesticide operations under any circumstance and without any
exceptions.
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.
The Contractor shall not store Pesticides on City owned property at anytime
and for any reason without exception.
Contractor shall provide the City with photo copies of valid Pest Control
Business License, State Pest Control Advisor's License, State Qualified
Applicator's License for individuals engaged in the recommendation,
transport, and use of all applicable pesticides within the areas to be
maintained under the provisions of this Contract.
2. Weed Control: Weed control at all landscaped locations shall be performed as
a regular service requirement of this Contract to insure areas are kept free of
weeds.
Weed infestation of the turf, shrub and ground cover areas, if severe, may be
controlled by a "Restricted" commercial herbicide based upon written
authorization of the City. Such authorization shall depend upon the
Contractor's submission to the City Representative the information as 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.
45
C. That the herbicide will be applied at the manufacturer's recommended
rates and conform with manufacturer's instructions for application.
3. 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.
4. Rodent Control: The Contractor's "Pest Control Advisor Recommendation"
shall provide specific names 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
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
for the control and eradication of rodents. The City reserves the right to
reject the use of any rodenticide at any time.
5. The Contractor shall be responsible for implementing the control practice
specified in writing to the City Representative.
a. With prior City approval, control practices implemented by Contractor
may include the use of a commercial pest control company, at the
Contract's sole cost.
b. Contractor agrees to hire and bear the cost of securing a pest control
company (company to be approved by City), if Contractor fails to
implement effective pest control measure within 30 -days written
notification by City.
Mel
G. PESTICIDE RECORDS:
1. All pesticides 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
Commissioners 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. Copies of the above records of all pesticides used by the Contractor on City
property will be submitted monthly to the Representative. All parties shall
have access to those records, as required. After this period, they shall be
retained by Contractor in accordance with Department of Agriculture
regulations.
4. Pesticides 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 at any time
and for any reason of justification as determined by the City.
H. 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
47
sprinkler system components, (with the exception of backflow protection
devices) as needed to insure operation of each sprinkler system according to
original design and installation intent. If it is determined by City that sprinklers
and sprinkler components have been vandalized, Contractor shall seek City's
prior approval to make repairs; if approved, City shall be responsible for
costs.
Contractor's claims of irrigation system damage caused by vandalism shall
be submitted to City in a written vandalism report in a format approved by the
City.
2. The Contractor shall be responsible for the cleaning, repairing, adjusting and
replacement of all items, at it 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
• Batteries
• Plastic pipe fittings
• Galvanized steel pipe
• Galvanized steel fittings
• Main lines
• Sprinkler heads
• Sprinkler assemblies
• Riser assemblies
• Quick coupler valves
• Hose bibs
• Gate valves
3. Replacement of any item shall be with a new item of identical design unless
otherwise specified in writing by the City Representative.
a. The following specifications are provided for replacement of plastic
pipe, plastic fittings, galvanized steel pipe and galvanized steel pipe
fittings, and remote control valve wiring:
1) Plastic pipe shall be polyvinyl chloride (PVC) Schedule 40,
Type 1, Grade 2 (PVC 1220).
2) Plastic pipe fittings and connections shall be PVC Schedule 40,
except nipples, which shall be Schedule 80.
W:3
i>Lo A- `10
3) If existing galvanized steel pipe and galvanized steel pipe
fittings require repair, they shall be identical type and model.
4. The Contractor shall inspect and examine the irrigation system weekly 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 materials necessary for installation of said
replacements.
6. All mainline repairs shall be inspected by the City Representative prior to
backfilling.
7. 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, soils, 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 landscaped and turf areas shall be
irrigated as required to promote vigorous and healthy plant growth.
8. Contractor shall furnish the necessary labor to provide watering of all turf and
landscape areas. This includes but is not limited to hand watering, operation
of manual valves, proper utilization of automatic controllers, quick couplers,
and the manual bleeding of remote control valves.
9. 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).
10. Excessive watering shall be carefully avoided to mitigate water run -off onto
roads, sidewalks, parking lots, recreation use areas, and areas designated
for special events and programs. Special attention shall be given to the
relationship of conditions that affect day and night watering. This may include
hand watering with portable sprinklers during periods of windy or inclement
weather.
11. Contractor shall be responsible for the programming of the automatic
controllers. City may request a change of programming at any time.
12. Contractor shall prevent water from over - spraying onto walls, walkways,
parking lots, 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 makes 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.
13. All repairs, adjustments, cleaning or replacements of any part of the system
that cannot be completed within two (2) hours 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 working day.
Additional time may be granted at the sole discretion of the City.
14. Conditions that may create a public hazard shall be immediately reported to
the City.
15. 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.
16. At the request of the City, Contractor will identify and mark the location of
sprinkler heads with provided flags, at no additional cost to City, to assist with
improvement projects.
IRRIGATING AREAS: It shall be the responsibility of Contractorto maintain, operate,
and adjust watering schedule as specified below, or as otherwise directed by City
Representative, including but not limited to adjusting irrigation controllers and timers.
1. Watering
a. Watering of the turf areas shall be done pursuant evapotranspiration
(ETO) requirements. The City Representative shall provide ETO
requirements, weekly.
1) The automatic irrigation controllers shall be set at a watering
frequency which allows the conditions of the above to be
satisfied, but which precludes wetting of the soil to the point of
saturation.
2) Monday through Thursday, the automatic irrigation controllers
shall be set to water during the hours of 10:00 p.m. and 7:00
a.m., unless park use prohibits, or the City Representative
directs an alternative schedule in writing. No water will be
permitted Friday 9:00 a.m. through Sunday 10:00 p.m.
3) Exception to the above shall be directed by the City
Representative.
4) Contractor shall make adjustments to sprinkler heads as
50
required to keep over -spray of sprinklers from walls, walks, and
streets.
5) Over watering, which is represented by excessive run -off, over
saturation, or high use rates caused by the Contractor's
negligence, may result in liquidated damages for water costs
incurred by City.
6) New turf (up through the sixth mowing) shall be watered
immediately after mowing. Well- established turf shall not be
watered for at least four (4) hours after mowing.
2. Watering of Shrub Areas
a. The automatic irrigation controllers shall be set to water the shrubs at
a rate which is determined by ETO requirements, as approved by the
City Representative.
3. Watering of Ground Cover & Flower Planter Areas: Ground cover areas will
be watered at a frequency determined by ETO requirements, as approved by
City Representative.
a. The automatic irrigation controller shall be set at a watering frequency
which allows the condition of above to be satisfied, but which
minimizes water run -off onto the street and eliminates over -spray onto
buildings, walls and walks.
b. The automatic irrigation controllers shall be set at a watering
frequency which allows the condition of above to be satisfied but
which precludes wetting of the soil to the saturation point.
C. The shrub and ground cover areas shall be watered during the hours
between 9:00 p.m. and 7 :00 a.m., unless the City Representative
directs an alternate schedule in writing.
d. Watering of flower areas shall correspond to that of the ground cover
areas or as directed by the City Representative in writing.
4. Irrigation Reports: The Contractor shall maintain and submit to the City:
a. Irrigation Controller Program Log: To be completed when an irrigation
program schedule is not pursuant to ETO setting program.
b. Vandalism Report: As stated in Section H.1., 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 five
51
t .
working days.
5. Irrigation Repairs: Non emergency irrigation repairs shall be completed by
Contractor within eight (8) hours of reported problem using City approved
materials, supplied by the Contractor. Emergency irrigation situations, as
determined by the City, will be repaired or at a minimum contained within the
same day as reported.
6. Repair Inspection: City irrigation inspections will occurwithin one working day
of notification of services or repair completion. Should such inspections find
deficient performance or service failure, the Liquidated Damages clause of
this Contract can be enacted at City's sole discretion.
7. Irrigation Materials:
a. All replacement materials are to be identical type and model 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
warranties, and with no additional payment.
d. All materials are to be new and identical to existing materials, per
these specifications, unless directed otherwise by the City
Representative.
8. Irrigation Trained Personnel: The Contractor shall provide irrigation personnel
fully trained in all phases of landscape irrigation system operations,
maintenance, adjustment and repair. This is to include diagnosis and repair
of controllers (motors, switches and fuses) valve wires, control valves, lateral
lines, gate valves, main lines, strainers, moisture sensors, mastervalves and
electric pedestals.
9. Irrigation During Inclement Weather: Contractor will as directed by the City
Representative, adjust irrigation controller to the "OFF" position during
periods of inclement weather. The Contractor will be responsible to return
controllers and timers to the "ON" position when "ETO" demands indicated
conditions are appropriate.
MAINTENANCE OF SHRUB, GROUND COVER AREAS
Scope: The Contractor shall be responsible for edging and weeding in the
medians and parkways weekly. Edging shall be performed in a manner that
does not alter the appearance of the landscaping, but presents a clean
52
manicured edge.
2. Shrub and Ground Cover: Shrub and ground cover areas shall be cultivated
daily to a depth of (1 ") and raked each month and all litter removed from the
areas. Ground cover shall be kept neat in appearance and confined within
curbs and intended borders.
*Note: Shrub and ground cover areas of the Community Center area shall be
cultivated and raked weekly as per described method previously noted.
3. Annual Flower Planter Areas
a. All annual flower planter areas shall be cultivated to a depth of (1 ")
and raked each week. Contractor shall insure the existing plantings
are not disturbed by cultivation practice and that work is confined to
those areas where "bare" soil is present and between planting.
b. At all existing flower planters, Contractor shall be responsible to
replace annual color as needed to insure plantings, and colors are
present on an annual basis at the Contractor's expense.
C. Contractor shall remove and replant all annuals 3 times per year.
Type of species and time of planting must be approved by the City
Representative..
d. Flower bed areas shall be fertilized at time of each replanting with
pelletized fertilizer with a 6 -6 -6 formulation or equal at a rate of 8 lbs.
per 1,000 square feet.
e. Watering of flower areas shall correspond to that of the ground cover
areas unless otherwise authorized by the City Representative.
K. MAINTENANCE OF TREES AND SHRUBS
Scope: The Contractor shall be responsible for the maintenance and upkeep
of shrubs and trees care within designated medians, parkways, planters,
slopes and parks, as provided. Tree care, as specified in this Contract, is
limited to the removal of sucker growth, spouts, and limbs that obstruct the
right of way and /or present a potential hazards, originating from the tree
trunk, from the ground to the first ten (10) feet.
2. Maintenance of Trees and Shrubs: 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:
53
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
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 standard plans.
e. Median trees shall have no branches lower than six (6) feet from top
of curb, or as directed by City to provide proper line -of -sight for traffic
movement.
f. Shrubs shall be pruned monthly or as often as needed to provide a
neat and shapely appearance. Trimming shall not be excessive and
limited to not more than 10% of growth removed, unless otherwise
directed by City. Pruning method shall provide a natural shape by use
of hand pruners and loppers. In no case shall hedge shears be used
as a means of pruning unless prior authorization from the City has
been provided.
g. Shrubs shall be maintained at a height no greater than 1 %2 feet from
top of curb at designated areas to allow for traffic safety, per standard
plans.
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 City, Contractor shall provide and
post no parking signs 48 hours in advance of the work, except when
emergency work is necessary.
4. Tree / Shrub Replacement: In emergency removal, no tree /shrub shall be
removed without prior direction or approval of the City Representative.
a. Trees or shrubs badly damaged and in need of replacement shall be
54
-r
brought to the attention of the City Representative. A report must be
submitted for removal to City the same day or next working day.
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 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.
f. Where plastic arbor guards have been installed at base of the tree
trunk, Contractor shall maintain and replace as needed.
L. SWALES AND DRAINS:
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 cleaned and cleared of all debris.
3. Drain grates shall be inspected to restrict hazards. Contractor shall
immediately inform the City of any broken or missing grates, and secure
same to keep the area safe for public use.
M. DRINKING FOUNTAIN MAINTENANCE: (Parks)
1 Contractor shall clean and disinfect entire drinking fixtures daily.
2. For leaking fixtures the water valve shall be turned off, and immediately
reported to the City for repair upon detection.
3. Clogged or stopped -up drinking fountains shall be unclogged by the
Contractor, and immediately reported to the City.
4. Bubblers shall be tested daily to insure that normal operation and water
pressure is available for drinking, and report any pressure problems to City.
55
N. LITTER CONTROL
1. Daily, Contractor shall provide complete policing and litter pickup to remove
paper, rocks, glass, trash, undesirable materials, fallen tree branches and
miscellaneous debris. This includes but is not limited to hard all surfaces,
developed and undeveloped areas, walkways, roadways, along fence lines,
between and around planted areas, steps, planters, drains, catch basins,
areas on slopes from the toe or top of slope to ten feet up or down the slope
adjacent to developed areas, playgrounds, 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.
3. Litter pickup shall be completed as early in the day as possible, but in no
case later than 10:00 a.m.
4. Branches, paper trash and miscellaneous debris shall be removed from
along the Peach Hill Wash (Zone 8) walkway, slopes and basin, as well as
submerged debris within Peach Hill Wash.
5. Litter shall be removed from all pedestrian, bike, and hiking trails and three
(3) feet on either side of trails adjacent to developed areas and City streets
daily, unless otherwise stated.
6. Litter shall be removed from developed irrigated slope areas and
undeveloped areas (3 feet out, up or down) adjacent to developed areas or
roadways.
8. Litter picked up on site shall be placed in City supplied refuse bins and not in
public use trash containers.
O. TRASH CONTAINERS
Trash container receptacles in City parks, parkways, Metrolink Station and
at City bus shelters (19) shall be emptied when they at 50 percent full, but
no less than weekly. Trash can liners shall be placed in appropriate trash
bins. Liners shall be replaced no less than weekly and shall be of
sufficient quality to contain trash without tearing.
2. Park trash container receptacles shall be cleaned with water as needed to
avoid concentrations of insects.
3. Contractor shall be responsible to remove graffiti that can be removed with
an approved solvent. Such removal shall take place within two (2) hours of
observance. The City will be responsible for all other graffiti and the
Contractor shall be responsible for reporting said graffiti to City immediately
upon observance,
56
P. TRASH BINS
A designated trash bin will be provided by City, and located at locations
determined by the City.
2. Contactor shall not dispose of any solid waste refuse, recyclables or green
waste in bins provided by the City that is not generated by way of this
contact.
3. Where provided by City, solid waste bins shall be stored in trash bin
enclosures. Contractor shall be responsible cleaning trash bin enclosures of
all trash and accumulated debris to provide a surface that is clean of foreign
matter, green waste, and food spills on a daily basis. By the end of each
work day the trash bin enclosure gates shall be closed and locked.
Q. RESTROOM MAINTENANCE: (Parks) Restrooms shall be opened and cleaned
thoroughly on a daily basis Monday through Friday. Any equipment that has been
vandalized or is in need of repair or any graffiti observed, shall be immediately
reported to the City Representative. All restroom facilities shall be cleaned and in
operation no later than 9:00 a.m. each day. Contractor shall open restrooms as early
as 7:00 a.m. if requested by City.
Upon opening, restroom doors shall be locked in the open position. If lock is not
operable, Contractor shall notify City immediately.
The restrooms shall be provided with all necessary supplies to keep restrooms
operational Monday through Friday, including restroom hand soap (if soap
dispensers are provided by City), paper towels (if towels dispensers are provided by
the City), and toilet paper, by the Contractor, at Contractor's cost. City shall reserve
the right to approval the quality of the supplies used. All litter containers located
inside or adjacent to the restroom shall be emptied daily. City will be responsible for
restroom supplies used on Saturday, Sunday and approved holidays.
During inclement weather and upon the direction of the City, Contractor may be
instructed to keep restrooms locked.
The Contractor is responsible for thoroughly cleaning daily each item listed:
Pick up and disposal of litter in and around restroom facility.
2. Empty trash receptacles and replace liner(s).
3. Sweep floor.
4. Clean walls and ceiling with water and a disinfectant detergent. This includes
57
tile and grout.
5. Wash and disinfect partitions.
6. Remove graffiti with an approved graffiti remover. If this fails, notify the City
Representative within 2 hours of determination.
7. Wash and clean sinks with water and a disinfectant detergent.
8. Wash and clean mirrors.
9. Clean and disinfect urinals.
10. Clean and disinfect commodes.
11. Restock toilet paper, paper towels, etc.
12. Wet mop /hose the entire floor surface using an approved detergent
disinfectant. Dry the floor with a dry mop before opening to the public.
13. Remove any offensive odors.
14. Any acts of vandalism or theft shall be reported when discovered to the City
Representative.
15. Contractor will leave restrooms locked during inclement (rain) weather
conditions if directed by the City Representative. Restrooms will be re-
opened as conditions change and park use becomes apparent, at the
direction of City.
16. Contractor shall report all water leaks immediately upon discovery, and make
every attempt possible to shut water off in such a way that will isolate the
leaking fixture or drinking fountain until repairs can be completed by City.
17. Any observations electrical problems such as damaged outside building
security lights, hand dryers, etc., shall be reported immediately upon
discovery.
18. Remove spitballs, cobwebs, and other foreign materials form doors, wall,
ceilings, partitions, vents, etc.
19. When fixtures are determined to be inoperable Contractor shall cover said
fixture with a black plastic can liner, tape close the edges, and notify the City
immediately.
20. Contractor shall be responsible to remove graffiti that can be removed with
an approved solvent. Such removal shall take place within two (2) hours of
observance. The City will be responsible for all other graffiti and the
.�_�Ico
Contractor shall be responsible for reporting said graffiti to City immediately
upon observance.
R. RECREATIONAL /ATHLETIC FIELDS: (Parks)
The Contractor shall check all athletic and recreational fields and related
amenities at least once daily, removing litter, rocks, debris and obstructions.
Such facilities include, but not limited to, softball, baseball, soccer fields, and
field hockey.
2. Contractor shall be responsible to report conditions, which are below
operable standards or were signs of damage, vandalism, and wear has
occurred to backstops, chain link fences, benches, bleachers, and light poles
and fixtures.
3. Brick dust and decomposed granite areas (inclusive of designated paths and
trails) shall be level and kept free of weeds, trash, surface ruts and debris.
Contractor shall clean all bleachers and dugout areas daily using an air
broom and /or water and a brush, when needed. Such work shall be
performed before 11:30 a.m.
4. Contractor shall be responsible to remove graffiti that can be removed with
an approved solvent. Such removal shall take place within two (2) hours of
observance. The City will be responsible for all other graffiti and the
Contractor shall be responsible for reporting said graffiti to City immediately
upon observance.
S. HARDSCAPES
1. All hardscapes such as, but not limited to, sidewalks, steps, patios, walkways,
ramps, curb and gutters, medians and median noses, expansion joints and
walls adjacent to City landscapes shall be kept clear of dirt, mud, trash,
weeds 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.
3. Patios, sidewalks, walkways, and entry points at City Hall, Senior Center,
Community Center, and Arroyo Vista Community Center facilities shall be
kept clear of all hazards.
4. Contractor shall be responsible to remove graffiti that can be removed with
an approved solvent. Such removal shall take place within two (2) hours of
observance. The City will be responsible for all other graffiti and the
Contractor shall be responsible for reporting said graffiti to City immediately
upon observance.
59
T. PICNIC AREAS / SHELTERS:
Daily Maintenance
1. Picnic tables, benches, concrete slabs, braziers and trash containers shall be
spot cleaned and sanitized to insure safe use by the public. Picnic tables,
benches, concrete slabs, braziers shall be swashed at a minimum
2. Vandalism and damage observed to picnic tables, benches, concrete slabs,
braziers and trash containers shall be reported immediately the City upon
detection.
3. Ashes, partially burned charcoal, garbage and leftover food in and around
cooking and picnic facilities and fire rings shall be removed. Contractor shall
ensure that burned charcoal and ashes are cool and safe to dispose of in
refuse bin.
4. The entire picnic area, including shelters, shall be kept free of broken glass,
cans, pop -tops, paper, etc.
5. Empty all trash containers. Contractor shall supply all trash can liners at own
expense.
6. Remove all tacks, tape, staples, strings, balloons, banners, etc., and other
objects adhered to tables, benches, shelters, restrooms, and other picnic
amenities.
7. Contractor shall be responsible to remove graffiti that can be removed with
an approved solvent. Such removal shall take place within two (2) hours of
observance. The City will be responsible for all other graffiti and the
Contractor shall be responsible for reporting said graffiti to City immediately
upon observance.
Weekly Maintenance
1. Monday, Wednesday and Friday and more frequently if necessary as
determined by City, thoroughly wash with water and clean entire picnic /
shelter areas, except the roofs, taking care to clean corners and around
obstacles.
U. SAND PLAY AREAS / PLAYGROUND EQUIPMENT: (Parks)
1. All playground sites and equipment shall be inspected at the start of each
workday and before 8:00 a.m. Any signs of vandalism, damage, graffiti or
hazardous condition observed by Contractor shall be report to City
immediately.
2. Contractor shall be responsible to remove graffiti that can be removed with
an approved solvent. Such removal shall take place within two (2) hours of
rev]
pt `1 2
r' ' 't o-
observance. The City will be responsible for all other graffiti and the
Contractor shall be responsible for reporting said graffiti to City immediately
upon observance.
2. The entire area shall be cleaned and neatly groomed daily; sand areas shall
be raked to a depth of 5 inches and raked level. All foreign and hazardous
materials shall be removed from sand and wood chip play lots. All play areas
shall be maintained free of weeds, litter, cans, pop tops, broken glass, and
other harmful and unsightly debris.
3. Special attention shall be made to low and "dished out" areas around play
equipment. These sand (or wood chips) areas shall be leveled by providing
equal distribution from high areas to low areas.
4. During the leveling and distribution of sand (or wood chips) no concrete
footing shall be exposed. Each footing shall be covered to provide adequate
cushioning and prevent tripping.
5. During regular maintenance, the raking and filling of depressions shall be
done in a manner to prevent material compaction.
6. Rubber resilient surfaces (rubber matting) shall be thoroughly swept to
remove sand, silt and debris following each litter and debris removal daily.
Any cracks, tears, rips or holes shall be reported immediately to the City upon
detection.
V. SWEEPING / WASHING OF RECREATION HARD COURT AMENITIES: (Parks)
Contractor shall sweep all hard courts including, but not limited to, basketball
courts, roller hockey courts, handball courts (tennis courts are addressed
separately), and adjacent hardscape on a daily basis between 7:00 a.m. and
10:00 a.m. so as not to interfere with normal play activity. Court surface shall
be dry and ready for play upon completion. Cleaning shall include but not be
limited to broom sweeping, litter pick -up, cleaning of spills, spot washing with
water as needed to keep court surface clean and ready for play upon
completion. Additional cleaning days may be requested by City at no
additional cost.
2. Sweeping shall include the removal of all foreign objects from hard court
areas including but not limited to, leaves, pine needles, rocks, dirt, liter, sand,
food waste, gum, broken glass, etc.
3. Methods for sweeping of designed areas may require one or all of the
following:
a. Back pack blowers
b. Vacuums
61
c. Brooms
d. Rakes
e. spray washer
4. Supplemental hand sweeping may be necessary for corners and other areas
inaccessible to power equipment.
5. For all hart court amenities, including tennis courts, Contractor shall be
responsible to remove graffiti that can be removed with an approved solvent.
Such removal shall take place within two (2) hours of observance. The City
will be responsible for all other graffiti and the Contractor shall be responsible
for reporting said graffiti to City immediately upon observance.
6. Tennis Courts
a. Tennis court gates shall be unlocked and opened by 7 a.m. and courts
cleaned daily between 7:00 a.m. and 10:00 a.m. Daily cleaning shall
include but not be limited to broom sweeping, litter pick -up, cleaning of
spills, spot washing as needed to keep court surface clean and ready for
play upon completion.
b. Tennis courts shall be spay- washed once per week between the hours of
7 a.m. and 10 a.m. Washing shall include the use of a tennis court water
sweeper. Court surface shall be free of standing water and ready for play
upon completion. Additional washing may be requested by City at no
additional cost.
c. Tennis court screens shall be spray- washed once a month, or more
frequently if deemed necessary by the City.
d. Contractor shall provide, at Contractor's expense, all tools and equipment
necessary to perform the above mentioned cleaning activities, including
but not limited to, portable powered pressure washer and tennis court
sweeper.
e. In the event of inclement weather and upon the direction of the City, the
Contractor may be directed to keep the tennis courts locked.
W. GRAFFITI
1. On a daily basis, Contractor shall report all graffiti upon detection to City.
Contractor shall be responsible for removing graffiti that can be removed
using a solvent specially formulated for graffiti removal and approved for
I
1 uUO2"G
such use by the City. If graffiti cannot be removed with said solvent,
Contractor shall notify City 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. Facility marquee signs.
b. Facility signage, such as parking and rule signs.
c. Picnic areas, gazebos, patios, tables, and benches.
d. Restrooms; complete inside and outside.
e. Playground equipment.
f. Drinking fountains.
g. Hard court surface areas.
h. Exterior wall surfaces.
i. Concrete walkways and parking lots.
j. Door surfaces.
k. Curb and gutter in parking lots.
I. Fences and block walls.
m. Trash enclosures.
n. Trash can receptacles.
o. Stairs and hand rails.
p. Bleachers.
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.
X. SERANATA TRAIL (approximately 1.5 miles)
1. Bi- weekly maintenance. Contractor shall rake -over and remove all trail ruts,
remove trash, and report all graffiti and potential trail hazards to City.
63
2. Monthly maintenance. Contractor shall remove all weeds from trail path, and
2 feet to both sides of trail.
Y. SHADYRIDGE BUFFER ZONE
The two pedestrian gates must be opened at 6 a.m. Monday through Friday and
secured in the open position.
C:AI
EXHIBIT C
AREAS TO BE MAINTAINED
(INCLUDES AREA DESCRIPTIONS AND MAPS)
ATTACHMENTS: C -1 (Area Descriptions — P,M,C,Z)
C -11 (Area Maps — P,M,C,Z)
ATTACHMENT C -1
AREA DESCRIPTIONS
(P, m7c,z)
AREA P
(PARKS)
(3 9
CITY PARKS
SITE DESCRIPTION
SIZE
MAP
Arroyo Vista Community Park
69 Acres
P -5
4550 Tierra Rejada Road
Park site located northeast of Moorpark
High School (Includes Pedestrian Bridge
Parking Lot at the south end of Leta
Yanc .Road.
Campus Park
2.5 Acres
P -2
14900 Harvard Street
Park site located at the south end of
Duke Street.
Campus Canyon Park
6 Acres
P -1
15200 Stanley Court
Park site located the corner of Collins
Drive and Hearon Drive.
Community Center: Civic Center:
4.2 Acres
M -1
799 Moorpark Avenue
All landscaped areas at the Civic center
Complex (City Hall, Office, Annex (s),
Community Center, Parking Lots and
Community Center Park.
Country Trail Park:
8 Acres
P -6
11701 % Mountain Trail Street
Park site located on the north side of
Mountain Trail Street west of Arroyo
West School
College View Park:
5.5 Acres
P -1
15400 Campus Park Drive
Park site located at the corner of
-Campus Park Drive and Collins Drive
Glenwood Park
4.5 Acres
P -4
4708% Elderberry Avenue
Park site located on the south side of
Harvester Street
Magnolia Park
1 Acre
P -9
296 Magnolia Street
Park Site located on Charles Street at
Magnolia Street
C 40.)01 1 o
Monte Vista Park:
5 Acres
P -3
4200 Spring Road
Park site located on the west side of
Spring Road north of Christian Barrett
Road
Mountain Meadows Park
8 Acres
P -5
12432% Mountain Meadow Drive
Park site located at the corner of
Mountain Meadow Drive and Mountain
Trail Court
Peach Hill Park
10 Acres
P -3
13200 Peach Hill Road
Park site located at the corner of
Christian Barrett Road and Peach Hill
Road.
Poindexter Park
7.5 Acres
P -7
500 Poindexter Avenue
Park site located south of Poindexter
Avenue west of Chaparral School
Tierra Rejada Park:
8 Acres
P -5
11900 Mountain Trail Street
Park site located at the southeast corner
of Tierra Rejada Road and Mountain
Trail Street, including Street parkways
Virginia Colony Park
1.5 Acres
P -2
5600 Condor Place
Park site located at the corner of Condor
Drive and Virginia Colon
Miller Park
6.5 Acres
P -8
Park site located at 4530 Miller
Parkway
Villa Campesina Park
.5 Acre P -5
Park site located at the end of Leta
Yancy Road along the Arroyo -Simi
AREA M
(MISCELLANEOUS PROPERTIES)
+; t , 7 ..
MISCELLANEOUS PROPERTIES
SITE DESCRIPTION
SIZE
MAP
Metrolink Station 310 High Street:
6.4 Acres
M -1
Landscaping in the north Metrolink
parking lot and along the High Street
frontage of same.
661 Moorpark Avenue:
Residential
M -1
Landscaping of an MRA owned
Property
Residence at this address. Parkway
landscaping from Library southerly to a
point north of High Street.
18 High Street:
Office Building
M -1
Landscaping of an MRA owned office
property at this address.
798 Moorpark Avenue:
Office Building
M -1
Landscaping of an MRA owned office
property at this address.
782 Moorpark Avenue:
Office Building
M -1
Landscaping of an MRA owned office
property at this address.
Bus Shelters:
Bus Stops
BS-1W, BS-1E
Empty trash receptacles at 19 bus
stops once a week
81 Charles Street:
Residential
M -1
Landscaping of an MRA owned
Property
Residence at this address..
250 Los Angeles Ave:
Residential
M -1
Landscaping of an MRA owned
Property
Residence at this address.
Moorpark Public Services Facility
Office Building
M -1
(MPSF) 627 Fitch Ave Office Building
Landscape and Parking lot
Moorpark Library
Library Facility
M -1
699 Moorpark Ave Library Facility
Landscape and Parking Lot.
a
AREA C
(CITYWIDE PROPERTIES)
1� A_d
LIVID: CITYWIDE PROPERTIES
Size
MAP
SITE DESCRIPTION
1.6 Acre
CW -1
Tierra Rejada Road
(C -1)
Parkway(s): C -1 Tierra Rejada Road
eastside south of Los Angeles
CW -1 a
Avenue.Tree wells and planters on
(C -2, 2a, 2b,2c)
the east side of Tierra Rejada Road
from Los Angeles Avenue southerly
CW -1 a
to Harvester Street, and Sidewalk
(2d)
cleaning on the W/S of Tierra Rejada.
Median(s): C -2 Tierra Rejada Road
from Los Angeles Avenue to 23
Freeway Trees, shrubs and ground
cover.
Fountain: (F -1) Mountain Meadows
Plaza Corner of Tierra Rejada Road
F -1
and Mountain Trail Street.
(CWF -1)
Spring Road Street
2.6 Acres
CW -2
Trees: C -4 Tree wells on the west
(C - 3,4,5,5a
side of Spring Road between Peach
5b,5c,5d,)
Hill Road and Christian Barrett
CW -2a
Median(s): C -5, 5c, Spring Road -
(5e)
Tierra Rejada Road to New L.A.
Avenue.
Parkway(s):C -5b,d Spring Road
eastside, Peach Hill Road, north to
bridge.
Parkway(s)-.C-5a Spring Road
eastside, Landscaped parkway on the
east side of Spring Road from Peach
Hill Road southerly approximately
600'.
MarboroughCorner:C -3 Landscaped
planter at the southwest corner of
Peach Hill Road and Spring Road
High Street Parkways:
1.0 Acre
CW -3
C -6 High Street Pedestrian Park
(C -6,7)
South side of High Street between
Bard Street and Walnut Street.
C -7 Sidewalk and tree well
maintenance along the north and
south side of High Street.
Parkway: S/S Poindexter Avenue at
9,500 Sqft
CW -1
Sierra Avenue: C -19
(C- 19)
Landscaped parkways on the south
side of Poindexter Avenue east and
west of Sierra Avenue.
Parkway: N/S Los Angeles Avenue:
1.0 Acre
CW -4
Millard to Spring: C -8
(C -8)
Landscaped parkway on the north
side of Los Angeles Avenue between
Millard Street and Spring Road, and
the landscaped parkway on the west
side of Spring Road from Los
Angeles Avenue northerly
approximately 2,000'
Campus Park — Parkways and
1.6 Acres
CW -5
Medians.
Parkway: C -9 Westside Princeton
(C- 9,10,11,12)
Avenue: Freeway to Amhurst:
Landscaped parkway on the west
side of Princeton
Parkway: C -10 Eastside Princeton
Avenue Freeway to Campus Park
Drive: Landscaped parkway on the
east side of Princeton Avenue to
Am h u rst.
Parkway: C -11 Westside Campus
Park Drive Southerly to Cambridge
Landscaped parkway on the west
side of Campus Park Drive from
Cambridge Street
Parkway: C -12 Southside Campus
Park Drive Princeton to Penn:
Landscaped parkway on the south
side of Campus Park Drive from
Princeton Avenue easterly to Penn .
Parkway: C -13 Northside of Campus
Park Drive: Flood Control Channel at
Pecan Ave to Collins Drive:
Landscaped parkway and planter on
CW -6
the northside of Campus Park Drive
(C- 13,14)
from the flood control channel located
west of Pecan Avenue, easterly to
Collins Drive.
Parkway: C -14 Westside of Collins,
north of Campus Park Drive
Landscaped parkway on the west
side of Collins Drive northerly to
Benwood Drive.
CW -7
Median: C -15 Princeton Ave: Condor
(C- 15,16,17)
to Freeway trees, shrubs and ground
cover.
Median: C -16 Princeton Avenue:
Freeway to Campus Park Drive trees,
shrubs and ground cover.
Median: C -17 Campus Park Drive:
Princeton Avenue to Penn Street:
Trees, shrubs and ground cover.
Median: C -18 Campus Park Drive:
CW -8
Penn Street to Collins Drive: Trees,
(C -18)
shrubs and ground cove
Campus Park Dr. and Collins
31,114 Sqft
CW -11
Parkways and Median
(C -1, C -2, C- 3,C -4)
S/S Parkways along Campus Park
(D,E,F, Gla)
Drive From Pecan to Collins. Median
from Pecan to Collins Dr. W/S Collins
Off -ramp slope and Corner Property.
Los Angeles Ave:
a). Los Anges Ave - ButterCreek Rd.
35,000 Sqft
CW -9
to Maureen Lane.
b)N /S Los Angeles Ave to High Street
47,486 Sqft
CW -10
Parkway, Wall planter and Median.
Los Anges Ave and Spring Corner,
North to RR tracks West side
Median: Spring Road to south of
High Street at Flinn Ave
AREA Z
(ZONES OF BENEFIT)
LMD: ZONES OF BENEFIT
SITE DESCRIPTION
Size
MAP
Zone 1 (Tract 2851)
1.4 Acres
Z -1
Parkway landscaping on Pecan
Avenue, Benwood Drive and Bambi
Court, plus landscaping on the east
side of the flood control channel:
a). E/S Pecan: S/O Bambi
b). N/S Bambi: Pecan to Benwood
c). E/S Benwood: N/O Bambi
d). E/S VCFCD channel: C.P. Dr. to
100' north
Zone 2 (Tract 2865)
3.3 Acres
Z -2
Parkway and slope landscaping on
Spring Road, Christian Barrett Road,
Tierra Rejada Road and Peach Hill
Road:
a). W/S Spring Road from Monte
Vista Park southerly to a point 50'
south of Christian Barrett Road,
including entry planters
b). S/S Christian Barrett Road
between Spring Road and Willow
Creek Lane
c). N/S Tierra Rejada Road: Planter
at the southeast corner of the Tract
d). N/S Tierra Rejada Road from
Peach Hill Road easterly to a point
approximately E/O Spring Road
e). S/S Tierra Rejada Road from
Peach Hill Road easterly to the east
end of Keisha Drive
f). E/S Peach Hill Road from
Christian Barrett Rd to Tierra
Rejada Rd, plus S/S of Christian
Barrett Rd. to Blairwood
Zone 3 (Tract 3032)
9,000 Sqft.
Z -3
Landscaped entry planters and
parkways:
Peppermill
a). Parkway on the south side of
Peppermill Street
Buttercreek
b). Entry planters on the SE corner
of Butter Creek Road
and Los Angeles Avenue
0 2 .- -�
Zone 4 (Tract 3274)
0.5 Acre
Z -4
Landscaped planter, parkways and
street barrier:
a) S/S Williams Ranch Road W/O
Edison Easement
b) N/S Williams Ranch Road:
Granadilla to Edison Easement
c) Williams Ranch Road Landscaped
Barrier located at the SCE Easement
Zone 5 (Tract 3019 & Tract 3025)
4.5 Acres
Z -4
Parkway and slope landscaping on
Peach Hill Road, and Tierra Rejada
Road
a). E/S Peach Hill Road between
Williams Ranch Road and Tierra
Rejada Road
b). N/S Tierra Rejada Road from
Peach Hill Road westerly to the
Edison Easement (including the entry
statements at Pheasant Run Street)
c). S/S Tierra Rejada Road from
Peach Hill Road westerly to the
Edison Easement (including the entry
statements at Pheasant Run Street
1,500 Sqft.
Z -4
Zone 6 Glenhaven (Tract3306)
Landscaped parkway at the west end
of Inglewood Street
0.8 Acre
Z -7
Zone 7 Moorpark Square Industrial
Landscaped parkway on the north
side of Los Angeles Avenue from
Gabbert Road easterly to a point just
east of Shasta Avenue.
1.4 Acres
Z- 8
Zone 8
Home Acres Buffer Zone
The fenced landscaped area at the
west end of Shadyridge Drive
Zone 9 Moorpark Business Center
0.4 Acre
Z -9
Condor Drive Industrial Park
Landscaped parkway planter at the
southwest corner of Condor Drive
and Virginia Colony Place.
Zone 10 Mountain Meadows
Landscaped areas described as
17 Acres
Z -10
follows:
Z -10a
a). The Peach Hill Wash Center
Channel landscaping which extends
from Country Trail Park easterly, past
Country Hill Road, to the shopping
center property
b). The narrow landscaped strip
located just north of Arroyo West
School
c). The Peach Hill Wash north slope
located north of the Peach Hill Wash,
including slope behind shopping
center at Tierra Rejada Road and
Mountain Trail
d). The strip of landscaping located
south of the VCFCD channel, west of
Mountain Trail Street, behind the
houses fronting Shadyridge Drive,
including the slope owned by VCFPD
e). Parkway: E/S Tierra Rejada Road
between the bridge and the Park
Entry Road
f). Parkway: W/S Tierra Rejada Road
between the bridge and the Shopping
Center property
g). Parkway: N/S Tierra Rejada Road
from Mountain Trail Street easterly to
the easterly edge of the Edison
Easement
h). Parkway & Slope: S/S Tierra
Rejada Road from Mountain Meadow
Drive easterly to the easterly edge of
the Edison Easement
Zone 11 Colmer (Tract 4173)
4,800 Sqft.
Z -1
Landscaped parkway at the northeast
and southeast corners of Pecan
Avenue and Alyssas Court.
5 :, . -: fit
Zone 12 — Carlsberg 12.2 Acres Z -12
Miller Parkway, Spring Road and
Tierra Rejada Road
a). Medians:
Nine (9) Miller Parkway between
Tierra Rejada Road and New L.A Ave
b). Parkways:
Westside Miller Parkway Southfork to
Stagecoach, Stagecoach to Peach
Hill, Peach Hill to Maya Circle, Maya
Circle to Shawnee, Shawnee to
Tierra Rejada Road.
c). Parkways:
Eastside Miller Parkway: Tierra
Rejada to Shawnee, Shawnee to
Maya Circle, Maya Circle to Peach
Hill Road, Peach Hill Road to Miller
Park, Miller Park to Stagecoach.
d). Hillside:
Eastside Miller Parkway: Center of
Stagecoach east to Miller Park,
Shawnee to Flow basin.
e). Parkways:
Tierra Rejada Road Parkways
Eastside Freeway to Miller: Freeway
to Wall, Wall to Miller Parkway.
f). Hillside:
Eastside Freeway to Miller Parkway:
Wall to Sunset Valley Road, Sunset
Valley road to east of Miller Parkway.
g). Parkways:
Tierra Rejada Road Westside Miller
Parkway to Spring Road Miller
Parkway west to Spring Road.
h). Planters:
Tierra Rejada Road Westside Miller
Parkway to Spring: back of Sidewalk
to v- ditch.
i). Planter and Basin
Corner Spring Road Eastside, Tierra
Rejada to south of Peach Hill Road:
Planter Corner to Hillside, Basin
corner Spring and Tierra Rejada Rd
D. Parkways:
Eastside Spring Road: Corner of
Spring and Tierra Rejada Road to
south of Peach Hill Road.
k). Hillside Eastside Spring Road:
North of Spring Road to a point south
of a private fence midway between
Peach Hill Road and Spring.
Zone 13 — Not Assigned
N/A
N/A
Zone 14 Wilshire ( T5201)
0.3 Acre
Z -14
Landscaped parkway, north side
Peach Hill Road, at Rolling Knoll and
Rolling Knoll east / west.
Not Assigned
9. Acres
Z -15
Zone 15 Toll Brothers (T4928)
Moorpark Country Club Estates
Location: Walnut Canyon Road and
Championship Way.
Southside Curb to Southside Edge of
Trail All Property Between.
Medians (All): Entry's at Walnut
Canyon and Grimes Canyon Road.
Southside Parkways and Trail:
Championship Way South Side:
Walnut Canyon Road to Sarazen Dr.
Championship Way South Side:
Nelson Road to Zaharias Court.
Championship Way South Side:
Nelson Road to Littler Court.
Championship Way South Side:
Nelson to Nelson Road.
Championship Way South Side:
11830 Club House — Service.
Championship Way South Side:
11800 Club House — Entry.
Championship Way South Side;
Rawls Road to Grimes Canyon Road.
Championship Way South Side:
Rawls Road to Trevino Drive.
Championship Way South Side:
Trevino Drive to Grimes Canyon Rd.
Grimes Canyon Road: Trail Only from
Staging to Championship Way.
* GATED ENTRIES NOT PART OF LMD
Zone 16 Cabrillo (T5161)
15,570 Sqft.
Z -16
Landscaped parkway and planter,
west and south perimeter on Gisler
Ave, Rainer, Fuji and Reyes
Zone 17 -Not Assigned
N/A
N/A
Zone 18 Colmer (T5307)
20,240 Sqft.
Z -18
Landscaped parkway and planter,
west and south perimeter of Flory St.
to Millard Street on Los Angeles Ave.
Zone 19 - Not Assigned
N/A
N/A
M & M (PM5264)
Zone 20 William Lyon (T5187)
28.5 Acres
Z -20
Location: Walnut Canyon Road and
Meridian Hills Drive
Parkways: Walnut Canyon Road
Westside: North and South of
Meridian Hill Drive
Medians (All): Meridian Hills Drive
from Walnut Canyon to End
Parkways and Trail — North and
South Sides of Meridian Hills Drive
North and South Sides of Meridian
Hills Drive from Walnut Canyon to
Breezy Glen North and South Sides
Meridian Hills Drive from Breezy Glen
to Ridge Mark Drive Area A West of
Ridge Mark Drive Area B West of
Ridge Mark Drive Slope C: South
Side of Meridian Hills Drive X -From
Ridge Mark Drive Slope D: North
Side of Meridian Hills Drive East of
Ridge Mark Drive Slope E Entry:
Meridian Hills Drive West of Walnut
Canyon NPDES #1 Basin Southside
Walnut Canyon and Meridian Hills Dr
NPDES #2 Basin North Side Meridian
Hills Drive West of Breezy Glen
Lot L Horse Staging Area Meridian
Hills Drive West of Ridge Mark Drive
*GATED ENTRIES NOT PART OF LMD
Not Assigned
N/A
N/A
Zone 21 Shea Home (T5133)
AZ � �
Zone 22 Pardee (T5045) 79.6 Acres Z -22
Location: Walnut Canyon Road or
Charles Street and Spring Road.
Area 1 Entry Planter: Spring Rd and
Charles St W /side.
Area 2 Parkway: Spring Rd and
Charles St E /side.
Area 3 Parkway: Spring Rd ENV
sides Charles St to Walnut Canyon.
Area 4 Slopes: Spring Rd ENV sides
to Elk Run Loop.
Area 5 Medians:Spring Rd Charles St
to Walnut Canyon.
Area 6 Slopes: Ridgecrest Dr to
Walnut Canyon.
Area 7 Median: Elk Run Loop Spring
Rd to Timber Hollow.
Area 8 Median: Elk Run Loop S /of
Ridgecrest Dr.
Area 9 Slope: Ridgecrest Dr E /of Elk
Run Way.
Area 10 Slope: Ridgecrest DrW /of.Elk
RunWay.
Areal1 Parkways: Ridgecrest Dr
Spring Rd to End.
Area 12 Medians: Ridgecrest Dr
Spring Rd to End.
" GATED ENTRIES NOT PART OF LMD
Area A Detention Basin: Spring Road
N /of Charles Street W /side.
Area B Detention Basin: Spring Road
across from Elk Run Loop W /side.
Area C Detention Basin: Spring
Road across from Ridgecrest Drive
W /side.
Area D Detention Basin: Spring
Road and Walnut Canyon S /side
Area E Detention Basin: Timber
Hollow S /End.
Area F Detention Basin: Ridgecrest
Drive E /of Elk Run Loop N /side.
Area G Detention Basin: Ridgecrest
Drive Elk Run Way E /side.
t f u i ) 0rZ,
ATTACHMENT C -II
AREA MAPS
(pjm,c,Z)
A a
(PARKS)
M.,
Glclk' � 2 ll`�
17
N
11
DPI
UJ
RD
f� �0 4� 1 C=
"S r
O LQ VA ARLES
�'°-� EVERETT S T BONNIE "€ cl s.
MOORPARK
ST
Comm C TR 2 00 IEW
i J,
CH
CHARLES S
FS *MAGNOLIA PARK
LIB 0
< b)O
C-1
..... . .. ........ . . ..... .. .. ... .......... ........... .. . I ............
. ... . ......... .. ....... ... ........ ..... . . .. . .............. . ......
AN G-E t
os
HIOH ST4 'E L,
TT
HIGH ST PA ME E LOS ANGELES AV
PAR i ["0 INK .
....... .....
RIDE
MOORPARK UP RR
POINDEXTER AV S TA
1DOROTHY AV F I ITCH
<
< IST ST AV
RUTH AV
C:)
2ND ST V)
AV ;F�i
<
FLI
u- )SARAH AV
3RD ST <cco
2 10
SUSAN AV
02000 Thomas Bros. Maps
71
11
AREA M
(MISCELLANEOUS PROPERTIES)
z F•,
f G
o
•.
J w
v. .G
o,
RD
7
CASEY
RD
-
..W ....
2..
-�
I C1CS
�
o q
LQ IPP, GH_ARLES ST
h1ooRPARK
MICE , ST ; =' BONNIE
c� Lh
• coMhf cH
N 3
; VIEW pF ST
CIVIC CENTER
cre
61, �o
~` v'
......... .._
ST' A K Mai 0L NK
E LOS ANGELES Al
POINDEXTER
AV
rn
cn'M�TRQ
8 RID, h1o0RPARK
c7A
UP RR' . METROLINK
DIABLO ¢ - MID
_.,
�`
Q;
_,..
" "' " "`
rn1ST ST
�,� :__INATIQN:.,.
' ; DOROTHY AV
FITCH
cn
AU
N; RUTH AV ,. <i
oi-AV -9n DR
ALOM R
POINDEXTER
z
2ND
ST
=; •"
AV ;
1
PARK
w`
o;
o
AV Q£
�:
o,
�'
a RD ST
a= ' SARAH AV ..
m
�.FL.IN�
r�
LASS_E N
Lu
AV
�=
f SUSAN AV
3 N F
¢{{
ROBERTS AV
t U
S
9
p i v,i
C)
< =ESTHER AV
EVEREST
z -
CC PO
m
" SHERMAN AV
AV
w
50 LA AE
J o
MOORPARK PLAZA
WNIDOS AU
E f
f J
`,•
LLI
t I
m,JAMES WEAK f Q AV
<
MAJEShc
LE =1
'
-.:' ......... (D2000 Thomas Bros. Maps
F G
s,d
cl)
tx
trash .^- -itainer
a. I
BS -1W
r
A7, _
i " ;" COIMIY
WATEAWOAKS AMD
!ITCH Cal Tran
FAA COUA
R
STAGECOACH
R . SpUI T
AIG T
CI
GUNWOKE
VT DII
Aacr
KID R R
. r
DEfAIN4
v X299
'N a AAppE
C°r
0
a IN
cq�LtGfY' � o P
"EYSr ok \
lnMllE g �� �
CI
7 GSLNDSEN
FEN
s n'
�
AL�w000
�
RI o .
CIA
tovloAVO
�� C)�R s?
�
� 0 311
Yi11IW
*V
1S RO 5?
N06AM O
lA Oe
MST
ip Si
• 1?,'
/' C Jr �'
AV
NWES
At
n P tq -- -
Ar lNr1
4 r�
ANGELES
� ' � 41, � --
AEAI(EL
,r
%LLINOIS Si
r•
_^
�
AVf`
V N
YALE AY / ♦ �_
M�AMM rltor, v�l
NCOARI'
N CAEItyY
�QY
U
s
CIA
lOYO!
S!
y/
'��pp
NYASLCA a°� AV y
N �AVAA0 ST
MCMIIVNJ
III OYAESE
It N RAND ST
°
1 y7
IENN ST
�a
C°r
0
a IN
cq�LtGfY' � o P
"EYSr ok \
lnMllE g �� �
CI
7 GSLNDSEN
FEN
s n'
AREA C
(CITYWIDE PROPERTIES)
+ ���'�.
mm :m
mmm
cMIZ m!zzezz
W
4
y c *�
R
24 C
DR
�.. i n
�A .n o CHESTERFIE�i,
ADCF "s DR
Q 2 o: ry� i
GPAND :
N l HILL ISLE Ea v+ DR I -
J RD
Ul) z
F
BIALY,,: � ,� MID
J m RD
.R
Y POINT
O . w _ DR ; MOVE O
�p
iICBURN VISTA
PNO L E WOOD CT NATURE - -
L . CT 0 0� ' PARK
i
FfRl��
a NYBR f � �� ,T CL GATE
i
©2000 Thomas Bros. Maps
i
RRE�(
o p
�N
TIERRAREJADA ROAD
`No>
yea
I S HA
PSOM RD DR
1
DR.
`-
©2000 Thomas Bros. Maps
i
(
..........PEPPER un
.� c� r- -+ j n, w 1 o o
rn z e z v} c) J
r k z z 'e
R ,S\ N N IV
c� �D MOORPARK {NU y �FN
M
o�" HS o� F pR E S r
,
OPT,
MOUNTAIN
0 W Q' MEADOWS
J��
wI G� PARK
��w000��o WF -1 SOW SpR
RINGS, oT "or p o�., µ *V
F >DR m'
/\ ��,...
y 2 TlERRA REJADA C
ICE
oPl i y . , FS r. PARK ��s rr
y co�NTRY 9 � , - " 0 Rzv E RGRaI � ,,
SEEK 7a 10 8�,rn °" F
�E'
6 �P to , p NF
N Y of Ro
2
, B
O G NOp4, E
� o R rN 'r 5� B �B B L I N � << �RO�F �/ Q)
�6. YKKKK D19120 wBRpoK.. "5� C7' a >�
jNG ° ` � 7 n, 17 18 � 4 B E R R Y 01 �v _ C: �o° Q
BENS 2 k 8'a_. ��, ,w B R p p, LD r
�PK CTS :� 9 ..13 a416'� CT C �R ROVE ST'Zo `�Fc IS
r
'WOpp 0 10�T, }y t'A�pER q�, NERR�,ORQvycpo "
sS° 11 12 m °15 _, �, Wq... E F
Q. NI
�-�� .RB ©2000 Thomas Bros. Maps
F( nu�o�,l,,,,.. _�,, ry
�J
N
■� A'
1111111
III
�E
T�
l�di•ie�t,���� ■W
�"11���1�11111111111��(1
IMP
WOMEN
�1e11/ �i� ;111► r -- ' •
-,wo ♦ K-
1�1�1r �2�m►A to
17
IN
of
pp
0
^"D
Ti
7
... . ......
CASEY -,—RD
cy�s
"PP ARLES ST
Lu el
0
EVERETT ST BONNIE
......... ..........
VIEW ST
✓ .. .. ......... ....
CD F-- . Cl"-" / /' , I , I ' :.
.:: '_' ;I-
�le
1
VIRGINIAS
COW CTR
V); co
COLONY PAI
CHARLES
... . ............. .
.... .... ........ .......
..............
.................. . ... ..... ........... ..........
9 6
........ ..... . .... .
.... . . ......... r= . .... . ..... .... ..
... ..... . .............
. ......... ........ ------- ------ . . . ........... ....
.....
HIGH ST 0 1
` ARK. A!E
HOORPARK
E L
0 Y�
ET
V POINDEXTE
AV
F- S TA
UP RR
M
1 DOROTHY AV
FITCH
ME MID
1ST ST
RUTH AV
AV
c)
T E
POINDEXTE)?
2ND ST
AV i
' LINE
PARK
�'SARAH AV
RD ST
LASSEN
......... .... . ..
SUSAN AV
Lu
AV i
:ROBERTS AU
ESTHER AV
CC PO
SHERMAN AV
th:'
MOORPARK PLAZA
J;f
IUNIDOS AV
U-j
mJAMES WEAK AV
� !MAJESTIC I Lu! C)
A CAMPESINA AV
.... . .... ..
< CT --Jl
CL
U-1
cof
<
C) i Ln
(:) I ,
CD
--1--,
---�
Q
<1
DR
WALE DR
E
tj;
:07-
o
uj ","YI,STA LEVANA f,' Q "EST,
MILL . . ............
�PT
DR
zt
DR
BODEGA
11-111-
�Le ;
R ND
VERDE DR H
1
MESA PEACH
1
S"-
RE
02000 Thomas
Bros. Maps
F
G
on
on
1�1�11,11
..r •1
X11 iilliiil
1111
j!._ :milli:
1111■ .71�1�
a�� ■C1�� ®11!111
WIltil
Tloz
■
rw
Emmou
MCEi��l�l� :1T �
d Itiliiillillilll _ �j
IINO
a+
0 2i11malliollo
Rossi
MA .e A
Isis
cli.a�� r��� ✓1
(11111'1► ��,1
t�/�
ya'I�Jr1•�'1
® ®®E
lose
•` ►, ► ,own� � !► j'1`II'�� lull 111111111lIIII IIIIL
ppl-
law—
�► mill.
-
�1� -�w=w
-- Ai
,
ol
IJ /111111���� � = 1111 R
to IIal11. _ �4� �uUH,i111 = I � �i- �1111111����
i
111Ua111 = _ jlNtl = �N�� — � �., „• _��...Ei
��� ►, ■�� ; � �urol;�nu FtrA1 - - _ � ��t-- 1111
n nnn - n■i - ._1!n• nay = :l,.,,;, :,• „ ■123111
r�,,,,r, = ,' ��IIII:IIIII- illll,
fill I
LOCATION MAP
1 O< A l- -jF1F5 AVENLE (ROUTE 118)
cXXM�7rK [] 13= XX" XXXXXXXXXXXXXXXXXXXXXXXXXXXMXXXI XXXXXXXXXAA %, AXXXXX A �'
_'I I-_ � yx�
X
x�x
X
6aURTNEY LAN
r
Q
w
k �-
K
X
k
k
k
� NORT
k
LMD AREA xxxxx Citywide: Los Angeles Ave Buttercreek to Maureen
fT,
r•
�d
LOCATION MAP
y�
Citywide :Los Angeles Ave to High St
C4
ir3
AREA Z
(ZONES OF BENEFIT)
t V�'
Q y .?
r
Iltl
ININQ
ill
1
JWA
Wi
P,
J
tit
Iloilo 1PRIJ
Inll Al t.t!l�•r u��
Vill
4- a
' T-
Soon * •i.n��
16 PM 28 ��Iillllla Fill
INFO
- /111[f1CG1�311 /,
��`111111�31 "°
i r 1.1.11
mame
�� /IIIIIIIi�llll
321
�.
go
m
7%c7
Yl1.1 m
� a
IN N'
Ag
m
i
1111
m
,�Ls
5�
7 PM 23
e .—qqqm���
r O
U
c-
O
0
F-
W
0
z
It
IL
32 RS 58
a
ONE
92
95 MR 30
1 R 65
2 R -Wia
R '
• RO� 0
P�
0 RS 1
HO S
40 RS 563:
I
�o ZONE MAINTENANCE
01 Zone 9
Z -9
= -w
s�
mm
mm
mm
mm
F-wil
24 -
1 4
sfa 512 -26
OS
w c.
air vssnri
12
Irs'Ir. fit.
colt 9
�. La 29.00AC. 1.52Ac. y _
11 6 n
� � a
Q i 6.66 c. y
`a trnxt
or 'I a tot If �1 N
tot 4 e+e.
si y. E u JJ.Of k. 'ra
.� dy J 1.06k.
to.
ucy,nrysl'c Hroe! RS -1 _
Lai J Q
25.07Ar-
82 0046 "'�iei.yFti �y� eA. eavy"F ,.IbbT
`�i1j °e+s Jtoor +iy . S
87.59Ac.
sdti 31-10
7.244r-
,1 .
4
e. A; .
i r
yw. i 14 k
`QD earn'utlsu+' j,` 64Ac. Lt'
Vis , Zoy t2Ir ear�tse ,A V 1 F
`••' J �y Ar. A
6
ZONE 12
".� tT • 5.59Ac.
1 •rns I.eur /
4
A
4
in
L.t I
Q
G..
57.32,e-.
i
ONE 1 '
Lot 1
80.04Ac.
nERRA "
41
7 -12
i ( })��
i
/.95k'
512 -27
E3
tc
i
40'
(ot 5
Q
108.664c.
5
r REJADA
wwr:,wl'r s no.y a
ocv +ml cwrtr o
43 0
r
N
I
LMD AREAS xxxxxxxxxxx,
Cj
ZONE 15
a
DRIVE � C4
P�oNsNtp ��c�'cxxXxxxxxxxxxxxxt� - -
AM
}�Yxxxxxxxxxxx
LMD ZONE 15• TOLL BROTHERS DEVELOPMENT (9.OAcres)
Location: Walnut Canyon Road and Championship Way
Southside Curb to Southside Edge of Trail All Property Between
Medians (All): Entry's at Walnut Canyon and Grimes Canyon Road
Southside Parkways and Trail:
Championship Way South Side: Walnut Canyon Road to Sarazen Drive
Championship Way South Side: Nelson Road to Zaharias Court
Championship Way South Side: Nelson Road to Littler Court
Championship Way South Side: Nelson to Nelson Road
Championship Way South Side: 11830 Club House - Service
Championship Way South Side: 11 Boo Club House - Entry
Championship Way South Side; Rawls Road to Grimes Canyon Road
Championship Way South Side: Rawls Road to Trevino Drive
Championship Way South Side: Trevino Drive to Grimes Canyon Road
Grimes Canyon Road: Trail Only from Staging to Championship Way
. GATED ENTRIES NOT PART OF LMD
Z-18
2nd -St
2nd St
0
0
U)
(D
Sarah Ave
Sarah Ave
3rd St
"sSV'0,A,,
Susar, Ave
$usan Ave
Robefis Ave
Robens A-:T-
_n,
E.,.dhem Ave
EsPief Ave
>
C!
Shermar-, Ave
Sheirrian Ave
stU
S Ave
E Los Angeles Ave
Los AnIgel
Ave
rl 1-8 E Los Angeles Ave
2-3)
ONE 18
to
@2007 Google - Map data @2007 NAVTEQTM - Teifm-, of I.JS0.
Z-18
LMD ZONE 20: WILLIAM LYON DEVELOPMENT (73.9 Acres) ZONE 20
Location: Walnut Canyon Road and Meridian Hills Drive _______ 1
Parkways: Walnut Canyon Road Westside: North and South of Meridian Hill Drive -
Medians (All): Meridian Hills Drive from Walnut Canyon to End
Parkways and Trail - North and South Sides of Meridian Hills Drive
Y y
North and South Sides of Meridian Hills Drive from Walnut Canyon to Breezy Glen J ,i j L"
i INorth and South Sides Meridian Hills Drive from Breezy Glen to Ridge Mark Drive � � .,,, , � . , . L-I IL^
4rea A West of Ridge Mark Drive \ ' • : "' ,' �.- _ ,� --, -��- - _ )
4rea B West of Ridge Mark Drive
Slope C: South Side of Meridian Hills Drive X -From Ridge Mark Drive l°'
Slope D: North Side of Meridian Hills Drive East of Ridge Mark Drive _ e` 9•' J �' 'H \� 9' r —" . - �L ' �� "� " ' r
Slope E Entry: Meridian Hills Drive West of Walnut Canyon
! n'.
VPDES #1 Basin Southside Walnut Canyon and Meridian Hills Drive -- ti J IS s
NPDES #2 Basin North Side Meridian Hills Drive West of Breezy Glen
'_ot L Horse Staging Area Meridian Hills Drive West of Ridge Mark Drive ',�I \' A: ` xl – -1 ,
'GATED ENTRIES NOT PART OF LMD °e o. •, 'a a; f
551
�� .y /i 'r , /y5� _� 4,��. ..x �.. l05 \` m �ti,\ � � INt a`. . �Nt_J C .^ •� `I1')i 'w
_ � >s17 ° r • \row - / n7 , -' r17e - / `i -} for _ � "I1� -� y7 •1. 'L 11 �,'r �
'.1 . q " A is J•T " � '� J' it •-� MB '
' a . ; r�` r./ -'h1 ..",, � ..• l =s\. "' �i�. �QO i 1.'t .5 k[�� -''-�� Je Sf��C7[l�!C�rX
SLOPE
I 117 \�y ..."'� ='� -- "'_rol• earl ,.c X
xx
l0[XXxxXX� xxxl0(XXxxXXXXXX U[r XJIr /
0 j `nt 0 �(7�XjCX7�]C7� rrr�E
}
�7` � / - _�t� _ �( _..[Stye -' �- � z�' 1 •r "'" ' r - ,;/
• -` 1 O A.. f • -121 �� I Iy-. I - - - N'. v . _ •00 -..
I'LL CI
LMD AREAS
xxxxxxxxxxxxx
F ��
ZONE 22
M tor" mshwrafturm r
�.�.. -.
` 1 y y .O`tf gin• ...r, .Ei. 1 ''� .. -r
� ' ` ��• 'w � ' � � ENO ��
a IIGt
i�1.`TI \ ,.,, y /\ . \• VTR'
I
♦' x
_ I ;,..'`;� TRl>Dlf1 1► .,�...., %fit PRING ROAD S t ? + + + +, w
\p 11r► �x— kic.�. 3 �" �X �_ _ f +} 2 . Q uJ
,�xxxxxxxxxx { C t 5 xicT x�t'a� 3 �`= XXx� C. CD
6xxxxxxxxxxxxx EA (5''
I
xxxxxxxxxxxxxxxxxxxxxxxxJ%XX X `
IV
LMD AREAS xxxxxxxxx
O
LMD ZONE 22: PARDEE DEVELOPMENT (28.5 Acres)
W AtNUT CY N
Location: Walnut Canyon Road or Charles Street and Spring Road
O LANDSCAPE AREAS �� 1 Area 1 Entry Planter: Spring Rd and Charles St Wlside
DET.BASINS Area 2 Parkway: Spring Rd and Charles St Elside
Area 3 Parkway: Spring Rd EM sides Charles St to Walnut Canyon
Area A Detention Basin: Spring Road N /of Charles Street Wlside Area 4 Slopes: Spring Rd E/W sides to Elk Run Loop
Area B Detention Basin: Spring Road across from Elk Run Loop W /side Area 5 Medians: Spring Rd Charles St to Walnut Canyon
Area C Detention Basin: Spring Road across from Ridgecrest Drive W /side Area 6 Slopes: Ridgecrest Dr to Walnut Canyon
Area D Detention Basin: Spring Road and Walnut Canyon Slside Area 7 Median: Elk Run Loop Spring Rd to Timber Hollow
Area E Detention Basin: Timber Hollow S /end Area 8 Median: Elk Run Loop S /of Ridgecrest Dr
Area 9 Slope: Ridgecrest Dr E/of Elk Run Way
Area F Detention Basin: Ridgecrest Drive Elof Elk Run Loop N /side
Area G Detention Basin: Ridgecrest Drive Elk Run Way E /side Area 10 Slope: Ridgecrest Dr W /of Elk Run Way
Areal l Parkways: Ridgecrest Dr Spring Rd to End
(,11 Area 12 Medians: Ridgecrest Dr Spring Rd to End
* GATED ENTRIES NOT PART OF LMD
EXHIBIT D
COMPENSATION
Compensation
Monthly Monthly
Bid Amount Bid Amount
A. PARKS Account Number Year 1 I Year 2
1. Arroyo Vista Community Park
2400.7800.7803.9331
$
$
2. Campus Park
2400.7800.7805.9331
$
$
3. Campus Canyon Park
2400.7800.7806.9331
$
$
4. Community Center Park & Grounds
799 & 699 Moorpark Ave
2400.7800.7802.9331
$
$
5. Country Trail Park
2400.7800.7812.9331
$
$
6. College View Park
2400.7800.7807.9331
$
$
7. Glenwood Park
2400.7800.7813.9331
$
$
8. Magnolia Park
2400.7800.7816.9331
$
$
9. Miller Park
2400.7800.7815.9331
$
$
10. Monte Vista Park
2400.7800.7809.9331
$
$
11. Mountain Meadows Park
2400.7800.7810.9331
$
$
12. Peach Hill Park
2400.7800.7808.9331
$
$
13. Poindexter Park
2400.7800.7801.9331
$
$
14. Tierra Rejada Park
2400.7800.7811.9331
$
$
15. Villa Cam esina Park
2400.7800.7814.9331
$
$
16. Virginia Colony Park
2400.7800.7804.9331
$
$
17. Serenata Trail
2400.7800.7850.9252
$
$
Parks Sub Total:
Page 73
Monthly Monthly
B. CITYWIDE ZONES AND Bid Amount Bid Amount
MISCELLANEOUS Account Number Year 1 Year 2
1.
Citywide
2300.7900.7901.9331
$
2.
Zone 1
2301.7900.7901.9331
$
3.
Zone 2
2302.7900.7901.9331
$
4.
Zone 3
2303.7900.7901.9331
$
5.
_
Zone 4
2304.7900.7901.9331
$
6.
Zone 5
2305.7900.7901.9331
$
7.
Zone 6
2306.7900.7901.9331
$
8.
Zone 7
2307.7900.7901.9331
$
9.
Zone 8
2308.7900.7901.9331
$
10.
Zone 9
2309.7900.7901.9331
$
11.
Zone 10
2310.7900.7901.9331
$
12.
Zone 11
2311.7900.7901.9331
$
13.
Zone 12
2312.7900.7901.9331
$
14.
Zone 14
2314.7900.7901.9331
$
15.
Zone 15
2315.7900.7901.9331
$
16.
Zone 16
2316.7900.7901.9331
$
17.
Zone 18
2318.7900.7901.9331
$
18.
Zone 20
2320.7900.7901.9331
$
19.
Zone 22
2322.7900.7901.9331
$
20.
Metrolink Station
5000.7310.7304.9331
$
21.
Bus Shelters
5000.7310.0000.9252
$
22.
18 High Street
2902.5410.0000.9252
$
23.
661 Moorpark Avenue
2902.5410.0000.9252
$
24.
798 Moorpark Avenue
1000.8100.0000.9331
2605.8100.0000.9331
$
25.
782 Moorpark Avenue
1000.7210.0000.9331
$
28.
81 Charles Street
2901.2420.0000.9252
$
Page 74
29.
250
Los Angeles Avenue
2902.2410.0000.9252
$
30.
627
Fitch Avenue MPSF
1000.7620.0000.9331
$
Citywide Sub Total
TOTAL MONTHLY
CONTRACT AMOUNT $
Page 75
EXHIBIT D
COMPENSATION
i pwr` t, ! 3 `.1