Loading...
HomeMy WebLinkAbout14-183 Extension of Annual Streetscape Maintenance Contract FY 2014/15TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: GRANT YATES CITY MANAGER DATE: JUNE 24, 2014 SUBJECT: EXTENSION OF ANNUAL STREETSCAPE MAINTENANCE CONTRACT FY 2014/15 Recommendations Staff recommends that the City Council: 1. Approve a second year extension, July 1, 2014 to June 30, 2015, to the Streetscape Maintenance Contract between the City of Lake Elsinore and Excel Landscape in an amount not to exceed $175,000. 2. Any additional extensions be approved by the City Manager upon successful annual review and recommendation by staff. Background The City Council established the Citywide Landscaping and Street Lighting Maintenance District ( "Citywide LLMD ") in 1988 for the purpose of maintaining public right -of -ways and public facilities in accordance with the Landscaping and Lighting Act of 1972. The City of Lake Elsinore is responsible for maintaining the landscaping that encompasses street right -of -way referred to in this report as "streetscape ". Because of the volume of maintenance work this job entails, the City contracts with vendors. Discussion On July 23, 2013, City Council approved a one (1) year contract with Excel Landscape for citywide landscape maintenance services. The contract includes provisions for three annual extensions in an amount not to exceed $175,000 upon recommendation of staff and City Council approval. The first year of the annual streetscape maintenance contract with Excel Landscape will expire June 30, 2014. This past year Excel has proven to be very responsive to the City's needs by providing comprehensive landscape EXTENSION OF ANNUAL STREETSCAPE MAINTENANCE CONTRACT JUNE 24, 2014 PAGE maintenance services. Excel Landscape has demonstrated that they have the City's best interest in mind. Fiscal Impact Funding is allocated from the Citywide LLMD and LLMD No.1 and the Fire Departments operating budget. The evaluation period will be FY 14/15 and subsequent reviews will be in coordination with the City's budget cycle. The projected Fiscal Year 14/15 cost is estimated at $175,000.00 as described below, and each additional year is not to exceed $175,000.00 annually. LLMD $ 147,000.00 LLMD No. 1 $ 15,900.00 Fire Department $ 8,400.00 Facility $ 3,700.00 $ 175,000.00 Prepared by: Rick De Santiago Public Works Superintendent Vince Damasse Director of Public Works Approved by: Grant Yates City Manager Attachments: First Amendment to Services Contract Agreement Exhibit "A" - Scope of Services Exhibit "B" — Schedule of Charges Exhibit "C" — Workers Compensation Insurance Original Agreement EXTENSION OF ANNUAL STREETSCAPE MAINTENANCE CONTRACT JUNE 24, 2014 PAGE 3 EXHIBIT `A' - SCOPE OF SERVICES EXTENSION OF ANNUAL STREETSCAPE MAINTENANCE CONTRACT JUNE 24, 2014 PAGE EXHIBIT `B' - SCHEDULE OF CHARGES EXTENSION OF ANNUAL STREETSCAPE MAINTENANCE CONTRACT JUNE 24. 2014 PAGES EXHIBIT `C' - WORKERS COMPENSATION INSURANCE FIRST AMENDMENT TO SERVICES CONTRACT This First Amendment to Services Contract (this Amendment) is made and entered into as of the July 1st, 2014, by and between the City of Lake Elsinore, a municipal corporation (the City ") and Excel Landscaping, Inc. ( "Contractor "). RECITALS A. City and Consultant have previously entered into that certain Services Contractor, dated as of July 23, 2013 (the "Contract "). NOW, THEREFORE, the parties amend the Contract as follows: 1. Section 2. Time of Performance. The services of Contractor shall be extended to June 30, 2015 and may be extended for two (2) consecutive one -year extensions upon the approval of the City Manager upon successful annual review and recommendation by staff. 2. Section 3. Compensation. Exhibit 'B' shall be replaced with the revised Bid Schedule. Compensation not to exceed $175,000. Each individual signing below represents and warrants that he /she has the authority to execute this amendment on behalf of and bind the party he /she purports to represent. IN WITNESS WHEREOF the parties have caused this Amendment to the Agreement to be executed on the date first written above. CITY OF LAKE ELSINORE: CONTRACTOR: Grant M. Yates, City Manager APPROVED AS TO FORM City Attorney Excel Landscaping, Inc. EXTENSION OF ANNUAL STREETSCAPE MAINTENANCE CONTRACT JUNE 24, 2014 PAGE EXHIBIT `A' - SCOPE OF SERVICES EXHIBIT "N' SCOPE OF SERVICES (INSERT) LANDSCAPING FACILITIES: Landscaping improvements include, but are not limited to: irrigation, .cultivation, ,installation and replacement of plant material, tree trimming and other necessary suppliesi personnel, utility and equipment costs; contract services where applicable; care and maintenance of approximately fifteen (15) acres of lake beaches and levees,, :street trees and approicimately thirty -four (34) acres of streetscapes within the public rli;; of-:way. , The City of ;Lake Elsinore landscaping facilities include three (3) types of improvement areas which are described !below and are shown in Figures 243 on the following pages: 1. Major Streets 2. Site Specific Landscaping Areas 3.. Tree Maintenance Areas MAJOR STREETS The Major Streets improvement area includes landscaping; on three types of. streets (Arterial; Major, and Secondary) and'beaohes, levees and wetlands. The first two sets of streets are defined as Arterial (110' wide) and Major Streets (100' wide) per the City of Lake Elsinore General Plan 1992, and they are: Highway 74, Lakeshore Drive, Main Street, Riverside Drive,; Robb Road, Grand Avenue, Mission 'Trail, Railroad Canyon Road Diamond Drive, Corydon Street, Summerhill Drive from Railroad Canyon Road to Riverside Street, Tuscany Hills Parkways, and Grape Street. The third set of streets are - defined -as Secondary (8$' wide) per the City of Lake Elsinore General Plan 1992, and they are: Machado Street from Grand Avenue to Lakeshore Drive; Dexter Avenue, Sixth Avenue from Casino Drive to Lakeshore Drive, Terra Cotta Road from Lakeshore Drive to Nichols Road, Lincoln Street from Lakeshore Drive to Nichols Road, Lincoln Street from Grand Avenue to Riverside Drive, Lincoln from Machado Street to Shore Cliff Drive; Chaney Street froth Lakeshore Drive to Dexter Avenue, Graham Avenue from Lakeshore Drive to Main Street, and Pottery Street from Main Street to Franklin Avenue. Site Specific Landscaping Areas: The Site Specific Landscaping Areas include nine (9) areas with specific local benefits due to landscaping. They are as follows. c Area "A landscaping along Machado Street at the Grand Avenue intersection • Area 'B landscaping along Madison & Garfield Streets Area "C "'- landscaping in Tract 19402 • Area "D" landscaping along Terra Cotta Road' Area "E" - landscaping in Tract 1.0344 - Serenity Citywide Landscaping Area "G landscaping along east side of Maohado;Street between Lincoln Street and Lakeshore Drive` Area "H "- landscaping at Orange GroveWay See appendix IV for site specific landscaping areas Figure 2 located in the Technical Provisions appendix NOTIFICATION OF RES The Contractor shall no language), at least ten i institutions, postal servii .stores, utilities and wast( (7) working days kPPLIES WHEN PUBLIC son and with printed no prior It NOT ALLOW in English and The Contractor shall coordinate with the school district for pirk-up and drop -off of school children, RTA the pick -up: drop�61`f of riders, w I service for waste disposal collection, the postal service to ensure delivery of mail, Arfol, churches for weekly crspedal. activities., The printed noftesand the :"NO PARKING" signs shall be fumishoolby the Contractor. Full compensation for compliance the preceding requirements shallbe considered as being included in the various Contract items in the bidrschedule and no additional compensation Will be allowed therefore. t LOBIILIZATIONI Mobilization shall be in accordance with Subseo tion 9-3.4 "Mobilization;' of the Standard $0etificationg, and these soecial. orovisiOrls. No additional compensation will be allowed for additional mobilizations required, including but not limited to, delays caused by therelocatlon of existing utility facilities 8hoWn,oh the plains or discovered during construction operations. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for MQbilizati ton. 1mvpYr allowe; TRAFF Traffic, N and"conVenlence: of traffic and the public during construction. In the event of conflict; t1hi t; Special Provisions 2- TrafficiControl Plans edition as .-:)epiemDer zo,. zuuo, 4-1 Work Area Traffic Control Handbook. (WATCH 5, Standard Specifications Traffic Control, shall be in accordance with the foilowing:8pe6lal�P.ro.vislohs,,- EL The contractor shalLobtain and pay for an encroachment permit'fronj Calitrans for lane c(osures on the exit ramps 6rWitton Cailtrons,kight od,Way. _The City reimburse the contractor for the cost of the permit only. The contractor isqu . re j d jire . to supply the traffic control plan and i , subm t the traffic control plan. to Caltrans for approval'. bl. than fourteen (14) calendar days prior to the scheduled commencement of work. Comments and corrections shelf be returned to the Contractor within five (5) working days. The Traffic Control Plans shelf conform to the requirements listed in these Technical Provisions; California MUTCD Part 6, Temporary Traffic Control; .the Work Area Traffic control Handbook; and the Standard Specifications., cf,: e. The Con Contractor shall furnish bfnd install; construct, erect use and continuously inspect and maintain, twenty-four (24), hours per -day, sevem (I) :Aays per week,' which Includes holidays, all said devicesi �equipment, and. � Materials. and all temporary and permanent holidays, and -drivi I rig - surfaces as necessary to provide for the safety and -an o properly I warn, Dl,.rag I ulate, ch , ann I eliza� and protect ,convenience of d t I tvarn,. guide_con h the . ve I H60 convenience traffic, pedestrian traffi c; , c; project workers, and the 6: Public throughout the entire limits of the work activity and beyond said limits as "necessary to include areas affecting or affected by the work from the date of Notice, to Premed to the cdmpfetion and acceptance .of the work. 11 t High -level warning devices (telescoping yflag tress) are required at all times for work being performed within the ro4dwayunless otherwise spooifically approved, by the 'Engineer. AD h. Ty rye Ill barricades. no less than 1.83 mAI in lenath andedulDoacl with two (2),TYPe "N' 'if b '1' limited to the hours between 8:30.a.m. and 3:30 p.m. Said barricades shat e placed across the:#ull roadway at each point of closprewit with distance between barricades, or between;barricades roadway curbs,: -not exceeding 914 rqM (3 e xc i , pt that One (11 13 M (11') wide gap between, barricades , 0 ;; 1h. , 1, 1 ji W shall, be. provided at the center of the street, Barricades to " the right of the street's ; center,Jacing the inbound,ve vehicular traffio,.shall also be equipped with one (1) R11 -2, 'Road Closed" sign, one (1) R11-4, "Road Closed toThruTraffic," sign; and a Type P warning sign. U Channelizes shall be surface mounted type and shall be furnished, placed and .maintained at the locations shown on the Plans or as approved by the, Engineer, and shalFconform to the.provislons in Subsection 12 -100 " approved of the !State of California Standard Specifications and these Special Provisions, When no longer required for the work as determined by the Engineer, channelizes (except channelizes to be left in piece), and underlying adhesive used to cement the channelizes bases to the pavement, shall be removed. Removed channelizes and adhesive shall become the' property of the Contractor and shall) be removed from the site of work, j. Refiectorized (both sides) temporary self - adhesive markers, 100mm (4in) wide, shall be applied to un= striped'; pavement surface before opening the {ravel way to public traffic. Reflectorized temporary yellow markers shalt be, used for to delineate the centerline to separate apposing traffic. Reflectodzed temporary`whjte markers shall be'used to The reflectorized temporary markers shall -be removed the same day, the first coat of striping has been placed.on the - pavement: The removal of the markers shall be done such a way that the pavement is not: damaged k. , Except as otherwise - approved by the Engineer, two -way vehicular traffic shall -be maintained at all "times within two (2) 3.36 (11') Wide;iaries on stfeets having aAeffective roatlway width of 13.4, m .(44') or more with restricted parking.; Other streets of lesser widths maybe reduc @d to one (1) 3.6 (12')'wide land with Ow ay being limited to one side at a time, and the .ono -Way vehicular traffic being maintained at all Imes by properly trained and experienced flaggers. All lane, closures shall have flashing arrow signs to provide additional, higha eve t, advanced warning,: No reduction of the traveled way width shall be permitted on any City street before 8:30 a.m. or after 3:30 p.m., on.weekends or holidays, or when active: work is not being done; unless otherwise approved by the. Engineer: I. Properly trained and experenced alaggers shall be provided to direct traffic when said m other such times as N and when so directed m. Vehicular access to at than holidays, betweel is :taking place only ul the property ?owner or notice. n. Vehicular access to business, school and church driveways shall be maintained at all times during construction. o; Traffic control and safety devices and equipment being used that becomes damaged, destroyed faded, graffitied, encrusted, soiled, misplaced, worn out, inoperative, lost, or stolen shall be promptly repaired, refurbished, �r xeplaced, Traffic control and safety devices and equipment being; used, that is displaced or not in an upright position from any cause; shall be promptly returned or restored to their proper position. P. An unobstructed view of all signs and warning devices including, but not limited to, stop signs, stop ahead signs, street name: signs, and other regulatory; warning and construction signs, markers', and warning; devices shall be maintained at all times. All Speed limit signs shall be black on white with sighs at either end of the project nctifying; the motoring public that ones' are doubled in cortstrudtaon zones. No trucks orother equipment or materials shall be stopped, parked, or, otherwise placed so as to obscure said signs; markers and devices from the view of he vehicular and pedestrian traffic to Which it applies. q; When entering Qr.leavingi roadways carrying public, traffic, the Contractor's equipment, whether empty or loaded, shall yield to said public traffic at all times, except where the traffic is being controlled by. police officers; fire officers, properly trained and experienced Nggers, or at traffic signaized intersections, r s. On projects involving work on; closure of, or partial closure of existing streets, and where vehicular'- access to the. abutting property must be restricted, the work shall be so selected, arranged and scheduled that the person(s) requlnng access _to said abutting property and residents along -said streets affecked Will be-,able to park within a reasonable distance of not more than 150m (500'), from their homes or destination., In addition, no two adjoining streets shall be:closed at fhe sam641me, except as otherwise approved by the Engineer. Residents must be givenwritten notice of such restrictions;a: m I in imum of 48 hours in advance. t. When work has been completed on a particular street or has been, suspended or rescheduled, and said street is to be opened to' vehicular traffic, ail equipment,. "NO PARKING" signs, other -obstructions, and unnecessary traffic control devices and equipment shall be promptly removed from that street; except as otherwise approved by the Engineer. M ' Should the Contractor be neglectful, negligent, or refuse, fall, or otherwise be unavailable<to promptly, satisfactorily, and ;fuliy'comply with the provisions specified and referred to herein above, the City reserves the right sto corrects or mitigate any situation, Wet in the sole opinion of the Engineer, constitutes a serious deficiency or serious case of noncompliance, by any means at: its disposal at the Contractor's: or permittee's expense, and shall deduct the cost therefore from the Contractor's progress or final payments. Such corrective action taken by the City shall not reduce or abrogate the Contractor's legal obligations and liability for proper traffic control and safety measures and shall not, serve to transfer.said obligations and liabilities; from the Contractor to the City or the City's agents: V, Violations ;of any of the above Provisions or provisions of the referenced publi unless promptly and eornpletely <corrected to the satisfaction of the FEngineer, steal sole discretion of,the City, be grounds forltermination of the Contract, or shut c partial shut down of the work, without compensatiorrto the Contractor or permi liability to the City, all as prescribed by contractual obligation or State law, whicl applicable. DUST CONTROL' 'Dust control shall the performed J, n accordance with -Subsection 7 -11.1, "Clean up and Rust Control;', of the Standard - Specifications, South Coast Air Quality Management District (SCAQMD) Rule dD3, the genetal. Provisions and the followirig Provision. Water for use in dust control 'shall, at the option of the Contractor, be potable or non- potable. Non- potable water -shall consist of reclaimed wastewater orison- potable water developed from other sources. If the Contractor uses 1reclaim.ed waste water in the work, the sources and discharge of reclaimed waste 'water shall meet the California Department of Health Services Water Criteria and the Regional Water Quality; Control Boa all ;obtain either a waste water discharge permit or a w Control Board Copies of permits or waivers from the GENERAL LAN_ DSCAPE MAINTENANCE SPECIFICATIONS This specificationestablishes the standards for the maintenance oftbe landsc p Wed I e, . , areas for the City of Lake Elsinore The Contracter's primary responsibility will 1pe.to maintain, the landscppe areas at the highest (municipal) industry standards by integrating innovative and progressive techniques and to follow, the objectives as set forth in these specifications. Any instance of damage shall be reported immediately to City'Staff. The Contractor shall furnish all labor, equipment, materials, tools, services, and special skills required to perform the landscape mai ritenance as set forth in this specification and in keeping with ,tkahighesf standards of,4ullity. and p6rf6rm'ance, Irrigation, maintenance -s , hall include Inspections, operation of the systems,, adjustments, repairs, modifications, improvements,: testing, analysis, and other work as neeoed, The Contractor Will submit A MaintenanIce Schedule which incit(des, but is not limited Un minor tree pruning, aeration, thatching, insecticides/herbicide . application, and :application I of all fertilization of trees; shrubs, ground cover and tulf bi annually. TREES A. Oeneral Tree. Maintenance The Contractor shall be responsible for the general tree maintenance in the specific landscape. . areas including; trimming and pruning, adequate watering, `fertilizing, staking; removal of fallen leaves and branches, removing suckers, raising suckers, raising skirt's and protection against pokt$- 13,, Pr`unIna 1. All trees are included in required trimming operations. The Contractor shall not big responsible'l[br anytrim.n.ling operations above (12').twellve feet. Z 3. Tree pruning shall be performed based on the following cate i gqrles with the intentof developing structurally. sound trees symmetneal in appeartnceVith the proper I I vertical I c and horizontal clearance. Ali pruning, and trimming :operations shall be in accordance with ISA Standards, a. All trees shall be trimmed, shaped and thinned at least once per year. i b. All dead and rdamaged branches and limbs shall be removed at the point of breaking at the;time breakage occurs. c. All trees shay be trimmed =and shaped to provide a symmetrical appearance typical of the species. d, All suckers and sprouts shall be, cut flush with the trunk or limbs. e. All structural weaknesses such as split crotch or limbs, or severe damage shall, be reported to Clty Representative. f. Prune trees ,along sidewalks to allow. eight ( &) :foot clearance for pedestrians and twelve (12).1`6641 above curb, gutters and streets for. vehicular traffic: g. Signs/lights shall be kept clear at all times. h. Under no circumstances will stripping of lower brandies be permitted. Lower 'branches shall be retained in a "tipped' back" or pinched condition,, 4. iSpecial emphasis shalt be placed upon public safety during pruning operations, particularlywhen adjacent to roadways; 5. All trimmings and debris shall be removed and disposed of oft site at the end of each work day. C. Fertilization 1. Ailjng oc stunted trees, which' fail to meet expected growth, will receive additional` treatments to correct deficiencies. Z. Contractor shall be responsibte for applying all insecticides /fungicides to prevent or control diseases. D. Staging and Wria 1. Trees that shall be staked fall into these categories. (at contractor's expense):' ;a. Replacement of missing or damaged stakes, where the tree diameter is less than three inches. b, In those cases where tree has been darnagetl and requires staking for support.. c, For new trees or recently plahted trees that have' not previously been staked. 2. Coritractor shall use WIT" twist brace ties and /or cinch ties (4 cinch ties pertree), 3. Ties shall be placed and checked regularly to avoid girdling and damago to trees and so that no chaffing of the bark occurs. 4. Contractor shall use scaffold staking where applicable. 5. New and replacement ties and stakes shall be the responsibility of the Contractor at no additional costlo the City, E. Tree Removal All dead -trees, or removed and dispo grade with wood negligence of the tinhP.Alffiv frnoQ Will ineretore. i which are doo of off -site by th( raked level to actor will be rer ile. Trees at the cc r unnatural causes, shall be shall be ground-to 12" below ave,died due tp. mistake or 3. expense. All other dead or used SHRUB,MAINTENANCE A. Pruning 1. Shrubs hrubs shall be. pruned as required for 'safety, Ifemoval of broken and diseased branches, general containment and appearanae, and to allow for Oftmal irrigation coverage. 2, Keep shrubs pruned back from all controller Units, Valve boxes, quick couplers, or other appurtenances or fixtures, 4. Prune shrubs to retain as much of the natural informal appearances as possible, consistentwith intended an ad use. 5. Shrubs used as formal badges or screens shall be e-proned as required to present a neat appearance, i I 6. Remove any spent blossoms or dead flower stalks as required to present a neat appearances 7. Shrubs and mounding shall not exceed 2 teet in height within areas required for vehicle sight distance depending upon roadway; topography. B. Pruning Schedule Shrubs shall be: pruned and trimmed as needed or as requested by the City Representative: Shrubs shall be pruned and trimmed using sound horticultural techniques. Shrubs shall be maintained within the limits of confined areas (i.e;, narrow medians, walkways, etc.) so as not to encroach on same. In addition, all shrubs shall be trimmed to maintain horizontal clearance along: all walkways and trails to prevent: encroachment onto private property and to remove dead, damaged or diseased plant material, C. Shrubbery. Replacement nt ahr, ihhar'v lncf Ril other dead or unhealthy, plants whether natural or unnatural causes will`be replaced upon written :apprdval of the City. In this case the contractor shall provide labor and the approved plant; The City will reimburse for the plant material only. Replacement of shrubs will be in accordance with the City, of Lake Elsinore Standard Plans. D. Fertilization r- Contractor shall use a balanced fertilizer in shrub areas as requested,, in the frequency, schedule or as directed by City maintenance staff. E. Cultivation andRUlchina The Contractor shall cultivate around shrub areas and tree wells sufficiently and often enough to: maintain a weed free environment and maintain existing irrigation and drainageditches.'Mulch is also required to be applied in alt open dirt areas and/or around +frees as..required by the F, Irrigation tDeemSoakinat Deep Soaking shall be defined as the application of sufficient quantities of water to maintain reasonable health, vigor of plants. Basin modifications may be required. Quantities of water` shall be sufficien# :to allow forrdeep water penetration and encouragement of deep rooting of the plants. VINES A. General'" 1, Vines and espalier plants shall be checked and retied as required. Secure vines with appropriate ties to promote directional growth on supports. 2. Do not use nails to secure vines, on masonry walls. Pruning of Vines will be in accordance with good horticulture practices 4. Vines shall, be trimmed as required for safety, disease, general containment, appearance or as directed by City Representative. GROUND COYER? A. General. 1. 'Trim ground cover adjacent to walks, walls and /or fences as required forgeneral containment to present a neat, clean appearance. , 2. Cultivate :and /or spray approved herbicide to remove broad - leafed and grass weeds as required. Remove weeds by chemical or mechanical means as approved by City Representative. 3. Prevent soil compactiomby cultivating regularly all ground cover 'areas, 4. Every effort shall be made to remove litter from all areas on a regular basis and not;less than once per week. 5. Keep grouird cover trimmed back from all controller units, valve boxes, quick couplers, or other appurtenances or fixtures. Do not allow ground pover to grow up the trunk of trees, into shrubs, on structures:or wails uhless directed by City Representative. Keep trimmed back approximately 4 inches fromi- structure or walls. ' 6. Bare soil area shall be cultivated a minimum of once per month and /or mulched as directed by City Representative (mu(ch will be supplied or'paidtor by the City). PLANT`ADDITIONS AND /OR`REPLAGEMENTS As part of this agreement, the Contractor may be requested to replace damaged or destroyed trees, shrubs, vines, ground. cover, or flowers. Such work: will be paid for as,extra work by the to Contractor's neglect. This will be determine GUARANTEE ANDTOR REPLACEMENT PC or vandalism, theft, or e Existing plants shall be contractors expense:. .TURFGRASS .A; 'General City Representative. all be guaranteed for a period of one calendar death of plant material due to wind or storm, •F #ho hx nn MM,n i 1. Watering: A regular, deep watering program shall be accomplished to give the best results. The established turf should not be kept ,moist but should dry , out somewhat between watering. Allow turf to dry out before mowing. 2. Aerationy' _ 'when top dressing is required, the Contractor shalt'submit a fegl must be approved by City Representative before work is sehedu aerator with % inch tines, Any areas that show excessive Corti receive aaaitionai treatment as. required to aueviate: tins conamon.:memove . sq The scheduling of aeration will be, recorded on the Maintenance Schedule and performed'as needed or as requested by i.Gity representative. , ;h?lawing:l< 4. Trimming and Edging: Trim around walls, buildings, curbs,' sidewalks, header, boards, valve boxes, quick couplers, and oaved areas on a weekly 'basis to present -a neat, clean appearance, anything other than tree wells unless directed`.othenvise otherwise .-in. Wnting by" a Representative. 6. Refurbishment of Turf grass: Contractor shall maintain a weed free turf . at all times by either chemical and /or mechanical means. Pre- emergent herbicide application shall be required to control crabgrass; in all turf areas: The Contractor shall: be especially careful if applying_ chemicals. to control weeds because, of possible damage- to the turfs: Before Such applications are made the turf should be well established and in a vigorous growth condition. All chemicals applied will be recorded and coordinated .with City Representative, T. String Trimmers: Care shall be exercised With-regard to the use of weed eaters to prevent, damage to building surface, walls, header board, light. fixtures, signage, :etc. No weed eaters shalt be used around trees. 8, Fertilizing: Turf shall be fertilized a minimum four (4).times annually, additional application to ,be applied as directed bytthe'city to maintain deep green color afaii times. The rate of each appiication:shall be of :lb. actual N /1000,sq; ft. NOTE: Fertilizer shall be equal to or the same as the following: Best ".Turf Supreme" 16 -6 -8 during spring and summer season and Nitra King 22 -3-9 during ':winter season. City staff to verify, product type ">and quantities prior to application, FERTILIZATION.: A.. Scheduling The application of all` fertilizers shall be recorded •_and specifically identified on the Landscape Maintenance Schedula chart indicating the .,fertilizer used and frequency applied to (ie., tud, trees, shrubs; ground cover, etc.):: B. General: Fertilizers shall be organic, dry, palletized formulation Applications shall be in accordance with manufacturer specifications upon approval by City Representative, C., Method of Abptication fnmaking application - -of fertilizer4granules, precautions shall be taken to oontain these. use appucauon.!t-emnzersnalt pe.applted at manutacturer's recommended rate. n. ' Timino of Application When climatic factors cause problems with the general use of for an adjustment of the fertilizers schedule may be necessary, After fertilizer application, monitor watering schedule to eliminate runoff or leaching of fertilizer materials. E. Trees and Shrubs Agriform 21 gram plant tablets shall be applied to trees and shrubs that ;require supplemental feeding. Annual fall feeding shall be done in accordance with the rate indicated by the manufacture.. Place tablets 4 to 6 inches deep at drip zone areas by using a soil probe to make a hole for inserting tablets, water in well. -If the. above fertilization does not correct iron chlorosis, contractor shall be. required to treat trees and /or shrubs with deep root feeding and/or foliar application until the problem is solved, Contractor must provide proper application rate of the iC.Jty specified fertilizer,to turf, trees;, shrubs ground cover and otf er various'piant material within eagh:area IRRIGATION A. General The controlling factor in the performance of water management withimthe City landscape maintenance areas is the. application of waterto. landscape plants, at a rate that closely matches the actual demands dCplant material with little or no= funoff, Roadway safety onr! m�infnri�nna ic, }ho fire} onii fnrumnei: raacnn tiiihu uIA4P1!'.'1'Y111Ct {7P CTrI[`.tIV COntrnliP.(t B. .Efficient Use of Water 1. The water schedule will be established and programmed by the Contractors landscape maintenance supervisor andlorirrigator tedhnician. Sprinklervtiming.wili be based on the amount the planting areas are capable of receivmg'to restore that which is lost through evapotranspiration without excessive runoff, The irrigation system schedule shall be monitored and adjusted acoordiogiy to maintain aniefficient use of water being applied and to stay, within the , conservation schedule as determined by the water district.: 2., All field satellite controllers shall be adjusted by the Contractor in the field to accommodate field . conditions< as observed. The .Contractor shall, provide > field observation reports to ;the City: In general,{he Gontrector shall -. notify the City in writing of and Contractor will be expected to use minimal amount of water in all anaas, but maintain plant material in a healthy, vigorous condition, 4, Where moisture- sensing devices are used; a continual monitoring Willbelmaide to assure units are functioning properly. If a malfunction is noted, the City. Representative will be notified. C. MaintehCnce 1. 'Cohttactovwill submit .toCity Representative a..hard copy andtbria digital copy of the, irrigation schedule for each controller. Any program changes shall be reported in the same manner. 2; Contractor is responsible for all; irrigation repairs both major and minor. 3. 4. Contractor shall beresponsible for adjusting height of sprinkl.ers and risers .as.npoesssiry to compensate for growth of plant material, 6, Work. I performed by the Contractor and paid for as extra work,; Work will be guaranteod Jor a period of one year'. 6, Automatic icontrollers Will be Kept locked at all times., City Representative will have master to all controllers. The City shalViprovide locks .for iltirigation enclosures. However, it is the oontractors-iresporisibility to .replace locks ag-needed-with a -City, approved lock, a will be physically observed a: �result in greatest potential runoff nca.TorTeitUre Tr,OM payment. for 9. Contrattor,shall turn off all controllers when it is unnecessary to irrigate due to adequate, rainfall.- Systern, shall not be off more than two (2) weeks mithout,allowing operating a X.,minimal time. During these times al physical observation is not required. Failure I I o turn off the irrigation controllers shall result in a $100.00, per occurrence forfeiture from :payment. 10. Contractor will adjustor clean as necessary all sprinkler heads, quick couplers, orvalves to.mntinue operation at maximum efficiency and performance. 11,Sprinkler heads shall be kept clear of overgrowth, which may obstruct t Maximum operations. Chemical edging around turf heads Will not be perrhil:ted. 12, Contractor will avoid manual activation of automatic valves.;. 13 Contractor shall keep sprinkler heads adjusted at all recommended operdting,.piressures; This shall be accomplisl pressure gauging. At all times, the Valves should be adjust of system 14. Contractor will be responsible-for hand watering any areas: not provided with an system or areas under construction or as directed by a City representafli additional cost, Contractor shall be responsible ,to hand water any area equipment is temporarily out of service, for whatever reason. 15. In those areas. Where a d -rip/watersaver system Is used :or areas chosen by the Qontrdctor will be reqUirbd to hope off or wash .clust(sopt or spider :webs; materials bi-weekly or more often if required to prevent plant damage. D. :Materials 1, All roplacerilent Materials shall be of the same manufacturer an equipment installed;: unless , City Represent6jive.approves a iubsti 2. Contractor: hall maintain an adequate inventory of medium to high n system; di type as the original tuts in writing. .u$agp.sjock items for ve warranties, and no 4. Contractor shall provide labor and any and all products necessary for repairs, City will .reimburse, the:Contractor.for cost of 4pproved parts replacement only,,. 5. All materials are to be new and identical to rexisting materials, wrileist directed otherwise by the City: representative. 6. tol The City reserves . the right - to purchase imaterials directly and .make ;available to the Contractor. . .... E. Invoicing For invoicing extra work; shall be in accordance with the General Provision , , Section 3 -3 "Ektra Work' J. Reflect actual reguirements'of soil and, plants. g. Eliminate runoff onto streets; sidewalks, and other non-target areas, Provide sufficient time for soil twdry aut- between- jrrlgatfons: F, K46ximize community use of City property. 5, In determining rates of application, soil type, topography, and weather cohdifion wl taken into consideration. The project is equipped with 'an ::automatic 6system G. Personnel. ._ 1. The Contractor shall provide personnel fully trained it ail phases of landscape in wlm an Draw$ ana moaels of irrigation equipment used within the City. 2. The Contractor shall provide ,personnel knowiedgeoWe of, 'and proficient in, current. water management concepts, with the capability' of working with ,City staff in implementing more advanced water management strategies, 3. The Contractor shall Drovide nersonnel nanahle of vprhal'and written enmmnniratinn in a WErzibMAINTENANCE, 1, Weeds must be removed upon I Selective Post emergence Herbicides shall be used to kill, weeds- without - permanent I injury to other plants. Do not proceed with.a treatment except as recommended by a Pest Control Advisor in writing with, a copy forwarded to City Staff prior to treatment. a. - AllcreopInR,grassosi shell be. kept out ,ofshrubs and groundoovers, o q e b. Broadleaf weeds in turf shall he removed selepively, without injury to the la wn gross other than slight, temporary discoloration. c. Grass weeds In lawns shall be controlled with selective post- emergence herbicides, 2. Weeds not killed With herbicides shall be removed manually. Turf and other desirable ;plants killed by weeds, chemicals, etc., ;.shall be replaced at the Contractor% expense. All, lvtlllSwl.q! I U, I "Ll I.0 kRDSCAPE A. All hardscapes such as,, but not water. I All concrete Y' drains to include the , portion u . nder the sidewalk -shall I -be kept free of vegetation, debris, and ailgaeld allow unrestricted water flow.: B. All other drainage facilities shall be,. cleaned of ' all vegetation and .debri I debris, All g'(ates,:sha1j: be, -tested I ,-fbtseao -1 r 11 a I fa 1. ste I nad asnace Miss n or darn,a grates :sh al I be rityaqq� I - I . nary—... J.9 gel reported to City-Staff immediately ,CLEANUP' A. At no time will It be allowed to blow grass cuttingsidebris into public streets or. gutters .without 13', Contractor shall I remove all debris resulting I from the maintenance operations and dispose of it oMsite at the City Maintenance Trash Yard: located. at 621 North Langstaff St. at the time of occurrence; C. All grass clippings shall be picked up after,pach mowing or trimming operation. Use of mulching mowers must be approved by the City. If the use of mulching mower is approved;; all visible clippings must be removed in accordance with this specification. D. All debris resulting from any of the Contraotors operations shall be. removed and disposed of and of the work day, (Failure to remove and dispose of debris shall result in $140.00 forfeiture from payment); All debris must be separated into green Waste, recyelables, and other waste to minimize'- contamination: and be disposed of in the appropriate locations (Failure to separate and dispose of debris appropriately shall result in $100.00 forfeiture . from payment) E. All walkways /sidewalks will be kept caw/clear or debris and plant growth. Care shall be taken not to create unnecessary hazards to-foot or wheelchair traffic during maintenance operations; F, All shrub areas not interplanted with ground +cover will be raked clean a minimum of.once a week or as directed by the City Representative; CC W. All leaves, paper, and debris shall be removed from landscaped=areas and disposed of o site weekly or as determined by-,the City Representative. DRESS. CODE AND APPEARANCE neat and clean appearance of perso company name and must have a conditions .... EXTRA tiYORtC In the event the Contractor's;required by the City to perform extra work;, the following procedure; shall govern such work: A. Work will be executed under the direction of the City Representative, on a time and materials, basis or an agreed lump sum price depending on the nature of Ahemork. B. When required by the City Representative or maintenance supervisor, a written estimate of cost will be Submitted ; for approval and issuance of a purchase order prior to work being done. The Contractor shall maintain records sufficient to distinguish the direct cost of other operations. He or she -shall furnish reports of extra work on forms furnished by the contractor, itemizing all costs for labor, materials, and equipment. The report shall include, hours worked. C. The following procedure will govern such extra work,. a. City wilt issue a written request for such extra work that is to be performed. b. Material cost shall be actual cost of materials purchased by the Contractor and:us.d for the extra work. Contractor to provide City receipts forall material purchased for extra work. All material paid for by the City but: not utiilzed by the contractor in the extra work shall become the property of the Pity unless the contractor reimburses:. the City for the material not incorporated. Q. Extra work must be approved by City Representative] n writing. d. Invoices for extra work :must have the approved written request/work order !form attached when submitting. invoices for payment and support opoumentation in Section 3 -3. PROJECT ISITE INSPECTION Uaon request, the Contractor or his or her representatives will walk the project with the City �Mepre$enIaTIVeS'.TOr In a purpose oT ASSermining compuariyo-wim 111V aynuuuzuv.,T�;w w H!a�uga: required' work. Contractor representatives must• be authorized to sign documents that effect changes to job. GENERAL TRASH AND LITTER MAINTENANCE: A. General (applies to all landscape areas). a. All animal feces -or other materials detrimental to human health shall be removed from:the general areas in a- weekly basis. b. All broken glass and sharp objects shall be removed whenever service is provided; or per request. P. All paper and debris shall be removed from the service area and disposed of atthe City's Maintenance yard located at 521 North Langstaff St. d. Trashcans provided by the City shot II be emptied whenever servige is provided and washed (when requested by the City Inspector). Contractor shall provide at minimum 37'X46" 16 micron plastic liners for all trash cans at. the contractor's expense, All lids must be wiped clean at time of services_ or as requested by City Staff: B, Main St (downtown area) shall require daily service. Service shall require but is not limited to once daily removal of any trash, debris, leaves or branches. SAFETY Contractor shall be responsible ` for providing a safe work p satety orders (COTS), and any other applicable government law or City Risk Management_ standards. LEVEL OF MAINTENANCE" A. All work shall :be performed to the Highest standards set' forth by the City of Lake Elsinore, so as to maintain anaesthetic appearance. acceptable to the, City. B, The contractor shall provide a foreperson and maintenance.crew at the sites weekly during normal working hours as determined by the City.. All of the. contractor'sr maihtenance' personnel shall be supervised; by a qualified foreperson capable; of effectively' communicatingwith City personnel: C, The contractor, or his: or her representative, shall meet With the >Public Works Superintendent or his or 'her representative on a weakly basis an at such iothec times. as may be required by the City to review the performance of the agreement and to discuss any Problems ormatters as determined by the City. DEFICIENT PERFORMANCE- performance shall be a required to correct deficiencies within the time specified by the City. LIQUIDATED DAMAGES Failure of contractor, to, perform 'the services within the time allowed will result in damages br U VALIUni -ry unttewt to nx=tne aetuai= gamages it any; tnat c,ny;may incur as a result. ot= contractors failure to perform the ,following obligations within the stated time period after receiving notice of-the deficiency from the City. A. Major irrigation problems within eighti(8) hours , Other irrigation problems' Within twenty -four ,(24) hours (including controller program' adjustments, reports and schedules); C. Re- staking of trees within. twenty-four °(24) hours, D. Failure- to remove and dispose of debris generated by regular maintenance operations;, with twenty- four:(24) hours: E. Failure to remove and dispose of debris including tumbleweeds from wind or normal litter accumulation,' within twenty -four (24 hours. F. Failure to provide weekly irrigation observation report, within. twenty -four (24) hours of the first working day of the following .week. G. Failure to submit a monthly water meter report with twenty -four (24) hours of the first> working day of the month. H. All other deficiencies within fort y -eight (48) hours. For each failure to perform the foregoing obligations within the time specified after receiving, notice, the contractor shall :pay the City, or have withheld from monies due, the sum of Ow Hundred Dollars ($100) per day, per cccurrence.. For each faiture of an employee to wear a uniform or a safety vest per occurrence to perform; the foregoing obligations within the time specified after receiving notice, the :contractor shall pay the City; or have withheld from monies due, the, sum of One Hundred Dollars j$100) per day, per. occurrence: Execution of this Agreement :shail constitute agreement by the City and the contractor that $100 per day; per occurrence is the minimum value of all costs and actual damages caused by the failure of Contractorto comply with the foregoing obligations. Such sum is liquidated damages',. and shall not be construed as a penalty, and may be deducted from payments due the contractor. EXTENSION OF ANNUAL STREETSCAPE MAINTENANCE CONTRACT JUNE 24, 2014 PAGE 4 EXHIBIT `B' - SCHEDULE OF CHARGES CITY OF LAKE ELSINORE BIDDER'S PROPOSAL - BID SCHEDULE PROJECT NO. LLMD ANNUAL STREETSCAPE MAINTENANCE PROGRAM FY 14/15 BIDDER: Excel Landscape Inc. (Contractor Name) BASE BID ITEMS AS FOLLOWS: ITEM NO. CODE DESCRIPTION OF ITEMS ESTIMATED QUANTITY MONTHLY PRICE (FIGURES) ANNUAL COST (FIGURES) 1 Area A - Grand Ave at Machado St 5,212 S.F $200.00 $2400.00 2 Area B - Madison St at Taylor Ct 8,158 S.F $200.00 $2400.00 3 Area B - Garfield St at Cleveland Ct 5,056 S.F $ 50.00 $ 600.00 4 Area C - Lincoln St at Machado St 6,984 S.F $150.00 $1800.00 5 Area D - Terra Cotta Rd 6,612 S.F $100.00 $1200.00 6 Area E - Serenity (Corydon St at Palomar Rd) 6,696 S.F $100.00 $1200.00 7 Summerhill Dr - Medians - Canyon Estates Dr to Canyon Ridge Dr 9,100 S.F $100.00 $1200.00 8 Summerhill Dr- Parkway 31,675 S.F $400.00 $4800.00 9 Summerhill Dr - Slopes 63,542 S.F $400.00 $4800.00 10 Area G - Machado St at Lincoln St 2,626 S.F $ 50.00 $ 600.00 11 Area G - Machado St at Monterey St 2,592 S.F $ 50.00 $ 600.00 12 Area H - Orange Grove Way 9,338 S.F $300.00 $3600.00 13 Area H - Lake St 5,977 S.F $150.00 $1800.00 14 Median Island at In -n -out 234 S.F $ 50.00 $ 600.00 15 Grand Ave at Lincoln St Slopes 156,580 S.F $600.00 $7200.00 16 Grand Ave at Lincoln St Streetscapes 213,225 S.F $1000.00 $12000.00 17 Grand Ave at Lincoln St Monuments 1,200 S.F $200.00 $2400.00 18 131 Channel Sidewalk at Grand Ave 5,212 S.F $ 50.00 $ 600.00 19 Lincoln St - Grand to Shorecliff 30,458 S.F $400.00 $4800.00 20 Lincoln St- West of Shorecliff 72,910 S.F $800.00 $9600.00 21 Lincoln St - Grand to Terra Cotta 2,075 S.F $ 50.00 $ 600.00 22 McVicker Canyon Fire station 83,575 S.F $400.00 $4800.00 23 Lakeshore Dr 30,640 S.F $400.00 $4800.00 24 Inco Homes City Entrance 2,266 S.F $200.00 $2400.00 12 -A ITEM NO. CODE DESCRIPTION OF ITEMS ESTIMATED QUANTITY MONTHLY PRICE (FIGURES) ANNUAL COST (FIGURES) 25 Railroad Canyon Medians 137,000 S.F $1500.00 $18000.00 26 Grape St Medians and slope 12,226 S.F $200.00 $2400.00 27 Canyon Estates Slopes 154,000 S.F $950.00 $11400.00 28 Canyon Estates Turf 5,117 S.F $200.00 $2400.00 29 Linear Park on Canyon Estates Dr 23,609 S.F $500.00 $6000.00 30 Mission Trail Medians 3007 ST $100.00 $1200.00 31 Malaga Road Medians 18,308 S.F. $300.00 $3600.00 32 Railroad Canyon Fire station 10,459 S.F $300.00 $3600.00 33 Main Street Downtown 7,637 S.F $300.00 $3600.00 34 Peck St parking lot 934 S.F $ 50.00 $ 600.00 35 Sulphur St parking lot 1,453 S.F $ 50.00 $ 600.00 36 Main Street Turf 13,760 S.F $300.00 $3600.00 37 Main St and Lakeshore Dr 2,278 S.F $100.00 $1200.00 38 Chamber Building 5,168 S.F $250.00 $3000.00 39 Community Center 3,767 S.F $250.00 $3000.00 40 Planet Youth Building 13,155 S.F $150.00 $1800.00 41 Poe St Parking Lot 10,862 S.F $100.00 $1200.00 42 Morrison Homes at Hwy 74 2,476 S.F $100.00 $1200.00 43 Splash -Grand Avenue and Shoreline Dr 5,585 S.F $200.00 $2400.00 44 Reflections - Grand Ave at Ontario Wy 5,674 S.F $200.00 $2400.00 45 Zone 3 Irwin St at Dawes St 5,400 S.F $450.00 $5400.00 46 Zone 20 Via De La Valle 21,005 S.F $300.00 $3600.00 47 Zone 8 Lakeshore Condos 1,440 ST $100.00 $1200.00 48 Lanternhill Ln 4,303 S.F $100.00 $1200.00 49 Princo St and Amorose St 22,103 S.F $100.00 $1200.00 50 Machado St at Lilly Ln 8,500 S.F $175.00 $2100.00 51 Annual Color (4" Container) 1 EA $ 1.50 N/A 52 Annual Color (Flat) 1 EA $ 22.00 N/A 53 Ground Cover (Flat) 1 EA $ 18.00 N/A 54 Plants (1 Gallon) 1 EA $ 8.00 N/A 55 Plants (5 Gallon) 1 EA $ 18.00 N/A 56 Tree (15 Gallon) 1 EA $ 85.00 N/A 57 24" Box Tree 1 EA $220.00 N/A 58 Graham S.F $550.00 $6600.00 TOTAL BASE BID ITEMS BASED ON ESTIMATED QUANTITIES OF ITEMS 1 THROUGH 58. $171,300.00 12 -A EXTENSION OF ANNUAL STREETSCAPE MAINTENANCE CONTRACT JUNE 24, 2014 PAGES EXHIBIT `C' - WORKERS COMPENSATION INSURANCE EXHIBIT "C" CERTIFICATE OF EXEMPTION FROM WORKERS' COMPENSATION INSURANCE 1 hereby certify that in the performance of the work for which this Agreement is entered into, I shall not employ any person in any manner so as to become subject to the Workers' Compensation Laws of the State of California Executed on this day of v ., v..e, 200_ at California. Contractor Page 47 of 47 AJ' [1, e>® CERTIFICATE OF LIABILITY INSURANCE fie,.... ` -! INSURANCE /,2/ 013,YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS -- CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED :REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE. HOLDER. IMPORTANT,. If the certificate holder is an ADDITIONAL INSURED, the Polity {ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain po)lcles me require an endorsement. A statement on this certificate does not confer rights to the certificate holder in.11o0 of SUOh:eAd4fsem6n S). ...... .PRODUCER. _ _ Landscape Contractors (Lic #0755906) £ ATN Tg11;2.aboth Ngoe- CISR n0of E (559) 6H9 -3555 .i in .;1seo.asse. Insurance Services, InG:. engoiCiainc. com -- 1835 N. .Fine Avenue: INRUREP AFFORDING COVERAGE NAICp nNSURERA,ARCK Insurance Company 1.150 `Fresno CA 93223 INSURED _ _.... :INS REft B: ........ INSURER C• -. .. ,. 93xpel Landscape, InC. _. '.INSURER D: :INSU ERE: 710 Rimpau Ave #108- :INSURER F: -: Corona. CA g21379 COVERAGES . CERTIFICATE NUMBER:13 {74 Pkg :ss. Auto REVISION,NUMSER:1 ... THIS 13 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED "BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVEFOR THE POLICY PERIOD - INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED. BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES-LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID OLAIMS. M5R LIft, TYPE Of IN &UR0.NFE LCV U POLICY PO LYE%P - LIMITS GENERAL LIABILITY - " -- " -- - EACH OCCURRENCE " § 1,.000,000 A COMMERCIAL GENERAL LIA01Jry CIAIMRMAOE! OCCUR CPKG0199102. R / }J2Q1J. /1/2071 A t'PifAPiiYFi� 0�. . $ �- 10� 0,000 .MED EXP. An one araPn Hx PERSQNALBADV INJURY ';S 1, ODD, 0,00' ' S1-0,00 8d nod _ GENERAL AGGREGATE 9 :s 2, 000, 000 AGflRGOAT1. 41MR AAALIGS�PER. PRODUCTS :nBOMP/QP AGG?:F 21;0001000 GENII X POLICY AUTOMOBILEUABILITY -- -: - -- -" IN ENQU3 I 'E 1100010 0 X BODILY INJURV IPerpArson) 3 N :ANY AVTO ALL OMED " `SCHEOUIED :AUTOS AUT4R - CPKG0199102 8/1/2013 6/112014 r BODILY INJURY (Paracctlanq. 5 x. 'R PEw B�I:i(MA NN HIREDAUTOS y' AUTOS EG :.? 1 00o 000. UniMWad:OU)MMWnlbinad X `UMBRELLA LIAR ,}',. OCCUR EACH ocCURRENCE -E 2,000,000 AGGREGATE. S 2, 000., Ono'. A .EXCESSLIAB CLAIMS-MADE DED ..RETENTiQ . "C1JM60019CO2 /1/2013 , &/l/2014 WORKERSCOMPENSATIQN AND EMPLOYERS' LIABILITY ANY PROPRIETORMARTNERI €XCOLMVE YIN QFFIOERIMEMPER EXCLUDED? Lj NIA E L EACH ACC(OENT 3 E-E, DISEASE- EA EMPLOYEE S (Mandatory In NH) U yyBS denme und. ESGIRIPTION OF OPERATIONS balax - - E.i, DISEASE.POLICYLIMR; s BESCMPTION OF OPERATIONS:I LOCATIONP, I VEBIGLBS (A"40 ACORD 101, Admllenel ReMarka SchodUlo U more apace Is raqulrad) RE: All landscape operations performed by o; on behalf -of the named insured. Primary Inaurance /Non Contributory Blanket Add itlonal insured per attached OOGLO434000108 & C92404 & ,CA20480299 The City of Lake. Elsinore,. the Community Redevelopment. Agency of the City of Lake Elsinore. (ILIA),. its - ,o££icers,..employees and agerRIME��`mwP�:feseional. Liabilityk are named as additional insured City of Lake 130 t S. Main Stree CLERK �;FF.IC ' t sS Lake Elsinore, CA 923$0 SHOULD ANY OP THE ABOVE: DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. GISR /A00MBE -" INS025 (201005);01 The ACORD name and logo are registered . marks of ACORD EXCELAN -01 REED11 CERTIFICATE OF LIABILITY INSURANCE DAT8/1/2n13 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER:. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHEPOLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT :CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED - EPRESENTATIVE:OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(les)'must be endorsed. If SUBROGATION IS WAIVED, sublectfo the terms and conditions of fhe policy, certain policies :may require an endorsement. A statement on.this certificate does not confer rights to the certificate holder In Ileu of such endorsefnent(s)i PRODUCER Licenseurance er F.O. Box Risk &Insurance Services P.O, t3ox ti5127 Riverside, CA 92517 CON TACT - •yAfi E. _ °� RxoNE Fn C" y,,ie, u e „It. {951) 368 0700. ca."851 368-0707 innogESS• �.__ MSURERfS/AEFORDING COVERAGE -... NAICN..... U,suRERA:C p Tess Insurance Company. 10855.... INSURED Excel Lamiscape, Inc, ;, - 716 Rimpau Ava, #108” Corona, CA 92681 _ .. 1NEUflER a: aNSURERC : 'ixsuasR INSURER E: - -- INSURER F: ACORD. 25.( 2010 /05) The.ACORD. name and logo are registered marks. of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED PROTECTION ENDORSEMENT This endorsement modifies Insurance provided under the followingf .COMMERCIAL GENERAL LIABILITY ;COVERAGE FORM 1. SECTION 11 - WHO 18 AN INSUREDS it amended to include as an insured any organization or person required to be named as on additional insured pursuant to a written contract or agreement. The insurance provided by this endorsement Is subject to the.followirig: a. This insurance does not apply to any person or organization rfot specifically approved by usa I as an additional insured. b.. Any insurance afforded I an additional insured' under !his endorsement shall not begin before the date that the person or organization is approved by us as an additional insured. c, The Limits Of Insurance tinder this insurance, which. are listed in the Declarations of this policy, shall not be increased,'regardless of the number of additional insureds, orthe limits specified in the contractor agreement, d. Any coverage that isnot provided under an additional insured's liability—Insurance, policy for your acts, errors, or omissions is also.nbt provided under this insurance. 0. f; If required under written contract, as primary Insurance and othe additional insured shall, apply on a 0 this insurance will apply to. an additional Insured r Insurance which may be available to such n excess basis. Only out that Mother tem18,and conditions of this Policy remain unchanged;, Endorsement Number: MIA Policy Number LCPKG0199.102 Named Insured: Excel Lendisoapej Inc. This endorsement is effective on We inception date of this policy unless otherwise stated herein., EndcrserfientEffective Date; wo112013 00 GL0434 00 01'08 includes copyrighted material of Insurance. Services Office, Inc Page 1 of I .with its permission POLICY NUMBER: LCPKGO199102 COMMERCIAL GENERAL LIABILITY Excel Landscape, Inc., CG 24'04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organizationt The City of Lake EIsjn'prp,,:th6 Community Redevelopment A ers, gercy of the—City of Lake Elsinore (RDA); 'its employJae&and agents (Excluding Professional Liability) With respects to work performed I I gAllflandscape operations performed by.or.,oh behalf of. the .named insured. (If no. entry appears above, information required to complete this endorsement will be shown, in the Declarations as .applicable to" this endorsoment) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMER- ci&,OENE.�RAL . LIABILITY CONDITION'S) is amended by the addition of the following: CO 24 0410' 03 Copyright, Insurance Services Office., Inc., 1992 Page 1 :of 1. 13 r „> ANNUAL STREETSCA EEMA MAINTENANCE PROGRAM C 0 u PROJECT NO. FY 13 NON - PROFESSIONAL SERVICES This Agreement, for Job Order Contractor /Non- Professional Services is made and entered into as of the date signed by the City Manager, by and between the City of Lake Elsinore, a municipal corporation, hereinafter called the "City” and "Excel Landscape" hereinafter called the "Contractor." RECITALS A. Contractor is specially trained, experienced and competent to perform the special services which will be required by this Agreement. B. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement on the terms and conditions described herein. C. City desires to retain Contractor to render the services and related work as set forth in this Agreement. AGREEMENT Scope of Services. a. Contractor shall perform the services described on Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall provide said services at the time, place, and in the manner specified in Exhibit A, subject to the direction of the City through its staff that it may provide from time to time and in such manner as to minimize inconvenience and potential hazards to the City and the public. b. Contractor shall furnish all necessary tools, equipment and vehicles at Contractor's sole expense. C. Contractor shall provide the City with at least two (2) contact telephone numbers that can be called by City when emergency maintenance conditions occur, Contractor shall provide a maximum of one -hour personnel response time upon notification. d. Contractor shall require each of its employees and subcontractors to adhere to basic Public Works standards of working attire which shall include basic uniforms, proper shoes and other equipment and gear as is required by State of California workplace safety regulations. Shirts shall be worn at all times, buttoned and tucked in. e. Contractor shall display the organization or firm name on all of its vehicles. Such display shall be legible from a distance to one - hundred (100) feet. 2. Time of Performance. The services of Contractor are to commence upon execution of this Agreement and shall continue for a period of one year and may be extended for three (3) consecutive one -year extensions upon the approval of the City Manager, subject to the review of the City Council. 3. Compensation. Compensation to be paid to Contractor shall be in accordance with the Schedule of Charges set forth in Exhibit B, which is attached hereto and incorporated herein by reference. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. AGREEMENT 4. Method of Payment. Contractor shall submit monthly billings to City describing the work performed during the preceding month. Contractor's bills shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Contractor no later than 30 days after approval of the monthly invoice by City staff. 5. Extra Work. At any time during the term of this Agreement, City requests that Contractor perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from the City Manager or his /her designee unless such work is verbally requested in conjunction with an emergency maintenance request. Extra work will be invoiced separately from services performed in accordance with the Scope of Services. 6. Termination. This Agreement may be terminated by the City or Contractor for cause upon thirty (30) days' written notice of termination. This contract may be terminated by the City without cause upon sixty (60) days written notice of termination. Upon termination, Contractor shall be entitled to compensation for services performed up to the effective date of termination. 7. Reserved. 6. Contractor's Bqqks and,Records a. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor to this Agreement. b. Contractor shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. C. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Contractor's address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Contractor's business, City may, by written request by any of the above -named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Contractor, Contractor's representatives, or Contractor's successor -in- interest. 9. Independent Contractor. It is understood that Contractor, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and shall not act as an agent or employee of the City. Contractor shall obtain no rights to retirement benefits or other benefits which accrue to City's employees, and Contractor hereby expressly waives any claim it may have to any such rights. AGREEMENT 10. Interests of Contractor. Contractor (including principals, associates and professional employees) covenants and represents that it does not now have any investment or interest in real property and shall not acquire any interest, direct or indirect, in the area covered by this Agreement or any other source of income, interest in real property or investment which would be affected in any manner or degree by the performance of Contractor's services hereunder. Contractor further covenants and represents that in the performance of its duties hereunder no person having any such interest shall perform any services under this Agreement. 11. Ability of Contractor. City has relied upon the experience and training of Contractor to perform the services hereunder as a material inducement to enter into this Agreement. Contractor shall therefore provide properly skilled personnel to perform all services under this Agreement. All work performed by Contractor under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent contractor in Contractor's field of expertise. 12. Compliance with Laws. Contractor shall use the standard of care in its profession to comply with all applicable federal, state and local laws, codes, ordinances and regulations. 13. Licenses. Contractor represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor, including but not limited to, a City business license. 14. Indemnity. Contractor shall indemnify and hold the City, its officers, employees, and agents free and harmless from any liability whatsoever, including wrongful death, based or asserted upon act or omission of the Agreement or, its employees, subcontractors, and agents relating to or in anyway connected with the accomplishment of the work or performance of service under this Agreement. As part of the foregoing indemnity, the Agreement or agrees to protect and defend at Contractor's own expense, including attorney fees, the City, its offices, agents, and employees in any legal action based upon any such alleged acts or omission. 15. Insurance Requirements, Contractor, at Contractor's own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies. The Contractor shall name as additional insured, the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore (RDA), and shall furnish the City with a certificate of insurance evidencing liability insurance policy or policies which shall provide coverage for owned and non -owned automobiles; manufacturers and Contractor's liability; broad form property damage in any case where the Contractor has any property belonging to the City in his care, custody 'or control; owners and Contractor's protective liability; blanket contractual liability; products and completed operations coverage; coverage for collapse, explosion, and where any excavation, digging or trenching is done with power equipment; and shall bear an endorsement containing the following Provisions: Solely as respect to work done by or on behalf of the named insured for the City of Lake Elsinore, it is agreed that the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore (RDA), its officers, employees and agents, are added as additional insured under this policy and the coverage provided hereunder shall be primary insurance and not contributing with any other insurance available to the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore, AGREEMENT and the County of Riverside, its officers, employees and agents; under any third party liability policy. It is further agreed that the other insurance provision(s) of the policy are amended to conform therewith, The endorsements shall be signed by a person authorized by the insurer to bind coverage on its behalf. Insurance companies providing insurance here under shall be rated (A minus: VII - Admitted) or better in Best's Insurance Rating Guide and shall be legally licensed and qualified to conduct insurance business in the State of California. The terms of the insurance policy or policies issued to provide the below insurance coverage(s) shall not be amended or canceled by the carrier without thirty (30) days prior written notice by certified or registered mail of amendments or cancellation to the City, except that cancellation for non - payment of premium shall require ten (10) days prior written notice by certified or registered mail. In the event the said insurance is canceled, the Contractor shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. All liability insurance policies shall bear an endorsement or shall have an attached rider which provides that the City of Lake Elsinore will be notified by certified or registered mail at least 30 days prior to the effective date of cancellation, non - renewal, or material alteration of such policy. All liability insurance shall cover comprehensive general liability for both bodily injury (including death) and property damage, including but not limited to aggregate products, aggregate operations, aggregate protective and aggregate contractual with the following minimum limits: �!, $500,000.00 $1,000,000.00 $2,000,000.00 $1,000,000.00 $2,000,000.00 A combined single limit for Bodily Injury Liability and Property Damage Liability of $2,000,000.00 for each occurrence will be considered equivalent to the above minimum limits for Comprehensive General Liability, Property Damage Insurance shall cover full replacement value for damages to any property caused directly or indirectly by or from acts or activities of the Contractor or its sub - contractors or any person acting for the Contractor or under its control or direction. The Contractor shall procure and maintain, at its sole expense, and throughout the term of this Contract Agreement and any extension thereof, Public Liability and Property Damage Insurance coverage for owned and non -owned automotive equipment operated. Such coverage limits shall not be less than $1,000,000 combined single limit. Any deductibles or self- insured retention must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self- insured retention as respects the City, its officers, officials, employees and volunteers; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration, and defense expenses. The Contractor shall also furnish the City with a certificate evidencing Worker's Compensation Insurance with limits as established by the State of California. The Contractor shall include all subcontractors as insured under its policies or shall furnish separate AGREEMENT certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. Notices Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: Excel Landscape Attn: Jose Alfaro Sr. 710 Rimpau Ave. Suite 108 Corona, Ca 92879 -5724 16, The Contractor hereby agrees to provide and maintain in effect two (2) good and sufficient Surety Bonds for one hundred percent (100 %) each of the contract price. The bonds shall be a "Faithful Performance Bond" which shall guarantee the faithful performance of all work and a "Labor and Materials Payment Bond" which shall secure the payment of the claims of labor, mechanics, or material men for all work under the Contract pursuant to Section 3247 of the Civil Code. 17. The Contractor, the Contractor's heirs, executors, administrators, successors, or assigns guarantee that all work performed under this Contract fully meets the requirements thereof as to quality of workmanship and materials furnished. If any defects in materials or workmanship become evident within a period of one year from the date of the acceptance of the work by the City Council, the Contractor shall, at his or her own expense, make any repair(s) or replacement(s) necessary to restore the work to full compliance with the Plans and Specifications. 18. The Contractor and any agents or subcontractors of the Contractor shall pay the prevailing rates of per diem wages established by the California Department of Industrial Relations. The Contractor and any agents or subcontractors of the Contractor shall also adhere to the California Labor Code, Division 2, Part 7, "Public Works and Public Agencies," and the California Administrative Code, Title 8, Group 3, 'Payment of Prevailing Wages upon Public Works," all of which are made a part of the Contract documents. 19. The Contractor agrees that he or she and its subcontractors shall maintain and keep books, payrolls, invoices of materials, records on a current basis, and recording all transactions pertaining to this Agreement in a form in accordance with generally acceptable accounting principles. Said books and records shall be made available to the City of Lake Elsinore, County, the State of California, and the Federal Government and to any authorized representative thereof for purposes of audit and inspection at all reasonable times and places. All such books, payrolls, invoices of materials, and records shall be retained for such periods of time as required by law, provided, however, notwithstanding any shorter period of retention, all books, records, and supporting detail shall be retained for a period of at least three years after expiration of the term of this Agreement. 20. Pursuant to California Public Contract Code Section 22300, the Contractor will be permitted the substitution of securities for any monies withheld by the City of Lake Elsinore to ensure performance under Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City of Lake Elsinore, or with a state or federally chartered bank as the escrow agent, who shall pay such monies to the Contractor. Securities eligible for substitution under this section shall include those listed in Section 16430 of the Government Code, bank or savings AGREEMENT and loan certificates of deposit, interest- bearing demand deposit accounts, and standby letters of credit. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any dividends or interest thereon. The Contractor shall give the City written notice within thirty (30) days after the Contract is awarded that it desires to substitute securities for money that would ordinarily be withheld. If the substituted securities are deposited into an escrow, the escrow shall be governed by a written escrow Contract Agreement in a form which is substantially similar to the Contract Agreement set forth in Section 22300, of the Public Contract Code. 21. The Contractor agrees to indemnify, defend, and save the City of Lake Elsinore, the Community Redevelopment Agency of the City of Lake Elsinore (RDA), and its officers, agents, and employees harmless from any and all liability, claims, damages or injuries to any person, including injury to the Contractor's employees and all claims which arise from or are connected with the negligent performance of or failure to perform the work or other obligations of this Contract Agreement, or are caused or claimed to be caused by the negligent acts of the Contractor its officers, agents, employees, sub - contractors or suppliers, and all expenses of investigating and defending against the same; provided, however, that this indemnification and hold harmless shall not include any claims arising from the sole negligence or willful misconduct of the City, RDA, and its officers, agents, or employees. The obligation to indemnify, defend and hold harmless set forth herein shall include, without limitation, any and all attorney's fees incurred by the party to be indemnified, defended, or held harmless, whether in a judicial or administrative action or in arbitration, and whether the issue is between the parties or involves one or more third parties. 22. The parties do for themselves, their heirs, executors, administrators, successors and assigns agree to the full performance of all of the provisions herein contained. The Contractor may not, either voluntarily or by action of law, assign any obligation assumed by the Contractor hereunder without prior written consent of the City. 23. Should either party bring any legal or equitable action for the purpose of protecting or enforcing its rights under this Contract Agreement, the prevailing party in such action shall recover in addition to all other relief, its reasonable attorney's fees and court costs to be fixed by the court. In addition to the foregoing award of attorney's fees, the prevailing party shall be entitled to its attorneys' fees incurred in any post judgment proceedings to enforce any judgments in connection with this Contract Agreement. The Provision is separate and several and shall survive the merge of this Provision into any judgment. 24. By my signature hereunder, as Contractor, I certify that I am aware of the Provisions of Section 3700, of the Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the Provisions of that code, and I will comply with such Provisions before commencing the performance of the work of this Contract. 25. The effective date of this Contract Agreement shall be the date of the Award of Contract by the City of Lake Elsinore, 26. Contractors are required by law to be licensed and regulated by the Contractors' State License Board. Any questions concerning a Contractor may be referred to the Registrar Contractors' State License Board, 3132 Bradshaw Road, Sacramento, CA 95826. Mailing address: P.O. Box 26000, Sacramento, CA 95826. (SIGNATURE PAGE FOLLOWS) AGREEMENT City of Lake Elsinore, Municipal Corporation BY City Manager DATE� INTERNAL USE ONLY / Wity Clerk (only needed if Mayor signs) APPROVED AS TO LEGAL FORM: City Attorney Date RECOMMENDED FOR APPROVAL: Department Head SIGNING INSTRUCTION TD THE CONTRACTOR: (Name ofContractor) License No Classification: Expiration Date: Federal iD.No.� /PR|NT� 0GNA' TITLE � DATE: Date PRINT fT~ SIGNATURE:' TITLE: 71 Date All signatures on the Contract Agreement on behalf of the Contractor must be acknowledged before a notary public. General Partners must sign on behalf of the partnership. affixed hereto. State of California ) County of CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT On IqV6(, S_T /�t� 1 Zof3 before me, � r r, _ (here lnven game and dfl,, 0 01,, o(6ce personally appeared jS /}( �V¢( �USIP 4I_C4iz0 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Mare subscribed to the within instrument and acknowledged to me that beilsbd /they executed the same in W4r /htli /their authorized capacity(ies), and that by Ws /Fber /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JAMM I. RINI i COMM. k2b19924 x Nnldry pu61k -Gllf in. , WITNESS my hand and official seal. Rlvorsldo county ExplitVx. M 2017t `r Signature f x (Seal) ° - -- "OPTIONAL INFORMATION m1hough the lnParmaUon in this section Is not fegwreci by la:n; it court prdv¢ni fraudulent removo+anrl feafurch-mex of? I) is ocknowledriment oat; unauthorized document c =nd rnny prove useful to perons rei. ing or', the offached document. Description of Attached Document thepu,rd.n5Certlltlr : s' is' A kn vv.(1ngj-nEo1: I � atlacholl Xo rd)Ct Ldnt jMethod o( Signer ldentification lit ed/r 1 E'PUI Sr UI 41 tone or) Ore omN Df SBhf Crory endece'. :1 - p- f j�j j�C�,'i`"t( -/'U� _.... I L f :rtq•y u(Idcn firation 0 c ,dlol=w:iteesv:rs) I -- — - Notarial event s ;veriled in note jr:rnal cn ro:tleining pages, al o dated '! _ Fage n envy,; Tile signor(s) : apar.: or a:ath o q is /are as I_7 Indlvidual(i; (_J At tofney,ImFact Corporate Clacef(s) L..J yuardiau /Luns�lovux -] Partner iimic.(JA eaerdl ' ; TrueteeQ � Otter: rPpl YSelltlrl_; n..met.i ul I'frmn(:{ r+r trl4y.ir!cf <iynm iy ilt' {li"cC.il.l4 Notary Other A:IrL0una15yn;r(s; ❑ Signer(= )7hulnb{rrlrl (x; �i p, ",igM'y(r>flrf y'.L. aryl I 91S J9 L -!,s., r,11iIol) bl _p ..J ltp3 l:;n, O'0 '.r..er. co ra v, r. -a.c� .1— 11 — .,..,... -- ,1.:1., "Bond Issued In Two (2) Counterparts" BOND NO. 024040335 PREMIUMS 2372 FAITHFUL PERFORMANCE BOND (100% of Total Contract Amount) ANNUAL STREETSCAPE MAINTENANCE PROGRAM PROJECT NO. FY 13 KNOW ALL MEN AND WOMEN BY THESE PRESENTS: ;.tom" mnrm —ls 71 amnedl [PMIA"n Is lo( We Came Inlh end Is suhlort N adfuelmmn 6'�seJ u Oml COOK price. THAT WHEREAS, the City Council of the City of Lake Elsinore, State of California, known as "City," has awarded to Excel Landscape, Inc: , as Principal hereinafter designated as "Contractor" and have entered into a Contract Agreement whereby the Contractor agrees to construct or install and complete certain designated public improvements, which said Contract Agreement, effective on the date signed by the Mayor, and identified as PROJECT NO. FY 13, is hereby referred to and made a part hereof; and WHEREAS, said Contractor under the terms of said Contract Agreement is required to furnish a bond guaranteeing the faithful performance of said Contract Agreement; NOW THEREFORE, we the undersigned Contractor and The Ohio CAI y Insuranoe Company as Surety, are held and firmly bound unto the City of Lake Elsinore, County of Riverside in the penal sum of One Hundred Sixty -Four Thousand "(1) dollars, ($,Lt.700�00- - - ), lawful money of the United States, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bound Contractor, his or her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in said Contract Agreement and any alterations thereof made as therein provided, on his or her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Lake Elsinore, Its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event suit is brought upon this bond by the City and judgement is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Agreement or to the work to be performed thereunder, or the Provisions accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work or the Provisions. (SIGNATURE PAGE FOLLOWS) "(1) Seven Hundred and 001100 "BOND IS EFFECTIVE FROM AUGUST 1, 2013 TO AUGUST 1, 2014" FAITHFUL PERFORMANCE BOND BOND NO. .024040335 IN WITNESS WHEREOF, we have hereunto set our hands, and seals on this 5th day of August 2013 Contractor Name: Excel Landscape, Inc. Address: 710 Rimpau Ave., Ste. #108 Corona, CA 92879 Telephone No.: --- 951.735.9650 Print Nam Signature: Approved — day of City Attorney City of Lake Elsinore SURETY Name: The Ohio Casually Insurance Company _ Address: 790 The City Drive South, Suite 200_ _ Orange, CA 92868 Telephone No.: 714.634.3311 _ __,__,_,w__ ----- . Print Name' Elizabeth Koipien __ _ Attorney-in-Fact� Signature; NOTE: This bond must be executed by both parties. Corporate seal may be affixed hereto. All signatures must be acknowledged before a notary public (attach acknowledgments). The attorney -in -fact for the corporate surety must be registered, as such, in at least one county in the State of California. (Attach one original Power of Attorney sheet for each bond), State of California CALIFORNIA ALL - PURPOSE County of .�L(.VILS! tJ E _ ) CERTIFICATE OF ACKNOWLEDGMENT On _f}V6tA47 _�S inr 2013 before me, SRM� T- i /aJ( VoTn, q1 _V j eT -I<_„ nee• , S I yaw and tic of the officer), personally appeared TGS_.._,_._y FfF2C> _ ___ _. who proved to me on the basis of satisfactory evidence to be the person(Ai whose names) is /W* subscribed to the within instrument and acknowledged to me that he /spQ /tkey executed the same in hislViltheir authorized capacity(ifiifs), and that by his /per /their signatureW on the instrument the personal, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _ -.___ JA09! MINI COMM. li2Rt8524 Notary Public - California p Riverside County t !t Coon. Ex k s Mar. 22 20171 (Seal) _ OPTIONAL INFORMATION `" "-" "-m� Ai(Prouoh the information in rhis section is nor rerruireo by III—, 'I , Go I. 7 "'aYenI hot'dulrnt re n< val and fear tochmerlt oft I if, acknowledgrncw to an unautRorr'. ?e'd cdoc omen( and may prove usef w rc Fofarms re! /' rg of, the attached .document. Description of Attached Document thre pl eCilnQ Cel t11lCale o? A.knowled9rr Fnt a otLaC'l d t.. a der t,rner; ! Method of s!gner Identification iftled /fofthe )tlf oseOf v' Upieort7 suofsa¢tcrow- mdence: K U F�frHFrrl_.PE, Fer2� R CF F�'�t ✓G? I (J � rrn(s) of l ler i(�at�n (; ary it le +7mess(es) _ _ _ �. t .pal event i5 dc:ailed io notary journal err: containing i pages, and dated ����/ 3 Vage o Enay0 The sigrlef(s') caglacity cr authcrity I>iare as 1 Indivldtral(s; J At nney .,.n -fart Lr [ or ale of°rCilfs) [�; GuardlznRSnservatui [] Pzrlaty- I_ImlteJ / ?5eltetel ❑ 9'ruskcep) repre�c: no nenirfsl ,+{ Vason(;l or Emrrype9 >iycee i+cpmwcnnp Notary contnce Other ... [j StlJC Cp=l Slgnar(s;. E] Sign,,(,) .wn$ipf:nt(,i I� r'+nY lrl.lUq.- ilv,I,!", b'. 115.90,_., D" M1'. Yt l n S03 I2 III e I) •AC3 rV07 I111 1,1u. ci 'e - I _, . etp.e. u,,u i r I n. pn...... ....p ."' CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On August 5. 2013 before me Raquel L. Soto, Notary Public personally appeared Elizabeth Kolpien who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. a .„/ YIA 9 Signature C ' ll' (Seal) i 4 . /,. t THIS POWER OF ATTORNEY IS NO', .LID UNLESS IT IS PRINTED ON RED BACKG,._ -JND. This Power of Attorney limits the acts of those named herein, and they have no authority to hind the Company except in the manner and to the extent herein stated. Certificate No. 01c10au American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Thal American Fire 8 Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under (he laws of the State of Massachusetts, and Wool American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies '), pursuant to and by authority herein set forth, does hereby name. constitute and appoint, �IizahflthUSNpian:- George. lv Ae471S1n:.MarID] -M- D.ev1scReter NIL Oa?jK3hamoS.Lnoa a of 250 LMS 12073 OW012 all oflhe cilyof REDLANDS , stale of CA m each individually if them be more than one named, its two and lawful atlomey- in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surely obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in ingrown proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed -�— thereto this 13th day of_June_2013 _, >+ American Fire and Casually Company 'a The Ohio Casually Insurance Company y - Liberty Mutual Insurance Company West American Insurance Company By... gy ' all Gregary )! Davenport Assistant Secretary G STATE OF WASHINGTON as ,.: .m. a� COUNTY OF KING a On This 13th day of June 20133 ,before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American be H, ° y Fire and Casualty Company, Liberty Mutual insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, bring authorized so to do, >0) 6 � execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. LU FE d > IN WITNESS WHEREOF, have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written.° KL ..+ M M _ G •N By. _- _ ...._ �Pubiic 0 9 N y KD Rliey N ol y C ° a°. M This PowerofArtomey is made and executed moment to and by authority ofthe following By -laws and Aulhorizellons ofAmehcan Fire and Casually Company, The Ohio Casualty Insurance wee Company, Liberty Mutual Insurance Company, and WeslAmerican Insurance Company which resolutions are now In full force and effect reading as follows: «� N ARTICLE IV - OFFICERS - Section 12 Power of Attorney .Any officer or other official of the Corporation authorized for that purpose lnwriling by the Chalons nrrthe President, and subject T `pC e e to such limitation as the Chairman or the President may prescribe, shall appoint such aflomeys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, deliver bonds, ions. Such attorneys -in- fact, subject to the limitations set forth in their respective w w .d ° acknowledge and as surety any and all undertakings, recognizances and other surety obligat powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instmmenls and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or agomey -in -fact under > .� m aa the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers grrnllna such power or authority. 00 ARTICLE MIT - Execution of Contracts- SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, be > 40 and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -tact, as may be necessary to act in behalf of the Company to make, execute, N "- ro O seal, acknowledge and deliver as surer an and all undertakings, bonds, recd nizancas and other surer obligations, Such attorneys-in-fact sub ect to the limitations set icon in their 9 Y" Y 9• 9 Y 9 1 Z ° respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal blithe e Company. Wien so 0 U executed such instruments shall be as binding as if signed by tlm president and attested by the secretary. 0 T - -- Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, entrance Gregory W Davenport, Assistant Secretary to appoint such ~ attomeys- m -facl as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. ` --- Authorization - By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the .Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, David M. Carey: the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Coquetry Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the rubber power of ahomey of which the foregoing Is a full, We and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. L IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this vh_ day of .I20�. BY: id David M M C.arneuisuuu Secretary a of 250 LMS 12073 OW012 "Bond Issued in Two (2) Counterparts" BOND NO. 024040335 PREMIUM $ Included In Performance Bond LABOR AND MATERIALS PAYMENT BOND (100% of Total Contract Amount) ANNUAL STREETSCAPE MAINTENANCE PROGRAM PROJECT NO. FY 13 KNOW ALL MEN AND WOMEN BY THESE PRESENTS THAT WHEREAS, the City Council of the City of Lake Elsinore, State of California, known as "City ", has awarded to Excel Landscape, Inc. , as Principal hereinafter designated as "Contractor" and have entered into a Contract Agreement whereby the Contractor agrees to construct or Install and complete certain designated public improvements, which said Contract Agreement, effective on the date signed by the Mayor, and identified as PROJECT NO, FY 13, is hereby referred to and made a part hereof; and WHEREAS, said Contractor under the terms of said Agreement is required to furnish a bond to secure the payment of claims of laborers, mechanics, material men, and other persons, as provided by law; NOW, THEREFORE, we the undersigned Contractor and "(1) , as Surety are held and firmly bound unto the City of Lake Elsinore, County of Riverside, in the penal sum of One Hundred Sixty -Four Thousadd'?1 dollars, ($164,700.00 - - -- ), lawful money of the United States, for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Contractor, his or her or its heirs, executors, administrator, successors or assigns, or subcontractors, shall fail to pay any of the persons described In the State of California Civil Code, Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant, or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the Contractor and his or her subcontractors, pursuant to Section 13020, of the Unemployment Insurance Code, with respect to such work and labor, that the Surety or Sureties herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In the event suit is brought upon this bond by the City or other person entitled to bring such an action and judgement is recovered, the Surety shall pay all costs incurred by the City in such suit, including a reasonable attorney fee to be fixed by the court. This bond shall inure to the benefit of any of the persons described in the State of California Civil Code Section 3181, to give a right of action to such persons or their assigns in any suit brought upon this bond. (SIGNATURE PAGE FOLLOWS) "(1) The Ohio Casualty Insurance Company '(2) Seven Hundred and 001100 "BOND IS EFFECTIVE FROM AUGUST 1, 2013 TO AUGUST 1, 2014" LABOR AND MATERIALS BOND BOND NO 024040335 IN WITNESS WHEREOF, we have hereunto set our hands, and seals on this 5th day of August 2013 BIDDER Contractor Name: Excel Landscape, Inc. Address: 710 Rimpau Ave., Ste. #108 Corona, CA 92879 Telephone No.: 951.735.9650 Print Nam Signature Approved dayof _.._- ---- -._... ......_.___.__....... _... ._201_ City Attorney City of Lake Elsinore �Y�13�1 Name: The Ohio Casualty Insurance Company Address: 790 The City.Orive $Oath, Suite 200 _ Oranqe CA 92868 ___ __,_ Telephone No.: 714634.3311 Print Name: _ Elizabeth Kolpien Attorney -in -Fact Signature NOTE: This bond must be executed by both parties. Corporate seal may be affixed hereto. All signatures must be acknowledged before a notary public (attach acknowledgments). The attorney -in -fact for the corporate surety must be registered, as such, in at least one county in the State of California. (Attach one orlginal Power of Attorney sheet for each bond). State of California ) CALIFORNIA ALL - PURPOSE County of .lU�_2._S_I1� ) CERTIFICATE OF ACKNOWLEDGMENT On .) t,1 'I _r,5, r, 2o1 3beforeme, „Tf('Y GS....- 21,n 1 NCYLy. 10Pzf l <, (Pere r rR name and t tleffl the officer) personally appeared �QSE f(LF W (2 O who proved to me on the basis of satisfactory evidence to be the person(A whose name( is /are subscribed to the within instrument and acknowledged to me that he /�We /tbdy executed the same in his /hprr /their authorized capacity(jet), and that by his /Ilex /t�erir signatureW on the instrument the personal, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _-_._.'. 4':-t OPTIONAL INFORMATION "' IAAIES l� RINi COMM. k2013924 � � Nolarryy fudllc � Ce1lNtala o Hlvaralib Csuoq G,nim,. kaaMx:22 2Qi7 (Seal) Although the mh>rmof /ormthis.ecf,nn is not reotdyed by tutor, it;c r!rv?verf fraudulent removal and rea Irachrnem of th,5 acknowl ^figment- oanuncufh v•d d..a, rs-it andn ypru re,sf(WI,persoru" lying oo the ottoched oocumen r' Description of Attached Document - -� - ' Methad of �nmei dentification I l';he pmcaoing Ce r...r? o(tic a a.vr figment I` attar I eel to a do v � pert ! - _ titled /tor the purpose of L — 7 - EProved -cmeonthe! ails of satisfactory mciencP �i.P.O� Ah V /`,? _ (lZ fLi.��.u%�DArp t -(-. iorm(s)Pf id_[fcauon CJ creel- hlewitness(cs) au„ event i� detailed in n%tarp joanutl or, j cons xnq / i.,age >, a'd dnrPG f / 1 + j Pays & envy u The signero) capacity or authority is /are as: [] Icdlviduai(s) Attorney -in -Pact h Cotperete Offlcer(o Gua.doniConservoor L] Partner - Lln'dted/General U Trustee(s) (] Othec represent liy r i ca _ce C, r . g8epn , Other ❑ Additional SlgP'I(5! ,_] Slgner(s) Thumbprint(s) F- I 1gtu1n1 .-r,.y..er: yin /]sM1Sr. MII, rc „I'I .:3,i. ..r- nICs-a)r "11111. .n 1 11 see 1n .t9.useear -s r. I 'I IfIl 1111111 er,- i.:,ww..o „vn"�r,m CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On August 5,, 2013____ before me Raouel L Soto Notary Public personally appeared Elizabeth Kolpien , who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. I—µiev%H .r W�awq r... —`. r % �a uiAn..nQUwh L ii vi 5'iOuT1C Comm m xYn i� P nai� Signature (Seal) - THIN POWER OF ATTORNEY IS NOT .JD UNLESS IT IS PRINTED ON RED BAl i ,ND. This Power of Attarneylimils the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated, Cadidcata No mom ^a American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire& Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the Stale of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusalts, and WestAmedcan Insurance Company Is a corporation duly organized under the laws of the Slate of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, all ofthe city of REDLANDS , stale of CA each Individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested bythe secretary of the Companies In their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of .Jyne 2013 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company STATE OF WASHINGTON ss Gregory N. De,cmpod Assistant Secretary COUNTY OF KING Coeds lath day of June 2013 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casually Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. KD Riley Not -. Public C m This Power ofAttomey is made and executed pursuant to and by authority of the following By -laws and Authorizations ufAmercan Fire and Casualty Company, The Ohio Casualty Insurance '^ Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: N'r+ as ARTICLE IV - OFFICERS - Section 12. Power of Altomey.Anyotficer orolhorroffidal of the Corporation outhorizedfor that purposeinwriting bylhd Chairman or the President, and subject fi el to such limitation as the Chairman or the President may prescribe, shall appoint such altomeys- in-LaCL as may he necessary to act in behalf of the Corporation to make, execute, seal, to L acknowledge and deliver as surety any and all undertakings, hands, recognizances and other surety obligations. Such afforneys-m -fect subject to the limitations set forth in their respective E u powers of offomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to effect thereto the seal of the Corporation. 'Alien so '- executed, such instruments shall be as binding as if signed by the President and attested to by die Secretary. Any power or authority granted to any representative or alfomey -in -fact under w 9 ?. the provisions of This adide may he revoked at any lime by the board, the Chairman, the President or by the officer or officers gaoling such power or authority. do r- ARTICLE x111- Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, S m and so bled to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -tact, as play be necessary to act in behalf of the Company to make, exeate, p seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set lorth in their 2 ca respective powers of attorney, shailhave full powerto bind the Company by theirsignature and execution of any such instruments and to attach thereto the seal blithe Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. - -_. Certificate of Designation - The President of the Company, acting pursuant to Ills Bylaws of the Company, authorizes Gregory W. Davenport. Assistant Secretary to appoint such adomeys In -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surely obligations. Authorization - By miammous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casually Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Conipanydo hereby certify thal the original power of affomeyofwhich the foregoing is a Lull, true and correct copy of the PowerofAtromey executed by said Companies, is in Nil force and effect and has not been revoked. {,���.,�� IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed Ilse seals of said Companies Ihisv� day of 20 David M l;arlsy,�Axe;unID1 Secretary 1 12673 092012 9 of 250 N N c y 7 a C �0 uH 0 M V 9 C N Attachments. Exhibit A - Scope of Sei vices Exhibit B - Fee Schedule Exhibit C - Certificate of Exemption from Workers' Compensation Insurance EXHIBIT "A" SCOPE OF SERVICES (INSERT) LANDSCAPING FACILITIES Landscaping improvements include, but are not limited to: irrigation, cultivation, installation and replacement of plant material, tree trimming and other necessary supplies; personnel, utility and equipment costs; contract services where applicable; care and maintenance of approximately fifteen (15) acres of lake beaches and levees, street trees and approximately thirty -four (34) acres of streetscapes within the public right -of -way. , The City of Lake Elsinore landscaping facilities include three (3) types of improvement areas which are described below and are shown in Figures 2 -3 on the following pages: 1. Major Streets 2. Site Specific Landscaping Areas 3. Tree Maintenance Areas MAJOR STREETS The Major Streets improvement area includes landscaping on three types of. streets (Arterial, Major, and Secondary) and beaches, levees and wetlands. The first two sets of streets are defined as Arterial (110' wide) and Major Streets (100' wide) per the City of Lake Elsinore General Plan 1992, and they are: Highway 74, Lakeshore Drive, Main Street, Riverside Drive, Robb Road, Grand Avenue, Mission Trail, Railroad Canyon Road, Diamond Drive, Corydon Street, Summerhiil Drive from Railroad Canyon Road to Riverside Street, Tuscany Hills Parkways, and Grape Street. The third set of streets are defined as Secondary (88' wide) per the City of Lake Elsinore General Plan 1992, and they are: Machado Street from Grand Avenue to Lakeshore Drive, Dexter Avenue, Sixth Avenue from Casino Drive to Lakeshore Drive, Terra Cotta Road from Lakeshore Drive to Nichols Road, Lincoln Street from Lakeshore Drive to Nichols Road, Lincoln Street from Grand Avenue to Riverside Drive, Lincoln from Machado Street to Shore Cliff Drive, Chaney Street from Lakeshore Drive to Dexter Avenue, Graham Avenue from Lakeshore Drive to Main Street, and Pottery Street from Main Street to Franklin Avenue. Site Specific Landscaping Areas The Site Specific Landscaping Areas include nine (9) areas with specific local benefits due to landscaping. They are as follows: • Area "A" - landscaping along Machado Street at the Grand Avenue intersection • Area "B" - landscaping along Madison & Garfield Streets • Area "C" - landscaping in Tract 19402 • Area "D" - landscaping along Terra Cotta Road • Area "E" - landscaping in Tract 119344 - Serenity Citywide Landscaping • Area "G" - landscaping along east side of Machado Street between Lincoln Street and Lakeshore Drive • Area "H" - landscaping at Orange Grove Way See appendix "B" for site specific landscaping areas Figure 2 located in the Technical Provisions appendix NOTIFICATION OF RESIDENTS (APPLIES WHEN PUBLIC ACCESS IS NOT ALLOWED The Contractor shall notify in person and with printed notification (in English and Spanish language), at least ten (10) working days prior to commencing work, to all agencies, firms, institutions, postal service, residents, hospital, Riverside Transit Authority (RTA), schools, stores, utilities and waste disposal service fronting or affected by the work. Additional printed notification (in English and Spanish language) shall be given not less than forty -eight (48) hours prior to performing any work which will restrict property access, close or partially close the street, or which will restrict or disallow street parking. All schools and churches shall receive seven (7) working days notification prior to performing any work which will restrict property access. The Contractor shall coordinate with the school district for pick -up and drop -off of school children, RTA for the pick -up and drop off of riders, waste disposal collection, the postal service to ensure delivery of mail, and churches for weekly or special activities. The printed notices shall contain a general description of the work to be done and the date that the work is to be done. The notices shall also include a statement that parking will be restricted as called for on the "NO PARKING" signs to be posted along the street. All public notices must be reviewed and approved by the Resident Engineer prior to its distribution. The Contractor shall also post printed "NO PARKING -TOW AWAY" signs at one - hundred -foot (100') (thirty meters (30m)) maximum spacing along each side of the affected street for forty - eight (48) hours prior to the commencement of the street improvement work. The Contractor shall document the day, date and time the "NO PARKING" signs were posted. Posting of signs on trees and utility poles will not be allowed. The signs shall contain the day, date, hours and vehicle code that parking will be prohibited on that particular street, CVC 22651L and CVC 22654D. The signs shall be removed immediately upon completion of work that will prohibit parking. The printed notices and the "NO PARKING" signs shall be furnished by the Contractor. Full compensation for compliance with the preceding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. MOBILIZATION Mobilization shall be in accordance with Subsection 9 -3.4 "Mobilization," of the Standard Specifications, and these special provisions. Mobilization shall consist of preparatory work and operations, including but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings, construction yards, sanitary facilities, and any other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site, as well as the related demobilization costs anticipated at the completion of the project. The cost of all bonds and insurance policies, including premiums and incidentals, shall be included in mobilization. No additional compensation will be allowed for additional mobilizations required, including but not limited to, delays caused by the relocation of existing utility facilities shown on the plans or discovered during construction operations. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilization. Payment for mobilization, additional mobilizations, cost of all bonds and insurance policies, and all costs incurred prior to beginning work shall be considered to be included in and distributed proportionately through all of the contract items of work, and no additional compensation will be allowed. TRAFFIC CONTROL Traffic controls, including but not limited to, vehicular and pedestrian traffic controls, maintenance of vehicular and pedestrian access; detours, and street closures shall be in accordance with these technical Special Provisions; Traffic Control Plans; California MUTCD (FHWA's MUTCD 2009 edition as amended for use in California), Part 6, Temporary Traffic Control, Caltrans adopted September 26, 2006; the current „ Work Area Traffic Control Handbook "; and Subsection 7 -10, of the current "Standard Specifications for Public Works Construction," including all its subsequent amendments. Nothing in the Special Provisions shall be construed as relieving the Contractor from his or her responsibility to provide for the safety and convenience of traffic and the public during construction. in the event of conflict, the order of precedence shall be as follows: 1. Special Provisions 2. Traffic Control Plans 3. California Manual on Uniform Traffic Control Devices (FHWA's MUTCD 2009 edition as amended for use in California), Part 6, Temporary Traffic Control, Caltrans adopted September 26, 2006. 4. Work Area Traffic Control Handbook. (WATCH) 5. Standard Specifications Traffic Control shall be in accordance with the following Special Provisions: a. The contractor shall obtain and pay for an encroachment permit from Caltrans for lane closures on the exit ramps or within Caltrans Right of Way. The City will reimburse the contractor for the cost of the permit only. The contractor is required to supply the traffic control plan and submit the traffic control plan to Caltrans for approval. b. All streets shall remain open to through traffic at all times except when street closure is approved by the Engineer. The local traffic consists of, but is not limited to, residences, church congregations, farmers, post offices, meter readers, trash pickup, school buses, and emergency vehicles. The Contractor shall provide a smooth travel way and either a fiagger and/or signing to direct traffic. C. The Contractor shall be responsible for the preparation of Traffic Control Plans as necessary for the work. The Traffic Control Plans shall be signed and stamped by a California Registered Traffic Engineer and transmitted to the City for approval no later than fourteen (14) calendar days prior to the scheduled commencement of work. Comments and corrections shall be returned to the Contractor within five (5) working days. The Traffic Control Plans shall conform to the requirements listed in these Technical Provisions; California MUTCD Part 6, Temporary Traffic Control; the Work Area Traffic Control Handbook; and the Standard Specifications. d. All traffic controls and safety devices, equipment and materials, including but not limited to cones, channelizers, delineators, flashing warning lights, barricades, high level warning devices (telescoping flag trees), flags, signs, markers, portable barriers, temporary railing (Type -K), temporary fencing, flashing arrow signs, changeable message sign, markings, and flagging equipment shall be provided and maintained in "like new" condition. e. The Contractor shall furnish and properly install, construct, erect, use and continuously inspect and maintain, twenty -four (24) hours per day, seven (7) days per week,` which includes holidays, all said devices, equipment and materials and all temporary and permanent pedestrian and driving surfaces as necessary to provide for the safety and convenience of, and to properly warn, guide, control, regulate, channelize and protect the vehicular traffic, pedestrian traffic, project workers, and the public throughout the entire limits of the work activity and beyond said limits as necessary to include areas affecting or affected by the work, from the date of Notice to Proceed to the completion and acceptance of the work. f. High -level warning devices (telescoping flag trees) are required at all times for work being performed within the roadway unless otherwise specifically approved by the Engineer. g. All barricades shall be equipped with flashing warning lights, and all traffic cones shall be no less than 71 1m (28 ") in height, except that shorter cones, 305 mm (12 ") minimum height, may be permitted during striping maintenance operations where the only function of the cone is to protect the wet paint from the) traffic. The entire area of orange and white stripes for barricades shall be Type I, engineering grade, or Type il, super engineering grade, retro - reflective sheeting conforming to the requirements of ASTM Designation: D 4956 -95. h. Type III barricades, no less than 1.83 m (6) in length and equipped with two (2) Type "N" markers each and two (2) portable flashing beacons each, shall be used to close streets, except as otherwise specifically approved by the Engineer for minor maintenance work of no more than one (1) working day's duration, on weekdays, or on holidays only, and limited to the hours between 8:30 a.m. and 3:30 p.m. Said barricades shall be placed across the full roadway at each point of closure with the distance between barricades, or between barricades and curbs, not exceeding 914 mm (3') except that one (1) 3.3 m (11') wide gap between barricades shall be provided at the center of the street. Barricades to the right of the street's center, facing the inbound vehicular traffic, shall also be equipped with one (1) R11 -2, "Road Closed" sign, one (1) R11 -4, "Road Closed to Thru Traffic," sign, and a Type P warning sign. I. Channelizes shall be surface mounted type and shall be furnished, placed and maintained at the locations shown on the Plans or as approved by the Engineer, and shall conform to the provisions in Subsection 12 -3.07, "Channelizes," of the State of California Standard Specifications and these Special Provisions. When no longer required for the work as determined by the Engineer, channelizes (except channelizes to be left in place), and underlying adhesive used to cement the channelizes bases to the pavement, shall be removed. Removed channelizes and adhesive shall become the property of the Contractor and shall be removed from the site of work. j. Reflectorized (both sides) temporary self- adhesive markers, 100mm (4in) wide, shall be applied to un- striped pavement surface before opening the travel way to public traffic. Reflectorized temporary yellow markers shall be used for to delineate the centerline to separate opposing traffic. Reflectorized temporary white markers shall be used to delineate lanes of travel and placed in 600mm (24in) intervals transverse to the road to delineate stop bars and limit lines. The reflectorized temporary markers shall be removed the same day the first coat of striping has been placed on the pavement. The removal of the markers shall be done such a way that the pavement is not damaged. k. Except as otherwise approved by the Engineer, two -way vehicular traffic shall be maintained at all times within two (2) 3.3m (11') wide lanes on streets having an effective roadway width of 13.4 m (44') or more with restricted parking. Other streets of lesser widths may be reduced to one (1) 3.6 (12') wide lane with work activity being limited to one side at a time, and the one -way vehicular traffic being maintained at all times by properly trained and experienced flaggers. All lane closures shall have flashing arrow signs to provide additional, high level, advanced warning. No reduction of the traveled way width shall be permitted on any City street before 8:30 a.m. or after 3:30 p.m., on weekends or holidays, or when active work is not being done, unless otherwise approved by the Engineer. Properly, trained and experienced flaggers shall be provided to direct traffic when said traffic is to be interrupted, when two -way traffic is to be reduced to one -way traffic, and at other such times as is necessary to safely pass traffic through or around the work area and when so directed by the Engineer. m. Vehicular access to occupied residential property may be restricted on weekdays, other than holidays, between the hours of 8:30 a.m, and 3:30 p.m. while essential work activity is taking place only upon approval by the Engineer and providing the Contractor gives the property owner or resident at least forty -eight (48) hour advance written and oral notice. Convenient and safe pedestrian access to schools, churches, occupied residential and business property shall be maintained at all times. Access to mailboxes shall be maintained at all times such that the postal delivery service is not interrupted. Trash pick -up services shall not be interrupted. Access to vacant and unused property may be restricted when approved by the Engineer. Both vehicular and pedestrian access shall be maintained at all times to all other property except as otherwise specifically authorized in writing by the Engineer. n. Vehicular access to business, school and church driveways shall be maintained at all times during construction. e. Traffic control and safety devices and equipment being used that becomes damaged, destroyed, faded, graffitied, encrusted, soiled, misplaced, worn out, inoperative, lost, or stolen shall be promptly repaired, refurbished, or replaced. Traffic control and safety devices and equipment being used, that is displaced or not in an upright position from any cause, shall be promptly returned or restored to their proper position. P. An unobstructed view of all signs and warning devices including, but not limited to, stop signs, stop ahead signs, street name signs, and other regulatory, warning and construction signs, markers, and warning devices shall be maintained at all times. All speed limit signs shall be black on white with signs at either end of the project notifying the motoring public that fines are doubled in construction zones. No trucks or other equipment or materials shall be stopped, parked, or otherwise placed so as to obscure said signs, markers and devices from the view of the vehicular and pedestrian traffic to which it applies. q. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall yield to said public traffic at all times, except where the traffic is being controlled by police officers, fire officers, properly trained and experienced fiaggers, or at traffic signalized intersections. r. Stockpiling or storage of materials on any public right -of -way or parking area will not be allowed without the specific written permission of the Engineer. Materials spilled along or on said right -of -way or parking area shall be removed completely and promptly. All stockpile and storage areas shall be maintained in a safe, neat, clean, and orderly condition, and shall be restored to equal or better than original condition upon completion of the work. S. On projects involving work on, closure of, or partial closure of existing streets, and where vehicular access to the abutting property must be restricted, the work shall be so selected, arranged and scheduled that the person(s) requiring access to said abutting property and residents along said streets affected will be able to park within a reasonable distance of not more than 150m (500') from their homes or destination. In addition, no two adjoining streets shall be closed at the same time, except as otherwise approved by the Engineer. Residents must be given written notice: of such restrictions a minimum of 48 hours in advance. I. When work has been completed on a particular street or has been suspended or rescheduled, and said street is to be opened to vehicular traffic, all equipment, "NO PARKING" signs, other obstructions, and unnecessary traffic control devices and equipment shall be promptly removed from that street, except as otherwise approved by the Engineer. U, Should the Contractor be neglectful, negligent; or refuse, fail, or otherwise be unavailable to promptly, satisfactorily, and fully comply with the provisions specified and referred to herein above, the City reserves the right to correct or mitigate any situation, that in the sole opinion of the Engineer, constitutes a serious deficiency or serious case of noncompliance, by any means at its disposal at the Contractor's or permittee's expense, and shall deduct the cost therefore from the Contractor's progress or final payments. Such corrective action taken by the City shall not reduce or abrogate the Contractor's legal obligations and liability for proper traffic control and safety measures and shall not serve to transfer said obligations and liabilities from the Contractor to the City or the City's agents. V, Violations of any of the above Provisions or provisions of the referenced publications, unless promptly and completely corrected to the satisfaction of the Engineer, shall, at the sole discretion of the City, be grounds for termination of the Contract, or shut down or partial shut down of the work, without compensation to the Contractor or permittee, or liability to the City, all as prescribed by contractual obligation or State law, whichever is applicable. Payment for traffic control shall include full compensation for, but not limited to, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, traffic control plans and revisions, and incidentals, and for doing all the work involved in the preparation of Traffic Control Plans, placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Payment for traffic control shall be considered to be included in and distributed proportionately through all of the contract items of work, and no additional compensation will be allowed. DUST CONTROL, Dust control shall be performed in accordance with Subsection 7 -8.1, "Clean up and Dust Control," of the Standard Specifications, South Coast Air Quality Management District (SCAQMD) Rule 403, the general Provisions and the following Provision. Dust resulting from the Contractor's performance of the work, either inside or outside, the right - of -way shall be controlled by the Contractor. Dust control includes the action necessary to prevent, reduce or control dust within the work area as required to complete the work. The Contractor shall carry out proper and efficient measures to prevent his operations from producing dust in amounts damaging to property or causing a nuisance, or harm to persons living nearby or occupying buildings in the vicinity of the work. The Contractor shall control dust during the course of performing his maintenance operations or as a result of the contractors operations. The methods to be used for controlling dust in the maintenance area shall be approved by the City. The Rule 403 Implementation Handbook published by the SCAQMD, contains a detailed listing of reasonably available dust control measures. Dust or dirt accumulations generated by the Contractor's operations shall be cleaned and removed by the Contractor from all areas as designated by the City. Areas to be cleaned shall include, but not be limited to swimming pools, interiors of any structures including residences and places of business, exteriors of any structures including roofs, patios, driveways, and any other areas as required. The Contractor shall retain a professional cleaning service for the cleaning of swimming pools, and the interior and exterior of structures. The cost for cleaning and removal of dust or dirt shall be at the Contractor's expense and no additional compensation will be made therefore. Water for use in dust control shall, at the option of the Contractor, be potable or non - potable. Non - potable water shall consist of reclaimed waste water or non - potable water developed from other sources. If the Contractor uses reclaimed waste water in the work, the sources and discharge of reclaimed waste water shall meet the California Department of Health Services Water Reclamation Criteria and the Regional Water Quality Control Board requirements. The Contractor shall obtain either a waste water discharge permit or a waiver from the Regional Water Quality Control Board. Copies of permits or waivers from the Regional Water Quality Control Board shall be delivered to the engineer before using reclaimed waste water in the work. All equipment used for the application of water shall be equipped with a positive means of shut- off. No adjustment of compensation will be made for any increase or decrease in the quantity of dust control required, regardless of the reason for such increase or decrease. The full compensation for all direct and indirect costs incurred for work performed or materials used to control dust resulting from the Contractor's performance of the work either inside or outside the right -of -way shall be considered as included in the Contract prices paid for the various Items of work involved and no additional compensation will be allowed therefore. GENERAL LANDSCAPE MAINTENANCE SPECIFICATIONS This specification establishes the standards for the maintenance of the landscaped areas for the City of Lake Elsinore. The Contractor's primary responsibility will be to maintain the landscape areas at the highest (municipal) industry standards by integrating innovative and progressive techniques and to follow the objectives as set forth In these specifications. Any instance of damage shall be reported immediately to City Staff. . The Contractor shall furnish all labor, equipment, materials, tools, services, and special skills required to perform the landscape maintenance as set forth in this specification and in keeping with the highest standards of quality and performance. Maintenance. of the landscape shall include but not be limited to inspections, mowing, trimming, pruning, fertilization, aeration, weed control, cultivation, pest control, tree surgery, de- thatching, plant replacements, renovation, and clean -up of drainage facilities. It is the intent to schedule maintenance to keep this site in a state of healthy vigorous growth. Irrigation maintenance shall include inspections, operation of the systems, adjustments, repairs, modifications, improvements, testing, analysis, and other work as needed. The Contractor will submit a Maintenance Schedule which includes, but is not limited to: minor tree pruning, aeration, thatching, insecticides /herbicide application, and application of all fertilization of trees, shrubs, ground cover and turf bi annually. TREES A. General Tree Maintenance The Contractor shall be responsible for the general tree maintenance in the specific landscape areas including; trimming and pruning, adequate watering, fertilizing, staking, removal of fallen leaves and branches, removing suckers, raising suckers, raising skirts and protection against pests. B. Pruning 1. All trees are included in required trimming operations. The Contractor shall not be responsible for any trimming operations above (12') twelve feet. 2. Topping of trees will not be permitted. All tree trimming operations above twelve (12) feet shall be the responsibility of the City or accomplished through extra work. This will also include stump grinding. 3. Tree pruning shall be performed based on the following categories with the intent of developing structurally sound trees symmetrical in appearance with the proper vertical and horizontal clearance. All pruning and trimming operations shall be in accordance with ISA Standards. w All trees shall be trimmed, shaped and thinned at least once per year. b. All dead and damaged branches and limbs shall be removed at the point of breaking at the time breakage occurs. c. All trees shall be trimmed and shaped to provide a symmetrical appearance typical of the species. d. All suckers and sprouts shall be cut flush with the trunk or limbs. e. All structural weaknesses such as split crotch or limbs, or severe damage shall be reported to City Representative. f. Prune trees along sidewalks to allow eight (B) foot clearance for pedestrians and twelve (12) feet above curb, gutters and streets for vehicular traffic. g. Signs /lights shall be kept clear at all times. h. Under no circumstances will stripping of lower branches be permitted. Lower branches shall be retained in a "tipped back" or pinched condition. 4. Special emphasis shall be placed upon public safety during pruning operations, particularly when adjacent to roadways. 5. All trimmings and debris shall be removed and disposed of off site at the end of each work day. C. Fertilization 1. Ailing or stunted trees, which fail to meet expected growth, will receive additional treatments to correct deficiencies. 2. Contractor shall be responsible for applying all insecticides /fungicides to prevent or control diseases. D. Staking and Tying 1. Trees that shall be staked fall into these categories (at contractor's expense): a. Replacement of missing or damaged stakes where the tree diameter is less than three inches. b. in those cases where tree has been damaged and requires staking for support. c. For new trees or recently planted trees that have not previously been staked. 2. Contractor shall use WIT" twist brace ties and /or cinch ties (4 cinch ties per tree). 3. Ties shall be placed and checked regularly to avoid girdling and damage to trees and so that no chaffing of the bark occurs. 4. Contractor shall use scaffold staking where applicable. 5. New and replacement ties and stakes shall be the responsibility of the Contractor at no additional cost to the City. E. Tree Removal All dead trees or trees which are downed by either natural or unnatural causes, shall be removed and disposed of off -site by the Contractor. All stumps shall be ground to 12" below grade with wood chips raked level to fill hole. Trees which have died due to mistake or negligence of the contractor will be replaced at the contractor's expense. All other dead or unhealthy trees will be replaced upon written approval of the City. In this case the contractor shall provide labor and the approved tree. The City will reimburse the contractor for the plant material only full compensation for all direct and indirect costs incurred for work performed used to remove other dead or unhealthy trees shall be considered as included in the Contract prices paid for the various items of work involved and no additional compensation will be allowed therefore. SHRUB GROUND COVER and VINE MAINTENANCE All planters, shrub and ground cover areas shall be kept weed free at all times by chemical and/or mechanical means. All pesticides are to be applied by a licensed pest control operator. Contractor shall use only weed control products recommended by a Licensed Pest Control Advisor (PCA). Any and all litter will not be allowed to accumulate and shall be removed on a weekly basis or as requested by City Staff. All clippings can be disposed of at the City Maintenance yard. All shrubs, vines and ground covers shall be fertilized four (4) times yearly at the rate of 2 lb. N /1000 sq. ft. NOTE: Fertilizer shall be equal to or the same as the following: Best "Turf Supreme" 16 -6 -8. SHRUB MAINTENANCE A. Pruning 1. Shrubs shall be pruned as required for safety, removal of broken and diseased branches, general containment and appearance and to allow for optimal irrigation coverage. 2. Keep shrubs pruned back from all controller units, valve boxes, quick couplers, or other appurtenances or fixtures. 3. All shrubbery shall be pruned, trimmed, thinned, and suckers removed to properly contain their size with respect to species, size of planters and the best health of the plant and /or as described in the frequency schedule. Restrict growth area to behind curbs and sidewalks, to top of walls and fences, and a minimum of two feet (2) from all private residences where applicable. 4. Prune shrubs to retain as much of the natural informal appearances as possible, consistent with intended use. 5. Shrubs used as formal hedges or screens shall be pruned as required to present a neat appearance. 6. Remove any spent blossoms or dead flower stalks as required to present a neat appearance. 7. Shrubs and mounding shall not exceed 2 feet in height within areas required for vehicle sight distance depending upon roadway topography. B. Pruning Schedule Shrubs shall be pruned and trimmed as needed or as requested by the City Representative. Shrubs shall be pruned and trimmed using sound horticultural techniques. Shrubs shall be maintained within the limits of confined areas (i.e., narrow medians, walkways, etc.) so as not to encroach on same. In addition, all shrubs shall be trimmed to maintain horizontal clearance along all walkways and trails to prevent encroachment onto private property and to remove dead, damaged or diseased plant material. C. Shrubbery Replacement The Contractor shall be responsible for the complete removal and replacement of shrubbery lost due to the contractor's faulty maintenance or negligence, as determined by City Representative. All other dead or unhealthy plants whether natural or unnatural causes will be replaced upon written approval of the City. In this case the contractor shall provide labor and the approved plant. The City will reimburse for the plant material only. Replacement of shrubs will be in accordance with the City of Lake Elsinore Standard Plans. D. Fertilization Contractor shall use a balanced fertilizer in shrub areas as requested in the frequency schedule or as directed by City maintenance staff. E. Cultivation and Mulching The Contractor shall cultivate around shrub areas and tree wells sufficiently and often enough to maintain a weed free environment and maintain existing irrigation and drainage ditches. Mulch is also required to be applied in all open dirt areas and /or around trees as required by the landscape inspector (mulch will be supplied or paid for by the City). F. Irrigation (Deep Soakin Deep Soaking shall be defined as the application of sufficient quantities of water to maintain reasonable health vigor of plants. Basin modifications may be required. Quantities of water shall be sufficient to allow for deep water penetration and encouragement of deep rooting of the plants, VINES A. General Vines and espalier plants shall be checked and retied as required. Secure vines with appropriate ties to promote directional growth on supports. 2. Do not use nails to secure vines on masonry walls. 3. Pruning of vines will be in accordance with good horticulture practices. 4. Vines shall be trimmed as required for safety, disease, general containment, appearance or as directed by City Representative. GROUND COVER A. General 1. Trim ground cover adjacent to walks, walls and /or fences as required for general containment to present a neat, clean appearance. 2. Cultivate and /or spray approved herbicide to remove broad - leafed and grass weeds as required. Remove weeds by chemical or mechanical means as approved by City Representative. 3. Prevent soil compaction by cultivating regularly all ground cover areas. 4. Every effort shall be made to remove litter from all areas on a regular basis and not less than once per week. 5. Keep ground cover trimmed back from all controller units, valve boxes, quick couplers, or other appurtenances or fixtures. Do not allow ground cover to grow up the trunk of trees, into shrubs, on structures or walls unless directed by City Representative. Keep trimmed back approximately 4 inches from structure or walls. 6. Bare soil area shall be cultivated a minimum of once per month and /or mulched as directed by City Representative (mulch will be supplied or paid for by the City). PLANT ADDITIONS AND /OR REPLACEMENTS As part of this agreement, the Contractor may be requested to replace damaged or destroyed trees, shrubs, vines, ground cover, or flowers. Such work will be paid for as extra work by the City unless otherwise specified within these specifications. Exceptions will be replacements due to Contractor's neglect. This will be determined by City Representative, GUARANTEE Al REPLACEMENT POLICY All new plant material and irrigation installation shall be guaranteed for a period of one calendar year except due to "Acts of God, "i.e., damage or death of plant material due to wind or storm, or vandalism, theft, or other willful acts over which the maintenance contractor has no control. Existing plants shall be replaced by Contractor if they die due to Contractor's negligence at contractors expense. TURFGRASS A. General 1. Watering: A regular, deep watering program shall be accomplished to give the best results. The established turf should not be kept moist but should dry out somewhat between watering. Allow turf to dry out before mowing. 2. Aeration: Mechanically aerate all turf areas as required or as directed by City Representative to reduce compaction /stress conditions, which will offer greater water penetration and reduce runoff. In those areas when soil condition is poor, top dress may be required by City Staff. When top dressing is required, the Contractor shall submit a request for extra work which must be approved by City Representative before work is scheduled. Use a plug aerator with '/2 inch tines. Any areas that show excessive compaction shall receive additional treatment as required to alleviate this condition. Remove sod plugs. The scheduling of aeration will be recorded on the Maintenance Schedule and shall be performed as needed or as requested by a City representative. 3. Mowing: All turf areas shall be mowed on a minimum of a weekly basis '(Mar- Oct)'and during cool season shall be done biweekly (Nov.- Feb.). Minimum height of turf is be two and one half inches (2 ' / ") for Fescue and one and one half inches (1 '' / ") for Bermuda. Avoid removing more than one -third of the leaf area blade at any one time. All clippings shall either be caught or vacuumed from turf areas. Clippings can be disposed of at the City Maintenance yard. Care shall be exercised during the mowing operation to prevent damage to trees and other obstacles located within the turf areas such as electrical boxes or fixtures. Do not mow areas that are wet. Alternate mowing patterns shall be used whenever possible to prevent wheel ruts in turf areas. if ruts are made, contractor will make repairs at his or her own expense. 4. Trimming and Edging: Trim around walls, buildings, curbs, sidewalks, header boards, valve boxes, quick couplers,, and paved areas on a weekly basis to present a neat, clean appearance. Chemically edge (tree well) around trees within an 18" radius from the trunk using care not to damage tree, tree trunk or roots. At no time will chemical edging be allowed on anything other than tree wells unless directed otherwise in writing by a City Representative. 5. Refurbishment of Turf grass: Turf areas that thin out due to contractor's negligence will. be reseeded with an approved grass seed to restore thinning areas. Coordinate with City Representative. This will not be considered extra work. In the winter months the City Representative may require sod. 6. Weed Control: