HomeMy WebLinkAbout04225 - TRUGREEN LANDSCAPE MAINTENANCE MO 6620 pA�M S City of Palm Springs
Office of the City Clerk
h C (760) 323-8204
� N
MEMORANDUM
• o„Dori^.
O'��iFORN�'
Date: May 19, 2003
To: Parks, Recreation & Facilities
From: City Clerk
AGREEMENT#4225 —Tru Green Landcare
Please let us know the status of the above agreement, and if it may be closed.
Termination Date of Agreement: Terminated by Contractor 07-01
STATUS:
COMPLETED:
REMAIN OPEN UNTIL:
JJ �
Date & Initials
CLOSE AGR
Signature
PLEASE RETURN TO THE OFFICE OF THE CITY CLERK
c-clk\forms.std\agr-clse.mem
TruGreeu Landscape
GIENDMENT NO 1 TO AGREEMENT N0.05 Parks Maintenance Svcs
FOR PARKS MAINTENANCE SERVICES AGREEMENT #4225 AMEND 1
M06784, 1-17-01 _ _THIS FIRST AMENDMENT TO THE CONTRACT SERVICES AGREEMENT (herein "First
Amendment"), made and entered into on the 17 day of January, 2001, by the City of Palm
Springs (herein "City"). a municipal corporation, and TruGreen Landscape, a California General
Partnership, Anaheim, CA 92807(herein "Contractor'), amends that certain Contract Services
Agreement dated July 24, 2000 (herein "Agreement") by and between the same parties
1 Section 2.1, Contract Sum The Contract Sum is increased from $480,165,54 per year to
$520,965 64 per year through July 23, 2001
2 Exhibit A, "Scope of Services," shall be amended in Section 2 01, "Parks," to add
"K Palm Canyon Drive between Alejo Road and Baristo Road and that portion of Tahquitz
Canyon Way between Indian Canyon Drive and Belardo Road."
3 Section 44, "Specialty Tasks," shall be amended to add
"Section 44,02 Contractor shall provide labor, equipment, tools and materials to remove gum
and grime from the public sidewalks on the east and west sides of Palm Canyon Drive
between Alejo Road and Baristo Road, including sidewalks in the area of the historical
buildings, the stamped-brick meridian between buildings off of Palm Canyon Drive, and the
sidewalk on Indian Canyon Drive between Andreas and Arenas streets
All work shall be scheduled before or after normal business hours in order to minimize the
inconvenience to the store proprietors.
Cleaning shall be accomplished by use of a pressure washer operating at 2800 to 3000 psi at
a temperature between 195 to 200 degrees Fahrenheit A mild biodegradable detergent shall
be applied through the pressure nozzle while cleaning and manually sprayed on heavily soiled
areas as needed. An MSD sheet shall be provided upon request
Care shall be taken to prevent soiling of store windows immediately adjacent to the sidewalk
being cleaned. Windows soiled in the process of cleaning shall be wiped and reasonably
cleaned. Contractor shall maintain and provide public liability/property damage insurance
pertaining to and protecting against liability arising from the contracted activities."
IN WITNESS WHEREOF,the parties have executed and entered into this First Amendment as of the
date stated above.
T CITY OF PALM SPRINGS, CALIFORNIA
City Clerk City Manager
APPROVED ASoTO�FORM: CONTRACTOR
City Att y 4ruGreen Landscap
L;
OF PALM So
City of Palm Springs
U N
Office of the City Cleric
3200 Talaquin Canyon Way • Palm Springs,Cal-Fornia 92262
cqC/FO RN'P TEL,(760)323.8204 •Ton.(760)864-9527
June 18, 2001
TruGreen Landcare
950 N. Tustin Ave.
Anaheim, CA 92807
Dear Sir:
Attached is one executed copy of Amendment #1 to Contract Services Agreement, between
TruGreen Landcare and the City of Palm Springs, for Parks Maintenance Services, approved by the
City Council on January 17, 2001, by Minute Order 6784,Agreement 44225.
1 have forwarded a copy to Parks and Recreation, Finance, Procurement, and retained one for our
records.
Should you have any questions, please let me know.
Sincerely,
Barbara J. White
Assistant City Clerk
cc: Parks & Recreation w/amendment
Finance w/amendment
Procurement
File
Post Office Box 2743 0 Palm Springs, California 92263-2743
TruGreen Landscape
• Landscape Maintenance
AGRrEMENT #4225
CITY OF PALM SPRINGS M06620, 5-17-00
CONTRACT SERVICES AGREEMENT FOR
T IS CONT�$LACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into
this day of Vg _All , 2000, by and between the CITY OF PALM SPRINGS, a
municipal corporal mn, ( rein "City") and TruGreen Landscape, a California General Parmership,
Anaheim, CA 92807, (herein "Contractor"). (The term Contractor includes professionals performing in
a consulting capacity.) The parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this Agreement,
the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit
"A" and incorporated herein by this reference, which services may be referred to herein as the "services"
or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor
represents and warrants that Contractor is a provider of first class work and services and Contractor is
experienced in performing the work and services contemplated herein and, in light of such status and
experience, Contractor covenants that it shall follow the highest professional standards in performing the
work and services required hereunder and that all materials will be of good quality, fit for the purpose
intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those
standards of practice recognized by one or more first-class firms performing similar work under similar
circumstances.
1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's
proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In
the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this
Agreement shall govern.
1.3 Comnliance with haw. All services rendered hereunder shall be provided in
accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal,
State or local governmental agency having jurisdiction in effect at the rime service is rendered.
1 A Licenses Permits Fees and Assessments- Contractor shall obtain at its sole cost
and expense such licenses, permits and approvals as may be required by law for the performance of the
services required by this Agreement. Contractor shall have the sole obligation to pay for any fees,
assessments and taxes,plus applicable penalties and interest, which may be imposed by law and arise from
or are necessary for the Contractor's performance of the services required by this Agreement, and shall
indemnify, defend and hold harmless City against any such fees, assessments, taxes penalties or interest
levied, assessed or imposed against City hereunder.
1.5 Familiariry with Work. By executing this Contract, Contractor warrants that
Contractor (a) has thoroughly investigated and considered the scope of services to be performed, (b) has
carefully considered how the services should be performed, and (c) fully understands the facilities,
difficulties and restrictions attending performance of the services under this Agreement. If the services
involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or
will be fully acquainted with the conditions there existing, prior to commencement of services hereunder.
Should the Contractor discover any latent or unknown conditions, which will materially affect the
performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall
not proceed except at Contractor's risk until written instructions are received from the Contract Officer.
1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of
the Agreement to furnish continuous protection to the work, and the equipment, materials, papers,
documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be
responsible for all such damages, to persons or property,until acceptance of the work by City, except such
losses or damages as may be caused by City's own negligence.
IdObN 26/1,1/96 1
RcwW MMI/98
a
1.7 Further Responsibilities of Parties- Both parties agree to use reasonable care and
diligence to perform their respective obligations under this Agreement. Both parties agree to act in good
faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary
to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible
for tN" service of the other.
1.8 Additional Services. City shall have the right at any time during the performance
of the services,without invalidating this Agreement, to order extra work beyond that specified in the Scope
of Services or make changes by altering, adding to or deducting from said work. No such extra work may
be undertaken unless a written order is first given by the Contract Officer to The Contractor, incorporating
therein any adjustment in (i) the Contract Sutra, and/or(ii) the time to perform this Agreement, which said
adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to
five percent (5%) of the Contract Sum or $25,000, whichever is less, or in the time to perform of up to
one hundred eighry (180) days may be approved by the Contract Officer. Any greater increases, taken
either separately or cumulatively must be approved by the City Council- It is expressly understood by
Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope
of Services or reasonably contemplated therein- Contractor hereby acknowledges that it accepts the risk
that the services to be provided pursuant to the Scope of Services may be more costly or time consuming
than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore.
1.9 S ecial Requirements. Additional terms and conditions of this Agreement, if any,
which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B"
and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B"
and any other provisions of this Agreement, the provisions of Exhibit "B" shall govern.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, the
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as
Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount
of four hundred eighty thousand, one hundred sixty-five dollars and sixty-five cents($480,165.64)(herein
"Contract Sum"), except as provided in Section 1.8. The method of compensation may include: (i)a lump
Sum payment upon completion, (ii) payment in accordance with the percentage of completion of the
services, (iii)payment for time and materials based upon the Contractor's rates as specified in the Schedule
of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in
the Schedule of Compensation. Compensation may include reimbursement for actual and necessary
expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract
Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The
Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed
necessary by the City-, Contractor shall not be entitled to any additional compensation for attending said
meetings.
2.2 Method of Payment. Unless some other method of payment is specified in the
Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the
first (1st) working day of such month, Contractor shall submit to the City in die form approved by the
City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as
provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by
City pursuant to this Agreement no later than the last working day of the month.
3.0 PERFORMANCE SCHEDULE
3.1 Time of Essence. Time is of the essence in the performance of this Agreement.
3.2 Schedule of Performance. Contractor shall commence the services pursuant to this
Agreement upon receipt of a written notice to proceed and shall perform all services within the time
period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and
incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s)
rS=7c1099999-3000I2160684 2 6l14/96 2
M,red 09/01/98
specified in the Schedule of Performance may be approved in writing by the Contract Officer but not
exceeding one hundred eighty (180) days cumulatively.
3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for
performance of the services rendered pursuant to this Agreement shall be extended because of any delays
due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor,
including, but not restricted to, acts of God or of the public enemy, unusually severe weather, tires,
earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation,
and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days
of the commencement of such delay notify die Contract Officer in writing of the causes of the delay. The
Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the
services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay
is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this
Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in
the performance of this Agreement, however caused, Contractor's sole remedy being extension of the
Agreement pursuant to this Section.
3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement,
this Agreement shall continue in full force and effect until completion of the services but not exceeding one
(1) year from the date hereof, except as otherwise provided in the Schedule of Performance.
4.0 COORDINATION OF WORK
4.1 Representative of Contractor. The following principals of Contractor are hereby
designated as being the principals and representatives of Contractor authorized to act in its behalf with
respect to the work specified herein and make all decisions in connection therewith:
Robert D. Jensen, District Manager
Kenneth W. Sinclair, Division Vice President
It is expressly understood that the experience, knowledge, capability and reputation of the
foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the
foregoing principals shall be responsible during the term of this Agreement for directing all activities of
Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of
Ns Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially
reduced by Contractor without the express written approval of City.
4.2 Contract Officer. The Contract Officer shall be such person as may be designated
by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer
is kept informed of the progress of the performance of the services and the Contractor shall refer any
decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any
approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer
shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms
of this Agreement.
4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge,
capability and reputation of Contractor, its principals and employees were a substantial inducement for the
City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to
perform in whole or in part the services required hereunder without the express written approval of the
City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed,
hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or
otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the
transfer to any person or group of persons acting in concert of more than twenty five percent(25%) of the
present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis.
In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall
F5';7(,,1099mL9au00/21606941 n/1,1/96 3
Revised 09/01M
be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability
hereunder without the express consent of City.
The City's policy is to encourage the awarding of subcontracts to persons or entities with offices
located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to
persons or entities with offices located in the Coachella Valley ("Local Subcontractors")- Contractor
hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local
Subcontractors are qualified to perform the work required. In requesting for the City to consent to a
subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence
to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to
perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals
or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's
efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence
of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified
in Section 6.2.
4.4 Independent Contractor. Neither the City nor any of its employees shall have any
control over the manner, mode or means by which Contractor, its agents or employees, perform the
services required herein, except as otherwise set forth herein. City shall have no voice in the selection,
discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in
fixing their number, compensation or hours of service. Contractor shall perform all services required
herein as an independent contractor of City and shall remain at all times as to City a wholly independent
contractor with only such obligations as are consistent with that role. Contractor shall not at any time or
in any manner represent that it or any of its agents or employees are agents or employees of City. City
shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business
or otherwise or a joint venturer or a member of any joint enterprise with Contractor.
5.0 INSURANCE, INDENMFICATION AND BONDS
5.1 Insurance. The Contractor shall procure and maintain,at its sole cost and expense,
in a form and content satisfactory to City, during the entire term of this Agreement including any extension
thereof, the following policies of insurance:
(a) Comprehensive General Liability Insurance. A policy of comprehensive
general liability insurance written on a per occurrence basis. The policy of insurance shall be in an amount
not less than either(i) a combined single limit of$1,000,000 for bodily injury, death and property damage
or (ii) bodily injury limits of$500,000 per person, $1,000,000 per occurrence and $1,000,000 products
and completed operations and property damage limits of$500,000 per occurrence. If the Contract Sum
is greater than$100,000, the policy of insurance shall be in an amount not less than$5,000,000 combined
single limit.
(b) Worker's Compensation Insurance. A policy of worker's compensation
insurance in such amount as will fully comply with the laws of the State of California and which shall
indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim
or damage arising from any injuries or occupational diseases occurring to any worker employed by or any
persons retained by the Contractor in the course of carrying out the work or services contemplated in this
Agreement.
(c) Automotive Insurance. A policy of comprehensive automobile liability
insurance written on a per occurrence basis in an amount not less than either(i)bodily injury liability limits
of$500,000 per person and$1,000,000 per occurrence and property damage liability limits of$250,000
per occurrence and $500,000 in the aggregate or (ii) combined single limit liability of$1,000,000. Said
policy shall include coverage for owned, non-owned, leased and hired cars.
(d) Additional Insurance. Policies of such other insurance, including professional
liability insurance, as may be required in the Special Requirements.
F>•Ja]LI099999•]OOOQ 160684 2 6114/96 4
Rcviycd 09/01/99
All of the above policies of insurance shall be primary insurance and shall name the City, its
officers, employees and agents as additional insureds, except that the City shall not be named as an
additional insured for the Worker's Compensation Insurance nor the Professional Liability Insurance. The
insurer shall waive all rights of subrogation and contribution it may have against the City, its officers,
employees and agents and their respective insurers. All of said policies of insurance shall provide that said
insurance may not be amended or canceled without providing thirty (30) days prior written notice by
registered mail to the City. In the event any of said policies of insurance are canceled, the Contractor
shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section
5.1 to the Contract Officer. No work or services under this Agreement shall commence until the
Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing
the above insurance coverages and said Certificates of Insurance or binders are approved by the City.
All certificates shall name the City as additional insured(providing the appropriate endorsement),
be signed by an authorized agent of the insurer, and shall contain the following "cancellation" notice:
"CANCELLATION: Should any of the above described policies be cancelled before the
expiration date thereof, the issuing company shall mail an advance 30-day written notice to the
Certificate holder named herein."
The Contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in
any way the extent to which the Contractor may be held responsible for the payment of damages to any
persons or property resulting from the Contractor's activities or the activities of any person or persons for
which the Contractor is otherwise responsible.
In the event the Contractor subcontracts any portion of the work in compliance with Section 43
of this Agreement, the contract between the Contractor and such subcontractor shall require the
subcontractor to maintain the same policies of insurance that the Contractor is required to maintain
pursuant to this Section 5.1,
5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and
employees against, and will hold and save them and each of them harmless from, any and all actions, suits,
claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or
liabilities, (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity
arising out of or in connection with the negligent performance of the work, operations or activities of
Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the
negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance
of or failure to perform any term,provision, covenant or condition of this Agreement, whether or not there
is concurrent passive or active negligence on the part of the City, its officers, agents or employees but
excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its
officers, agents or employees, who are directly responsible to the City, and in connection therewith:
(a) Contractor will defend any action or actions filed in connection with any
of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees
incurred in connection therewith;
(b) Contractor will promptly pay any judgment rendered against the City, its
Officers, agents or employees for any such claims or liabilities arising out of or in connection with the
negligent performance of or failure to perform such work,operations or activities of Contractor hereunder;
and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom;
(c) In the event the City, its officers, agents or employees is made a party to
any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising
out of or in connection with the negligent performance of or failure to perform the work, operation or
activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees,
any and all costs and expenses incurred by the City, its officers, agents or employees in such action or
proceeding, including but not limited to, legal costs and attorneys' fees.
f5L±9e1099999d00012160694 2&14196 5
Rc�,80 091011eu
5.3 Performance Bond. Concurrently with execution of this Agreement, Contractor
shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided
by the City Clerk, which secures the faithful performance of this Agreement, unless such requirement is
waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized
officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The
bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null
and void only if the Contractor promptly and faithfully performs all terms and conditions of this
Agreement.
5A Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement
shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better
in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only
if they are of a financial category Class VII or better, unless such requirements are waived by the City
Manager or designee of the City ("City Manager") due to unique circumstances. In the event the City
Manager determines that the work or services to be performed under this Agreement creates an increased
or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance
policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of
written notice from the City Manager or designee, provided that the Contractor shall have the right to
appeal a determination of increased coverage by the City Manager to the City Council of City within ten
(10) days of receipt of notice from the City Manager.
6.0 REPORTS AND RECORDS
6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer
such reports concerning the performance of the services required by this Agreement as the Contract Officer
shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work
and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if
Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially
increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing
design services, the cost of the project being designed, Contractor shall promptly notify the Contract
Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related
thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate
for the project being designed.
6.2 Records. Contractor shall keep, and require subcontractors to keep, such books
and records as shall be necessary to perform the services required by this Agreement and enable the
Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and
free access to such books and records at all times during normal business hours of City, including the right
to inspect, copy, audit and make records and transcripts from such records. Such records shall be
maintained for a period of three (3) years following completion of the services hereunder, and the City
shall have access to such records in the event any audit is required.
6.3 Ownership of Documents. All drawings, specifications, reports, records,
documents and other materials prepared by Contractor, its employees, subcontractors and agents in the
performance of this Agreement shall be the property of City and shall be delivered to City upon request
of die Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for
further employment or additional compensation as a result of the exercise by City of its full rights of
ownership of the documents and materials hereunder. Any use of such completed documents for other
projects and/or use of uncompleted documents without specific written authorization by the Contractor will
be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor
for all damages resulting therefrom. Contractor may retain copies of such documents for its own use.
Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall
provide for assignment to City of any documents or materials prepared by them, and in the event
Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting
therefrom.
6A Release of Documents. The drawings,specifications, reports,records,documents
and other materials prepared by Contractor in the performance of services under this Agreement shall not
be released publicly without the prior written approval of the Contract Officer.
FS+J±961099999d000M606642 W14196 6
ROVIYcd 09141/9H
7.0 ENFORCEMENT OF AGREEMENT
7.1 California Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the parties in accordance with the laws of the State of California. Legal
actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be
instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate
court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such
court in the event of such action.
7.2 Disputes. In the event of any dispute arising under this Agreement, the injured
party shall notify the injuring party in writing of its contentions by submitting a claim therefor. The
injured party shall continue performing its obligations hereunder so long as the injuring party commences
to cure such default within ten (10) days of service of such notice and completes the cure of such default
within forty-five (45) days after service of the notice, or such longer period as may be permitted by the
injured party; provided that if the default is an immediate danger to the health, safety and general welfare,
such immediate action may be necessary. Compliance with the provisions of this Section shall be. a
condition precedent to termination of this Agreement for cause and to any legal action, and such
compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not
cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement
without cause pursuant to Section 7.8.
7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount
payable to Contractor(whether or not arising out of this Agreement) (i)any amounts the payment of which
may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities,
or damages suffered by City, and(ii) all amounts for which City may be liable to third parties, by reason
of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this
Agreement. In the event that any claim is made by a third party, the amount or validity of which is
disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of
lien, City may withhold from any payment due, without liability for interest because of such withholding,
an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to
withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City
as elsewhere provided herein.
7.4 Waiver- No delay or omission in the exercise of any right or remedy by a
nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A
parry's consent to or approval of any act by the other party requiring the party's consent or approval shall
not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent
act- Any waiver by either party of any default must be in writing and shall not be a waiver of any other
default concerning the same or any other provision of this Agreement-
7-5 Rights and Remedies are Cumulative. Except with respect to rights and remedies
expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative
and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise
by it, at the same or different times, of any other rights or remedies for the same default or any other
default by the other party.
7.6 Legal Action. In addition to any other rights or remedies, either party may take
legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any
default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or
to obtain any other remedy consistent with the purposes of this Agreement.
7.7 Liquidated Damages. Since the determination of actual damages for any delay in
performance of this Agreement would be extremely difficult or impractical to determine in the event of a
breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the
sum of See Exhibit "B" ($ )as liquidated damages for each working day
of delay in tie per ormance of any service required hereunder, as specified in tie Schedule of Performance
F5 2/2 76/0 99999-3 0 0 0/21606 8d 2 6114/96 7Keviud 09/01/98
(Exhibit 'D"). The City may withhold from any monies payable on account of services performed by the
Contractor any accrued liquidated damages.
7.8 Termination Prior to Expiration Of Term. This Section shall govern any
termination of this Agreement except as specifically provided in the following Section for termination for
cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon
thirty (30) days' written notice to Contractor, except that where termination is due to the fault of the
Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer.
In addition, the Contractor reserves the right to terminate this Agreement at any time upon, with or without
cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the
City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any
notice of termination, Contractor shall immediately cease all services hereunder except such as may be
specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the
Contractor shall be entitled to compensation for all services rendered prior to the effective date of the
notice of termination and for any services authorized by the Contract Officer thereafter in accordance with
the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided
in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to
compensation only for the reasonable value of the work product actually produced hereunder. In the event
of termination without cause pursuant to this Section, the terminating parry need not provide the non-
terminating party with the opportunity to cure pursuant to Section 7,2.
7.9 Termination for Default of Contractor. If termination is due to the failure of the
Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions
of Section 7.2, take over the work and prosecute die same to completion by contract or otherwise, and the
Contractor shall be liable to the extent that the total cost for completion of the services required hereunder
exceeds the compensation herein stipulated(provided that the City shall use reasonable efforts to mitigate
such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial
payment of die amounts owed the City as previously stated.
7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend
or made a party to any action or proceeding in any way connected with this Agreement, the prevailing
party in such action or proceeding, in addition to any other relief which may be granted, whether legal or
equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on
any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs
for investigating such action, taking depositions and discovery and all other necessary costs the court
allows which are incurred in such litigation. All such fees shall be deemed to have accrued on
commencement of such action and shall be enforceable whether or not such action is prosecuted to
judgment.
8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
8.1 Non-liability of City Officers and Employees. No officer or employee of the City
shall be personally liable to the Contractor, or any successor in interest, in the event of any default or
breach by the City or for any amount which may become due to the Contractor or to its successor, or for
breach of any obligation of the terms of this Agreement.
82 Conflict of Interest. No officer or employee of the City shall have any financial
interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any
decision relating to the Agreement which effects his financial interest or the financial interest of any
corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any
State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give
any third parry any money or other consideration for obtaining this Agreement.
8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself,
its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no
discrimination against or segregation of, any person or group of persons on account of race, color, creed,
FSM761099999-3flDW;1Gn6x4 7 6/14196 8
Revised 09101/99
religion, sex, marital status, national origin,or ancestry in the performance of this Agreement. Contractor
shall take affirmative action to insure that applicants are employed and that employees are treated during
employment without regard to their race, color, creed, religion, sex, marital status, national origin, or
ancestry.
9.0 MISCELLANEOUS PROVISIONS
9.1 Notice. Any notice, demand, request, document, consent, approval, or
communication either party desires or is required to give to the other party or any other person shall be
in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the
City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.D. Box 2743,
Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated
on the execution page of this Agreement. Either party may change its address by notifying the other party
of the change of address in writing. Notice shall be deemed communicated at the time personally delivered
or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section.
9.2 Interpretation. The terms of this Agreement shall be construed in accordance with
the meaning of the language used and shall not be construed for or against either party by reason of the
authorship of this Agreement or any other rule of construction which might otherwise apply.
9.3 Integration; Amendment. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and
all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and
none shall be used to interpret this Agreement. This Agreement may be amended at any time by the
mutual consent of the parties by an instrument in writing.
9.4 Severability. In the event that any one or more of the phrases, sentences, clauses,
paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid
judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect
any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are
hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless
the invalid provision is so material that its invalidity deprives either party of the basic benefit of their
bargain or renders this Agreement meaningless.
9.5 Cornorate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to
execute and deliver this Agreement on behalf of said party, (iii)by so executing this Agreement, such party
is formally bound to the provisions of this Agreement, and(iv) the entering into this Agreement does not
violate any provision of any other Agreement to which said party is bound.
(Signatures on next page)
t'$L'1G/099999d00021606i4 2 0I1e190 9
Rwdcd 09101/99
IN WITNESS WHEREOF, the parties have executed and entered into this Agreemenl as of the
date first written above.
CITY OF PALM SPRINGS,
A'1" EST: a mmnicipal corporation
(21� By:
iry Clerk City ana e
(Check one: Individual_Partnership
APPROVED AS TO FORM: _,_ Corporation)
By: CONTRACTOR:
ttorney 1
(Notarized) By: dJ
ign re
print Name & Title
1�1 JId6 1 \jji �e_ (eSl er
(Notarized) By:
Signature
(Print Name & Title
�A-a Y14 r
Mailing Address:
C16b N 70s�
CIA
(Corporations requu a two signatures. Onc from each of the
following A Chairman of Board, President, any Vice
President. AND B. Secretary, Assistant Secretary.
Treasurer, Assistant Treasurer, or Chief Financial Officer).
APPPO@fM BY THE CITY COUNCIL
BY R`1ES.o mC3.
4 V, a
rST196/099999d00MI 6DR4 2 6114196 1 O
1wlImd 09/01/99
EXHIBIT "A"
SCOPE. OF SERVICES
Contractor shall provide the labor, materials, supplies and equipment necessary .for providing ground and
landscape maintenance services,including,but not limited to:maintenance of turf,ground cover,shrubs and
trees;renovation of turf and ground cover areas;maintenance and preparation of ballfields;pruning of trees
and shrubs; providing weed, disease and pest control; providing specified building custodial services, if
applicable;operation,repair and maintenance of the irrigation system,if applicable;and maintenance of any
appurtenant structures and equipment pursuant to specifications and frequencies established by the City of
Palm Springs. The specific tasks and frequencies per site are identified in this document.
Exhibit "A": Scope of Services — Page 11
EXHIBIT "A"
SCOPE OF SERVICES
DETAILED SPECIFICATIONS
1, SCOPE OF SERVICES
1.01 The premises shall be maintained with a crisp,clean appearance and all work shall be performed in a professional,
workmanlike manner, using quality equipment and materials.
1.02 Contractor shall provide the labor, materials, supplies and equipment necessary for the provision of grounds and
landscape maintenance services, except as otherwise specified hereinafter.The premises shall be maintained with nothing but
the highest of standards at no less than the frequencies set forth herein.
103 Contractor is hereby required to render and provide landscape and grounds maintenance services,including,but not
limited to: maintenance of turf, ground cover, shrubs and trees; renovation of turf and ground cover areas; maintenance and
preparation of ballfrelds; pruning of trees and shrubs; providing weed, disease and pest control; providing specified building
custodial services, if applicable; operation,repair and maintenance of the irrigation system, if applicable;and maintenance of
any appurtenant structures and equipment pursuant to specifications and frequencies established by the City of Palm Springs as
set forth herein or revised by City. The specific frequencies per site are identified herein.
1.04 Contractor shall not work or perform any operations, particularly during periods of inclement weather, that may
destroy or damage ground cover,athletic or turf areas, unless directed to do so by the Contract Administrator,
1.05 Contractor recognizes that during the course of the Contract,other activities and operations may be conducted by City
work forces and other contracted parties.These activities may include,but not be limited to,landscape refurbishment,irrigation
system modification or repair, construction and/or storm-related operations. Contractor may be required to modify or curtail
certain tasks and operations and shall promptly comply with any request therefor by the Contract Administrator.
1,06 Contractor shall, during the term of the Contract, respond to all emergencies within two (2) hours of notification.
Additionally, Contractor must maintain a 24-hour on-call service for emergency response notification.
1.07 Contractor shall perform a weekly maintenance inspection during daylight hours of all areas identified in the Contract.
Such inspection shall be both visual and operational. It shall include operation of all irrigation, lighting and other mechanical
systems to check for proper condition and reliability.Contractor shall take immediate steps to correct any observed irregularities
and submit a written report regarding such circumstances to the Contract Administrator.
1.08 Contractor shall be required to clearly identify and equip each vehicle used at said facilities with decals on the exterior
right or left front door panels, identifying the Contractor's name,address and phone number.
Exhibit "A": Scope of Services—Page 12
•
2 FACILITIES TO BE MAINTAINED
201 The park facilities to be maintained under the provisions of the Contract are located at the Following addresses:
PARKS:
A Baristo Park (Calle El Se-undo and Calle Encilia) 1.36 acres
This is a pocket park with playground, picnic tables, basketball court,turf and mature trees.
8 DeMuth Park(4365 E. Mesquite Ave.) 62.00 acres
This is a neighborhood park with four lighted ballficlds, four lighted tennis courts,one multipurpose field,three
playgrounds,two restroom facilities, off-street parking,group picnic facilities, mature trees.
C. Desert Highland Park(480 N.Tramview Rd) 17 58 acres
D. Frances Stevens Park(550 N.Palm Canyon Dr.) 3.58 acres
This is a downtown park with occupied public arts centers and theater,shuffleboard courts,picnic tables,mature
trees and turf
E. Ruth Hardy Park(700 Tamarisk) 21.31 acres
This is a neighborhood park with lighted tennis courts,two playgrounds,basketball court,volleyball courts, off-
street parking, picnic and restroom facilities, mature trees.
F. Sunrise Plaza(401 S.Pavilion Way) 37.17 acres
This is a neigbborhood/regional park with baseball stadium, senior center, swim center, leisure center complex,
boys'club and library center;picnic tables,basketball court,exercise circuit,mature trees,Cerritos Field,restroom
facilities.
G. Victoria Park(2744 N. Via Miraleste) 7.67 acres
This is a neighborhood park with volleyball court,picnic shelter and facilities, restrooms, playground and large
multipurpose field-
H. Palm Springs Dog Park and Municipal Co-generation Complex 1,50 acres
Located directly north of Palm Springs City Hall and its parking lot,this is an active community park designed
specifically for use by canines.The area to be maintained is bordered on the west side by Civic Drive,the City's
Co-generation facility to the east,and parking lots to the north and south sides of the properly.
1. Desert Highland Windbreak
Starting at Gateway Drive and Pamela Drive and continuing north and east for two miles to Indian Canyon Drive.
J Palm Springs Stadium & Cerritos Field, with restroom facilities. (See"P")
Exhibit "A": Scope of Services--Page 1 3)
2.02 Contractor will be responsible for conducting a personal inspection of the facilities and surrounding areas identified
in paragraph 2.01 above. Contractor will evaluate the extent to which the physical condition thereof will affect the services io
be provided. Contractor will accept the premises in their present physical condition and agrees to make no demands upon Ciry
for any improvements or alterations thereof.
3. CERTIFICATIONS/REPORTS/INSURANCE
3.01 Payroll and Insurance Requirements
a Worker's Compensation: Contractor should be aware that in accordance with laws of the State of California,
Contractor will be required to secure the payment of compensation to its employees and execute the Worker's Compensation
certification.
b. Contractor's License: In accordance with the provisions of California Public Contract Code Section 3300, City
has determined that Contractor shall possess a valid Class C-27 Contractor's License at the time that the Contract is awarded.
Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the Contract to any
bidder not possessing said license at the time of award.
c. Reporting Requirement Contractor shall make available all payroll and Worker's Compensation records io the
Contract Administrator on a monthly basis. Payment of invoices will be withheld until such report is received and found
acceptable by the Contract Administrator.
d. insurance Requirement: Contractor shall meet all insurance requirements of the City, including,but not limited
to,the provisions ofpersonal and property liability,including automobile coverage,Worker's Compensation in limits acceptable
tothe City.Allrequired insurance(except Worker's Compensation)shall name the Ciry of Palm Springs as an additional insured.
3.02 Maintenance Function Report
Contractor shal l maintain and keep current a daily repon form that records all Ongoing,Seasonal and Additional Work,
maintenance functions performed by Contractor's personnel Said report shall be in a form and content acceptable to the Contract
Administrator and shal I be submitted to the Contract Administrator concurrent with the monthly invoicing.The monthly payment
will not be made until such report is received and deemed acceptable by the Contract Administrator.
3.03 Certification of Specialty-Type Maintenance
When applicable, Contractor shall include with the monthly invoices those specialty-type maintenance items
completed The following information shall include, but not be limited to:
a. Quantity and complete description of all commercial and organic ferilizer(s)used.
b. Quantity and label description of all grass seed used.
c. Quantity and complete description of all soil amendments used.
d. A valid licensed California Pest Control Advisor's recommendation and copies of corresponding pesticide use
report signed by a licensed California Pest Control Operator for all chemical disease and pest control work
performed.
e. Number of hours worked and employees used for each task.
Exhibit "A": Scope of Services—Page 14
3.04 Employee Background Cheeks
All Contractor employees shall be subj ected to a background check prior to any employee being allowed to begin work
or the commencement of work under this Contract Tlie City will require a list of all employees assigned to this Contract along
with their social security numbers. Any employee shown to have a felony conviction or whom the City finds to be unacceptable
will not be allowed to work under this Contract.
4 ADDITIONAL SERVICES
4.01 The Contract Administrator may, at his/her discretion, authorize Contractor to perform additional work, including,
but not limited to,repairs and replacements when the need for such work arises out of extraordinary incidents such as vandalism,
acts of God and tbird-party negligence. Compensation for improvements to add new, modify existing or refurbish existing
landscaping and irrigation systems will be based upon the unit pricing for tasks submitted with bid schedules,when applicable.
If the Contract Administrator determines that the labor forwork resulting 1'rom vandalism,acts of God orthird-party negligence
can be performed by Contractor's present work force, Contract Administrator may modify Contractor's ongoing maintenance
schedule to compensate Contractor for performing such additional work
4.02 Prior to performing any additional work, Contractor shall prepare and submit a written description of the work with
an estimate of labor and materials.No work shall commence without the written authorization from the Contract Administrator.
Notwithstanding the above authorization,when a condition exists wherein there is imminent danger of injury to the public or
damage to property,the Contract Administrator may verbally authorize the work to be performed upon receiving a verbal estimate
liom the Contractor. However, within twenty-four(24)hours after receiving a verbal authorization, Contractor shall submit a
written estimate to the Contract Administrator for approval.
4.03 All additional work as provided for shall commence on the specified date established and Contractor shall proceed
diligently to complete said work within the time allotted-
5 CONTRACTOR'S DAMAGES
5.01 All damages incurred to existing facilities by the Contractor's operation shall be repaired or replaced at the
Contractor's expense.
502 All such repairs or replacements shall be completed within the following time limits-
a. Irrigation component damage shall be repaired or replaced within one watering cycle, but in no case shall this
exceed 24 hours.
b. All damages to shrubs,trees,turf or ground cover shall be repaired or replaced within five(5)working days.
5.03 All repairs or replacements shall be completed in accordance with the following maintenance practices:
a. Trees. Minor damage,such as bark lost from impact of mowing equipment,shall be remedied by a qualified tree
surgeon or arborist. If damage results in loss of a tree,the damaged tree shall be removed and replaced to comply
with the specific instructions of the Contract Administrator.
b. Shrubs: Minor damage may be corrected by appropriate pruning.Major damage shall be corrected by removal of
the damaged shrub and replacement to comply with the provisions in"Pruning and Hedge Trimming-Operation"
of the Ongoing Maintenance Specifications.
Exhibit "A": Scope of Services —Page 15
c. Chemicals:All damage resulting from chemical operation,either spray-drift or lateral-leaching,shal I be corrected
in accordance with the aforememioned maintenance practices and the soil conditioned to insure its ability to
support plant life.
d Irri^ation All damages shall be repaired within 24 hours of notification.All replacement components shall be of
equal or greater quality than those removed and must be approved by the Contract Administrator as to brand and
model proposed.
6. INTERPRETATION OF TI•IE MAINTENANCE SPECIFICATIONS
6.01 Should any misunderstanding arise, the Contract Administrator will interpret the Contract If Contractor disagrees
with the Contract Administrator, Contractor shall continue with the work in accordance with the Contract Administrator's
interpretation.Within thirty(30)days after receipt ofthe interpretation,Comractor may file a written request fora hearing before
a Disputes Review Panel as provided hereinafter.The written request shall outline in detail the area of dispute.
6.02 The Disputes Review Panel will be appointed by the Procurement Manager, City of Palm Springs, and will be
composed of not less than three(3)City personnel having experience in the administration of grounds maintenance contracts.
The panel will convene within one(1)week of appointment in order to hear all matters related to the dispute.The hearing will
be informal and formal rules of evidence will not apply. The panel will submit its recommendation(s) to the Procurement
Manager,for his consideration,within one(1)week following the conclusion of the hearing."1'he Procurement Manager shall
render an interpretation based upon his review of the panel's recommendation(s).The Procurement Manager's decision will be
final.
7 OFFICE OF INQUIRIES AND COMPLAINTS
7,01 Contractor shall maintain an office and equipment yard at some Fixed place located in the Coachella Valley and shall
maintain a telephone at this location, listed in the telephone directory in its own name or in the firm name by which it is most
commonly known and shall, during the term of this Contract, have some responsible person(s) employed by the Contractor
twenty-four(24)hours per day to lake the necessary action regarding all inquiries and complaints that may be received from the
City,City personnel or patrons using the facilities.An answering service shall be considered an acceptable substitute to full-time,
twenty-four hour coverage,provided Contractor is advised of any complaint within one(1)hour of receipt of such complaint
by the answering service. During normal working hours, the Conrractor's foreman or employee of the Contractor who is
responsible for providing maintenance services shall be available for notification through radio communication.
7.02 During the normal days and hours of operation,whenever immediate action is required to prevent an impending injury,
death or property damage to the facilities being maintained, Ctry may, after reasonable attempt to notify the Contractor,cause
such action to be taken by the City work force and shall charge the cost thereof,as determined by the Contract Administrator,
against the Contractor and will deduct such cost from an amount due Contractor from the City
7,03 Contractor shall maintain a written log of all complaints,the date and time received, and the action taken pursuant
thereto or the reason for non-action. The log of complaints shall be open to the inspection of the Contract Administrator at all
reasonable times and shall be maintained for the term of this Contract.
704 All complaints shall be abated as soon as possible after receipt but in all cases within twenty-four(24)hours to the
satisfaction of the City.If any complaint is not abated within twenty-four(24)hours,the Contract Administrator shall be notified
immediately of the reason for not abating the complaint followed by a written report to the Contract Administrator within five
(5) calendar days. If the complaints are not abated within the time specified or to the satisfaction of the City, the Contract
Administrator may correct the specific complaint and the total cost incurred by the City will be deducted and forfeited from the
payments owed to the Contractor from the City.
Exhibit "A": Scope of Services—Pabe 16
,.. • •
7,03 Contractor and Conti actor's personnel shall immediately notifythe Contract Administrator upon contactwithmembers
of the City Council.
8, SAFETY
8,01 Contractor agrees to perform all work outlined in the Contract in such a manner as to meet all accepted standards for
safe practices during the maintenance operation and to safely maintain stored equipment,machines,and materials or other hazards
consequential or related to the work;and agrees additionally to accept the sole responsibility for complying with all local,county,
state or otter legal requirements,including,but not limited to,full compliance with the terms of the applicable OSHA and CAL-
OSHA Safety Orders at all times so as to protect all persons, including Contractor's employees, agents of the City, vendors,
members of the public or others from foreseeable injury or damage to their property.Contractor shall inspect all potential hazards
at said facilities and keep a log indicating date inspected and action taken.All inspection logs are to be turned in weekly to the
City
8.02 It shall be Contractor's responsibility to inspect and identify any condition(s)that renders any portion of the premises
unsafe,as well as any unsafe practices occurring thereon.The Contract Administrator shall be notified mmediately of any unsafe
condition that requires major correction.Contractor shall be responsible for making minor corrections,including,but not limited
to,filling hales in turf areas and paving,using barricades or traffic cones to alert patrons of the existence of hazards,replacing
valve box covers,and securing play apparatus so as to protect members of the public or others from injury.During normal hours,
Contractor shall obtain emergency medical care for any member of the public who is in need thereof because of illness or injury
occurring on the premises Contractor shall cooperate fully with the City in the investigation of any accidental injury or death
occurring on the premises,including a complete written roper[thereof to the Contract Administrator within five(5)calendar days
following the occurrence.
9 HOURS AND DAYS OF MAINTENANCE SERVICES
9.01 The basic daily hours of maintenance service shall be as follows.
a. For the month of November through April, 7:00 a.m.to 3:30 p.m.
b. For the months of May through October: 6:00 a.m.to 2:30 p.m.
9.02 Contractor shall provide staffing to perform the required maintenance services during the prescribed hours seven(7)
days per week, Sunday through Saturday.There will be no suspension of or release from scheduled maintenance operations as
a result of any city, county, state of federally-recognized holiday.Any changes in the days and hours of operation heretofore
prescribed shall be subject to approval by the Contract Administrator.
9.03 Contractor shall be available twenty-four(24)hours a day,seven(7)days a week to respond to all emergencies within
two(2)hours of notification.
9.04 Pursuant to State of California Labor Code,Contractor is directed to the following prescribed requirement withrespect
to the hours of employment.Eight(8)hours of labor under the Contract shall constitute a legal day's work and Contractor shall
not require or permit any employee of said Contractor, or any subcontractor employed by him to perfomh any of the work
described herein,to labor more than eight(8)hours during any one day or more than forty(40)hours during any one calendar
week,except as authorized by Labor Code Section 1815,under penalty of paying to the City the sum oftwenty-five dollars($25)
for each employee employed in the execution of said Contract by him,or any subcontractor under him, upon any of the work
included in said Contract for each calendar day during which such employee is required or permitted to labor more than eight
(8) hours in any one calendar day or forty(40)hours in any one calendar week, in violation of the provisions of Section 1811
to 1815, Inclusive, of the Labor Code of the State of California.
Exhibit "A": Scope of Sezvices-- Page 17
• •
10. MAINTENANCE SCREDULES
10.01 Contractor shall submit work schedules for all locations and indicate assigned personnel and designated completion
times and dates the first day of each month. Additionally, Contractor shall submit revised schedules when actual performance
differs substantially from planned performance. Said revisions shall be submitted to the Contract Administrator for his review
and, if appropriate, his approval within live(5)working days prior to scheduled time for the work.
10.02 The above provisions are not construed to eliminate the Conti actor's responsibility in complying with the requirements
to notify the Contract Administrator for specialty-type maintenance asset forth in Paragraph 10.03.
10,03 Contractor shall notify the Contract Administrator,in writing,at least two(2)weeks prior to the date and time of all
"Specialty-Type"maintenance operations."Specialty-Type"operations are defined as:
a. Fertilization
b. Turf renovation/reseeding
c. Micro-nutrients/soil amendments
d Spraying of trees,shrubs or turf'
e. Aesthetic tree pruning
f. Annual planting
g. Other items as determined by the Contract Administrator
11. CONTRACTOR'S STAFF
1101 Contractor shall provide sufficientpersonnel to perform all work in accordance with the specifications set forth herein
Contractor's employees,whether assigned to anyone facility or as part of a crew serving any number of facilities,must include
at least one individual who speaks,reads and writes the English language proficiently for each assignment.
11,02 Contract Administrator may at anytime give Contractor written notice to the effect that the conductor action of a
designated employee of the Contractor is, in the reasonable belief of the Contract Administrator, derrtnental to the interest of
the public patronizing the premises.Contractor shall meet with the Contract Administrator to consider the appropriate course of
action with respect to such matter and Contractor shall take reasonable measures under the circunxstances to assure the Contract
Administrator that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public
patronizing the premises.
11.03 The City requires Contractor to establish an identification system for all personnel assigned to any facility or crew
that clearly indicates to the public the name of the Contractor responsible for the landscape and grounds maintenance services
and the employees'names.The identification system shall be furnished atthe Contractor's expense and must include appropriate
artire and/or name badges as specified by the City.
11.04 Contractor shall require each of its employees to adhere to basic public works standards of working attire.These are
basically uniforms, proper shoes and other gear required by state safety regulations and proper wearing of the clothing. Shirts
shall be wom at all times and shall be buttoned.
12. TRAFFIC CONTROL/SIGNS/IMPROVEML'NTS
12,01 While working within the public right-of-way, Contractor, at its own expense, shall maintain strict traffic control,
signs,lighting and barricading standards as required by the Contract Administrator.As a minimum requirement,all maintenance
and construction signs,lighting and barricading shall be in accordance with the State of California Department of Transportation's
Manual of Traffic Controls for Construction and Maintenance Work 7.ones, dated 1990,or subsequent editions in force at the
time of execution and during the term of this Contract.
Exhibit "A": Scope of Services—Page 18
1202 Contractor shall not post signs or advertising matter upon the premises or improvements thereon,unless prior approval
is obtained from the Contract Administrator.
13, UTILITIES
13,01 City shall pay for all water and electricity. However, water usage shall not exceed amount required to comply with
irrigation schedules established by the Contractor and approved by the City.Contractor shall pay for all excessive utility usage
due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation if
irrigation maintenance is included in contract pricing. The excess cost will be determined by comparing current usage with
historical usage, per unit of measure per surface acre, for the same time period. The excess cost factor, to be deducted from
payments to Contractor from City, will be presented to Contractor by the Contract Administrator prior to actual deduction to
allow for explanation(s).Water usage:the City will use as a base line the following amounts of water stated in units equal to 100
cubic feet(748 gallons of water):
Parks: 338,191 units/year
14,NON-INTERFERENCE
14.01 Contractor shall not interfere with the public use of the premises and shall conduct its operations as to offer the least
possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services
are performed.
15. STORAGE FACILITIES
15.01 Contractor is prohibited from use of City facilities for the conduct of any of its business interests that are outside the
scope of the Contract. Further,said facilities shall not be used for human habitation,other than a night watchman or patrolman
as specifically approved by the City.Contractor, at its own risk,may store materials required for maintenance of the premises
in said facilities.However,Contractor must,at all times,employ the use of such safety standards and handling procedures as are
applicable to such equipment and materials. Contractor shall not dispose of hazardous materials on the premises. All such
hazardous materials collected on the premises shall be properly stored on a temporary basis, thereafter to be disposed of by
Contractor at an approved disposal site.Damage or loss to Contractor's equipment,materials and/or personal property shall be
at Contractor's sole risk and expense.Contractor shall agree to hold City harmless and waive any claims for datnage for loss of
use of any equipment, materials and/or personal property that may occur at City-provided storage facilities.
16. USE OF CHEMICALS
16.01 All work involving the use of chemicals shall be in compliance with all Cederal, state and local laws and will be
accomplished by or under the direction of a State of California Licensed Pest Control Operator.
16.02. A listing of proposed chemicals to be used, including commercial name,application rates and methods, and type of
usage,shall be submitted to the Contract Administrator for approval at the commencement of the Contract.No work shall begin
until written approval of use is obtained from the Contract Administrator prior to each application
16.03 Chemicals shall only be. applied by those persons possessing a valid California Pest Control Applicator's license.
Application shall be in strict accordance with all governing regulations.
16.04 Records of all operations stating dates,times,methods ol'application,chemical formulations,applicators'names and
weather conditions shall be made and retained in an active file for a minimum of three(3)years.
1605 All chemicals requiring a special permit for use must be registered with the county agricultural commissioner's office
and a permit obtained,with a copy to the Contract Administrator.
Exhibit "A": Scope of Services — Page 19
16 06 All regulations and safety precautions listed in the "Pesticide information and Safety Manual" published by the
University of Califomia shall be adhered to
16.07 Chemicals shall be applied when air currents are still,preventing drifting onto adjacent property and preventing any
toxic exposure to persons whether or not they are in or near the area of application.
1I. ONGOING MAINTENANCE TASKS
17 MOWING -OPERATION
17.01 Mowing operations shall be performed in a workmanlike manner that ensures a smooth surface appearance without
scalping or allowing excessive cuttings to remain.
17.02 Turf shall be mowed with a reel-type mower equipped with rollers,arotary-rype mower,ora flail mower,asapproved
by the Contract Administrator for each site.
17.03 All equipment shall be adjusted to the proper cutting heights as instructed and shall be properly maintained and
adequately sharpened.
17.04 Mowing height for regular Bermuda grass and ryegrass shall be no less than'I/,". Mowing height may be set as high
as 1-'r,", with 1" being considered normal Mowing height for hybrid Bermuda grass shall be no less than /.". Mowing height
may be set as high as'r,",with y8"being considered the normal for hybrid Bermuda grass.Mowing heights may vary for special
events and conditions.
17.05 Mowing operation shall be scheduled Monday through Friday.
17.06 All walkways and hard-surface areas shall be cleaned immediately following each mowing
18. MECHANICAL EDGING - OPERATION
18,01 All turf edges, includvig designed edges in flower beds,shall be kept neatly edged and all grass invasions must be
eliminated.
18.02 All turf edges, including, but not limited to, sidewalks, patios, drives,curbs, shrub beds, flowerbcds, ground cover
beds, around tree bases,and play areas,shall be edged to a neat and uniform line.
1803 Meehan ical edging of turf shal I be completed as one operation in a manner that results in a well-defined,V-shape edge
that extends into the soil. Such edging shall be done with a power edger with a rigid blade.
1804 All turf edges shall be trimmed or limited around sprinklers to provide optimum water coverage,valve boxes,meter
boxes,back flow devices, park equipment and other obstacles.
18,05 All ground cover and flowerbed areas where maintained next to turf areas shall be kept neatly edged and all grass
invasions eliminated.
18,06 Walkways shall be cleaned immediately following each mechanical edging.
18.07 Edging shall be done weekly during the mowing operations.
Exhibit "A": Scope of Services—Paee 20
19. CHLMICAL EDGING !DETAILING/WEED CONTROL-OPERATION
19,01 Chemical application maybe used in and around certain sues,such as planters,areas adjacentto buildings,trees,fence
Imes, sprinkler heads, etc , as approved by the Contract Administrator. Prior to application of chemicals, all areas shall be
trimmed to proper mowing height. Chemicals shall be applied in a manner to limit drill to four inches (4"). Precautionary
measures shall be employed since all areas will be open for public access during application.
19.02 Spot treat with a portable sprayer or wick wand using aherbicidc approved by the Contract Administrator and applied
in accordance with the manufacturer's recommendations. Water shall not be applied to treated areas for the length of time
specified by the product manufacturer.
1903 Where trees and shrubs occur in turf areas,all grass growth maybe limited to at least eighteen inches(18")from the
trunks of trees and away from the drip line of shrubs by use of approved chemicals upon approval to do so by the Contract
Administrator.
19.04 Linear chemical edging of turf boundaries maybe performed in a manner that ensures a defined turf edge and limits
its encroachment into beds or across boundaries where it is impractical to edge mechanically A four-inch(4%)barrier width shall
be considered normal
1905 Detailing of sprinkler heads(to provide maximum water coverage),valve boxes,meter boxes,and similar obstacles
in turf areas maybe performed in a manner that ensures operability,ease of location and/or a clean appearance.A four-inch(4"-)
clearance shall be considered normal.
19.0E All grasslike-type weeds,morning glory or vine-weed types,ragweed or other underground spreading weeds shall be
kept under strict control.
19.07 Remove all weeds and grass from the following areas: roadways, driveways, parking lots, patios, drainage areas,
slopes, hillsides, and expansion joints in all hard surface areas,
19.08 Mechanically remove all weeds fiom shrub beds,planters and other cultivated areas.
19.09 Weeds treated with a contact weed chemical shall be left in place for a minimum of seven (7) days. If kill is not
complete,additional application(s)shall be made, at no additional cost to the City, until target species are eliminated.All turf
and landscape areas are to be treated annually with a systemic pre-emergent granular weed control agent for the control of both
broadleaf and grassy weeds.This application shall be included in the base price for the Contract.The material to be used and the
application method proposed shall be approved by the Contract Administrator prior to application.
19.10 Weeds treated using a systemic chemical shall be left in place in accordance with the manufacturer's recommendation.
The mival application of pre-emergent herbicides typically occurs in the early spring months from February to April each year.
If kill is not complete by the time specified in the manufacturer's recommendation, a second application, at no additional cost
to the City, shall be made at the request of the Contract Administrator.
19,11 After complete kill,all dead weeds shall be removed from the area.
20. LITTER CONTROL-OPERATION
20.01 Complete policing and litter pickup to remove paper, glass, trash, undesirable materials, siltation and other
accumulated debris within the hard surfaces, stadium and landscaped areas to be maintained, including, but not limited to,
walkways,roadways,between and around planted areas,steps,planters,drains,areas on slopes from the toe of slope to ten feet
(10)up the slope,catch basins, play equipment and sand areas, is to be done daily.
Exhibit "A Scope of Services— Page 21
20 02 Complete policing, litter pickup and supplemental hand sweeping of parking lot corners and other parking lot areas
inaccessible to power equipment shall be accomplished to ensure a neat appearance.This is to include trash dumpster enclosures
where noted.
20.03 Litter pickup shall be completed as early in the day as possible,but in no case later than 10:00 a.m. at all locations.
In certain conditions, such as special events or holiday weekends,the Contractor may be required to provide additional trash
pickups.
20.04 All trash on turf areas is to be picked up prior to beginning the mowing operation.
21. TRASH CONTAINERS-OPERATION
21 01 All outdoor and building exterior trash containers shall be emptied daily prior to 10 00 a.m.All disposable materials
shall be placed in appropriate trash bin(s).
21.02 Receptacles shall be conveniently located for the public use and returned daily to such locations if receptacles are
displaced by third parties.
21.03 As directed by the Contract Administrator,containers or related appurtenances shall be cleaned and painted to avoid
concentrations of insects,eliminate graffiti,and not detract from the overall appearance of the area.
2104 Containers shall be painted to match the original color of the container and stenciled as needed.
21,05 Park containers shall be fifty-live(55)gallon drums unless otherwise provided by the City.
21.06 Each trash container shall have a plastic liner at all times to contain trash.
22. TRASH BIN REMOVAL- OPERATION
22.01 All trash and accumulated debris shall be placed in appropriate designated trash bin(s) each day.
22.02 A designated storage area will be provided for the trash bin(s).
22.03 When used,trash trucks shall not be permitted on turf areas.
23. RAKING-OPERATION
23.01 Accumulation of leaves,tree limbs and debris shall be removed from all landscaped areas, including beds,planters
and turf areas udder trees, and placed in appropriate trash bin(s). 'free limbs are to be disposed of daily or within 24 hours of
notification.
24. PRUNING AND HEDGE TRIMMING- OPERATION
24.01 Clearance:Maintain trees to achieve a ten-foot(10')clearance for all branches within the park area and fourteen-foot
(14)clearance for branches overhanging beyond curb line into the paved section of roadways. Prune all plant materials where
necessary to maintain access and safe vehicular and pedestrian visibility and clearance and to prevent or eliminate hazardous
situations.
24 02 Trim designated formal plant materials to maintain formal hedges and topiary work. When trimming hedges near
buildings, electric trimming shears must be used to avoid excessive noise.
Exhibit "A": Scope of Services—Page 22
24.03 Plant ties shall be checked frequently and either retied to prevent girdling or removed along with the stakes when no
longer required
24.04 Remove all new growth on trees up to the appropriate height clearances.
24 05 Remove all dead shrubs and trees. Trees to be removed shall have a caliper of three inches(3")or less measured six
inches(6")above the ground level. if removal is necessary due to Contractor's neglect to maintenance operations,all materials
shall be replaced at no cost to City upon notification to Contractor.
24.06 Staking and Tvina:
a. Replacement of missing or damaged stakes where the tree diameter is less than three inches(3").
b Stake in those cases where tree has been damaged and requires staking for support.
c. Stake new trees or recently-plamed trees that have not previously been staled.
d. Materials
I. Tree stakes,two (2)per tree,shall be pentachlorophenol-treated lodge pole pine not less than eight feet(8)
in length for five (5)gallon-size trees and not less than ten feet(10) for fifteen(15)gallon-size trees.
2. Guy wires where required shall be of the"duckbill"design or equal, using two (2)ties per tree.
3. Plant ties shall consist ofthe"twist brace"design or equal,steel-tie nailed securely between two(2)tree stakes.
4. Stakes will not be placed closer than eight inches(8")from the bark.
24.07 Ground Cover: All dead, diseased and unsightly branches,vines or other growth shall be removed as they develop.
All ground cover areas shall be pruned to maintain a neat edge along planter box walls.Any runners that start to climb buildings,
shrubs or trees shall be pruned out of these areas.
24,08 Damaged trees shall be staked and tied within twenty-four(24)hours. Replacement stakes or new staking shall be
completed within five(5)days
25 SWEEPING /WASHING -OPERATION
25.01 Check concrete areas for cracks, crevices and deterioration and notify Contract Administrator, in writing, within
twenty-four(24)hours of any deficiencies.
25.02 Walkways,steps,hard court areas and patios shall be cleaned daily, including, but not limited to,the removal of all
foreign objects,such as gum,grease, paint,graffiti,broken glass,etc., from surfaces.
25.03 Methods for sweeping of designated areas can incorporate one or all of the following:
a. Power-pack blowers
b. Vacuums
c. Brooms
d. Puslt-power blowers
Exhibit "A": Scope of Services—Page 23
25,04 In the event Contractor elects to use power equipment to complete such operations,Contractor shall be subject to local
ordinances regarding noise levels.Contractor shall notuse any power equipment prior to 8:00 a.m.Further,any schedule of such
operations maybe modified by the Contract Administrator in order to insure that the public is not unduly impacted by the noise
created by such equipment.
25.05 Supplemental hand sweeping of parking lot corners and other parking lot areas is required in those areas inaccessible
to power equipment.
25.06 When washing down hard surface areas,all areas are to be squeegeed dry immediately followintr washing operations.
This operation is to be completed in all designated areas prior to 8:00 a.m.
26 GRAFFITI LRADICATION AND CONTROL-OPERATION
26.01 Graffiti eradication and control shall include all surfaces within each designated maintenance area and may include,
but not be limited to, the following areas as noted
a. Park offices,meeting/storage rooms,swimming pool buildings, all exterior wall surfaces
b Park signs and park fountains
c. Wooden bridges and play structures
d. Picnic pavilions,patios,tables and slabs
e. Restrooms and comfort stations,all interior and exterior wall surfaces
f. City Service Yard and buildings
g. Concrete and block walls
h Concrete walks throughout the park
i. Curbs in parking lots and on streets and drives
j. Trash barrels and receptacles
k. Benches,planters,trees and seating areas
I. Other surfaces within a park or City facility
26.02 All materials and processes used in graffiti eradication shall be non-injurious to surfaces and adjacent park property
and approved by CAL-OSHA.
26.03 Appropriate surface preparation shall be made on painted walls and paint applied shall be the exact shade of color as
existing paint, unless otherwise specifically approved by the Contract Administrator
26.04 Contractor shall use special care and attention when removing graffiti from treated or sealed surfaces. Such surfaces
shall not be painted unless instructed to do so. Contractor shall use materials and methods of application as provided and
approved by the Contract Administrator.
26.05 Contractor is not required to sandblast walls or walkways but may be required to pressure wash surfaces
26,06 Contractor shall immediately remove all graffiti at all times during the days and hours of operation when observed
or instructed by the Contract Administrator.
27. PICNIC AREAS AND PAVILIONS MAINTENANCE-OPERATION
27 01 Picnic tables,benches,slabs,braziers and trash containers and receptacles shall be cleaned daily to insure safe use by
the public.
27.02 Picnic tables and benchcs-shall be checked l'or graffiti,carvings,looseness ofplanksor braces,cleanliness and general
need of repair Damaged benches are to be hauled to the City Corporate Yard for disposal.
Exhibit "A": Scope of Services—Page 24
27.03 Cooking grills, braziers, fireplaces and fire rings shall be inspected for general need of repair.
2704 Contractor's observation of the general need of repair or replacement of loose planks or braces,braziers and fireplaces
shall be immediately reported to the Contract Administrator
27.05 Ashes, partially burned charcoal, garbage and leftover food in and around cooking and picnic facilities shall be
removed.
27 06 The entire picnic area shall be kept free of broken glass, cans,pop tops,paper, etc.
28. PLAYGROUND FQUIPMENT-OPERATION
28.01 All playground sites and equipment shall be inspected at die start of each work day.The sand must be cleaned and
raked level to remove any foreign and/or hazardous material and be neatly groomed daily before 10:00 a.m.
28,02 Any equipment showing signs of wear, fatigue or orlierwise presenting an unsafe condition shall be reported
immediately to the Contract Administrator.
28,03 Special anention shall be given to low sand areas around play equipment. These sand areas shall be leveled by
distributing sand from high areas to low areas During the leveling and distribution of sand,no concrete footing shall be exposed
that could allow children to rrip or fall.
28.04 Durhtg regular maintenance, the raking and filling of depressions shall be done in a manner to prevent material
compaction.
28.05 The raking and distribution of sand around and below the play equipment shall have a cushioning potential and this
condition shall exrend for eight feet(8')beyond any pan of the play equipment.
28.06 All sand play areas shall be maintained free of liner, cans, pop tops,broken glass and other harmful and unsightly
debris.
29 AERIPICATION-OPERATION
29.01 Aerare all turf areas by using a device than removes cores to a depth of two inches(2")at not more than six inches(6")
spacing.
29.02 All turf areas are to be acrified twice annually during the growing season from April to August.
30. WATERING AND IRRIGATION SYSTEM MAINTENANCE
30.01 Since water requirements by plants vary according to the season and a particular year,extremely close attention shall
be paid ro the demands of the plants as influenced by Their exposure to sun,wind,shade and location in the individual planters.
The variation in size of plants installed,as well as the varieties,shall be taken mro consideration All landscaped and turf areas
shall be irrigated as required to maintain adequate growth and appearance with a schedule most conducive to plant growth for
operational mode
30.02 Adequate soil moisture will be determined by programming the irrigation system as follows:
a. Adjusting and setting of the automatic controller to establish frequency and length of watering period.
Exhibit "A": Scope of Services—Page 25
b Consideration must be given to the soil conditions,humidity,minimizing runoff and the relationship of conditions
which affect day and night watering. This may include daytime watering during freezing weather to prevent icy
conditions and manual operation of the irrigation system and/or hand watering with portable sprinklers during
periods of windy or inclement weather.
c. A soil probe shall be used to a depth of twelve inches(12")to determine the water penetration by random testing
of the root zones.
30 03 Watering shall be regulated to avoid interference with any use of the facility's roadways,paving or walks.
30.04 In the areas where wind creates problems of spraying water onto private property or road right-of-ways,the controllers
shall be set to operate during the period of lowest wind velocity,which would normally occur at night or early morning hours.
30,05 irrigation system will be controlled in such away as not to cause any excessively wet or"waterlogged"areas that could
interfere with the ability to mow all turf."in lawn'trees and other planting shall be protected from over watering and run-off
drowning.
30 06 New turf(up through the sixth mowing)shall be watered immediately after mowing. Well-established turf shall not
be watered for at least four(4)hours after mowing.
30.07 All ground cover areas shall be watered as needed to maintain a healthy condition,with appropriate care being taken
not to over water in shady areas.
30.08 Contractor shall be responsible for the operation of the automatic controllers,valves and sprinkler heads in managing
the overall irrigation water delivery system ofthe area.All irrigation systems shall be regularly inspected and tested in accordance
with the specifications specified herein.
30.09 Contractor shall insure that all personnel working on the irrigation system are fully trained in all phases of landscape
irrigation systems and can easily identify and isolate problems and perform the proper testing and inspection of the irrigation
system and the maintenance of the sprinkler heads. This knowledge of landscape irrigation systems shall include, but not be
limited to,the operation,maintenance, adjustment and repair of said systems and their components.
30.10 Contractor is responsible for total maintenance of the irrigation system by performing the following tasks:
a. Sewing, scheduling and monitoring all irrigation controllers.
b Inspecting and reporting of irrigation system status.
c. Adjusting and cleaning of sprinkler heads.
d. Repair or replacement of all sprinkler heads with equal size and quality
c. Providing all P.V.C.schedule 80 nipples,caps,plugs,elbows,couplings, fittings,etc
f. Providing replacements of all risers andswingjoints due to normal wear,vandalism and/or thud-parry negligence.
g. Flushing irrigation pipelines,as needed.
h. Replacing valve box covers due to normal wear,vandalism and/or third-party negligence with ones of equal size
and quality.
Exhibit "A": Scope of Services—Page 26
i. Contractor shall confer with the Contract Administrator regarding the need for replacement or relocation of
sprinkler heads City may require the Contractor, at no additional cost,to relocate the sprinkler head(s)to those
areas within the facility identified by the Contract Administrator.
j Repair and/or replacement of the following items of the irrigation system:quick couplers,automatic valves,gate
valves, valves, automatic controllers and back flow devices,with equal size and quality.
k. Annual certification of the back flow devices.
30.11 Complete pipmg replacement of the irrigation system is not required by the Contractor Contractor is responsible for
the repair or replacement of leaking main and lateral irrigation lines
30 12 Replacement of irrigation components shall be completed within twenty-four(24)hours of determining damaged or
inoperable irrigation component, or as otherwise specified in Section 33.04 and 33.05.
30 13 Replacement for the irrigation system shall be with originally specified equipment of the same size and quality or
substitutes approved by the Contract Administrator prior to any installation thereof.
30.14 The City of Palm Springs has anticipated an estimated materials replacement cost of one thousand five bundred dollars
(S1,500) per month for irrigation system components as par of this Contract.This amount is intended to cover all properties,
accumulatively,as identified in the attached Task List and Frequency Schedules.This expense is to be included in the unit cost
for the fundamental task at"Maintain/repair irrigation" on each list.
31 IRRIGATION SYSTEM OPERABILITY AND TESTING-OPERATION
31.01 In order to insure the operability of the irrigation system, Contractor shall sequence controller(s) to each station
manually to check the function of all facets of the irrigation system and report any damage or incorrect operation to the Contract
Administrator This is to be done weekly in all areas and immediately following the mowing operation in all turf areas.
31 02 During the testing,Contractor shall:
a. Adjust all sprinkler heads for correct coverage to prevent excessive runoff and/or erosion and the spread of water
onto roadways, sidewalks,hard surface areas and private property.
b. Unplug clogged heads and flush lines to free lines of racks, mud and debris.
c. Replace or repair inoperable irrigation equipment.
d. All system malfunctions,damage and obstructions shall be recorded,reported to the Contract Administrator and
corrective action taken.
31 03 In addition to regular testing, all irrigation systems shall be tested and inspected as necessary when damage is
suspected, observed or reported.
31.04 Repair/replace malfunctioning sprinker heads within one(1)watering cycle.
31 05 Correct malfunctioning irrigation systems and equipment within two(2) hours of identification or following verbal
notification.
31,06 Control the irrigation system during inclement weather conditions and limit the use of water concurrent with the
weather situation to the satisfaction of the Contract Administrator.
Exhibit "A": Scope of Services—Page 27
31.07 Flushing of the irrigation lines of grit and gravel shall be done by removing the last head on each lateral and operating
the system until those materials are expelled.
31,08 A weekly report, indicating the time and date of each site inspection, is to be given to the City.This report will be in
a form acceptable to the Contract Administrator
32. BALLFIELD MAINTENANCE AND PREPARATION -OPERATION
All ballfield areas within the premises shall be maintained at a level that insures a safe playing condition. Said ballficids,
including appurtenant backstops, fencing, bleachers and walkways, shall be inspected daily and the Contract Administrator
informed immediately thereafter of any existing hazardous conditions or any supplemental needs required.A separate employee
shall be designated daily for use in ballfield preparation independent from any other function requiring maintenance within a City
park.
3201 Ballfield Preparation:The following progression is necessary to prepare a ballfield for each day's playas directed by
the Contract Administrator or his designee:
a. Lightly water the skinned portion of the infield and then drag and level with a Maxwell Steel Planner Drag or its
equal to break the crust and rcgrade the infield.
b. Home plate, pitchers mound, and first, second and third base areas should be lightly watered. Home plate and
pitchers mound will receive the heaviest watering.
c. The dampened surface material in the above-mentioned areas shall be loosened, raked,shaped and leveled.The
surface material that was worked away from these areas must be replaced in the proper area and tamped down
firmly.
d. All other depressions in the shinned area should be grated level and tamped down firmly.
e The skinned portion of the diamond shall be thoroughly watered with the proper amount of water to provide a
suitable condition for dragging. As a rule, the appearance of small water bubbles should indicate sufficient
watering.
f. In the watering of the diamond,the correct procedure is to water away from the body with the hose to the rear.Do
not walk on the watered areas.
g. As the field dries, check the condition at which it can be dragged while cleaning and washing down dugouts,
bleachers, concrete pads and walks around the diamond. Make sure that the runoff from this operation does not
create hazardous or unplayable conditions in the area.
h. Said drag, similar to a metal foot scraper constructed of heavy interwoven metal squares, is used to provide a
finished surface.
i. After smoothing the surface with the drag mat, small pebbles and other debris shall be removed.
j. Make sure that the base pegs,pitching rubber, quick couplers,valve box covers and sprinkler heads arc visible.
Exhibit "A Scope of Services— Page 28
32.02 Ongoing Maintenance Operations(these operations are to be performed in addition to field preparation maintenance
tasks on a monthly basis).
a. The berm buildup that is created from play and the dragging operations shall be regularly raked level to insure a
smooth transition between the skinned portion of the infield and the grass portion of the outfield.
b. Turf and weed encroachment shall be prevented within the skinned portion of the ballfield.
c A smooth line shall be kept between the turf grass and skinned portion of the ballfield by either mechanically
edging or chemical application at the direction of the Contract Administrator.
d. Seasonally excessively wet diamonds may require the working of the skinned area until it is dry enough to prepare
for play. Acceptable techniques shall be utilized to provide a playable diamond.
c. A soil sterilam or herbicide shall be applied under all fencing that does not have concrete mow strips.
f. Foul lines and out-ol'-bound Imes that extend into turf areas shall be burned in on a regular basis to insure their
visibility.
32.03 Scheduling of Maintenance Operations: Balllicld(s) shall be prepared daily in compliance with the schedule of
recreation use as set forth by the Contract Administrator.Said schedule shall be prepared by the appropriate recreation staff and
forwarded to the Contractor.
32.04 In the event that Contractor elects to use power equipment to complete such operations, Contractor shall be subject
to local ordinances regarding noise levels.Contractor shall not use any power equipment prior to 8:00 a.m.Further,any schedule
of such operations may be modified by the Contract Administrator in order to insure that the public is not unduly impacted by
The noise created by such equipment.
33, BALLFiFLD PREPARATION AND MAINTENANCE-FREQUENCY
33.01 Inspect each field for safety and litter and debris removal:daily,seven(7)days per week,as instructed by the Contract
Administrator
33.02 Preparation for recreation use each field, one hundred twenty (120) times per year as instructed by the Contract
Administrator.
33A3 Ballfield ongoing maintenance: monthly for each field location as instructed by the Contract Administrator.
34, DRINKING FOUNTAIN MAINTENANCE-OPERATION AND FREQUENCY
34.01 Contractor shall maintain all interior and exterior drinking fountains by performing the fallowing operations:
a. Drinking fountains shall be cleaned and disinfected daily, seven (7) days per week, prior to 10:00 a.m. in all
locations.
b. Leaking fixtures,clogged or stopped-up drains and damaged fountains that cannot be repaired by dgluening the
fixture to stop the leak or unclogged by using a "plumber's helper" or a short snake to clear the drain shall
immediately be reported to the Contract Administrator orally and thereafter in writing. For leaking fixtures,the
water valve shall be turned off.
Exhibit "A": Scope of Services—Page 29
• i
34.02 City shall be responsible for the repair or replacement of drinking fountains and fixtures. Additional compensation
may be authorized, at the discretion of the Contract Administrator, for the Contractor to perform said work.
35. FERTILIZATION - OPERATION AND FREQUENCY
3501 All fertilizer/micronutrient shall be approved by the Contract Administrator prior to application.
35.02 Application of the fertilizer shall be done in sections,determined by the areas covered by each irrigation system.All
areas fertilized shall be thoroughly soaked immediately after fertilization
35.03 All turf areas shall receive fertilizer to the standard set forth in Parks Maintenance Standards established by the
National Recreation and Parks Association (see attachments) All fertilizer shall be inorganic and granular in form, with an
approximate ratio of 4-1-2.Fertilizer is to be applied at the rate of one pound of actual nitrogen per thousand square feet of area.
35 04 Areas shall be fertilized using ratios and mixtures recommended by the Contract Administrator at the rate of
application in accordance with the manufacturer's recommendation
35.05 Application shall be accomplished by an appropriate broadcaster drop-style spreader at one-half the recommended
rate in two perpendicular directions.
35.06 There are approximately 102 total acres aFarearequiring fertilization within this Contract.Contractor will be required
to supply the City with materials invoices for each application to ensure that adequate and required quantities of materials have
been applied to all areas.
36,TENNIS COURT AND BASKETBALL COURT MAINTENANCE
36.01 All court surfaces shall be blown clean to accordance with the appropriate frequency of service.Additionally,all court
surfaces shall be deep cleaned by washing as discussed in Part 11,Section II,paragraph 25 and in accordance with the appropriate
frequency of service.
36.02 Tennis net maintenance shall include inspection and adjustment. The nets that are worn, torn or showing signs of
deterioration shall be reported to the Contract Administrator Basketball net maintenance shall include inspection and, if
necessary,replacement.
37. SIIRUB AND TREE CARE/PRUNING -OPERATION
37,01 Tree pruning shall be performed,with the intent ol'developing structurally sound trees,symmetric appearance with
the proper vertical and horizontal clearance, as follows:
a. All trees shall be trimmed,shaped and thinned,and suckers removed to a height of twelve feet(12')from surface.
b All dead and damaged branches and limbs shall be removed at the point of breaking
c. All trees shall be trimmed to prevent encroachment on private property.
All tree care and pruning operations shall be done in accordance with the guidelines as established by the International
Society of Arboculture(ISA),National Arborists Association(NAA)or the American Society of Consulting Arborists(ASCA).
All trimming and pruning operations shall be under the direct supervision of an ISA Certified Arborist and all pruning work is
to be performed by ISA Certified Tree Workers.
Exhibit "A": Scope of Services—Page 30
37 02 Prune shrubs to encourage healthy growth habits and for shape to retain their natural farm and proportionate size.
Restrict growth of shrubbery to area behind curbs and walkways and within planter beds by trimming.Hedge shears may be used
as a means of pruning, if approved by the Contract Administrator.
37.03 Pruning Procedures-
a. Rapid healing of pruning wounds is dependent upon where the cut is made when removing limbs.Never leave
short stubs.Some trees produce a corky ring of growth where a limb originates.The pruning cut should be made
toward the outside portion of this"collar" If a tree does not produce this characteristic collar,then make the cut
flush to the limb where it is growing
b. All limbs 1-'r," or greater in diameter shall be undercut to prevent splitting.
c. All limbs shall be lowered to the ground using a method that prevents damage to the remaining limbs
d. All equipment used shall be clean,sharp and expressly designed for tree pruning.
e. Climbing spurs shall not be used.
37,04 Pruning Criteria,
a. The initial step of pruning shall be the removal of all dead wood,weak, diseased, insect- infested and damaged
limbs.
b. All trees shall be pruned for vertical and horizontal clearance.Such clearances are:twelve feet(12)for pedestrian
areas and walkways; fourteen feet(N')for vehicular roadways.
c. All crossed or rubbing limbs shall be removed unless removal will result in large gaps in the general outline.Limbs
should extend alternately from the trunk on twelve-inch(12%)or twenty-four-inch(24"-)spacing
d. All trees shall be thinned of smaller limbs to distribute the foliage evenly.
e All trees shall be trimmed and shaped to provide a symmetrical appearance typical of the species.
f, All suckers and sprouts shall be cut flush with the trunk or limb.
g. No stubs will be permitted
37.05 All structural weaknesses, such as split crotch or limbs and diseased or decayed limbs, or severe damage shall be
reported to The Contract Administrator.
37,06 Special emphasis shall be placed upon public safety during pruning operations,particularly when adjacent to roadways
37.07 All trimming and debris shall be removed and disposed of offsite at the end of each day's work.
37.05 All trees that are downed by either natural or unnatural causes shall be removed and disposed of offsite within 24
hours Stumps shall be removed to twelve inches(12")below grade and wood chips removed and hole backfilled to grade.
37,09 The underlying canopy of all trees will be maintained free of limbs and suckers to a height of 12 feet above ground.
37.10 All olive trees are to be fully trimmed annually prior to the spraying operation identified in 44.07.
Exhibit "A Scope of Services—Page 31
38. CULTIVATING -OPERATION
38,01 Cultivate beds and planter areas to ensure a neat appearance using appropriate equipment desigucd to loosen the soil
to a depth of three inches (3"). Care shall be taken so as not to disturb plant materials or their roots in accomplishing this
operation.
39 RENOVATION/VERTICAL MOWING-OPERATION
39.01 Care shall be taken to avoid unnecessary or excessive injury to the turf grass.
39.02 Sweep or ralce the dislodged thatch from the turf areas and place in appropriate trash bin(s)
39.03 Standard renovating or vertical mowing-type equipment shall be used.
39.04 Vertical Mowing- Turf: Vertical mow to remove thatch in turf areas to encourage healthy growth and maintain
acceptable appearance.
39.05 Renovation -Turf.
a. Renovate to the soil line and remove all excessive thatch in turf area-
b. After thatch is removed and upon completion of turf renovation,all turf areas shall be overseeded,mulched and
watered.
c. Areas to be overseeded will be seeded using blends or mixtures at the rate of application recommended by the
Contract Administrator.
40 TURF RENOVATION/RESEL•DING- OPERATION
40,01 Parks to be overseeded and their approximate square footage are:
Baristo Park(General turf) 29,670 sq. ft.
DeMuth Park(General turf) 1,132,560 sq,ft
DeMuth Park Sport Fields(Sports turf] 696,960 sq, ft.
Desert Highland Park(General turf) 370,376 sq. ft.
Frances Stevens Park (General turf) 79,060 sq.ft.
Ruth Hardy Park(General turf) 706,344 sq. ft
Sunrise Plaza(General turf) 892,960 sq. ft.
Palm Springs Stadium (Sports turf) 122,500 sq. ft.
Victoria Park(General turf) 320,512 sq, ft.
Palm Springs Dog Park(General turf) 56,000 sq. ft.
Municipal Co-generation Plant(General turf) 10,000 sq. ft.
NOTE It requires approximately 54,000 pounds of Pure Live Seed to properly overseed all turf areas as specified.
Delivery mvo Lees to ensure the application of adequate materials must be submitted prior to the start of operations to the Contract
Administrator.
40,02 All areas are to be scalped,vertically mowed per section 41 specifications and swept free of any loose grass clippings
and debris. A maximum acceptable height of remaining turf after this operation is 1/4 inch.Soil must be visible throughout the
turf area to insure positive soil contact with the seed
Exhibit "A": Scope of Services—Page 32
40 03 Debits generated or accumulated during the course of the renovation operations shall be removed from the landscape
site and disposed of at an appropriate landfill or disposal site at Contractor's expense. If stockpiling is necessary, preapproval
to do so must be obtained from the Contract Administrator and all material must be removed daily.Absolutely no debris will be
allowed left on site after scheduled daily work hours.
40,04 irrigation in all areas that may have been damaged as a result of renovation practices must be repaired immediately
Prior to seeding with acceptable methods and materials at Contractor's expense. Approval prior to seeding in any area will be
a consensus judgment between the Contractor and the City, if applicable
40.05 Acceptable performance and turf renovation practices will be at the sole3udgment ofdne City.If adequate renovation
has not been performed within any turf area, Contractor may be required to redo any area, in whole or in part,to achieve the
desired and intended result.-'flits will be done at the sole discretion of the City's representative or authorized designee.
40.06 For overseedhig purposes, all turf areas are to be fertilized with a "balanced" fertilizer blend with a minimum
guaranteed analysis of 15%nitrogen, 15%phosphorus, 15%potassium at the time of overseeding. This application of fertilizer
is in addition to all other fertilization requirements as referred to in this document. Fertilization must occur prior to initial
irrigation on the seed. Minimum rate. I pound each of actual nitrogen,phosphorus and potassium per thousand square feel of
area covered.
40 07 Seeding is to be done after renovation and prior to fertilization Seeding must be done in two perpendicular directions
at half the recommended rate in each direction to insure even coverage. After seeding and prior to fertilization,turf is to be
mowed at 1/4 inch,with grass stubble debris to remain in place for additional coverage.
40.08 Only Oregon-grown`Blue Tag Certified"seed will be allowed.Seed must be a perennial ryegrass blend.A minimum
of two locally-proven grass varieties and not more than three varieties may be used in the blend. The maximum allowable
percentage of any single variety within the blend shall not exceed 50%of the entire blend.
40.09 To compute seeding rates as required, the Pure Live Seed(PLS)method will be used. This calculation is based on
determining viable seedlhlgs by multiplying the germination percentage,as stated on the bag tag,by the percentage of pure seed,
as stated on the bag tag,per individual seed lot.
40 10 Rates will vary depending on area of application. General turf areas are median islands, City parks, parkways,and
other ornamental lawn areas. Sports turf areas are baseball and softball fields, soccer fields, and other athletic fields. An
approximate total acreage of each area will be provided,although bids are to be based on a per-thousand-square-foot basis.
40.11 General turf areas are to be seeded at 12 pounds(PLS)per 1,000 square feet. Sports turf areas are to be seeded at 14
Pounds (PLS) per 1,000 square Ibct.
40.12 Seeding is not to occur prior to September 15 and must be one hundred percent(100%)completed in all areas no later
than October 31 of each year.
41. DISEASE/INSECT CONTROL-OPERATION
41.01 All landscaped areas shall be maintained free of disease and all harmful or undesirable insects that could cause damage
to plant materials,including,but not limited to,trees,shrubs,ground cover and turf.The primary insect problem within the parks
system is one of ant control It is the City's intent to control this and any other insect problems by means of organic methods.
Pesticides may only be used with prior approval of the Contract Administrator.Whenever chemical applications are used,extreme
care must be exercised.No chemicals shall be used in the presence of park patrons,especially small children.
41.M The Contract Administrator shall be notified immediately of any disease, insects or unusual conditions that might
develop.
Exhibit "A": Scope of Services—Page 33
41.03 A disease and pest control program to prevent all common diseases and pests from causing serious damage shall be
provided on an"as needed"basis for plant materials, including,but not limited to,trees,shrubs,ground cover and turf. Disease
and pest control shall be achieved using materials and rates recommended by a licensed California pest control advisor
41 04 All Aleppo pine trees are to be sprayed four(4)times per year at the direction of the Contract Administrator. The
spraying operation is to occur at night between the hours of 10:00 p.m, and 6:00 a.m. in all locations. All trees are to be
completely sprayed according to the manufacturer's directions Trees are to be treated for the control of red spider mites with
a mixture of chemicals,such as Pentac and Moresian.This mixture is to be of the type that will attack living mites through the
use ofa miticidc and the developing eggs through the use of an acaricide.The mixture is also to include a surfactant for improved
adhesion and all chemicals are to be applied at the curative rate recommended by the manufacturer.
42 PLANT MATERIALS -OPERATION
4201 Plant materials shall conform to the requirements of the landscape plan of the area and to"Horticultural Standards"
of American Association of Nurserymen as to kind,size,age,etc.Plans of record and specifications should be consulted to insure
correct identification of species.Plant material larger than those specified may be supplied if complying in all other respects.
42.02 Substitutions may be allowed but only with prior written approval by the Contract Administrator.
42.03 Nomenclature - Plant names used in the landscape plan of the area conform to "Standardized Plant Names" by
American Joint Committee on Horticultural Nomenclature. In those cases not covered therein, the custom of the nursery trade
shall be followed.
4294 Quality:
a. Plants shall be sound, healthy, vigorous, free from plant disease, insect and pests or their eggs, and shall have
healthy,normal root systems and comply with all state and local regulations governing these matters and shall be
free from any noxious weeds.
b. All trees shall be measured six inches(6")above the ground surface.
c. Where caliper or other dimensions of any plant material are omitted from the Plant List,it shall be understoodthat
these plant materials shall be normal stock for type listed. They must be sturdy enough to stand safely without
staking.
d. Shape and Form: Plant materials shall be symmetrical and/or typical for variety and species and conform to
measures specified in the Plant List.
e. All plant materials must be provided from a licensed nursery and shall be subject to acceptance as to quality by
the Contract Administrator.
42.05 Plant Materials Guarantee:All shrubs shall be guaranteed to live and remain in healthy condition for no less than thirty
(30)days from the date of acceptance of thejob by the Contract Administrator.
Exhibit "A": Scope of Services—Page 34
42 06 Annual Planin . Annual flowers, of a type and size to be specified by the Contract Administrator, shall be planted
twice annually, in October and early May.The annuals shall be planted at sites according to Operational Mode. All I'all annual
planting must be completed prior to November 1 and all spring annual planting must be completed prior to the Memorial Day
weekend.
a. Estimated Ouantities: The approximate number of flats of color purchased per planting have been two hundred
fifty(250) Flats per planting have been purchased in about a 50150 mix of four-inch(4")liners and jumbo packs
of forty-eight(48)plants per each flat.
1. Annual planter bed preparation shall consist of the following removal of any weed growth or foreign
materials;turning of the soil to a depth of six inches(6")two(2)weeks prior to seasonal planting;amendment
with two (2) cu ft. soil conditioner per one hundred (100) sq. ft. of a type approved by the Contract
Administrator; incorporation of amendment and 6-20-20 fertilizer at a rate of thirty (30) pounds per one
thousand(1,000)sq. ft., into the soil;fine grade and moistening of soil prior to planting-
2 Prior to seasonal planting, all beds are to be treated with a granular broad-spectrum fungicide, approved in
advance by the Contract Administrator.
3. Planting of annuals shall consist of: placement of annuals into the prepared beds at a maximum of eight inch
(8")spacing,as determined by variety and at the Contract Administrator's direction;plants shall be placed in
a predetermined arrangement, firmed into the soil immediately after removal from flats and watered
immediately upon completion of a reasonable section.
4. All annuals shall be treated with an anti-desiccant spray prior to planning.
5. The Contract Administrator shall reject all annual flower materials that are of the wrong type, undersized,
damaged or diseased, overgrown, or that in any way do not reflect a high degree of care. Contractor shall
provide suitable materials upon the direction of the Contract Administrator that meets with approval.
6 Replacement of annuals that fail to perform, for any reason, may be required by the Contract Administrator
at the Contractor's expense.
42.07 Olive True Spraying: Olive trees shall be fully treated and retreated, for a total of two(2)applications, with a fruit-
fixing agent(Olive Stop)at the appropriate time each spring,according to Operational Mode and as determined by the Contract
Administrator.
43. LOCKS AND KEYS
43 01 City has developed a chain and lock systeni for restrooms,gates and valves/pumps cover boxes.Contractor shall be
responsible for purchasing similar locks upon loss of any City-owned locks. City shall provide Contractor, on a one-for-one
exchange, locks that have been vandalized or are inoperable.
43,02 Contractor shall provide a chain and lock system,at Contractor's expenso,fortrash containers located throughout the
parks for the purposes of securing and limiting the removal or tipping of the containers.
43 03 Key Control:
a. Contractor shall be responsible for the series of keys assigned to it and will, in turn, assign these keys to its
personnel for use in maintaining this facility.
Exhibit "A": Scope of Services—Page J5
b. Contractor will be held responsible for the proper use and safekeeping of all keys issued by the City 10 the
Contractor
c. Contractor shall report all lost or stolen keys to the Contract Administrator within twenty-four (24) hours of
discovery of the loss.Contractor shall reimburse the City for the cost,as determined by the Contract Administrator,
of re-keying the facility or duplicating additional keys
d. Upon termination,cancellation orexpirauon of this Contract,all keys received bythe Contractor shall be returned
to die Contract Administrator.
e. California law stipulates that it is unlawful fora person to duplicate any keys without the permission ofthe owner.
The penalty for violation of law is either six(6)months imprisonment or a five hundred dollar(S500)fine,or both
44 SPECIALTY TASKS
44.01 At the request of the Contract Administrator,the following Specialty Tasks are to be performed,for which Contractor
will be compensated in accordance with the negotiated hourly rate as shown in its proposal submitted. For those costs not
provided for elsewhere,Contractor shall submit an estimate to the Contract Administrator prior to performing the task.
a. City shall maintain,including re-lamping,the light standards at I)eMuth Park,Palm Springs Stadium and Cerritos
Field only. All other re-lamping shall be the responsibility of the Contractor. Contractor shall inspect the light
standards and check operability of the lamps and notify the Contract Administrator of damaged light standards and
inoperable or burned out lamps.
b. During Special Events,Contractor shall pick up and remove all litter within the Special Events area.Other Work
shall include,but not be limited to:
1. Assembly and disassembly of bleachers-Transport,assemble and disassemble mobile bleachers with a seating
capacity of two thousand five hundred (2,500). Move entire bleachers four (4) times each year and move
between eight(8)and ten(10)bleacher sections six(6)times per year.Each section will seat fifty(50)people.
2. Erection and removal of crowd control devices: A typical event requiring crowd control is the Palm Springs
VillagcFesi.This event is held weekly mthe Central Business District The erection and removal time of crowd
control devices typically averages twelve(12)hours per week
3. Assisting during emergency situations,such as earthquakes, tires and floods.
4. Transporting,towing or moving Special Events materials and supplies,which may include,but not be limited
to, floats,boxes of souvenirs, such as T-shirts,hats and paper weiblits,tables and chairs. It is estimated that
approximately seven thousand(7,000)hours may be associated with this type of activity.
5. Showmobile• Transport, assemble and disassemble a 40'x 8'showmobile(single-wide mobile home frame)
and set up and remove sixteen(16)4'x 8'extensions to increase stage size to a maximum of 40'x 24'.Request
for showmobile use will be approximately twenty-four(24)times per year.California State Class A Driver's
License is required to move the showmobile or a towing service may be called to transport it
45 MTSCELLANEOl1S
45.04 The City,at its discretion,may allow Contractor to purchase fuel used to perform Work under this Contract from the
City Yard. If fuel is purchased from City,the cost will be deducted from the Contractor's monthly invoice.A live percent(5%)
administrative fee will be added to the price per gallon for fuel.
Exhibit "A": Scope of Services—Page 36
EXHIBIT"B"
SPECIAL REQUIREMENTS
1. STAFFING REQUIRFMFNTS:
A. At all times during the course of this Contract,Contractor will provide the following minimum crew assignments and
full-time staffing levels: one(1)full-time superintendent,one(1)full-time foreman,one(1)full-time lead man,and
one(1)full-time irrigation technician,il'applicable,per work crew,plus additional manpower as needed to adequately
perform all tasks as specified in the Contract.All of these people will work Monday through Friday and be assigned
to the various parks in the city.Additionally,workers will be assigned to work a fall eight-hour shift on Saturdays,
Sundays and holidays to provide the City with seven-day-per-week coverage,as required on the task lists.
B. The superintendent, lead men and irrigation technician will each have a two-way radio to their vehicles and be
available for radio contact at all times during normal working hours to respond to calls and settle problems that may
occur throughout the wort:day.The City of Palm Springs will provide the Contractor with one(1)two-way radio to
be used during daily work hours to communicate with designated City employees and for emergency response to
public safety calls.
C. Unless otherwise directed, the basic daily hours of maintenance service shall be as follows: For the months of
November through April—7 00 a.m to 3 30 p.m.,for the months of May through October—6 00 a in.to 2:30 p.m.
D Park mowing will be done with a separate mowing crew.Contractor shall use a minimum of one(1)seven-gang reel-
type mower(or approved equivalent) in conjunction with one(1)72"rear-discharge rotary mower to complete all of
the mowing of City parks.All mowing shall be completed during normal work hours,Monday Lhrough Friday of each
week, unless otherwise approved by the Contract Administrator
L, One (1) full-time employee, or the equivalent of eight(8)hours per day,shall be allocated seven(7) days per week
for both Sunrise Plaza and DeMuth Park.All other parks shall be maintained on a crew basis where the crews report
in the mornit g,clean restrooms, if applicable,pick up trash and police die parks.All other landscape tasks,such as
horticultural,irrigation and non-routine,shall be accomplished throughout the day and work week,as specified in the
Contract.
2. SUPPORT SERVICES: To accomplish the following tasks,which are not performed on a routine basis, and provide for a
better distribution of manpower,Contractor shall bring in additional labor and equipment on an"as needed"basis:
• Annual Planting
• Aeration
• Fertilizing
• Overseeding
• Verticutting
• Tractor/Skiploader Work
• Pesticide Spraying
• Tree Trimming
These services are technical in nature and the kind of equipment required is not the normal equipment for on-site landscape
laborers to use.
Exhibit "B": Special Requirements --Page 37
3 LABOR REQUIREMENTS TO SUPPORT SPECIAL EVENTS/PROJECTS:
A Contractor is required to provide manpower and equipment as needed to supply labor in support of City special events
and special projects The number of laborers required and number of work hours will be determined on an as-needed
basis. Contractor will be notified a minimum of forty-eight(48)hours in advance of all work assignments as to the
number of workers needed and the estimated hours of service requested
B Typically,the type of work performed in these instances is a moving of materials,hauling trash and debris,shoveling,
moving and assembling grandstands, and a variety of other tasks requiring unskilled labor.
C. The City of Palm Springs typically requires approximately 7,000 man hours per year of this type of work throughout
the community. There is no guarantee as to the actual amount of hours requested amorally. Contractor may be
requested to support all of any part thereof of the total 7,000 man hours anticipated at the discretion of the Contract
Administrator.All materials,which may be required,other than transportation vehicles and minor hand tools will be
provided by the City.
D. The hourly rate to be used on a routine basis will be considered the REGUC.AR RATE as shown on the Bid Schedules.
The hourly rate to be used on a non-routine basis for the ten (10) holidays listed below will be considered the
HOLIDAY RATE as shown on the Bid Schedules.
The HOLIDAY RATE will ne observed only on the following City holidays:
1. New Year's Day-January 1
2, Martin Luther King Jr.Day-3`d Monday in January
3. Lincoln's Birthday-February 12
4. Presidents' Day-3`d Monday in February
5, Memorial Day- Last Monday in May
G. Independence Day-July 4
7. Labor Day- 1"Monday in September
8. Veterans Day-November I I
9. Thanksgiving Day-4"Thursday in November
10. Christmas Day- December 25
NOTE- When a recognized holidcryjalls on a Saturday, rho preceding scheduled ivork day shall be considered the
holiday. When a recognized holiday falls on a Sunday, the following scheduled work day shall be
considered the holiday.
E If the Contractor fails to provide the required staffing to support special events and special projects,the Contractor
will be considered to be in default and liquidated damages,as provided for in Section 5,shall apply.The applicable
Frequency Schedule shall be Frequency "J." The 90-day grace period does not apply.
4. USE OF CITY FACiLTIIES:During the term of this Contract,City hereby grants Contractor a license to use those portions
of the Corporate Yard,located at 425 N.Civic Drive,Palm Springs,California,shown by cross-hatching on the attached Site
Plan,for offices for Contractor's superintendent and foreman performing services under this Contract.Contractor must staff
and maintain the on-site office as the primary point of contact with the City on a daily basis during normal business hours.
5. LIQUIDATED DAMAGLS SCHEDULE:Each maintenance task identified herein shows a frequency of occurrence.These
frequencies are identified by a letter, "A" through "j," and categorized as either "regular," "periodic," or "occasional," as
shown on the schedule below Tasks A through E are considered regular,tasks F through H are considered periodic,and tasks
1 through J are considered occasional.
Exhibit "B": Special Requirements—Page 38
If an individual task is not performed correctly or within required time lines,Contractor will be considered to be in default.
Once considered in default,liquidated damages may be assessed against Contractor on a per-task,site-specific basis until the
default is corrected. The assessment shall be: 1)S50 per occurrence for regular tasks;2) S250 per occurrence for periodic
tasks, and 3) $2,500 per occurrence for occasional tasks.
In the event of a default after the first ninety(90) days of the contract,the above liquidated damages shall be assessed for
failure to complete any individual task.A 90-day allowance is permitted to facilitate phasing in of the schedule.For regular
tasks,after the third written notice of violation,damages may be assessed for all violated thereafter concerning such task,with
or without prior notice of violation.For periodic or occasional tasks,written notice shall be given o£the violation with a)three
(3)days to cure for periodic tasks and b)five(5)days to cure for occasional tasks. Liquidated damages shall be assessed if
the default is not timely cured. The assessment will be doubled after eight(8) violations for regular tasks, after three (3)
violations for periodic tasks, and after each violation for occasional tasks unless the violation is waived by the Contract
Administrator for good cause. The doubling applies to the specific task and not the class or category.
Contractor will not be found in default for regular or periodic level tasks for the first ninety(90)days of the Contract to allow
the Contractor sufficient time to retain adequate staff and become adjusted to the various job functions and sites within the
City,although Contractor shall be given notice of all violations after Contract commencement. The ninety(90)-day grace
period does not apply to occasional tasks at any time during the Contract.
SCHEDULE
FREQUENCY ALLOTTED COMPLETION TIME
"A" Completed Daily,before 10:00 a.m.
"B" Completed Daily,before the close of business
"C" Completed Daily,before the close of business-Monday through Friday only
"D" Completed Weekly, before the close of business an Friday
"E" Completed Bi-Weekly or two times per month
"F" Completed Monthly or twelve times per year
"G" Completed Bi-Monthly or six times per year
"H" Completed Quarterly or four times per year
Completed Bi-Annually or two times per year
Completed Annually or one time per year
6. Exhibit"D," SCHEDULE OF PERFORMANCE, is deleted.'rimes for performance are stated in Exhibit"C."
7. PROHIBITION AGAINST SUBCONTRACTING ORASSIGNMENT:Theexperienee,knowledge,capability andreputation
of Contractor, its principals and employees were a substantial inducement for City to enter into an agreement. 'Therefore,
Contractor shall not contract with any other entity to perform, in whole or in part,the services required hereunder without
the express written approval of the Contract Administrator.
8. Section 3A,"Term,"is modified by extending the one(])-year term to three(3)years with two(2)additional two(2)-year
options,renewable at the sole discretion of City.
Exhibit "B": Special Requirements—Page 39
EXH1131T"C"
SCHEDULE OF COMPENSATION
Compensation for park maintenance services provided by Contactor will be made on a monthly basis, based on receipt of
acceptable invoices.Compensation is to be adjusted annually each year in July,beginning in the year 2001.Annual adjustment
is to be based on the Riverside County CPI for the previous year ending in December.
Compensation for speciality tasks,both known and unknown,planned and unplanned,will be billed separately per speciality task
and submited within forty-eight(48)hours following the conclusion of the event or task.Pricing for speciality tasks will be based
on the hourly rate submitted on Contractor's Bid Proposal(see paragraph 44).
Exhibit "C": Schedule of Compensation—Page 40
SUMMARY
BID SCHEDULE "B" (EXCLUDING RESTROOM MAINTENANCE)
FOR
PARK MAINTENANCE SERVICE
AT VARIOUS LOCATIONS WITHIN THE CITY OF PALM SPRINGS
Responding to Invitation for Bid No. 00-06 for Park Maintenance Service at various locations
within the City of Palm Springs the undersigned Bidder proposes and agrees to perform the
maintenance services in good order and in accordance with the specifications. 1/We will provide
the specified services at various locations within the City of Palm Springs, and will accept as full
payment the following amounts:
ITEM PARK ANNUAL
COST
1 BARISTO PARK $
32' .3 •Co o /1P
2. " DEMUTH PARK $ 03
3- DESERT HIGHLAND PARK $ a 7a9. y
A. DESERT HIGHLAND WIND BREAK $
5. _, FRANCES ST EN•S,PARK : �y{ $:'PSp. .70 7
, •,• 6'.`:;`;:;'P�LM',SPRIIyG$`STADl1JIUl :.& �a:�•;.•�,� '.. .:;;..,-:,•;_.�. �,�.,k:sr.�$, 7,E��:•r1�a,!�
.7=°fiix c.,.M.• .,w��. .r - '�.,, sMr�,�.. N:`��r�; ,�a`,.� ,rw+' "�' � - _.'�eN�v",; 'e`�*n_�
1-l%µ ENa ���" ''1 G� �PAFt � •i '7a. F��W" ' ��� � ' x .¢'
p'�„;.6r.'.u`yti rt —yfi`ry �ry�sj+N`✓� - �7w��r, �
", ` . U. IGJJO GE ':'GOIVIPJL ;
�.����Ma -a 9:"�`�, IINRISP�'�J\ - =� �DaS.� ' • ,��y
p 7 V4C -URIA, a FtK P 4
"fi'..=.n•,�«,.g, `riw �1.: _.s. fir, 0 �'" k - . +•; ?Se ' ..
,�4
^.,TM�.R1F: ,e - i{r�h �i�;R'G'r�axy,✓�rl 'f: "'".z.s '..:`&`,�'•6H^u� ,:tT. ._ Y 5 rF?t '•�•y y,'.k,'` sY /..,.r :° ° ✓:
>._�"r,� 'r r�^&r i t����''�•�.'.�+.�i�..C...i.c'r•1 N .t';i e�e`.'N'!ti, •, 'c:�*.fin die �y�J~'wus"��T^•- f; r �»7.•.,�1/�G'nr_ �,� ,�:..^�' .
+�C.'.�,: ??r,".}-- ;�y4f? f. .�'rl ,Yr,Ss� .w:�M 1 ..��,{: :��,�>;a r;Uw,��'.4 .. '4'. ��y'.�kii• :Fq. k . S••��u^a�`Y'ri!?
.. .:;-: -•.�¢ ��.t d.''irlr�r�:,` C�'ir'c �A>� ,'�;',d?r,:r•-i `. rT"� ka n�itr..`+ix'r�. ,.��+_!a' 'A`.+ .� `?„tir'��;w. ;'+� "�,��¢,a:;tt-.��r
,� !.c .r_,�:._�;�l.v.^'y'F,.�1}�•1 rn.k � �I.. j. ,_-f.4;1��- . �c :Vz+ -s- ��. ,.,���..-. ,..��.: H � .�{.:. w
= Restroom Maintenance Excluded ••"1 • '�' --��-�= "�-_<s�Ir�"=': _ � .
HOURLY PRICING FOR SPECIAL EVENTS:
REGULAR RATE: $ /G — PERIHR X 6,000 HRS. _ $
HOLIDAY RATE: $ -�PY PER HR X 1,000 HRS.=
GRAND TOTAL �a IGS.
UNIT COSTS FOR INDIVIDUAL TASKS ARE ATTACHED HERETO FOR EACH PARK.
41
UNIT PRICE BID SC14EDULE
ADDENDUM 4 1 -IrB 00.06
PARKS F4WAMENTAL TASK LIST I FREOIJENCYOEDULE
(Detail)
LOCATION: Baristo Park
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDAMENTAL TASK SCHEDULE COST MULTIPLIER COST COST
SCHED.A S/C�HgED,B
Aedfy turf I-Si-Annually e1q.50 x 2
Apply pre-emergent herbicide-landscape areas H-Quarterly 14.50 x 4 (a G •v �p�p,r
Apply pre-emergent herbicide-turf areas J-Annually c],` x 1 �]�J-
Slow off courts D-Weekly �,2� x 52 � •l (f�
Blow off walks,curbs,gutters&hardscape ❑-Weekly &0 x 52 3.1. ZP 3/- 20+
Clean drinking fountains A-Daily /0 x 365 36 50 711- _LD
Clean parking lots/trash enclosures
Clean picnic tables&barbecues B-Daily ,�£Jj x 365 6-6.70 &5-.7o
Clean playgrounds/maintain sand areas A-Daily x 365 -6 y, 70 (pS ,'70
Clean/service restrooms
Control nuisance pests D-Weekly (p�- x 52 3>j
Cultivate beds D-Weekly .^]Q x 52 9g', 80 e3e;06Q
Empty,trash ieceptades/dean lids&ashtrays A-Dally , S . x 355; - 27;-75. /;27.75
• `Feil_il¢_d:�omaifie'ritals,&annuals`;, -,.r;:,__. <^ ?;" :.F.=Mdnthty,,,_:,.ri '•�SO^ %' _ �O. ..' -m:
i p�ryy y T �, ,w.-��y; trl '++r �. y,dfL�yr� / w eU''"7}i`�C�'a""-L,h�yT .,�. :3 'S� F
yl4`'}�. i 1ru"ly` .�W' ONE Wit`—' .A^.GV4�}:-`F e �-� i�:� "A 1..H.� •.
y� a elf^' r.`9i A 1..''e L1' yw�" 'Fti•• d ar t-MO-tI� T -�?r 1,7^',�f, ter s � hy3'•j' *.6�'yi�. p'.'.4 iurr � ..A�, ,�i1' , rh.'*�1:''F!� ,y •L j_.
'1-1®ibf[7der"tT°a`I�rs+�L•Jffrl_dSCdpC«9 F�:e•_' :n4t_: ? S a.n. .vr :r �''.�' .-' .'' 3�'u'�\ "" RAN t. r, ;+`• ".• _ fe�3; 'b=fllYee`k!� 3'�s W5 '�,Yl-•" .�i
�;1a'tnta allfie,s',�.nn`;'.d�._.1`r.�-,'��'4 � i¢� w' '�,,': ., ��'��.^"�'_�'•:� ` "�,
'S' 8ifl a '�d`fi e"�ds�';S�fOutinO,.`.F'�'xir &L• k':,f, 'u"m-.,•.'drts� AA k°� M
.�
,f:.,w, ; ..mow ,M>.:;:u', �.a5uii'."^ r�^t: r",4•� ', "'r" a i y `,�,,,�BY"bally AF T �' '`+k`
:r.�, ,„f•2i'!., ..lr'tg ..:;�V,w.trv;�'s��...>,�. �g� `.. ...aa>ww..'�. _ � � •,�a•:a w iW2�`Q`TV
.y g"•: 'pidgjp.. ',� -::tire l �L v� :^ �,p`.pa T' "?„`�r�--r- .' `; �•?..F^, r�%;5'rFi'h%":.�'.GSr 'Y� � ✓ •f'. .G, �fi y. .r DA'� ':-
,reriw'vaFitte�'&tich`ris r: ;rf:�':. >; ,'�r�.�:c,' ,n1' ':�.:-..:; '��.,•... � =.. :�.�''s�....� �`obi�'.
,«t * N: M h:i,�.'•� C'2. h
`Play aiielials _ 7 , r g 1, ,.' d. ;fir eXAitniially A: �d": D'' f.:.,._ kk3'
•',' PorticrEdge all areas .._ .. .£,`'BI-Weekly .: � .IS- x24 qq
Power mow turf D=Weekly 60 -x 52 sg. 00 17S •ZD.
Power-string trim all areas D-Weekly 2.5-0 x 52
Prepare athletic fields
Prune/trim/shape I stake trees D-Weekly ,9Q x 52 %�.�Q Z 80
Rake/remove leaves D-Weekly f S x 52 3�j, gQ
Remove graffiti S-Daily x355 �p. SQ 3�•d�
Remove weeds/rake out sand landscape D-Weekly ,zs x 52 (per•`•` �p�
Renovate/overseed turf J-Annually x 1 231,
l ���•
Spray insecticides D-Weekly x 52
Spray olive trees I-Bi-Annually q,7.Sb x 2
Spray pine trees
Trim hedges I shrubs G-Bi-Monthly 2 .S Q x 6
Trim olive trees J-Annually (per, x 1 (p}�•�
Wash dawn outside corridors/passageways!around
buildings Wash off courts E-Bi-Weekly x 24 (P, r3326
PAGE TOTAL 3• zo
42 PAGE TOTAL: $ � L?0
PARKS F4WAMENTAL TASK LIST I FREQUENCY410HEDULE
(Detail)
LOCATION: DeMuth Park
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDgMENTALTASK SCHEDULE COST MULTIPLIER COST COST
SCHED.A SCHED. B
Aerify turf I-Bi-Annually /SDI X 2
Apply pre-emergent herbicide-landscape areas H.Quarterly 7.6D•- x 4 30cr,- 3o
Apply pre-emergent herbicide-turf areas J-Annually 3CM - x 1 .360,0 - 30co
Blow off courts D-Weekly Zg•g5 x 52
Blow off walks,curbs,gutters&hardscape D-Weekly gs x 52 pD,Z /r�,�
Clean drinking fountains A-Daily x 365 / •]576 / '9 ,1z
Clean parking lots I trash enclosures E-BVWeekly /��• X 24 r
Zong,Clean picnic tables&barbecues B-Daily O x 365 2993. `
Clean playgrounds/maintain sand areas A-Daily ,�� x 365
Clean I service restrooms A-Daily $-Z� x73t) zZ•��
Control nuisance pests D-Weekly 2�•ge x52 /gyp-Zp
Cultivate beds D-Weekly x 52
Empty trash receptacles 1 dean rids&ashtrays - A-Daily /x_30 -x 365 <y"yg9-S6
..: �1 F.erb7¢eµatnamentais&annuals,:'i.;t,,. .. - .,'y. .F.r Mdhthb'r•�ly-�•3';, "ZSO`� ��._�sr.� X,72'.t-n.;.i.. �r .r� -
?G FGrG749�11 =u''J�Y"n''�n ✓M 1 i'r_ii':: ;:�7i�r'r:l:`_,',j'^r•^"., _� .r�,,rdry ::i i .1::.
,�i.,."` rsO.�,ZV �.�b7°'r�-1�• si y,,�y,� ,:��1 .,r�ri.;�
- •'1fei�iCi_de'rrals,d_IanilScaPe;areas= '1'f!i��:.'S��'.%;" =;.. .`�-.� e?k1Y, -. r �:H`, :^7�J'>�' *N `"'�2 �+ j
�, n +.ri
'• :., ;
.,.Y ;MaTritalnti�l�F�e1ds�;or19dN9�•"...�µ't,/+x���,Y.''�;��,�yy"�z`,...y . 'E;�lall}eel�ty� �`�.Sy��N s ,}3`34 � �.
_'1 �n..orb+:�:r. tea -, _r.�v AI-�'. I�-f� .1 •N'1„ TnMV.4.4: 3-...51+::nhcarn:,+i��l `14� Yin•: � `
yMalnf'aln',hall(eklsm`Tr?U_Gi1o` 1.rYi7 'F� �t'i731 ':" v"'r' sO211 m,: +�, ..,,rr. 20-r - / yP�•,n�b� a ,
_ „�S.JFe,a!" •rai�.:+:�.�^x� ��,.nxw� �a.,."" � �.N�nr.�t .
.7tlalataI II.ic Ir ar #S'67 a .4'7s'a' :c. 'C;'r�: - .. r :r�✓ ��.,,1 - "Ir'r.M `r'•r��� :Y.cr. Y.�..a�,.:.r.K rY--'".,._3,_ iw:
•pa ;krl6.�a�.. ,Ju�s;'�l`a
.� tinwMd-YCfI1b1r0•GttNr'IX�d2b1�5�'e'jl cN"''' n:YJ'1.'S �l >r' rb".�rr,/ ry. a+i:i,�:1,`:,.ty p•^.�H •._•Jn. -.,y`��,'p�I eG ::.. �(�{�^�`
. 1 ."Sl1 m'h^'•�5`^I'�r:oi': ir k..iA` iYY�7h<1nl: O�,�'r/W� -'1fY-'YlYI''Jx Nam .. - L�K/?'i]D� .�rQ..✓.� .
�w T -hi hntlels 'R . `=`.k'H;' �i;',:;;_%`Yc ri�:rp+;s'.;�,}ae`f.;�;•�,:�,� .,IM hi;ArinuaA `., y /"�� �r:'a•.,� �y,,.��{j�+,tw�Y. ,I.�C, ¢eu��y�/w/ far
'hh i T�v. 1.. Y1.- i�Y' :4V ern � ".1k't{'.�2rv.:1.Nn=.c14:' ��!• .FP WX1r`�
Poweredge'0 areas, E.:SMeekry p ?` 3i24„ Ste: OD, I'
Power mow turf - D-Weekly x 52
Power-strin trim atl areas D•Weekly g x 52 �y
Prepare athletic fields C-Daily 2 x 120
Prune/trim/shape 1 stake bees D-Weekly 5 -70 x 52 Jew,- --inm.
Rake I remove leaves D-Weekly S .'7p x 52 3�r�
Remove grate B-Daily q./p _x 365 / 99. 9� / 5'R•99
Remove weeds I rake out sand landscape D-Weekly z�•�S x 52 ��, /'ZF49•70
Renovate/overseed turf J-Annually x 1 �50 Crlp / Z& U
Spray Insecticides D-Weekly x 52 /5�,zo -4w OD
Spray olive trees I-Bi-Annually ESQ• x 2'
Spray pine trees H-Quarterly / v X 4 —
Trim hedges I shrubs G-Bi-Monthly Q — x 6QQ
Trim olive trees J-Annually q5 - x 1
Wash down outside corridors!passageways!around D-Weekly �7 2S x 52
buildings UZ� / •7O
Wash off courts E-Bi-Weekly 61?,50 x 24
PAGE TOTAL 150/26
43 Q PAGE TOTAL- S J5O/a •D S
%3 /4/S�/o3•sy
PARKS VAMENTAL TASK LIST/FREQUENCY'HEDULE
(Detail)
LOCATION: Desert Highland Park
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDAMENTAL TASK SCHEDULE COST MULTIPLIER COST COST
SCHED-A SCHED.6
Aerify turf I-Bi-Annually 9/0 _ x 2 95Z--` ryry
Apply pre-emergent herbicide-landscape areas H-Quarterly 2!/3 x 4 6 5.F _ 052 —
Apply pre-emergent herbicide-turf areas J-Annually 95Z x 1 gS Z -- 5722- —
Blow off courts D-Weekly „70 x 52 �7/./pa 413/.6p
Blow off walks,curbs,gutters&hardseape D-Weekly 0.3p x 52 7131. (p O q8/'(pO
Clean drinking fountains A-Daily /1.20 x 365 zz- —
Clean parking lots I trash enclosures E-Bi-Weekly S-,Sd x 24 P,52•—
Clean picnic tables&barbecues B-Daily S x 365 $57.7 r 9'57.71-
Clean playgrounds I maintain sand areas A-Daily x 365 57.75 9'57 -7,t-
Clean I service restrooms
Control nuisance pests D-Weekly g,�p x 52 3/•(y p .(pp
Cultivate beds D-Weekly �&.yp x 52 9S2 .Sp
Empty hash receptacles/dean rids&ashtrays A-,Daily Z. x 365 -, 057.7S_ 957-7s
-;s. :FerbT¢enmimentals&annuals - F�M6 "•�:; rl .; . _ _ yt� �'- �:rva • j�"�; ,`,
..�,ati� ° ram•,,. ��r� ��
.i*: rYntGLC•tlrrr',fi. "k'?i�.'°`�,y'::',+,,.i ya u:42 •' i.,S.':.r-�;�x >� l r }�,,r00tp /. �,yp i�,,.. �;}y •�c =i � v"..,i.
..� . ,_ - . ,-"i_, ^�I;:• . :��' 3 `F��w._, Win,., :� ;�- i ..' - ��"7 .� „,. ,_.•�
.±u;5tyq 'yie(6�Ici3e tiirf'tiAy�.r:.''i,= �� gz "£::;v;, +_�I+ "4�i�r-��y ,`MG;�$Lr,� tlil� "+` w�•y.. ��. . �p ,
}�!^M f _�". .i'C .Ftrm�11:�� .�:: iT-.il,;„•e'YY<,�.W- a.J.",,..k.C•hRl�...Y� a ,.�;Y+,:{,� -n. - 5��-.��N. r.'i%�'�`4'4T�
%_ �iei6ld�e;Nallcay&lind5rape;areas a
.- . .. _ :,
J"�:r�• 'Mat tale 6�tlfie�ds`:"on oing'xfF.f,4y`'" ��iY F?' 'E� 1- ee �.Y 4
'i"� 5,.,.� ...„.�, g , rirr �.i:,�C'%"3n. ��•("7,�4� 'r.... ,� �Dr�!- .a�• ��-..
�;� �Mafri4?in.�+YT-P•,P.a.r�ition?E"�:fi�:�;a5�`.v^�*'.`i�'Sti�s_��.��; a$.•w�a�� 1��,,�'� �5�' �5� "��';. ,4�r�..•~ 5• �. . t�5� a. .` s:��'�,�`�}��'�%D,• ;'�,
Ficliii' ,remove•,Ftter&ge' i 1'7''': t�s?I?37�,(
.� ,Flint ilintials �F'r�"„fi'rJi-'r=1'",no-�r''�,fi�i'iNh.,r'_ !?c;s:'•+.'a kYM: `"9l-,Antllially "" y rr ,�''-w^a 2.°r�, ,..,A r
�,:_�..' g •.,�! i -
•Poweredgeallareas -- E=BiWeekly' : S� :Sp, .- ^:'x24 ;:'��•^xis -�_�" t'�' ' a�
Powerrnawturf t D-Weekly - - /N7.M - -x52 .- (a7p-.� 67p
Power-string him all areas - D-Weekly _q_ p x 52 299`_yo
Prepare ethleGcfields C-Daily 740 x120 852.— 5-P,—
Prune/trim I shape/stake trees D-Weekly &,q0 x 52 g.5Z• Ev 9-52. 0
Rake I remove leaves D-Weekly /6.yp x 52 957— , o g$z•gp
Remove graffiti B-Daily 1.20 _x 365 '5 8,—
Remove weeds I rake out sand landscape D-Weekly ,�3Q x 52 o
Renovate I overseed turf J-Annually // xi 51/
Spray Insecticides D-Weekly e 30 x 52 3/,(p0 3 &o
Spray olive trees I-Bi-Annually /y x 2 1;267 q.
Spray pine trees H-Quarterly x 4 —
Trim hedges I shrubs G-Bi-Monthly / X 6 -
Trim olive trees J-Annually x 1
Wash down outside corridors I passageways I around
D-Weekly �0 x52
buildings
Wash off courts E-BI-Weekly M- x24 / �• r
PAGE TOTAL .27�c}.
44 PAGE TOTAL: $ ,77� S
PARKS FUNDAMENTAL TASK LIST I FREQUENCY SCHEDULE
. (Detail)
LOCATION: Desert Highland Windbreak
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDAMENTAL TASK SCHEDULE COST MULTIPLIER COST COST
SCHED.A SCHED.B
Aerify turf
Apply pre-emergent herbicide-landscape areas
Apply pre-emergent herbicide-turf areas
Blow off courts
Blow off walks,curbs,gutters&hardscape
Clean drinking fountains
Clean parking lots
Clean picnic tables&barbecues
Clean playgrounds/maintain sand areas
Clean/service restrooms
Control nuisance pests
Cultivate beds
Empty trash receptacles I dean lids&ashtrays
Fertilize ornamentals&annuals
Li :r-;.} .3_r."r e"�,✓os,' ',j+i c:cwsiz r:,'f^^--,•Y.:.�.. �rdy,v..
.� (=Ert17t�,:t11h .,> ,+•,:k:.y�?i..':r-r .'r�t.`r' �;t'irF �I s1 . ';f'` i� '+v �"'-=•.r��_�
1 (f! P s` ,,,y._..,, 'ri;, "1 ':ia' k- {•n-dff. Y.� 3i i 'I'r'7': :� .. 1 '., F_�.�:.-� FYr .h.
�'s4 11" .� ,
fieitik'idc;;"ralk5. ?�sntls`cape_a_r_eas�" 945";'�4i'r, �-'"W t ,.r '% ";? ' K`�'ar ;5. w'w=" jr'•'7,,,
��. }-M�:� �.!�1..tfl%�rr u.'w�, 1.�,. .. A.'�.:n
,r. Jrilgate'(maniilly)'.. �, µr�:� s�� f m' ' `z ( 'F�Morit6tyl . nyj s�M�•�x''12: .� Yam'/�. % '.�'.
'wT Y. r i`r e tiM �,r.,�+ryq vie `�1"•�. A.'.' s ack
kM- 'klr;',tiallfi�,Id5�..4I!�CN9' .•. ' '. , S.r"•.. ^,>? .'�°; kVMW� a�.r.'L3.a-M,. ''y �e � �3i^` ,MO ,. fi 'W`M1rMNOW s
.>i5 .P 7rensgll0'li�er it COgYiS'r"'ti% 'N> 'i1L";<..•irL+� - O 4E SY{'+iL i - ' '12w 4':? ii f., ..i - _•s
si .idUip.. nu.�rr ,7,a.: ilti!ty;`.c y} � ...;,i -r-?S, 'in -au. ��✓�,5�,, �` `"/R .r - .
.. ...•`r Y; -G.,s r .. an`.,a„wy.t% .�„• t �l'":.-�.�{ C:',t`k.'C+ `e 7',`^ 1^ ,`,,� a.
;Tldnttvl iial5�;nnT••'��1�� � :i+F"-�,.,�+-�x�gY: 4w`,'V•?`�•;..5. * tt.�.;,,j;'•.r, epp 'c � _ '1m'+.'�, ' .
A, �
Power edge allareas.;�cr,.; : . __ _
Power mow turf
Power-string trim all areas '
Prepare athletic fields
Prune I trim/shape I stake trees -
Rake/remove leaves
Remove graffiti
Remove weeds/rake out sand landscape
Renovate/overseed turf
Spray Insecticides
Spray olive trees
Spray pine trees
Trim hedges/shrubs
Trim olive trees
Wash down outside corridors/passageways/around
buildings
Wash off courts
PAGE TOTAL 3 6g
45 PAGE TOTAL: $ 3 V 154-
PARKS FI&AMENTAL TASK LIST! FREQUENCY,—(^-IEDULE
! (Detail)
LOCATION: Frances Stevens Park
ANNUAL ANNUAL
FUNDAMENTAL TASK FREQUENCY UNIT UNIT COST COST COST
SCHEDULE COST MULTIPLIER SCHED.A SCHED.B
Aenfy turf I-Bi-Annually 13z— x 2 —:7 v �2
Apply pre-emergent herbicide-landscape areas H-Quarterly f�Cp x 4 _-2 -
Apply pre-emergent herbicide-turf areas J-Annually '2& x 1 ---
Blow off courts
Blow oft walks,curbs,gutters&hardscape D-Weekly j,z•r x 52 -
Clean drinking fountains
Clean parking lots/bash enclosures E-Si-Weekly �,` x 24
Clean picnic tables&barbecues
Clean playgrounds!maintain sand areas
Clean/service restrooms -
Control nuisance pests D-Weekly x 52
Cultivate beds D-Weekly �7,�� x52
Empty,trash receptades/clean Gds&ashtrays A-Daily x 365 �3[/l/�� 7S
- rt IOrI12lI1CntatS�PnndalS._ _ _ a Fr.fddnth ,^�6 :;r'IX•12.w z3—
" ^ 4 i •y� ri'. S` -',4 ,.s•N=
� .( MOr(ryrneq*I5.P. 1 M �v a 3. 9:`
-
"1� Yt�eI� O r u`t' ,'4�.€Xjs;=i;�'�ti, ''•,i �.�il"y:2 j-,"«{ thly M:T •ice'-^''r'`� �I na .r6.^.c rcl: I :k' '-
F1erb7dtfewaAcs landsca oleos .:' - ""^an ° ary ; ;: r
2',�.r.
`�S -..F,., .,&.. tx =y:• "' r�"�"<„ p:°,tNeekly','.�:.'Ft-f� �5. ..,%.��r_;,�5 �•`r��" Co_ g..aj4;
e ,I_'c�.�.?' IMar,Ilt.' ..{ .w-�n ,..cx , O.;1 n���f;"7.,3 y�..Y/t'�i.11�`:�!-�r'rit.�.>.wT N t.4'r i..-:,r i.,tra w,v'J-• L�',a?t';n':t..uH.iL'F[.'r"•M,'^r:r�>r:{'r�,�5.x.,I -y s.5Y-;4•-t������.+b. Y,�.i�.y�'. y�
� �7 �TayId �
'..
�__ltal'rnr��nn�tdICk�S��.�ICUtI[]C.�fVfti:k�F,Y• 'cu,V�N. L:f,Y „}k�•�Y,'5+��'S :^`'u�-;_.�'.+�r: Ry Y[% - ;v,11'v- �,.- =Yrf.�• y t y �ie'r
.-M� ( .r.,('"�..xRa.,, .our_ ..h.�{n.s ri ..�.��ri"nV--�.lift'��"e".j� ��.�'ri?:��,.C�'`.�,'•T '�_ �::: ��,TJ' �✓� {3`L".�V.�ne •��'y 'h��„
9 .Malilfa'IrjJ.fep'alrlrrigaffon
.rYY aiem6verdter"&dCCris lrz '�".I' li s� `'.Dal ,F' ;iai •")C.$55;;:..�uiK �ir '"� .jr
�`"f' "x'2- °`c;�. 'F _1. ;Plant an 1M"•, =fi'c:'. Y`. t%ln y . �': .. ••K..rs a = .. '. 'AV
Power edge all areas E-Bt-Weekly ��_r -,,X24
Paver mow turf ❑-Weekly �Q,OS x 52 �CpZ•Coo Slot-(o0
Po r-s ring trim all areas D-Weekly 5-1 p x 52 of 6,joj 26-57 op
Prepare athletic fields '
Prune/tdm/shape/stake trees D-Weekly . ,y5r x 52 -
Rake/remove leaves D-Weekly ,2$- x 52
Remove graffiti B-Daily ,�S x 365
Remove weeds/rake out sand landscape D-Weekly ,�pQ x 52 ��,2-0p 4?3-216
Renovate/overseed turf J-Annually ��`�j.` x 1 O , '� /,—
Spray Insecticides D-Weekly �'lPd x 52 3, 2-6 93-26
Spray olive trees I-Bi-Annually x 2 26 14�6
Spray pine trees
Trim hedges/shrubs G-Bi-Monthly x 6 -3 W,^ 3
Trim olive trees J-Annually 3 8.� x1 j �• � 3
Wash down outside condors/passageways!around D-Weekly x 52
buildings .
Wash off courts
PAGE TOTAL
qb PAGE TOTAL: $
PARKS FIWMENTAL TASK LIST I FREQUENCY 41EDULE
(Detail)
LOCATION: Palm Springs Stadium & Cerritos Field _
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDAMENTAL TASK SCHEDULE COST MULTIPLIER COST COST
SCHED.A SCHED.B
Aerify turf G-Bi-Monthly x 6
Apply pro-emergent herbicide-turf areas J-Annually /0 x 1
Blow off grandstands D-Weekly 530 x52
Clean drinking fountains C-Daily 2,30 x 120 :2 76 7&
Clean dugouts D-Weekly ��j,dad x 52
Clean locker moms As requested / x 6 �S'/-ZCJ �S'/,Z-0
Clean/service restrooms(1"&V sidelines) As requested 3 x 6
Clean/service restrooms(center) A-Daily -/ X 760 9 Q y-4//p
Edge baselines,Infield F-Monthly x 12 55z__ 5s2.—
Fertilize turf F-Monthly , x12 11OV — llper/ _
Herblcide day areas G-Bi-Monthly (P x 6 •�(a- 2.7& r
Herbicide turf G-BMAonthly x 6
Maintain ballfieldsongoing E-Bi-Weeky . z 3 ,�� ', f;x24 -
��. 8
'MBirltalRb?ilf1 ldsemufine i".S.-ems",-- 49.ri:._.��v=,��..� :.a;'iti'�,' i'C jpaihY��+`.f�TS"°� '^2• .::/�'�6� .��:�j_C�xF�20.i;�"��S f0:�-"ZO4 ,�o=
-)Aakifairi.sepalskiigaGori^'`i•;;t•":'3i�rh^ .= .Pf!`: .� "J '. yi':r
� ,
ritinevwe', tte['4"�tiris'& ,� G, . r' � Ca "r .. D7 .. 4� _ LLµ� Lf
MIN 5
.Pavrar4kdgo�e4;eieas 3 "w. �f i;.+ ':�:��'. }:;��ir :tx s r ;DySai�¢1i1y4 'r� ^' -. :.: `24� 'Q.. J.
an
, :ti a �� ', ,_ F :..• q r"° 4y FPV7Qf tl i .s
r y,�_ -t .56 � /-7.��j�� ✓i�
Jlw 'd5�i'•:iti�S',':`i(,,vnC•S ...`ti �4'J�?Y}rr-.C !!'PY , ,fiw�,?'' ., • ,W !c �..�-, .�TI?f'.�., T„ f x. . GJ Y4''.wT.S'
PuwreFstiing tilin'alt areas:�0, ?-r,*�'^" ;�'� �m:�i. :;k' ;;;yr,. `O:yry y'.,?i's' '?+T! ' S2:w �� - �� ° ' y.�` :l:
- .�: a�M.,.l. .x ,.d. _�.� : 2%"���c, ,��-..�.a, r`�%�I,_OS�r� � �O$--.ram •.a„
'prepNB��CIiCY qs)y.-,(:oiiCw-"":;;wa:> --t': i�7',r+t,`,;�.Vr,3 . ti�q,,:.��.ES'fCd'vrS'H r �a^�n k20:i1 '( °iyr�.• '.e
= lam..- ' 9
S-�' .Remove,QrAtfiH l+:•?.;�;i':;i vim;:a'S .;irS{; .yic_ "�I:r�:,r"i - �Ci.`ba -!:`l-��r4;rrryr m .�.
0,e=`'"�3 -iw..
;! 7�0...�"�..
jtTnovate9oirerseedturf .,, ,.. J=Anrivatry• ;gin` Z'y, '" �i'- { ,# ' i ''J� Z
Repair home plate D-Week1Y ',
Repair infield dirt F-Monthly . 'x12 155Z
Repair pitcher's mound D-Weekly x 52 27 (pp 2 79-,&0
Repair wamingtrack F-Monthly (a — x12 �� •— G»c7•^
Spray insecticides D-Weekly '^x52 275_ (&O ;27S-44
Trim hedges/shrubs G-BiTAcnthly - x 6 gZ�• �' .
Wash down outside corridors I passageways I around F-Monthly x 12
buildings �(a sjZ- $�Z.
Wash grandstands E-Bi-Weekly x 24 fir. )ram
PAGE TOTAL 27G</O./a 2GS/7•
47 pAGE TOTAL: $ -2 7 G Id
-24,S/ 7 • Cr <
PARKS FUNDAMENTAL TASK LIST I FREQUENCY SCHEDULE
. (Detail) •
LOCATION: Palm Springs Dog Park& Municipal Co-Gen Complex
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDAMENTALTASK SCHEDULE COST MULTIPLIER COST COST
SCHED_A SCHED,a
Aerdy turf H-Quarterly 2 7•— x 4 0
9
Apply pre-emergent herbicide-landscape areas H-Quarterly le- — x 4 Z , Z —
Apply pre-emergent herbicide-turf areas J-Annually W x 1 08• f Q�,
Blow off courts
Blow off walks,curbs,gutters&hardscape A-Daily x 365 �� 3(p•SQ
Clean drinking fountains A-Daily , /Q x365 ,50 a-3 .
Clean parking lots/trash enclosures E-Bi-Weekly ,SQ x 24
Clean picnic tables&barbecues - D-Weekly x 52 ,9Q �?—_PQ
Clean playgrounds/maintain sand areas
Clean/service restrooms
Control nuisance pests D-Weekly Q x 52 3&, O 3 t�p. e)
Cultivate beds
Empty trash receptacles I clean fills&ashtrays A-Daily x 365
Fertilizer ornamentals hannuals F=Monthly r,, �?,
FerfifizelurF•: 'iY;l;`r_ ....,r �,`�J.'r� .Kr�t011ff1 '1�,:Y`ik: l' : Nil' r•- .12
..{ +•'+�'; ,y, •--br�wt tg
,'r;' '„J:;. 'S r`uil':<..��.?, ,;..":aw'�;" ::G�B`�-Sn{h '•�"Z•5 . r • -., :_• n:,-.,rr �,.s. •,:�=k .Y�'
�,L '.liertil�7ae It', 5�'� _ _ r. . uA I� '•�`+' ¢'r}ra�0.•;. 6' t � ,j:'_ Li`' _ wa..4 :,
,.1� ..n :%;a;+.i:��;-': •:r,.•s-s_ '•,x.�;;��f .k �r -,� ...5,. . �•r . ..�_. �r� , ±..�:�...:4.�' ;,I�kr' � �!rL�: -
. ;Fry, ."'•...t., �.,.4 y"- . ,�rfR.� ,7 r • t` :';C`'".'.'k52,.,,. �p�' .r -� D�'. . `• •2:�'��rM"
b;9C/e
y�.'r. :. .-,:yi'4, � -�at ,[� '7.•.+aCt[ �il"iV. :":a .�w i,i '•;• W^ kh:�•'r'.}rn.d i
:M"alnlali j all(w(ds`_�angofng',jr�ai5�w'�s�. 1'e+.7rk:d'r'':;;:�;>rc� r,.�r���:��,t'�,l"�' +�.�'`;7S:r� 'gr>✓�� r�r i�^sp �!,%���";��n'y' ;.�,v,�?',ar,:,'Mr?�.e�.
.:dd •'.rn•„.n . .,..,. - ' "- �' ,u, „•.} . -.mom
� i r' � ,H,. i ��r:.:.• ��,.•;.uws-n����, .
-• ••Ma1nE'dIn,�batlfClds��,lbutiJ�e.�ku'1sa1.},T,y ;a��t•T"i`I'-" ce�= r ,i ? 3 `u� ' ,' ,r �,..'F�..?.�5v._,+ -a4��fi4,'?'irtS.,•t'"�
•Milntairj",nepalflirlgatioria;', sF;w.sYt(,, ' ,•�; '.Ej?a;IYG�'aary..._ ':dc, ? rr M (j,. '•�' `J�,.U.
rii- 'De1 , a •' •r `,• .,n, y.� �•—�� '.ram,
Puy} oge7tterddeGris":z [ 2 ,2. ` k 7C365` h• ti
kill
..`:. �.yk?:.r{ry, i� i'r'�".` ,;;A•kr-;:.��' .e't •.Wi,}�:;,'A:�41'5?1'
ls
>:{r 'Plarif agllua M.;_tr; `'rr'�`-''??' _ ;';r -,Y �' r '1- aa:.-.y ''�iC r}.•- `Z,%3:- -nv»,r
.,, rt E'r'? "��i x�„r,X�si,1"e •Ya"_ r. +""F-i e-r r e
Power ellg a all areas
Power mow turf D-Weekly = - x104
(twice weekly) G9• S• • ggZ•�� 9a
Power string trim all areas ❑-Weekly x S2 �7-
Prepare athletic fields
Prune I trim/shape I stake trees D-weekly o x 52
Rake/remove leaves D-Weekly ,7a x 52
Remove graffiti B-Daily Q x 365 3 .�
Remove Weeds/rake out sand landscape D-Weekly Q x 52 �
Renovate/overseed turf J-Annually x 1 29•^ ;,� F- '
Spray Insecticides D-Weekly ,70 x 52 36-
Spray olive trees 1-Bi-Annually x 2 z .
Spray pine trees
Trim hedges/shrubs F-Monthly x 12 3(a_
Trim olive trees J-Annually z — x 7;z
r
Wash down outside corridors 1 passageways/around
buildings
Wash off courts
PAGE TOTAL ✓7G'z7•CJ�O �v27'�
48 PAGE TOTAL: $
PARKS FOAMENTAL TASK LIST/ FREQUENCY&EDULE
(Detail)
LOCATION: Ruth Hardy Park
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDAMENTAL TASK SCHEDULE COST MULTIPLIER COST COST
SCHED.A SCHED.e
Aenfy turf I-F31-Annually x 2 �-
Apply pre-emergent herbicide-landscape areas H-Quarterly x 4 O3a— /03z—
Apply pre-emergent herbicide-turf areas J-Annually x 1
Blow off courts ❑-Weekly O x 52
S/ . 80 5/S! �o
Blow off walks,curbs,gutters&hardscape D-Weekly ,90jx
52
Clean drinking fountains A-Daily - 9O365 s'/�/ �Q
Clean parking lots/trash enclosures E-Bi-Weekly �a, 24 032.E
Clean picnic tables&barbecues B-Daily f p365 Clean playgrounds/maintain sand areas A-Daily � 8� 365Cleanlserviceresirooms A-Daily Z30
Control nuisance pests D-Weekly p x 52 0 - 5/
Cultivate beds D-Weekly _gar x 52
D Z.za 032.zA
Empty trash receptades/dean lids&ashtrays A-Daily .2S x 365 - .Z_S- 5F
Far 4R crtlamentals&annuals _ _ ., ,,F-Moitlhy ,.. .._ :.x 12 . - .
.--f ,F!(hlpe'tu'rf;7�..;;=s�,v r;- _ -_ .,.',,,•: ::,-; :G-(if�uttinthry .;r,x6 .-- S •.
:Fkdlicide watka&'landscape areas, - -,(dy... ��e'Y; _ �;x 52 D-Wee
lAalat57nallficklscngoi "..km„•i; "=sS7 is,, ;: rn7•q' rr "
V;GF'
re�'. ,.�' - MP�t=r:�r'�Itw -:.'a - :So:J'�f 'a,:yS:r.,: - �•�• rt.. .ri••. _,_vecis .;tn,'
.:f_ ,Main �n1t.IF1e5,n dee- rr::.SF .i2''y'iry:}, i �.v..S ' i�.k': . +i%t.:' !fn%. ✓::...: " i^}i •,5:.�,a. _ :..ems�f�~a.d. <:.F•k': r,-'i2i,r:
.eKr. ..1 _ .r.. .ti rf'.`•"J .t• ,rn._ :t•w,:..„-
Maintain/,rePatrirci9ation':f„ -''�:' - z . - 5*pally.,. ;/ps . -x365 •�
- '�4P,.,igriw!ia'ittef&debrl_s - ,' �= ....:�. 'A: dattr;.r - ,ZS ". is 365- /55
.,�tx 1-Bi,4nnually ,_ asg•�a• ..�. .,x2
Power edge aA areas - E-BI-Wee kly (p x 24
Power mow turf - D-Weekly erg,gS x 52 VtO-20 97SO_ZD
Power-string trim all areas D-Weekly -�� x 52
Prepare athletic fields
Prune I trim I shape I stake trees D-Weekly -�� x 52 0 -� /03 2,zo
Rake/remove leaves D-Weekly .�S x 52 p �,�O 10_: yo _ 0
Remove graffiti B-Daily -[//p _x 36-5 --
Remove weeds!rake out sand landscape D-Weekly 9,15- x 52 -d5/7- Q /7, D
Renovate/overseedturf J-Annually x (oy/S ` 67/5 v
Spray insecticides D-Weekly X 52 / , Lfp / - p
Spray olive trees I-Bi-Annually x 2 _159I Jr.
Spray pine trees
Trim hedges/shrubs G-81-Monthly _T,? x 6 5 g
Trim olive trees J-Annually g, x 1
Wash down outside corridors/passageways 1 around
buildings D-Weekly 9 x 52 gs 517- v 517-Yv
Wash off courts E-BI-Weekly x 24 �(p - ECG• _
PAGE TOTAL
53a•/
49 A PAGE TOTAT_ S ��
PARKS AMENTAL TASK LIST/ FREQUENCYSHEDULE�D
! (Detail)
LOCATION: Sunrise Plaza
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDAMENTAL TASK SCHEDULE COST MULTIPLIER COST COST
SCHED.A SCHED,B
Aerify turf 1-Bi-Annually �� _ x 2
Apply pre-emergent herbicide-landscape areas H-Quarterly jr x 4
Apply pre-emergent herbicide-turf areas J-Annually 2 S• x 1 /_2 Ile-r /9 V9 -
Blow off courts D-Weekly x52 /y2 (y.�-7• —
Blow off walks,curbs,gutters&hardscape D-Weekly ��• x 52 (o
Clean drinking fountains A-Daily ,�p x 365 6 w-so 6 yo.SQ
Clean parking lots I trash enclosures E-Bi-Weekly z x 24 /-7-ye•— /o-2c//g
Clean picnic tables&barbecues B-Daily �,5� x365 /277-Sp 1P77^J-4)
Clean playgrounds I maintain sand areas A-Daily ,�Q x 365 /Z77-XD P'77-SD
Clean/service restrooms(Block House at Cerritos Fi0d) B-Dairy 3_ p x 365 2 V.?z
Control nuisance pests D-Weekly /a., x52 62[I/_ — 6.�
Cultivate beds D-Weekly x52 -4//$
Finpty trash receptades/dean lids&ashtrays A-Daily ��- '-/S x365 /u7cj,'],r �i7oi-7S
Fertilize ornamentals&annuals - - F+MoVily. -x12 -a'•
FeraT¢e turf -G W`B"nMonthy, . /(v.r ';x6 - - 2yg�-.
Herblcdde turf - G=Bi-Mottlhly 2g.� :x 6 :-,•� ��. ' ., 7,
Herbldde walks&landscape areas D-Weekly 2 r x S2 _ /�. �-—
MaintalnbalWjelgs-ongoing
_ Maintain lb.1fields-•rcuJine
Maintain'/repakinigation _x 365 - ^. .3770;7X_
..- .Pickup'/.remove fitter&debris A-D•apy,-- �"./S x 365 ';s;: /$• 9.7.r - - ,f_
Plant annuals I-Bi,Annually x2 ,r - p/.;2
.Power edge all areas E-Bi Weekly 8. x24 Powermowturf D-Weekly FC.� • x52Power-stringtrim all areas b-Weekly x52 Prepare athletic fields
Pmne I tdm I shape I stake trees D-Weekly �Y x 52 ,� g•
Rake/remove leaves D-Weekly x52 -2
Remove graffiti B-Daily /,70 . _ x365 6zj.'a 6ze'_O
Remove weeds I rake out sand landscape D-Weekly `� _ X 52 6;2 y — 62
Renovate l overseed turf J-Annually 7.36 x1 73 97Z56
Spray Insecticides D-Weekly �,�• X 52
Spray olive trees I-Bi-Annually x 2 2
Spray pine trees H-Quarterly 68 x4 �� '�, /g TZ•'
Trim hedges/shrubs G-BI-Monthly 7001• x 6 /�2 yg.— ,a ye,-
Trim olive trees J-Annually ��c//� x 1
Wash down outside condom I passageways I around x 52
buildings �D-Weekly �_ — (y�.7• ('pz -
Wash off Courts E-BI-Weekly �(p x 24 1 6�2 Z
PAGE TOTAL
50 A PAGE TOTAL: S �3 O�8•�f
ra 60s1!:116• Z57
' PARKS F*IVIENTAL TASK LIST/ FREQUENCY EDULE
(Detail)
LOCATION: Victoria Park
FREQUENCY UNIT UNIT COST ANNUAL ANNUAL
FUNDAMENTAL TASK SCHEDULE COST MULTIPLIER COST COST
SCHED,A SCHED,B
Acry turf 8i-Annually x 2 �7�� 370.
Apply pre-emergent herbicide-landscape areas H-Quarterly 9�7 x 4 3 72-,- 3 72
Apply pre-emergent herbicide-tuft areas J-Annually 372•— x1 3-72.— 37 .'
Blow off Courts
Blow off walks,curbs,gutters&hardsoape D-Weekly 7,[-S- x 52 3 7/ •eO 377 �G
Clean drinking fountains A-Daily -50 x365 190 ,�G / 2,SG
Clean parking lots/trash enclosures
Clean picnic tables&barbecues B-Daily x 365 365— 35�05
Clean playgrounds/maintain sand areas A-Daily �•, — x 365 06.5 — 3(05 r
Clean/service restrooms B-Daily /- x 730 73p
ConWl nuisance pests P-Weekly 3 .70 x52 ���, p �92 /7/a
Cultivate beds D-weekly 7./' x 52 3 7i-90 571-eo
Empty trash receptacles/dean lids&ashtrays A-Daily - �p x 365
5y7 .Sa SY7.5o
Fertilize ornamentals&annuals F-Monthly r 30.' ,x 12. 3"
Fertilize turf - G-BI-Morttbly
Herbicide turf G-B-wonthly x 6 - - -
2. ^
Herbicide walks&landscape areas D-Weekly -�,�� - x52 37�,80 37/•80
Maintain ballfields-ongoing
Maintain ballfields-routine -
MaintainIrepairIrrigation B-Daily •xW5 930.7,E
Pickup 1 remove filter&debris A-Daily 2 , rx 365
Plantannuals 1-BFAnnually �.� xz 7-
Power edge all areas E-Bi-Weekly �• x 24 —
Power mow turf D-Weekly ��.(�� x 52 27�
Power�string trim all areas D-Weekly �G. (p p x 62
Prepare athletic fields
Prune I trim I shape/stake trees D-Weekly x 52
37,180 37/-80
Rake/remove leaves D-Weekly 7•I r x 52 3 71,fp 37/.66
Remove graffdl B-Daily ,55 _ x_ 365 20_'9. 7Z- 24,? .7S_
Remove weeds/rake out sand landscape D-Weekly 3,-70 x 52 ,
Renovate I overseed turf J-Annually 2 x 1
Spray Insecticides D-Weekly 3,7D x 52 9a.Cr/p /'/2- o
Spray olive trees I-BI-Annually 2 7(p• x 2 5:5-7 •— 552----
Spray pine trees H-Quarterly /3.y — x 4
Trim hedges/shrubs G-Bi-Monthly x 6 +--
Trim olive trees J-Annually SS2. x 1
Wash dawn outside corridors/passageways I around y
buildings D-Weekly 7 �� x 52 37/, d'O 3 7/-e)
Wash off courts
PAGE TOTAL
51 A PAGE TOTAu
3 /779`/ S2)
FLEET Off' ERATIONS
SITE PLAN FOR CONTRACTOR'S OFFICE
t-44
5'ta�a{�L a aFr•Ft�• 1:
Y � u
Li
`4b
_ a
(N
c " rl
of
Ofr7C+:
v;�arkeil r
jiL3S A7 dI?1 .,
Si.sza.o-�r
z 0 V rsdt:
G
. a
� � � � or'r•!'ur
EXIST£ `A'
f PAlA1 6
� ' � City of Palm Springs
`ho, .+ ,• Office of the City Clerk
'OM[fP
(� Q- 3200 T hquirz Canyon Way•Palm Sprmgs,Calisomia 92262
FO RN\ 111:(760)323-8204 •TOD:(760)864.9527
i
July 25, 2000
TruGreen Landscape
Atten Robert D. Jensen
950 N. Tustin Avenue
Anaheim, CA 92807
Dear Mr. Jensen:
Attached is one executed copy of the agreement regarding landscaping maintenance for the City
of Palm Springs Parks between TruGreen Landscape and the City of Palm Springs, approved by
the City Council on May 17, 2000, by Minute Order 6620, Agreement#4225.
Certificates of Insurance are required in the amounts of General Liability-$5,000,000 CSL;
Automobile Liability-$1,000,000 CSL; and Workers Compensation-California Statutory Limits.
Further the cancellation clause must state: Should any of the policies be cancelled before the
expiration date thereof, the issuing insurer will mail 30 day written notice to the certificate holder.
The City should likewise be named as Additional Insured.
The contract further requires a Performance Bond in the amount of the contract, which is
$480,165.64, that should be provided to this Office.
Should you have any questions, please let me know.
Sincerely,
PATRICIA A. SANDERS
City Clerk
cc: Facilities wlagreement
Finance Wagreement
Post Office Box 2743 0 Palm Springs, California 92263-2743
08/02/2000 16:33 7086450292 KAREhI BGGARD PAGE 02
0 0 4 y"F
PERFORMANCE BOND
Bond No, 10326590300107
KNOW ALL MEN BY TIHWA BENTS,
Th�f TruGreea L,,dGare, A General Part v at,4n _ soConrnmar,
m.,d Travelers Casualty altd Sureey_Company of America _ easursq,
an MI f rmlV borlhd unt. CRY a1 frakn spronpm,■e rrcr ally. orymieed end e„lmgng M Ifto "of X" do,Callfurnin,
hanlnahr wN.d A e`Ghy #+Zhr turn oFr Four 13undred Eighty Thousand One Hundred Sixty
Five And 64/100 ----- ---($480,165.64) -------------- dallera,
for Ihm p,ynom of which turn w1 l -- y�-be ,WE Di Dr IVQ,our baba, esocuterY. nWmori, mueaeexere,
and mouser,jauoy anif.amorally,f ernly My thaea preacm.
wNERms amid rArmAelmr h►a horn a—md4 i and is About as emar itch Ihm annexed aurownsm Vd4n muld CIV to perfafm d,m
werk ox speNtod or IAW:ad In Sir pre".Cocmtnanv orrtiduft
raw 3"ON S YOUTH emmm
F41NKam0113T RAPROVEMINTS
CRY pma wtT No.99.10
NOW TNrRCPORL R mld Cddraemr*ao paftrm it mo ragubaraamm of avid Comma Cacarnomf r"Offiq to be parhormad on
la parr,xt 1he drama and In She mcpm IMZ-tfAd here Vrmh Ihla oellymdah shot(be nut kW veld, ff1NewMr h phN)IMnAo 16 NO
force and■Haar,
PRorIP1110t zhmt mny ab■rmdonm tr the Work to be done rV thw raarxrlxia W be fur0shad, er changes In fM%"of comptAdan,
which rhay germ M44o pureumne to Ihm terms of med ovrmact OoourMrmm,+boll tskM In any way►.Mamm sold ZAMA=or maid
Surely awpondw, nor xhms wo nrammiam of dlrar onmed undor dw pevlalelur of 041 P4lpmcf PO W mahp,rAIAAAm ellhor 14W
Cenrroetor or mard Surely,mnd niccm of omh mluratloru or womnAIanm Af t6 Aormmmmal Ir hereby wmiVmd by said surely.
slcxmnNocls+rr0,aid■ 2nd davmf August f31 200,0
0wTttacTon sLpgMy Travelers Casuallty and Surety Company
TruGreen LandCare, A General of America --
Pa nershin IV 2a�.t*�� ��'-t�f�- -_ -•- - - _
-
�In WdW4 X parcr.rmlrq,.� ccnwadahl ThIA Aecgrnez-fn—Fact = _ _
(sALANo +plxLACKlwaw,tf;OrexO+cT+xaORErv1
AyN,
5lgnmlun
1NOTARI2'[pI
Prinr Name and TRIm
br
Fpwmvze
RFOTMIZ601
ftl NOmm and Thle
hmmwlmr r oup - A.0ehrr ae,0 Iwo.FmW&t,ar ow
Vim Proidam AND r. recretmry, Amddom Som4mv,
TNsomw,AsiotmhF trtmmunr,or cNar Firmammi omaw-
PALM XMIdOr YOUTH CLW(M PERFOFMANCE AONO
Wy Fste11mT No.ae.1l A6gk'EMENT AIM BONDS.PAGE a
Ncummbcr 16.1999
State of Tennessee
County of Shelby
On this 2nd day of August, 2000, before me personally appeared Vicki L. Fahy,
known to me to be Vice President of TruGreen LandCare L.L.C., general partner
of TruGreen LandCare, a General Partnership, and that she executed the within
instrument, and acknowledged to me that she executed the same on behalf of said
partnership.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official
seal, at my office in the aforesaid county, the day and year first above written.
Eatai Cag'Y..
' VLANE
Mq (Notar ublic)
71zu C '
c. . •TJ
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND
SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate
seals to be hereto affixed this 13th day of March, 2000.
STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
ISS.Dartford FARMINGTON CASUALTY COMPANY
COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF ii.r.ixOIS
ITT AN Ash �1`
�}NGSW[ry, 6�} a'rL :G �4jL fL S�opIOA��
�'ee
$?''H0. :eE W " eoNNfto, ,a ion By
cow w o , < T5 fi George W. Thompson
Senior Vice President
On this 13th day of March, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the
above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate
seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing
Resolutions thereof.
State of TENNESSEE
County of SHELBY CRP 1
�c, ar�s.�. fl
On this gh� "day of A 2000, before me perso yap �a°per
PAULA I-TALL, known to me to a the Attorney-in-Fact of TRAVELER STJ S
AND SURETY COMPANY OF AMERICA, the corporation that execu d 1ke tw l
instrument, and acknowledged to me that such corporation executed the sam m �'p
♦�b �y Q
e®'fir an E eQ 96a
Say �w•
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my officia 6Y
office in the aforesaid county,the day and year in this certificate first above written.
tary Public)
full force and has not been revoked; and furthermore, that the Standing`Re�uons ot the Mariff ot Directors, as seT£o m e
Certificate of Authority,are now in force.
Signed and Sealed at theRome Office of the Company,in the City of Hartford,State of Connecticut. Dated this n d day of
Avyvsr _P_ -oao .,
_ l
�ITT hp G�SY�[ NP terry
n G
�T rapo By
may, coNN. Kori M.Johanson
7 ��t
�r ,,.i Assistant Secretary, Bond
TRAVLLI&CASUALTY AND SURETY COMPANY OF J RICA - _
T11WELERS CASUALTY AND SURETY COMPAW
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
TRAVELERS CASUALTY AND SURETY.COMPANY OF ILLINOIS
Naperville, Illinois 60563-8458
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a
corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of
DuPage, State of Illinois, (hereinafter the "Companies") bath made, constituted and appointed, and do by these presents make,
constitute and appoint: Williams Wainscott,Norma Cronin,Karen M. Crawford,Victoria L. Carroll or Paula Hall * x
of Memphis, TN, their true and lawful Attorney(s)-iu-Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, or,if the following line be filled in,within the area there designated
the fallowing insttument(s):
by his/her sole signature and act, any and all bonds, recognizanccs, contracts of indemnity, and other writings obligatory in the
nature of a bond, recognizance,or conditional undertaking and any and all consents incident thereto
not exceeding the sum of ONE MILLION(31,000,000,00)DOLLARS per bond' '
and to bind the Companies,thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies,and all the acts of said Attorrey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This appointment is made under and by authority of the fallowing Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chaitman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and an behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recoglizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance, or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her. _
VOTED: That the Chairman, the President, any Vice Chairman,any Executive Vice President,.any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one.or more officers or employees of this Company,,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nalurc of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal, if
required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following
Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President,any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Socret2xies or Attomeys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thcreof-and arty such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such Facsimile signature and facsimile seal shall be valid and binding upon the Company in the figure witl respect to any bond or
undertaking to which it is attached.
(8 97)
Marsh USA Inc. 6113100 2 : 47 : PAGE 2/2 AightFAX
Y i.•,.. .. ^::::.::.::.:. ....::"YC mm.�#2_ P:I'.rcP l'i��k_6'Y#^. .,.':!:. ".F.4.»'el . . .. . . . . .._
i"P:P.'fk' .•OATa IMMID0IYY] ;�
I <iG.itSst'}T `!+'sy> 4.f��.:ax:� =.'" Fir;{ Ofi�13/00
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Lola H.Davis (312-627-6370) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Marsh USA Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
600 West Monroe Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Chicago,IL 60661-3630 COMPANIES AFFORDING COVERAGE
COMPANY
50129-LAND-22111410MO 6167 A ZURICH AMERICAN INSURANCE CO /
INSURED COMPANY
TruGreen Lan dCare L,L.0 B AMERICAN-ZURICH INSURANCE COMPA Y
P.O.Box 17167
Memphis,TN 38187 COMPANY _
C ILLINOIS NATIONAL INSURANCE COMPANY
COMPANY
P
`Co)!ER71QE6f x. •:-„d:;.•'a,s#i,�dr: 'opietw-ati up:at 6vail 1`sail 'd°&k a'f a`9: '%g':°':&:"'S:fx
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERI OD
INDICATED,NOTWITHSTANDING ANY RE411REMENT,TERM M CIXJOITICN OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT To WHICH THIS
CERTIFICATE MAYBE ISSUED GR MAY PERTAIN,THE INSURANCE AFFCRDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIIXJS AND CCNDIT CNS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
Go TYPE OF INSURANCE POLICYNUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE(MMNDNY) DATE(MMODIYY)
A GENERAL LIAaAITy GLO 2538528-00 0110V00 01/01103 GENERAL AGGREGATE $ E,00o,000
X WMMERCIA-g5NERA-0A911-17Y PRODICTS•COMPICPAGG $ 1,000,000
iJ CLAMSMA➢E ECCCUR PER.SCNALLADVINJURY $ 1.000,000
OWNER S d CCNTRAOT(Ei'a PACT EACH CCCURRENCE $ 1,000,000
FIRE DANACE(Mymcflrc) 5 1,000,000
MED EXP My M"V'mrn $ 5,000
A AUTOMOBILE LIABILITY BAP 2938531-c0(AOS) 011Ot100 01/01/03
COMBINED EINGLELIMIT $ 1,000,000
X nryy A1T0 BAP 2938530.00(VA) 01101100 01101/03
X ALL OWNED ALTOS TAP 2938529-00(TX) 011OV00 01101/03 BODILY INJURY $
SCHEDULED ALTOS (Pcr PST gym)
X HIRED AUTOS BODILYINJl1RY $
X NON•QAMED ALTOS (Pq nx4m1)
PRCPFRTYOAVAGF $
OARAOE LIABILITY l TD ONLY-EA ACCIDENT $
ANYN O OTHER THAN AUTO ONLY
EACH ACCDENT •T
AGGREGATE $
C NEXCESSLIMILRY BE 3097907 01/0V00 01101/03 EACH OCCJRRENCE $ 5,00D,COD
UMBRELI.AFORM AGGREGATE $ 5,000,000
OTHER THAN UMBRELLA FORM
A MPLMSAIIOM AMU VVC 2938525.00(AOS)
EMPLOYERS'LIABTLTTY 01/01/00 01/01103 % srnTUTORv umlrs -- - --------
B WC 2938528-00(IL) 01/01/00 OV01103 EACH ACCIDENT $ m rn 1,000,000
A THE PROPRIETCRA X INCL VVC 2938527-W(NVAM) OV01100 01/01103 DIGBAGE•POUCY LIMIT $ 1,000,C00
._
PARTNERVISXECJT�F.
CFFICERSARE I I EXC. DISEASE-EACH EMPLOYEE a 1,000,(100
OTTER
DESCRIPTION OF OPERATICNWI-OCATICNSIVEIIICLEVSPECIAL ITEMS LIMITS MAY HAVE BEEN REOUCED BY PAD CLAIMS AND MAY HAVE DEDUCTIBLES OR RETENTIONS.
Project Name. Vista Chino Basin Landscape
ro)ect No CP98-24A4eI
ity of Palm Springs INCLUDED AS ADDITIONAL INSURED BUT ONLY AS RESPECTS WORK PERFORMED BY THE NAMED INSURED FOR SUCH
DDITIONAL INSURED
iw�r_ss:_a_•c _xaz:_<<:_:a ::�cs;,»u�.3c> a, x:up:.°»+7S:i$'`.I )
'd ¢"
� SHOULD MYOF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE
CITY of palm Springs EXPIRATION DATE THEREOF,THE INSURANCE COMPANY WLLiMD6�I u MAIL
Pahida Sanders-Cily ClerK 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED To THE.LEFT,
PO 3GX 2743 XNWXfEMNMR1COIl11YYyYRMX1OAtflO4X1Lt)ml(FTme{IrkAAFWUA4NTORF.11914R]DOF
Palm Springs,CA 92263-2743
XANxXXAkMIXAkYel1%%%NtXXSMIRMSi(XXIpolX7ABGL!W OIX>f11XXANAR6><GFA Wi s.
AYXNR [IFYI MAS MARSH USAINC.
Mart M in JcFadden / •lfi� ,`a ' ' RC�Cr DTCID"O—
T'ACOSe : Ad CH....4.,,B....9...