Loading...
HomeMy WebLinkAbout2010-006 Madrone Landscapes, Inc. CITY OF ATASCADERO C1 OFA A,76/2 -o�llo CITY OF ATASCADERO Y 4 P. :m On a Islas 1979 CONTRACT FOR MADRONE LANDSCAPES, INC. for APPLE VALLEY AND DE ANZA`ESTATES ANNUAL LANDSCAPE MAINTENANCE SERVICES BID NO. 2010 - 002 rf T.\Of'F,R!VII0`\18\1SSF..S$�iF.N'l-l)ISTRIC'r 1,IANA(.i 11F.N'I'1Appl.:Valk}-I-) Anra!DRAF'f CON-I'RA(:'F-,\1-V)RONI;I.ANI)S('APF..3.I i.IO.docx 0 1918 - G 19 8 sAcrASCAnE80// ' CONTRACTOR SERVICES AGREEMENT FOR THE CITY OF ATASCADERO Madrone Landscapes;.Inc. THIS CONTRACT is made and entered into; between City of Atascadero, Municipal'Corporation ("City") and Madrone Landscapes, Inc. ("Contractor"). City and Contractor agree as follows: 1. SCOPE AND STANDARDS: A. CONTRACT. Contractor shall do all work, attend all meetings, produce all reports and carry out all activities necessary to complete the services described in the SCOPE OF WORK AND , STANDARDS FOR SERVICES, attached hereto and incorporated herein by,-this reference as Exhibit A, `as requested by the City. This Contract and its exhibits 'shall'be known as the "Contract Documents." Terms set forth in any Contract Document, shall' be deemed to be incorporated in all Contract Documents as if set forthl in full therein. 2. EMPLOYMENT-STATUS OF PERSONNEL: A. INDEPENDENT CONTRACTOR; EMPLOYEES OF CONTRACTOR. Contractor enters into this Contract as, and shall at all times remain as to the City, an independent,contractor and not as an employee of the City. Nothing in this Contract shall be construed to be inconsistent with this relationship or status. Any persons employed by Contractor for the performance of services pursuant to this Contract shall remain employees,of Contractor, shall at all times be under the direction and control of Contractor,, and shall not be considered employees of City. All persons employed by Contractor to perform services pursuant.to this Contract shall be entitled solely to the right and privileges afforded to Contractor.employees and shall not be entitled, as a result of providing services hereunder, to any additional rights or privileges that may be afforded to City employees. 1 , B. INDEPENDENT INVESTIGATION. The Contractor agrees and hereby represents it has satisfied itself by its own investigation and research regarding the conditions affecting the work to be done and, labor andmaterials needed, and that its decision to execute this Contract is based on such independent investigation and research. C. COMPLIANCE WITH EMPLOYMENT LAWS.k The Contractor shall keep itself fully informed of, shall observe, and comply with, and 'shall cause any and all persons, firms or corporations employed by it or under its control to observe and comply with, applicable federal, state, county and municipal laws, 'ordinances, regulations, orders and decrees which in_ any manner affect those engaged or employed on the work described by this Contract or the materials used or which in anyway affect the conduct of the work. D. UNLAWFUL DISCRIMINATION PROHIBITED. Contractor shall not engage Y in unlawful employment discrimination. Such unlawful employment discrimination includes, but is not limited, to, employment discrimination based upon a person's race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital''status, gender, citizenship or sexual orientation. 3. TIME OF PERFORMANCE: The services of Contractor are to commenceupon execution of this Contract by City, and shall be undertaken and completed in a prompt, and timely manner, in accordance with the-Sc'o'pe of Work referenced in Exhibit A. Except as provided in Sections 6 and 19 below, this Contract shall terminate Ho-later than two years after date of award, April 13, 2012. 4. COMPENSATION: A. TERMS. Compensation to the Contractor shall be as set forth in Exhibit B attached hereto and made a part hereof. B. NO PAY FOR ADDITIONAL SERVICES _WITHOUT WRITING. Contractor shall not be compensated for any services rendered in connection with its performance of this Contract, which are in addition to those set forth herein or listed in--Exhibit A, unless such radditional services are authorized in advance and in writing by the City Manager-or the City ,Manager's designee (hereinafter "City Manager' shall include the City'Manager's designee). Contractor shall be compensated':for any additional services in the amounts an&is the,'nianner as agreed to by City and Contractor at the time City's express written,authorization signed by the City Manager is given to Contractor for the performance of said services. 2 5, SUPERVISON', LABOR AGREEMENTS AND PERSONNEL ' 'CONTRACTOR^ SUP- ERVISESPERSONNEL. The Contractor shall have the responsibility for supervising the services provided under this Contract, hiring of personnel, establishingstandards of performance, assignment of personnel, determining °:;,and affecting -,discipline, determining required training, maintaining personnel files, and other matters relating to the performance of services and control of personnel. The City-,Man- ager-may use any reasonable means to monitor performance and , the Contractor shall comply with the City Manager's request to monitor performance. A. PERFORMANCE.NOT SUBJECT TO EMPLOYMENT AGREEMENTS. The City acknowledges that the` Contractor may be obligated to comply with bargaining. agreements and/or.other agreements with employees and that the Contractor is legally obligated to comply with these Contracts. It is expressly the intent of the parties and it is agreed by the parties that the Contractor's performance shall not in any manner be subject to any bargaining agreement(s) or any other agreements) the Contractor may Y have covering and/or with is employees. B. APPROVAL,OF STAFF MEMBERS. Contractor shall make every reasonable effort to maintain the-stability and continuity of Contractor's staff assigned to perform the services required under this Contract. Contractor shall notify City of any changes in Contractor's staff to be assigned to perform the services required under this Contract and shall obtain the approval-of the City Manager of a list of all proposed staff members who;,are to be assigned to perform services under this Contract prior to any such performance. 6. TERMINATION: A. 30 DAYS' NOTICE: The City, upon thirty- (30) days written notice, may terminate this Contract, without cause, at any time. In the event of such termination, Contractor shall be compensated for non-disputed fees under the terms of this Contract up to the date of termination.; B. OBLIGATIONS SURVIVE TERMINATION. Notwithstanding any termination of this Contract, Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract by Contractor, and the City ,may withhold any payments due to Contractor until such time as the exact amount of _"damages,"if,any, due�the City from Contractor is determined'. All of the indemnification, defense and hold harmless obligations in this Contract shalt survive termination. 7. CHANGES: The City or Contractor may, from time°to time,, request changes in the scope of the services of, Contractor to be performed hereunder. Such changes, including any increase or'decrease-in the amount of Contractor's compensation and/or changes in the schedule must be authorized in advance by both Parties in writing. Mutually agreed changes shall be incorporated;.in written amendments to this Contract. Any increase in the amount of Contractor's compensation, and/or changes in Exhibit A and or Exhibit B must be authorized in advance by the City Manager.' 3 8. PROPERTY OF CITY: A..,MATERIALS,PREPARED EXCLUSIVE PROPERTY„'OF CITY. It is mutually agreed- that all,-materials-prepared by the Contractor under this"Contract are upon creation`and shall be-,at 611,times the exclusive propertyof the City, and the Contractor shall have. no property right therein whatsoever. City agrees that Contractor shall bear no responsibility forany Treuse`of the materials prepared by the Contractor if used for purposes other than those expressly set.forth in the intended Use of Contractor's Products and Materials section of this Contract. , Contractor shall not disseminate any information or reports- gathered or created pursuant .to,this Contract without the prior written approval of City'including without limitation information or reports required by government agencies to.enable Contractor to perform its duties under this Contract and as may be required under-t_he California Public Records Acf excepting therefrom as may be provided by court` order. Contractor will be, allowed, 'to retain copies of all deliverables. B. CONTRACTOR- TO "DELIVER CITY PROPERTY. Immediately upon termination, or upon the ;request by the City, the�Cityc-shall be entitled to, and the Contractor shall deliver'to the City, all data, drawings, specifications, reports, estimates, summaries and' other such materials and property of :the City as may have been prepared or accumulated; to, date by the Contractor` in- performing this Contract. Contractor will be allowed to retain copies of all deliverables to the City. 9. CONFLICTS OF INTEREST: A. CONTRACTOR covenants that neither it, nor any officer or principal-of its firm,.-has or shall acquire.any interest, directly or indirectly,, which would conflict in any manner with the interests of City or which would in any, way hinder Contractor's .Y performance of services under this Contract. Contractor further covenants that in the performance of`this Contract, Contractor shall take reasonable care to,ensure that no p ' g y employed. y as an officer, employee, agent person haven an such interest shall be em to ed b .it <<, or,subcontractor without the-ex ress written con p sent of the: City Manager. Contractor �. agrees 10 ati all :times= party releasing such information for any damages caused by the releasing party's, including;the non-releasing party's attorney's fees and disbursements, including without limitation expert's fees and disbursements. C. COOPERATION Cityand Contractor shall promptly notify the other party ` should Contractor or City, its. officers, employees,'agents, or subcontractors be served with any summons, complaint, subpoena; notice of"deposition, request for documents, interrogatories, request, for admissions or other discovery request, court order or subpoena from any party regarding this Contract and the work performed thereunder or with respect to any project or property located within the City. City and Contractor each retains the right, but has no obligation, to represent the other party and/or be present at any deposition, hearing,or similar proceeding. Contractor and City agree to cooperate fully with the other party and -to; provide the other party, with the opportunity to review any response to discovery requests provided by Contractor or City. However, City and Contractor's right to review any such response does not imply or mean the right by the other party to control, direct, or rewrite said response. 11. PROVISION OF LABOR, EQUIPMENT AND SUPPLIES: A-.--CONTRACTOR 'PROPERTY. Contractor shall furnish all necessary labor, supervision, equipment, communications facilities, and supplies necessary to perform the, 'services required by this. Contract except as 'set forth in Exhibit A. City acknowledges that all, equipment and other tangible assets used by Contractor in providing these services,are the property of Contractor and shall remain:the property of Contractor upon termination of this Contract. B. SPECIAL SUPPLIES. City shall be responsible for supplying any special supplies, stationary, notices, forms or similar items that it requires .to be issued with a City logo. All such items shall be'approved by the City'Manager and shall be provided at City's sole cost and expense. 12. :> COMPLIANCE WITH LAW` A. COMPLIANCE REQUIRED. Contractor shall'keep itself informed of applicable'local, state, and federal laws and regulations which may affect those, employed-by it or in any way affect the performance of its services pursuant to this Contract. ,Contractor shall observe and comply with all applicable laws, ordinances, regulations'and;codes-of federal, state and local governments, and shall commit no trespass on any public or private property in performing any of the work authorized by this Contract. Contractor shall at all times hold a valid contractor's license if performing any function or activity for which a-license is required pursuant to Chapter 9. (commencing with section 7000) of Division 3 of the.California Business and " Professions Code, and Contractor shall provide a copy of the license(s) upon the request of.the City. The City, its officials, officers, elected officials, appointed officials and':employees shall not be liable at law or in equity as a result of any failure of Contractor to comply with this section. 5 B. PREVAILING WAGES. In theeventit is determined thatthe Contractor is required to pay prevailing wages for the work performed,'underthis Agreement, the j' Contractor shalt pay'all penalties and wages as requiredbyapplicable law. 13. SUBCONTRACTING: None of the services covered by this Contract shall be subcontracted without the prior written consent of the City'Manager. Contractor"shall be'as fully responsible to the City for the negligent„acts-and',omissions of its contractors and subcontractors, and of Y persons either directly indirectly employed by them, as it is for the negligent acts and ,f omissions of persons directly employed by Contractor. 14.° ASSIGNABILITY: Contractor, shall n6t,assiign or transfer any„'interest in this Contract whether by assignment or notation. ry However, claims for money due.;,or:to become due Contractor from the Cityunder this Contract may be assignedto a financial institution, but only with t` p "City 9 Y: 9 r whether riot written consent ofthe"Ci Manager. Notice of an assignment or transfer voluntary'or involuntary shall be furnished promptly to the City. The rights and benefits under this agreement are,for the sole and exclusive benefit of the,City and this Contract shall not'be construed`that'any third party has an interest in the Contract. 15. LIABILITY OF CONTRACTOR: 'Contractor shall be responsible for performing,,the work under this Contract in a manner which is consistent, with the generally accepted standards of Contractor's. profession ;and shall 'be liable` for its own negligence and the negligent acts of its employees, agents,, contractors and subcontractors. The City shall, have ,no right of control over the manner in which the work is,to be done-but-only'as to its outcome, and shall ',not, be charged with,the responsibility of,preventing risk_ to Contractor or its .employees, agents, contractors or subcontractors. 16 INDEMNIFICATION: . A• INDEMNIFICATION' FOR PROFESSIONAL LIABILITY. When the law establishes a"professional_ standard of care for Contractor's Services, to the�fullest extent permitted by law, Contractor shall indemnify, protect, defend and-hold Harmless City and any and all of its,officials, employees and, agents ("Indemnified Parties ) from '. ro and against any and all losses,] liabilities, damages, costs and expenses,,, including attorneys fees and costs to the extent same are caused in whole or*in part by any negligence or­�wrongful :act, error or omission of Contractor', 'Willful misconduct,, or recklessness of its officers, agents, employees or subcontractors "(or any entity or individual that Contractor shall bear the legal liability,thereof) in the performance of professional services'under this agreement. 6 r . B. INDEMNIFICATION FOR OTHER THAN PROFESSIONAL LIABILITY. Other than in the performance of professional services and to the`full extent permitted by law, Contractor shall indemnify, defend and hold harmless City, and any and all of its employees, officials and ,agents from and against any liability (including liability for claims, suits, "actions, jarbitration proceedings, administrative proceedings, regulatory proceedings, losses, `expenses or costs of any kind, whether actual, alleged or r threatened, including attorneys fees and costs, court costs, interest, defense costs, and expert witness fees), where-'the same arise out of, are a consequence of, or are in any way attributable to, in whole,or in part, the performance of this Agreement by Contractor or by any individual or entity.for which Contractor Js legally liable, including but not limited to officers, agents,�employees or subContractors of Contractor. C. GENERAL INDEMNIFICATION PROVISIONS. Contractor agrees to obtain ' executed indemnity.`agreements with provisions identical to those set forth here in this section for each and evey subcontractor or any other person or entity involved by, for, Jn with or on behalf 6f-.Contractor in the performance of this agreement. In the event Contractor fails to obtain such indemnity obligation&_from others as required here, Contractor agrees to be fully,,responsible according,to'the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in nog way act as a waiver of any rights hereunder. Thisnobligation to indemnify and defend City as set forth here is binding'on the successor, assigns or heirs of'Contractor and-`shall survive'the termination of this agreement or this section. 17. 1NSURANCE:Contractor shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit'C attached to and part of this agreement. G 18. RECORDS:Contractor shall maintain complete and accurate records with respect to labor' costs, material `expenses, parcels abated `or serviced and other. such information required -by' City that relates to the performance of services under this Contract. Contractor shall maintain adequate records,of services provided in sufficient detail to.,permit an f evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified r and readily accessible arid-in a form acceptable to the City, which the City may specify and, .changer- from time..,to time. Contractor4 shall provide free access to the representatives ,of City r its designees; ,at reasonable-times, to such books and records; shall; give City the, right to examine and audit said books and records, shall permit City to make transcripts therefrom as necessary, and shall allow inspection of all Work, data, documents, .proceedings, and activities related, to this Contract. Such records, together with..,supporting documents,'shall be maintained for a period of three (3)years after receipt`of,final payment. _ 19. MISCELLANEOUS PROVISIONS: A. ASSIGNMENT OR SUBSTITUTION. City has an NONDISCRIMINATION/ NONPREFERENTIAL'TREATMENT STATEMENT,In performing this Contract,the parties shall not discriminate or`grant preferential treatment on the basis of race, sex, color, age,religion, sexual orientation,disability,ethnicity, or national origin, and shall comply to the fullest extent allowed by law, with all'-applicable local, state,and federal laws relating to nondiscrimination. 7 B. UNAUTHORIZED ALIENS. Contractor hereby promises and agrees to comply with all--,of the provisions of the Federal Immigration and Nationality Act (8 U.S.C.A. & 11017 et:seq.), as amended; and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ such unauthorized aliens for the performance of work and/or services covered by this contract, and should the Federal Government,-'impose sanctions against the City for such use of unauthorized aliens, Contractor hereby*agrees to, and shall, reimburse City-for the cost of all such t sanctions imposed, together with any and all costs, including attorneys' fees, incurred by the City in connection therewith. C. GOVERNING LAW. The City and Contractor understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties-to this Contract and also govern the interpretation of this Contract. Any litigation concerningL this Contract shall take place in-.the San Luis Obispo Superior Court, federal diversity jurisdiction being expressly waived. D. City has an interest in the qualifications of and capability of the persons and entities that will fulfill"the duties and obligations imposed upon Contractor by this Contract. In recognition of that interest, neither any complete nor partial assignment of this Contract, may be` made by Contractor nor changed, substituted for, deleted, or added to without the 'prior, written consent of City which consent shall not be `unreasonably withheld. Any attempted assignment or substitution shall be ineffective, null, and void, and constitute a material breach of'this Contract entitling City to any and all remedies at law or in equity, including summary, termination of this Contract. Subcontracts, if any, shall _contain a provision making them subject to all provisions t stipulated in this Contract. E. ENTIRE CONTRACT. This Contract constitutes the entire Contract and understanding between. the' parties relative to the services specified herein and there are no understandings, agreements, conditions; representations, warranties or promises, with respect to this Contract, except those contained in or referred to in this Contract and this Contract,supersedes all prior understandings, agreements, courses of conduct; prior dealings ,among the parties and documentation of any kind without limitation. F.- AMENDMENTS. This Contract may be modified or amended, or any of its provisions waived, only by a subsequent written agreement`executed by each, of the parties'. `The parties agree that this requirement for written modifications cannot-be waived and any attempted.waiver shall be void. G. CONSTRUCTION'AND INTERPRETATION Contractor and City agree and acknowledge that. the, provisions of this Contract :have been arrived , at #hrough negotiation and that'each party has had a full and fair opportunity revise the provisions of this Contract and>to have such provisions reviewed by legal counsel._ Therefore, any ambiguities in construing or interpreting this Contract shall not be resolved against the drafting party. The titles of the various sections .are merely informational and shall not be construed as a substantive portion of this Contract. 8 H. WAIVER.' The waiver at anytime by any parWof any of its rights with respect to ardefault or othermatter arising in connection with this Contract shall not be deemed a wavier with respect to any subsequent default or other matter. ' I I. SEVERABILITY. ,The invalidity, illegality or-unenforceability, of any provision -F of this.Contract shall;not-render the other provisions-invalid, illegal or unenforceable. d J. NOTICES. =All invoices, payments, notices; demands,- requests, comments; or approvals that are required to be given-by one party to the other under this Contract shall be,Jn,,writing and shall be deemed to' have been given if delivered personally or enclosedin a properly addressed. envelope and deposited in a United States Post Office for,,delivery by registered or certified `mail addressed to the parties (deemed to have-been received three (3) business days after deposit in the U.S. Mail) -at the following addresses. City: City of Atascadero _Public,Works _6907 EI Camino Real Atascadero, CA 93422 Contractor- Mad rone-Landscapes, Inc. 8045 Morro Rd Atascadero, CA 93422 Each party may change the address at which it gives notice by giving ten (10) days advance, written notice to the other party. u K. AUTHORITY TO EXECUTE. The person or persons executing this Contract on behalf'of Contractor warrant and'represent that,they have the authority to execute this qy Contract on behalf of their agency and further warrant and,representthat they have the authority to bind Contractorto the performance of its obligations'hereunder. AGREED to this day of MA." , 2010 by the parties as follows. Approved as to form: . Madrone Landscapes, Inc. B Counsel for contractor [Name and Y ` e] tc�►n,D P, hAT�I��� P �' Approved as to for CITY OF ATASCADERO`' By. By, Brian�Pieri City Attorney ade G. McKinney, City M_ ager g CERTIFICATE OF COMPLIANCE WITH LABOR CODE § 3700 Ir 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 have complied or will comply with such provisions before commencing the performance of the work of this contract. (Cal. Labor C. §§1860, 1861.) CONTRACTOR Madrone 1/dscapes, Inc. a 10 i EXHIBIT A Scope.of Work All work performed shall'comply.with technical specifications, task frequency schedule, site map, and level of`service standards, per bid°package Apple Valley and De Anza Estates Annual Landscape'Maintenance, City'Bid No.'2010-002, hereby incorporated by reference. The Apple Valley and-De Anza Estates Annuall Landscape Maintenance consists of routine maintenance of the public landscape, open space areas, and trails. Work includes, but is not necessarily limited to irrigatedlandscaped areas, landscaped medians, street trees, trail maintenance, open space / non/irrigated areas. Per the specifications, the contractor shall diligently prosecute the maintenance work according to the task frequency schedule.until the expiration on.April 13, 2012, two (2) years after the contract award'was`granted by City Council on April 13, 2010. A f EXHIBIT B-1 Compensation and Method of Payment Services provided as describedin-the.Apple,,Valley and De Anza Estates Landscape Maintenane $3,335 00 c e pr': p d the total contract price of ect s ecifications will not excee p ' onth'(see�Quotation Forms, Exhibit B-2 through 134). Any additional services not included in the scope of services must be approved by the City of Atascadero Change Order priorto performing any additional work. All additional work authorized by a City of Atascadero Change Order wili be compensated.at the same unit F cost for the defined services as determined on the bidder's original bid sheet. Payment for work.peftfrned will be issued within 30 days of receipt and approval of invoices. z y B-1 EXHIBIT B-2 QUOTATION`FORM #3-!TOTAL BID AMOUNT AND'BIDDERt INFORMATION plete•and Duhmit with all other required'bid forms by the bid flue date. incomplete forms will not be accepted) RECEIVED Landscape and Lid hting"Assessment District-Annual Landscape Maintenance Services (Apple Validy,and-De Anza Estates 11 ?pJp BID NUMBER 20111-002 CITY OF ATASCADERO BIDDERINFORMATION AND BUSINESS LICENSE\1ERICIAT0WCLERxS opyc Business Name: r- Mailing Address: Phone Number, (-�`'7 ` .f�1✓ 4r. J Atascadero Business License'Number: Tie Cly otAtasc�dero is leauired tR yg,�(fy the successfyt contrac�ors�City Business Ucens�hefore awarding the woied Failure of Contractor to be'amparly licensed upon sutimisaion`g f9=0100nmay.caused ouote to be rel t Contractors License Number: L � i County AG spray License-Number. Landscape and Lighting Total'Monthly Bid Amount Apple Vall ;'LL.N-(Toaafmottthly'amountforFann IM)j $ OLS De Anza Estates,LLA- otal month amount for Form!#2 $ 0C? etion $ TOTAL MONLTY,BOAMOUNT For Low Bid Determin �-^ Signature of Bidder: Date: 6'� JI 'D Print Name: G• r l !� Position: Return to: City of Atascadero,City Clerk's Office,; 6907 EI Camino Real Ataseadero,CA 93422 Mark the sealed anyI�oDe: "LANDSCAPE M_AINTENANCE'SERVICES - _ (Apple Vall ey,and Dew4nza Estates=Landscape and Lighting .. Maintenance Districts)" Include all three Did forms anti a list of references t , BIDS DUE: Thursday, March 11, 2010 2:00 p.m. FAXED QUOTESAcc For additional information, please call Steve Sandeftr at 47G:-31L6:• B-2 EXHIBIT B-3 QUOTATION FORM—APPLE VALLE !LANDSCAPEMAINTENANCE (Complete and submit by tlw bid due date: fatoi"ilete ggotationrolms will not be accepted) Th.w4WMV sQ bidder.Raving bacome aujovoly re/ 04th Me a1ipWWiprte TerdAber Svaer600tbnt Md Sampp M�emeat,kY tho'ebow merdronatJ QW "M/tom"end weh 0'ses"11 Arne maps, Ne warlY ro ba obvle,htraby,YtvPaast?and SVM tb&Itbr a+f&M the Mot wiN rho flour cnnoltians the Parlannerxb 1qd the oost m ift aipandr"oqui eerN and transycrtauan"Moss^sews-+ro&r pedbrm rh° °rid �O h' or any ant/sd labor,tnersnfoo -Z , state-Wtoast Iews Ax M°per aoewnenp atrotatiaq or tavnprers a In a 10 worknraNike mann°q in eta w>th BUSINESS NAMis: D R6La PfE6 Enter a price for ONE timt:'perfprmahCe of each task,multiply by It Bimonthly frequency to determine the monthly cost i lictlarviTask erhm pop , c 02:Litter.Trash Cans Aft areas/ T Cans ea. $ l .I- X 4.3 $ O I- .03-Walkways/HsrdeCapes/Wood•an&Litter $0,764 9f. s 3. X 4.3 $ 04-Irri alien-.Schedule 8 system cher k Included i As nested 05-Pest Control - Included As needed Lb Ota-TraitMairttenance 10,241 If. 3 X 2 y 07,Sidewalk Parkways/Median Strips; i Ed a Q-Weed Controir 46;16ti g/. $ `�� ell X 4.3 $ (� 07-Sidewalk Parkways/Median Strips: Prune 46.156 sf. $ gD X 1 $ �Q 07-Sidewalk Parkways/1lfedian Strips - Fern 8 46.156'9L S 9 z X Yearly 1$7 .07-3idewwk Parkways/Median Strips t Mulch Application 1145.16e sf, $ 1 IX Yearl .083 $ 3 3 08-Inigated Landscape areas/ Ede 8 Weed Control' 31,149 sf. $ X 4,9 g laQ M lrrigeted Lanuscape areas/ Prude 31 148 st S i X 1 $ .08-Irrigated Landscape areas/ . Fertilize 31.149 aL 3 2 X Ye8r1 (.187 $ _r 08=Ir'rlgated tandaaape beds/ i Mulch ApPlicetion 31'.149 sf. S 1 X Yea .083 $ 3� 09-Tree Bet//W.elk•on Baric area. MU"A pJicphorl' 63,950 St. 8 ��C 1 ` 1 X—yearly .053 S '-tS 09-Tree Bed/Walk-on Dark area- Wood Control 63 960 at.. ; O X 1 $ 10-Trees Maintenance '134 ea. S 2 X Yearly167 $ 2 t t-Turf Maintegance/ Mowing Sedge36.300'.sf. b X 4.3 $ ?Tb • 11-,Ttuf,Malntenanoe!Fertihre; <.,- ; Aerate 3 Broadieaf s ra 3a,30o_sf- S 2 X Year (.167 $ a 12-Weed C6ntrol/Non4sigated L open Space Areas 4 acre $ to 3 X Yearly(.26) $ Basin 01 6,890 sf. 3 3 X Yearly(.25 $ Benin 92, 6;165sf. $_ _ 3 X Yeari (.25) ALL MEA8YRt3td ApPRO TE• i*"80 ATN O 9 D O Ai. O MAINTAIN SPEGyiED ON THE"A""ARDLESS t1F 0UANIM ptrFERENCE S 9 THE ACTUAL AND LISTED QUANTITIES. Tot 0 Monthly Cost-All Items: 3 010r bidcompa>➢son purmsBs) i B-3 EXHIBIT B-4 QUOTATION FORM #2- DE ANZA ESTATES L'A LANDSCAPE MAINTENANCE (Complete and submit with all other required bid forms by the bid rue date, lecomplcte forms will not he accepted) The undersigned'bidder,having become Wisps•Tech Project thoroughly familrarwith th the attached e pulatrons listed on the Quotation Form and wrattachedAnna nical Specifications and sampl Agreement:for the above mentioned project and .with'tha Iooal conditions amicting the perfomiance and the cost of th work to be done,hereby proposes and agrees to fully perform the described work(Including the fumishing of any ands all labor, materials, tools, expendable equipment and banspollaWn,services necessary to fully perform the work and complete It in a workmanlike manner) in strict accordancie with all'applicable state and local lawsfort``hepar occurrence qu talion of BUSINESS.NAME: CJtZO t�L J 17 •1 3 l�+G DATE: 03 , I 1 . O Inatrucdons:Enter a price for'ONE time performance of each task. For example,for Weed Control Areas enter the price to weed all areas identified In the 0e time, Landscape Maintenance olstricYone tune. Efflftrol . I , Task z. uan ce r Oc urmnee onth uen Total n O. 02-Litter-Trash Cans AN areas/ o Cans ea. $: X 4.3 $ 03-.Walkways/Hardscape i Weed:and titter . NA $ � NA. $ 04-Urigation-Submit Schedule included ; fy,4 $ $ 04-:Irrigation-System.Check included As neede $ i d 05 Pest Control lnclodad $ Aa needed' 06-Trail Maintenance 3,650 if. $ 07-Ground Cover- Edge& over=Edge&Weed.Con!ml NA sf. NA $ v- O7-Ground Cover-Fertilize, NA sf. $ e NA $ Ot)=Irrigated Landscape beds/ Prune 3.600 at. $ � j i X1 $ O8-Irrigated Landscape beds/ j Weed Control 3600 sf. $_ 1 4-011 X 4.3 $ 86 08-Irrigated Landscape beds • q i (.967) Fertilize 3,600 sf. $ I I 2 X Yearly $ 6 09-Tress Maintenance 60 ea. $ Z 2O :2 X Yearly $ 30 (26) 10-Weed Control Areas 233;200 sf. $ 320 3 X Yearly $ 8G Total Monthl Cost-All Items: $ 3 7 • � (Carry amount aver to Fomt g) ,s B-4 EXHIBIT C Insurance Requirements Contractor shall procure and-maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or`subcontractors. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office Form Number CA 0001 covering Automobile Liability, code 1 s (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability insurance (for lessees.,with employees). Minimum'Limits of Insurance Lessee shall maintain limits no less'than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury ,and property damage. if Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3:, Employer's Liability $1,000,000 per accident for bodily injury or disease. Deductibles and Self-insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option',6f the City, either: the respects insurer reduce I eo tn ed retentions as the City, soffcersoff officials, employees and volunteers;, shall provide a financial guarantee satisfactory to the,City guaranteeing payment of losses and related=investigations, claim administration and defense expenses. C