Loading...
HomeMy WebLinkAbout04/02/1991Incorporated April 18, 1989 City of Diamond Bar, California CITY COUNCIL AGENDA REGULAR MEETING Mayor - John A. Forbing Mayor Pro Tem - Jay C. Kim Councilwoman - Phyllis Papen Councilman - Gary H. Werner Councilman - Donald C. Nardella City Council Chambers are located at: Walnut Valley Unified School District Board Room 880 South Lemon Avenue Please refrain from smoking, eating or drinking in the Council Chambers. MEETING DATE: April 2, 1991 MEETING TIME: 6:-00 p.m. Robert L. Van Nort City Manager Andrew V. Arczynski City Attorney Lynda Burgess City Clerk airy ar uiamona tsar uses Hi=L rcLtu paper and encourages you to do the same. THIS MEETING IS BEING TAPED BY JONES INTERCABLE FOR AIRING ON CHANNEL 51, AND BY REMAINING IN THE ROOM, YOU ARE GIVING YOUR PERMISSION TO BE TAPED. ALL COUNCIL MEETING TAPES WILL BE BLACKED IMMEDIATELY AFTER AIRING AND WILL BE UNAVAILABLE FOR REPRODUCTION. Next Resolution No. 91-14 Next Ordinance No. 2(1991) CALL TO ORDER: 6:00 P.M. PLEDGE OF ALLEGIANCE: Mayor Pro Tem Kim ROLL CALL: COUNCILMEN NARDELLA, PAPEN, WERNER MAYOR PRO TEM KIM, MAYOR FORBING COUNCIL COMMENTS: Items raised by individual Councilmembers are for Council discussion. Direction may be given at this meeting or the item may be scheduled for action at a future meeting. PUBLIC COMMENTS: "Public Comments" is the time reserved on each regular meeting agenda to provide an opportunity for members of the public to directly address the Council on Consent Calendar items or matters of interest to the public that are not already scheduled for consideration on this agenda. Please complete a Speaker's Card and Give it to the City Clerk (completion of this form is voluntary). There is a five minute maximum time limit when addressing the City Council. CONSENT CALENDAR: The following items listed on the Consent Calendar are considered routine and are approved by a single motion. 1. SCHEDULE FUTURE MEETINGS - A. Planning Commission - April 8, 1991 - 6:30 p.m., W.V.U.S.D. Board Room, 880 S. Lemon Ave. B. City Council Budget Study Session - April 9, 1991 - 4:00 p.m. to 7:00 p.m., W.V.U.S.D. Board Room, 880 S. Lemon Ave. C. Parks and Recreation Commission - April 11, 1991 - 7:00 p.m., City Hall, 21660 E. Copley Dr., Suite 100 D. Traffic and Transportation Commission - April 11, 1991 - 6:00 p.m., Community Room, 1061 Grand Ave. E. 2nd Anniversary Celebration - April 13, 1991 - 7:00 a.m. to 4:00 p.m. - Diamond Bar High School. F. City Council Meeting - April 16, 1991 - 6:00 p.m. W.V.U.S.D. Board Room, 880 S. Lemon Ave. G. Planning Commission - April 22, 1991 - 6:30 p.m. W.V.U.S.D. Board Room, 880 S. Lemon Ave. CITY COUNCIL AGENDA PAGE 2 APRIL 2, 1991 H. Parks and Recreation Commission - April 25, 1991 - 7:00 p.m. - Community Room, 1061 S. Grand Ave. 2. WARRANT REGISTER - Approve Warrant Register dated March 5, 1991 in the amount of $ 447,159.99. 3. TREASURERIS REPORT - Approve Treasurer's Report for the month of February, 1991. 4. PARK AND RECREATION COMMISSION MINUTES - Receive and file Park and Recreation Commission Minutes of March 14, 1991. 5. CLAIM FOR DAMAGES - Claim for Damages filed by Sean Patrick Rogers on March 8, 1991. Recommended Action: Deny Claim. 6. CLAIM FOR DAMAGES - Claim for Damages filed by Joe Aguilar on March 20, 1991. Recommended Action: Deny Claim. 7. A) RESOLUTION NO. 91 -XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE LANDSCAPE AND IRRIGATION MAINTENANCE OF LANDSCAPE AND LIGHTING DISTRICT NO. 38 IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. B) RESOLUTION NO. 91 -XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE LANDSCAPE AND IRRIGATION MAINTENANCE OF LANDSCAPE AND LIGHTING DISTRICT NO. 39 IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. C) RESOLUTION NO. 91 -XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE LANDSCAPE AND IRRIGATION MAINTENANCE OF LANDSCAPE AND LIGHTING DISTRICT NO. 41 IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. As administrator for the landscape and lighting maintenance districts, the City is responsible for providing those districts with maintenance services to maintain the landscape and irrigation systems in the districts. The contracts currently provided were assumed by the City from L.A. County upon incorporation. All contracts assumed from the County expire as of June 30, 1991. CITY COUNCIL AGENDA PAGE`l3.` APRIL 2, 1991 Recommended Action: Adopt Resolutions A) Resolution No. 91 -XX; B) Resolution No. 91 -XX; C) Resolution No. 91 -XX approving plans and specifications for the landscape and irrigation for Districts 38, 39 and 41 and authorize and direct the City Clerk to advertise for bids. 8. RESOLUTION NO. 91 -XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR MAINTENANCE SERVICES FOR EIGHT (8) CITY PARRS IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. Upon incorporation, the City assumed ownership of eight (8) developed community parks. Maintenance services of City parks is accomplished through the use of private contractors. The contractor currently providing service was originally contracted through L.A. County Parks and Recreation Department; and the City assumed that contract upon incorporation. Contract for park maintenance services expires June 30, 1991. Recommended Action: Adopt Resolution No. 91 -XX approving plans and specifications for maintenance services for eight (8) City parks and authorize and direct the City Clerk to advertise to receive bids. 9. TRAFFIC AND TRANSPORTATION COMMISSION - Receive and file resignation of Alba Moesser to the Traffic and Transportation Commission and declare a vacancy. SPECIAL PRESENTATIONS - Proclamations, certificates, etc. 10. CITY TILE - Presentation of City Tile to Dr. Alba Moesser in appreciation of her service to the community as a member of the Traffic and Transportation Commission. 11. CITY TILE - Presentation of City Tile to Donna Johnson, Reporter for the San Gabriel Valley Tribune for recognition of being named "Journalist of the Year" by the Southern California Association of Governments. 12. PROCLAMATION - "Child Passenger Safety Week" - Proclaim week of April 28 - May 5, 1991 as "Child Passenger Safety Week." 13. PROCLAMATION - "FAIR HOUSING MONTH" - Proclaim the month of April, 1991 as Fair Housing Month in the City of Diamond Bar. CITY COUNCIL AGENDA PAGE 4 APRIL 2, 1991 OLD BUSINESS 14. 2ND ANNIVERSARY CELEBRATION - Administrative Analyst Kellee Fritzal to give update on 2nd Anniversary Celebration to be held April 13, 1991, 7:00 a.m. to 4:00 p.m. at Diamond Bar High School. Recommended Action: Direct staff as necessary. 15. SHERIFF DEPARTMENT CONTRACT Law Enforcement contract for the 1991-92 fiscal year that will best meet both the changing community needs and the Council expenditure guidelines, including the use of motorcycle traffic enforcement. Recommended Action: Authorize continuance of the Sheriff's contract for the fiscal year 1991-92 as presented. 16. SOLID WASTE UPDATE - Update on integrated waste management activities from November 1990 to the present by Administrative Analyst Troy Butzlaff. Recommended Action: Receive and file report and direct staff as necessary. 17. EMERGENCY PREPAREDNESS — During the past several months, staff has been working with the Diamond Bar Improvement Association to develop a self-help approach to emergency preparedness. Recommended Action: Approve the concept presented and authorize staff to proceed to encompass its provisions within the 1991-92 Fiscal Budget. ANNOUNCEMENTS - This time is set aside for any City Councilmember to direct staff regarding any matters to be discussed at the next regular meeting CLOSED SESSION Litigation - Section 54956.9 Personnel - Section 54957.6 ADJOURNMENT - April 9, 1991 - 4:00 7:00 p.m. - Budget Study Session Session - W.V.U.S.D. Board Room I N T E R O F F I C E M E M O R A N D U M TO: Councilmembers Papen and Nardella jq,\ FROM: Linda G. Magnusoni;Senior Accountant SUBJECT: Voucher Register, April 2, 1991 DATE: March 27, 1991 Attached is the Voucher Register dated April 2, 1991. As requested, the Finance Department is submitting the voucher register for the Finance Committee's review and approval prior to it's entry on the Consent Calender. The checks will be produced after any recommendations and the final approval is received. Please review and sign the attached. CITY OF DIAMOND BAR VOUCHER REGISTER APPROVAL The attached listing of vouchers dated April 2, 1991 have been audited approved and recommended for payment.Payments are hereby allowed from the following funds in these amounts: FUND NO. FUND DESCRIPTION 001 General Fund 115 Int. Waste Mgt. Fund 138 LLAD #38 Fund 139 LLAD #39 Fund 141 LLAD #41 Fund TOTAL ALL FUNDS APPROVED BY: (/,1C41� � h J . Linda G Mackuson Senior Accountant !ti A46ert L.'Van Nort City Manager I AMOUNT $4371987.31 6,755.00 2,017.39 143.74 256.55 $447,159.99 Phyllis E. Pap'en Councilmember r Donald C. Nardel Councilmember *� City of Diamond Bar RUN TIME: 14:39 03126191 V O U C H E R R E 6 I S T E R PAGE 1 DUE THRU .............64/02/91 VENDOR NAME VENDOR ID. PREPAID f � ACCOUNT PROJ.TX-NO ----------------------------------------------------------------------------------------------------------------------------------- BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION AMOUNT DATE CHECK Allens True Value AllensTrue +001-4318-1368 1 10402A 03/25 04102 01446 Small Tools I Equip 20.19 TOTAL DUE VENDOR --------: 29.19 Boys Club/San Gabriel Vly BoysClub +001-4511-5500 1 104012A 03/26 04102 Graffiti Removal -Feb 91 515.0e TOTAL DUE VENDOR --------; 615.03 CalifPrf=&RecSociety CPRS +001-4310-2315 1 I&C12A 03/25 £4102 Membershipe Dues -Janie! 100. 00 TOTAL DUE VENDOR --------, I@0.0 Chronos Software Chroncs +061-409@-6230 2 1@402D 03/25 04102 2712. Info Hgr Software -trial 57.13 TOTAL DUE VENDOR -------- 57.13 City of West Covina Ct wcovina 1115-4515-4@@0 1 104@2A 03:26 04/02 10346 ESGV-Waste Mgt(JPA) 5.1755.00 TOTAL DUE VENDOR --------> 6.,;5.00 CoiEr, and LOe ColenLea -451 4 { {t L4 104ALc /''f3 03 l a+; 119, --,•Liability L air_ 1 s .CFR CT 4, 86.51 TOTAL DUE VENDOR --------; 41S8L.51 Computer Applied Systems CA +@01-4050-4030 2 10402A 03/26 04100 910312 Monthly, Mairt.-APril 1991 670.00 TOTAL. DUE 1VLNDOR--------> 6"110. fl, Computer Applied System CAS +001-409-4@30 1 10402A @3125 04/02 910311 Budget Prep System TOTAL DUE VENDOR -------- 3.50.03 Cyclone Postal Boxes Cyclone 0PI-4010-12@0 2 101+@2D @3/26 04/02 Nameplates -City Council 11 55.00 }4,x2101 00013129 TOTAL PREPAID AMOUNT ----) 65.0 TOTAL DUE VENDOR --------- 0.00 € City of Diamond Bar RUR TIME: 14:39 03126191 V C U C h E R R E 6 I S T E R PAGE 2 DUE TPRU.............04102fg1 VENDOR NAME VENDOR ID. PREPAID * � ACCOUNT PRDJ.TI-NO BATCH PU.LINE1Ntl. ------------------------------------------------------------------------------------------------------------------------------------ ENTRYIDUEE INVOICE DESCRIPTION ANDii+T DATE L'iECi D. B. Chamber of Commerce DBChamher Q@1 -4@1@-'232S 1 1�02A 03126 :.4102 Irvtafltl❑n DB Lhamber-CC 28�.@@ 001-4030-2311 1 IIOUO2A 63126 04102 Installatn DB Chamber C14 56,6+0 TOTAL DUE VENDOR -------- 3363-e Diamond Car Business Asoc DiDusAS_LC *001-0WI-22110 1 11442s 13126 Li4,,@ Common Area-MaLnt-Aprii 177.0@ TOTAL DUE VENDOR --------, 1 7.a Eastman Inc. Eastman 10@4 _i79!:,:_622 i -.Yrv:t •vFLili 04e -v2 72779-65w:.65y .o -Ru! er - ab tiE ❑' - 15a.i 001-4090-1100 . 1 10 4;A ✓x-, 7 1 'i1 10, 7 64-. 727q64-1 6`*lt£ `unulZ2s TOTAL DUE Vta>DOR'--------; ITi.S, Exxon FAMar'S ii4 i— if—�L iTi 1 le(e}� fi fel 04/0-2 =i1£1-t,Zti£ Ng1 12.7A *01-4310-2.10 1 104=@24 dg 13:1Fuel-Parks _5. i - IDTrL DUE DOR--------; VENR 1+;.i: 001 -409o -2l'30 1 1o1 2A 03126 04S612 2k04317, Ec£Zpment Rental 0 S21.30 1901-4331-2124- 1.1y4a2D -031,125 e:4;ltl2 2023755 Sycamore lyn sark-P one L._4 Eardner C mmunirations Gardn8rC❑m };01-.;;,95-2350 1 IOWA 03.126 i City N£Ws1et er 6 'i7. a?% TOTAL DUE VENDOR --------;. 6,111.. t❑nsalves :l ;❑n Joe A. Somal-ves a_•, •zt r �+,0i 41F's-y1N€? 1 k•e,12t 03r125 04102 Ali?I 10n5Jitill Services 2.00@.6A, c.6A; TOTAL DUE VENDOR --------; 2,=i(RD.0 ICNA Retirement Trust I{F3 A 3 iiii-21+F�+ 1rt 7 1 10402F _ la 1 0,1,1. U f A4lfh2 _ .f 3i s Deferred CLi L' n4 -r . _ Deferred L13tiF 1:❑i, .a lC Ltd c??r,1-40-C3y 1 10402F 031)3 0416,2 Apr Deferred Cem❑ Co>•itrhtn 1 Aja }T i@01 -040-,R90 1 10'4aat �:r27 v 41@2) Apr Jofer art. Como C❑nSirc=n 6'f%,.33 001 -4450 -WO I 1%'451F t3127 04/x+2 Apr Deferre1 EC.- D Contrbtn 0152,_;i W11-4210-2100, 0 - 3 104,01E -3f1 01 .012 A^^ - G Deferred t4aFp iontrbin V t�7 i I t Ij 1 - 4 2 3 0 - 0 @ 9 0 1 1t407F 03127 C44102 Apr Deterred Con Cont b -n 41,01. 0 � f -43%0-009x0 1 104�2F 0312; 04/02 Apr Deferred Cc?np C❑ntrhtn 555.51 1101-4033-0061 1 10402F B3t27 x'4102 April Deferred C❑❑? Centrihtn W& 3 TOTAL DUE VENDOR ----------1 4,3-66.21 L.A.County Public Works LACPubWk a City of D i a a a n d Bar X001-':510-502 RUN TIME: 14:39 03/25/91 013126 V O U C H E R R E b I S T E R *001-4510-5503 PAGE 3 03/26 ;34102 Dec DUE THRU .............04102191 Teti -4510 -SS& = 10442B @3126 VENDOR NAME Dec VENDOR Ifs. #001-4510-5506 1 10402B 03/26 04/02 PREPAID � ACCOUNT PROJ.TX-NO ------------------------------------------------------------------------------------------------------------------------------------- 2.2E BATCH PO.LINE/ND. ENTRY/DUE INVOICE DESCRIPTION AMOUNT DATE CHECK Industry Mfprs Council IMC 3 104025 03126 04102 Tire Traffic Control 503.43 *001-4030-2325 3 10402D 02126 04/02 Ploy Veg Control IMC Mta v/Supero Dana 180.00 04/092191 0000013130 03/26 04102 Dec Tree Trinming 2,610.52 X0:31-45143-5515 TOTAL PREPAID AMOUNT ----; 180.00 04/02 Dec orandh aacview 24+.70 1001-4510-5516 3 10402B 03126 TOTAL DUE VENDOR --------s 0.10 24 Four Counts Institute of Trans. Eng. InstTrEna x-001-4230-2320 1 10402A 03/26 04/02 5TH Edition Trip Saneratn 132.00 TOTAL DUE VENDOR -------- j" 132.00 Irwin M. Kaalan Kaman ;}A%s1-4210-233}, 2 10402A ?3126 04/02 Travel Reimbur5ecent 116.00 TOTAL DUE VENDOR --------F 116.0 Jennings rnustrand JEnnings s +0�-1-492x.-4021 1 134:21: 03/26 0410x2 116929 Legal services-ProaertyTx 11;547.9 TOTAL DUE VENDOR -------- > 11tS47.99 L.A. County -sheriff's Dep LACSSeriff 001-4411-54 1 2 10462B 03126 04/02 81.796 Feb Contract Service 5,720.142 *0=.1-4412-5401 1 10402B ,3126 0412x2 61756 Feb Contract Service 01065.50 X001-4413-+ 1 10432: 03/26 041;2 41707. Feb Contract Service 200,214.75 TOTAL L'Ur .`_;DOR--------` 266. e!7 L.A. Ctyunty-;,her ifi's M1 x.ea A C L:-;b�h_rift *�N,11-4411-501 1 104020 03126 04iL�2 Fib will -helicopter 11175.63 j TOTAL DUE VENDOR --------, 1,175.6E L.A.County Public Works LACPlsblk 2001-451;?-5So-;7 1 104026 03126 0410' 910002607 January Maint.-Sicnals 4,078.17 001-4:13-5533 1 10402E 03126 ?4/02 9100002872 Pavement Maint 1,916.3'3 *001-4510-5516 1 10402D 03/26 04/02 911E+0006094 Much Cts. Grand1Longview 169.50 IOTAL DUE 'VENDOR -------- 5,276.97 L.A.County Public Works LACPubWk X001-':510-502 _ 104020 013126 04102 Dec Pavesnt Pngmt 4,227.74 *001-4510-5503 2 104028 03/26 ;34102 Dec Park Paint 21.57 Teti -4510 -SS& = 10442B @3126 a4102 Dec Sidewalk Repair #001-4510-5506 1 10402B 03/26 04/02 Dec Sign Parking 2.2E 001-4510=-5507 2 10402B 03/26 04102 Dec Signal Installation 10.61 *@01-4510-5507 3 104025 03126 04102 Tire Traffic Control 503.43 �0A31-4510-550;8 1 IL0492B 03125 0410' Dec Ploy Veg Control 8,208.49 *001-4510-55@9 1 10025 03/26 04102 Dec Tree Trinming 2,610.52 X0:31-45143-5515 2 10402E 03126 04/02 Dec orandh aacview 24+.70 1001-4510-5516 3 10402B 03126 04102 Dec 24 Four Counts 275.9E City of Diamond Bar RUN TIME: 14!39 03325191 V O U C H E R R E 6 1 8 T E R PA13E 4 DUE THRU.............04102191 VENDOR MAKE VENDOR ID. PREPAID ACCOUNT PRD3.TX-NO BATCH PU.LINElNC. ----------------------------------------------------------------------------------------------------------------------------------- ENTRY/DUE INVOICE DESCRIPTION AMOUNT DATE CHECK L.A.CountP Public Works LACPub Wk (1.ONTINUEDi *1901-4518-5530 1 1@40 03i26 141?2 Dec Ii services 669.62 1001-4510-35$2 i 1?40"2B 03126 04/02 911t@01311 Dec Road Services TOTAL DUE VENDOR --------, 231225.55 L.A.Count`r Public Works LACPub'tik �;:{:I-4'+iL�-_��:6 S-5 2 :: , t'129 lti4�tcs �„s; 7 .5 �14i'+'1c �1�s9D�96�93 try Dec Pt;�4 V'�ylt��lh Cil. r 9,9a?.i4 TOTAL DUE VENDOR--------) 7. 5;.34 L.A.Courty Public Works LACPubV *001-4510-5506 2 104'e Li :Lr i3_ 1: 04191-L 01.1100. --AAU Jan Sign Fai(inu iep.lr 1itJ. qLr 001_ 51J_ 5A4 L ivLvL1 _j'U ,4/02 TAJ>88 9 1110,0 @li99 jal Permancnt CviSiS+Ssf . 2,q-,,Lm) �:dOl_ cis-5� 9 2 10428 ;_Q 6 X94;02 9111.0016;92 Jar. Tree TriRminJ «*:ic- 9)-.`� 1 l:�'(_ Vit• {'L },v, �. 4!3?(:,d1111(100@8@91 1 l n rtis� y - - 4• LStorm I�r��. 1: � i h} Dv_. wv 2 ID4i122 03112:6 04/e2 Q I 1 00-0!80,91 3a? Indust 'Mte Ser''rt_es 443.20 - :rll' D•JL i:.ti.,u� ________i T�+TOTAL UE VENID; 'r:.42 i2 La Mirada R_detlelooEIEnt LaMizada - 1-4.325 4 1Y.=7;t fj3121 04/0e VanLalies Lits-as Dtrret .@Qr V'901-4,03A-23-25) 3A-23'-r ''f �i!as 7i�: L:F�7 4le-4-32E 0312 ':''=.i tl 1041,: £ 1>IL tJi;n=eli'tr=�� Le.� Dinner - t D,: 8 713 /'J., tk,ti TL!{..AL DUE VEND 0F11--------1 3.14.7 Landscape West .L. nu5C3Pe - - - - *001-L311-2210 1 104i!2B 03125 ':94/07 0032276 Sprinkler REpair-Paul. ,Grw 37.1 t'31-4311-12:g1x 1 i%4 21 ?3126 0,4102 003216 Suonlie5 for Parts 74.44 • r TOTAL DUE VENDOR-------- 11! .80 League of Ca. Cities Laague cif, -;!. 3_3 1 art>� i�,::�-2�.3r 1 t-:!_ - 1.:818 1 D3 L6 .>�+F�_ P,41102 - Cable V n-L'., f � ahl,. T1 Rf.abaL LUt�P�.. 4C J.DB VENDOR -__.__-__ t TOTAL DUE VENDOR of airy t - 1 League of Ca. Citic L2aque 0, 10-2 5 �,>1-431s 32., 1 1914''�p �> d- B3, 77 r2 >�4F �7 Co;.. u Svcs- ns_r_ 4r} ni'}Li ra `� arse 7�� ).DSS T;.7TAa DUE V���D}7' - ------, 7:.. .;: , =' , Lewis Enorayina Inc. LenisEnura *001-4@95-2110 1 10023 @3126 @4/02 Tile Ena_rasirq-Faxbina 39.11 0@1-10-1200 1 1'i02d 43,176 D4/02 �.1341 Desk 1i3ae & Holders t1%1..4 IOTA DUE VENIDOP--------} ::, 2;9.55 *** City a Di,aaa.nd Bar *** RUN TIME: 14:39 03/26/91 V O U C H E R R E S I S T E R PASE 5 DUE THRU.............04/02/91 VENDOR NAME VENDOR ID. * # PREPAID ACCOUNT PRDJ.TX-NO BATCH PO.LINE/ND. ENTRYIDUE INVOICE DESCRIPTION AMOUNT DATE CHECK Management Action Program MuAction 001-4030-2325 2 10402E Martin: & Chaoman Co. Martin6Cha *001-4040-239' 1 104028 *001-4118-1158 1 10402B 03/26 04/02 Wrjrkshop/RLVN 1,995.00 TOTAL DUE VENDOR -------- 1,995.00 03,26 04/02 Postcard Printing-Electin. 21236.50 03/26 04/02 91138 Minute Book-Pks & Rec Com 265.5:) TOTAL DUE VENDOR ____-___; 21 02.0f9 Pac Tel Cellular PacTel *001-u030-2125 1 10402E 03%21 04/02 Cellular Phone March -CM 66.66 TOTAL DUE VENDOR -------- 68.66 Payroll Transfer Pavrcllt"r *0}1-1020 1 1@402E 01121 041'02 Payroll Transfer -PP 36 35,630.00 TOTAL DUE VENDOR -------- 25,:30.00 Public Emal Retirement FESS *001-2110-1008 1 10402D 03f26 04902 Retirement Cont. #6 4,058.19 04102/91 00000131" TOTAL PREPAID ANDUNT -_-- 4,x58.19 TOTAL DUE VENDOR -------- 01e R & D Diueorint RRDBlue *0 L-423,:-211�f i 104020 03/26 04902 42611-14 Blueprint :Services 39.62 * i -4L,v-�i 10 0%1 r l04?;" 04/02 426:S-17 . Plans 4 Mylars,6radinn TOTAL DUE VENDOR --------, 91.46 Radio Dispatch Corp. RadioDispa *00L-403+-2630 1 104020 }3627 04102 BeepeP szFvice-ACMgr if.0,� *006-4310-2130 3 6)4020, 01/'21 04902 n2e3er seraice-Parks 51.0 TOTAL DUE VENDOR --------% 66.30 S.6. Valle. Asn of Cities savAsn City *-*01-4016-28215 3 1@4@2D 03126 04/42 d demur MtQ_Patpen, Werner, CM 35.00 �4102i91 000613-138 TOTAL PREPAID AMOUNT ____ 36.00 TOTAL DUE VENDOR --------, @.0@ security Fac Natl Bank securityFa 001-4010-2325 2 104020 03926 04/02 MtG-Sacramento-12990 269.95 84,02191 0@013133 TOTAL PREPAID AMOUNT ----i 259.96 TOTAL DUE VENDOR ------- 0.00 t*i City of Diamond Dar *-11 RUN TIME: 14:39 03128/91 V O U C H E R R E 6 15 T E R PAGE 6 DUE THRU.............941D2191 VENDOR NAME VENDOR ID. PREPAID ACCOUNT PRDJ.TR-NO ------------------------------------------------------------------------------------------------------------------------------------ BATCH PO.LINEINO. ENTRY1DUc INVOICE DESCRIPTION AMOUNT DATE CHECK Sheriffs Relief Assoc Sherit5kc 001-4095-1260 1 10402D 00.126- D4/62 ![- ma D.da2v-4taffiCaurcil 1411 .86 04ir2.+01 000013131 TOTAL PREPAID ANOGNT TOTAL DUE VENDOR ------ Silver Image Photography Silveri�aa *3@1-013-1 y ? 1"4t} E iHili i4,102 L'i Executive PorlFeii5- 5=55. v J OT tL DUE VENDOR -______-% 5 88 Bir Speedy Sircpeedv '"_ �A4� 1-4C•�'U'fy+ 1 1f 2 10402'_ 036/27 54102 alvtilnirf JUyli ie' 366.13, OD1'4€15z-ii1 1.1@4`21C 0312 04182 52913 Lorr2ction itevorts-Lu e 45.gw - VENDOR --------' i_�'i?i .,..t V�;�,: 3' a 4_:.11 So. Ca. 3oint Powers Ins, uC_'PIA }�:f _^7 °-' 7•�ii<7j' :•:t Ey1r 100 1 1�::v2_ ,i�d'y 'amu t f 1, j�.n 'h1l L •: -.4 Dent tyems-�1p:il .'- i46._S, 1 1 ,;� i *`2'+011-t1_ -1 06. t y y 1.4:2 i. !':' ->s'ii`J 1 1 •4/v_ ;'. i..'• iision r2li= .FriI _ .; f 2 R) TOTAL AL DUE VER AUK -------- . +li i 1 � -�r c t a �.1i y {{++ Southern Ea. Edison S.-CaEdison 't'.1-4�1�1-ti_L• 0 45 2126 1 . y� `12i, 1A4 .�{fa.�4, 0 t. s�. 41� Streete & Hg ! ht n - ._�'?}V :.14n =iil5 1 @ 7 ��: ai{i. T," : DHEVis?di? 1111______; O,-'; ;l_t_ 1,68T GT{ Southern Ea. Edison Socacdison ttvo-l-4519-'21226 2 ii`+'tt2C el -111,26 z4{v'L LL Tral:i.f.. CountroJ. 31L1,,.57 - TOTAL 3JS.iE VENDOR 1111____.-1122 31642,S7 Sou-thern Ca. Edison 5aCatdisen +139_4??_£12r 1 iB4iJ2C 0i126 i4{ t District a3? 143.74 TOTAL DUE VENDOR -------- 143.74 Southern Ea. Edison SoCaEdi5on *238 t538 -f.126 1 1�i':v2C ±3126 f:4{2 EleEtric Dist X38 86.98 TOTAL DUE 'VENDO€ ------ 66.96 Southern Ca. Edison SoCaEdi=os X141-4541-2126 1 104020 ~3126 541e=2 Electric District t41 75.11 TOTAL DUE VENDOR --------; 75.11 *** City at Dia aand.Bar *I'* RUN TIME: 14:39 03/39191 V D U C H E R R E 6 i 5 T E R PAGE 7 DUE THRU .............04/02/91 VENDOR NAME VENDOR ID. * * PREPAID ACCOUNT PRD3.TI-Mg BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION AMOUNT DATE CHECK Southern Ca. Edison ScCaEdisan *001-4311-2126 1 104321 03/26 04!32 Paul Grow 25.16 *003-4316-2126 ! 10402C 03/26 04/02 Maar Hill 316.09 � 4328-21'26 001-4328-2126 7 1 1... 002 @3/26 J ,10 4 2 Electric -Summit Ridge S • ! • 9 �4 3 TOTAL DUE VENDOR --------- 558.64 Southern Ca. Edison 5aCardisan *001-4331-2126 1 104@2C 03/26 h4/Va2 Sycamore Cyn Park 187.73 *91-4331-216 2 10402r 03/26 04102 Sycamore -Rio Lohas 54.60 TOTAL DUE 'VENDOR -------- %/ /42.33 Snort Pins SaartPins *1^01-4 95-235w 1 11402E 0,73 GiWt2 Pins far 2nd Anniversary 955.68 TOTAL DUE VENDOR -------- 9S5.66 5tratecon Inc, Stratecan hi'Sl.`—k 9b}. 0 o *:, t 0,..-t0t�. i S 1 2 0 -T3 -C �� /2 - 3. 6 C .�� 54102 S ertV Prof .,vices-Pra?�� Tx 4.750.x0 TOTAL DUE VENDOR --------> 4,99-9.0 Thomas Burne & Smith ThrdasB yrn ! 1@402D 3233,126 04152 Acctg Service -Property Tx 4,723.0 TG AT DUE VENDOR --------; 4.723.04' Towne Canter Travel TOWneCente *,0:1-4210-2335 1 10402D 03126 04/+2 Ping Cams Airfare 112.0:. E:4/r,2/9 000:9013136 j TOTAL PREPAID AMO1!F1 TOTAL DUE VENDOR --------: 0.03 Traffic Operations TrafficOp V.4 CA -5Sa6 ,. �L 5 iR402C 33; 25 OW 0 ft2 91 4 00 12' Si n:n Signing .;; *'vhf -4910-22'10 1 104020 03/26 04102 009 i 5 1 2 Sia Ts for City Parks 1,372.0 *,301-4510-5506 3 104020 03/26 04/02 0091149 Signing/Street name 154,55 *0;31-4510-55:6 4 1 4:920 03126 f14.'h2 0291150 Street Marking Removal 1,361,80 TOTAL DUE VENDOR, --------; 3,025.35 United States Postal Sere Postmaster *001-4997-2.350 1OWD 03{27 04/@2 Postage -Community Nle«slrr 21203.13 si4102/91 00@0613135 TOTAL PREPAID AMOUNT ----> 4,406.25 TOTAL DUE VENDOR --------> 2,203.13- *� C i t Y of D i a M a n d Bar RUN TIME: 14:39 03128/91 V €1 LI C H E R R E G I S T E R PAS- 8 DUE THRiU.............04102191 VENDOR NAME VENDOR 1D. PREPAID ACCOUNT PRO3.TI-ND' BATCH PO.LINEING. ----------------------------------------------------------------------------------------------------------------------------------- ENTR IDUE INVOICE DESCRIPTION. AMOUNT DATE CHEC United 'Way JnitedVay 001-2110-iO49 1 104022 03.126 0410= -e5 Contributions S6.-5 04110219" 00-O 013134 TOTAL PREPAID AMOUNT ---- 56.66 TOTAL DUE VENDOR -------- 0.0-3 Victorian Inn Victorian *KJ 1-4210 73SH 1 13402u @3/ 26 a4191 _ P jng Comm littl fl{rLmadtn 7 5 .s4 014102191 00000131371 TOTAL PREPAID AMOUNT ---- 78S.1-3 TOTAL DUE VENDOR --------� Walnut Vly Water Dist fflater.i_ #:'01-':311-2126 2 10402`0 0:;:26 041%11 aater-Paul Grsw Park 451.05 VOHI-4116-2126 7, 11.1 iJ 0113/26 4 iii lh-fel-Miap_e iii it PTS. iJ.Lv' Tr]TAL DUE VENDOR -------- 8129.91 Walnut V14 eater Dist WVWaIC'ii5 +138-4S36-2126 2 1042D @2/26 9-4+02 liat tT DistT nt 1�� ., Q. ."11 Ualnut lv Water Dist_ UVWaterlii] x141-4541-2126 2 104-2D 03'2.0 00'i?2 Vater -District 441 181.44' Western Electric Motor westrrnEie ==?01-3411 1 10402D 03726 044102 flaiund Bich Perait c8.r t TOTAL DUE VENDOR --------` ?8 .i C i t Y of Diamond Bar t� RUN TIRE: 14:34 63!28/91 V D U C H E R R E 6 I S T E R PAGE 1 FUND SUN 41ARY REPORT DUE THRU.............04102/91 DISBURSE GIL 6JE WILL POST 6JE HAS POSTED FUTURE TRAN-PACTIN45 FUND ------------------------------------------------------------------------------------------------------------------------------------ TOTAL DIRECT PAY REVENUE EXPENSE REVENUE EXPENSE REVENUE EXPENSE 0616eneral Fund 437,987.31 41.861.36 18.66 396,957.95 115Solid Waste Fund 6,755.40 6,755.0 139LLAD 439 Fund 143.74 143.14 136LLAD 438 Fund 2,617.39 2.K7.39 141LLAD 141 Fund 255.55 255.55 TOTAL------------ ------------ ------------ ALL FUNDS 447,159.99 41,01.35 28.93 496.136.33 AGENDA NO. ,3 ------------- CITY OF DIAMOND BAR AGENDA REPORT DATE: March 26, 1991 MEETING DATE• April 2, 1991 TO: Honorable Mayor and Members of the City Council VIA: City Manager i FROM: Linda G. Magnuson', Senior Accountant Submitted for Council's review and approval is the Treasurer's Statement for the month of February, 1991. This statement shows the cash balances for the various funds, with a breakdown of bank account balances, and investment account balances. (Narrative continued on next page if necessary) FISCAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number: Deficit: $ Revenue Source: t(hVIEWED By: --- -- =' ------------------- Robert L. Van Nort Andrew V. Arczynski Terrence L. Belanger City Manager City Attorney Asst. City Manager CITY OF DIAMOND BAR MINUTES OF THE PARKS AND RECREATION COMMISSION MARCH 14, 1991 CALL TO ORDER: Vice Chairman Ruzicka called the meeting to order at 7:05 p.m. at the City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, California. PLEDGE OF The audience was led in the Pledge of Allegiance ALLEGIANCE: by"Commissioner Meyer. ROLL CALL: Commissioners Plunk, Meyer, Stitt, and Vice Chairman Ruzicka. Chairman Whelan was absent (excused). Also present were Parks and Maintenance Director Charles Janiel, Administrative Analyst Kellee Fritzal, and Superintendent Don Hensley. MATTERS FROM THE Don Schad, residing at 1824 Shaded Wood Road, AUDIENCE: stated the Earth Day program was successful last year. He offered to spirit a program this year. Parks and Maintenance Director Charles Janiel responded that the Rotary Club has expressed an interest in planting trees, and suggested Mr. Schad get in contact with them. He specified that the trees will have to be planted in an area already irrigated. Don Schad asked permission from the Commission to plant trees at parks that are already irrigated, but are sparse of trees. VC/Ruzicka requested a sketch from Mr. Schad indicating the area where trees would be planted. CONSENT CALENDAR: Motion was made by C/Meyer, seconded by C/Plunk and CARRIED UNANIMOUSLY to approve the Consent Calendar and the Minutes of February 14, 1991 and the Minutes of February 28, 1991. NEW BUSINESS: Leasing office at Staff recommended that the City lease the office Summitridge Park at Summitridge Park, to the Ranch Festival, under the stated terms and conditions. C/Plunk asked the amount the City received last year for the Ranch Festival. AA/Kellee Fritzal stated that the funds had not been received. C/Meyer asked what public purpose it serves to lease the office. PMD/Janiel stated that the purpose is to offer support to the Ranch Festival. March 14, 1991 Page 2 C/Meyer cautioned that this action could establish precedent for other groups to ask for offices in public buildings. C/Plunk inquired if a stipulation could be included in the contract stating that if the Park and Recreation Department would need the office, they would have 30 days to vacate. AA/Fritzal stated that a termination clause could be included. Motion was made by C/Plunk, seconded by C/Stitt and CARRIED UNANIMOUSLY to approve staff's recommendation subject to a 30 day notice termination clause, if the City should need the complex. Sub -Committee C/Plunk noted that the recreation programming is Update listed as resolved. She stated she was under the impression that it is still an ongoing committee. PMD/Daniel explained that the listed committees are still presently functioning. C/Meyer volunteered for the Master Plan subcommittee. C/Plunk volunteered for the Senior Citizen sub- committee. PMD/Daniel informed the Commission that the Senior Citizen subcommittee had internal problems and disbanded. They should come back together when the senior Citizen Center becomes more of a reality. C/Meyer volunteered for the Master Plan sub- committee. VC/Ruzicka inquired of staff when a good time would be to meet with the Senior Citizens. AA/Fritzal suggested that it could be a good idea to meet about once a quarter to hear their opinions on issues. VC/Ruzicka requested staff, when in contact with the Senior Citizens, to inform them that he is available to listen in at their next meeting. C/Plunk asked for copies of reports on the Heritage Park renovation. PMD/Daniel stated that he is unaware of any written reports received from the subcommittees. March 14, 1991 Page 3 C/Stitt stated he has some information on Heritage Park dating back July 1990 that he will offer to C/Plunk. VC/Ruzicka inquired when the next meeting of the Park Field Usage sub -committee is. PMD/Daniel stated as of now an exact scheduled date is not known. The critical meetings are twice a year, just before scheduling. VC/Ruzicka stated that the meetings serve to give vent for a lot of steam. He requested staff set up another meeting, for the next quarter, in April, 1991 or May, 1991. OLD BUSINESS: Parks facilities Staff recommended that the Parks and Recreation use ordinance, & Commission consider the establishment of both a motion picture parks facilities use ordinance and a motion film photography picture film still photography ordinance. ordinance. AA/Fritzal stated the parks facilities use ordinance will establish guidelines to handle all parks facilities use requests from sports organizations to one time users. There will be a policy given to the user groups which will explain the policies. The film permit will give Diamond Bar the opportunity to set up their own policies. C/Plunk inquired if there will be a sliding scale, at the discretion of an appointee, to evaluate the special.needs of the groups. AA/Fritzal stated that it will be up to the Commission to decide if a sliding scale is preferred. The usual procedure is to set a one time fee to avoid selective enforcement. Staff would ensure special requirements. C/Meyer asserted that the Parks and Recreation Commission is an advisory body to the City Council on matters regarding parks and recreational activities in the City. Adopting ordinances is a legislative matter and solely the responsibility of the Council. The City Council has not given directives to the Commission to develop any ordinances, nor to advise on any ordinances. PMD/Janiel suggested the Commission develop a manual of park policies and procedures describing the hours, priorities, and policies. Ci/Meyer maintained there is a difference of an ordinance, of a resolution, and of a policy March 14, 1991 Page 4 manual. The Commission should not insert things into an ordinance unless so directed by the legislative body. There should be clear cut direction from the City Council. The Commission should serve from an advisory standpoint. C/Plunk contended that the Commission has the authority to advise the City Council on those matters felt appropriate. C/Meyer requested a profile of the ordinances that currently regulate Parks and Recreation. He requested staff develop a policy type manual to help the Commission regulate and promote the use of the parks and also to include information on what the other communities are doing in regards to park policies. AA/Fritzal stated staff will bring back the information to the Commission for the meeting of March 28, 1991 for further discussion. ANNOUNCEMENTS: Commissioners C/Stitt commented on the amount of people enjoying Peterson Park. He asked for an update of the old Post office. AA/Fritzal explained that the site is currently being cleared due to it's hazardous condition. VC/Ruzicka stated that the DBIA liked the Park Superintendent's monthly report. The report should be submitted coinciding with the "Windmills" monthly distribution for the purpose of keeping the report current. AA/Fritzal informed the Commission that Deputy Luter will also be writing a report on vandalism in the area, as requested by the Commission. C/Plunk noted that it would be more appropriate to have a bigger flag in the meeting room. She also mentioned that the City Birthday Celebration committee is in need of 19 volunteers for the run. AA/Fritzal stated another flag will be looked into. She stated the Commission may want to be available for the Second Anniversary ceremony. C/Plunk stated Dr. Hockwalt is interested in reconvening the calendar committee for the school district, with special interest on special events. C/Plunk inquired if the programming committee will be meeting soon. March 14, 1991 Page 5 AA/Fritzal responded that they will meet after April 19, 1991. A definite date will be set within the next month. C/Plunk inquired if the Commission will be eligible to vote on a recommendation to the Walnut School Board in regards to site ISD". AA/Fritzal explained that the City already gave their official statement at the March 11, 1991 meeting. ADJOURNMENT: Motion was made by C/Meyer, seconded by C/Stitt and CARRIED UNANIMOUSLY to adjourn the meeting at 8:35 p.m. Is/ JOE RUZICKA Joe Ruzicka Vice Chairman Attest: /s/ CHARLES DANIEL Charles Janiel Secretary/Parks and Recreation Commission CLAIM CLAIMANT: Patrick Ii. Rogers 2032 Paseo Susana San Dimas, CA 91773 ADDRESS TO WHICH NOTICES SHOULD BE SENT: John S. Schuessler Attorney at Law 426 N. San Gabriel Avenue P.O. Box 945 Azusa, CA 91702 DATE, PLACE AND CIRCUMSTANCES OF THE OCCURRENCE: This claim arises out of the death of Patrick Roger's son, which occurred on 9/10/90 on the SR57 Freeway in Diamond Bar, California. Decedent's vehicle was struck by another vehicle which was travelinq in the wrong direction on the freeway. Patrick Rogers is the father of the decedent and heir at law and entitled to bring a wrongful death action NAMES AND ADDRESSES OF PUBLIC EMPLOYES CAUSING THE LOSS: To the best of knowledge of claimant, the responsible parties would be employees of the city of Diamond Bar. JURISDICTION: This claim lies within the jurisdiction of the Superior Court. RESERVEDFdRFILCNf3' 4WlP CLAM FOR DAMAGES Claims for death or for injury to person or personal property or growing crops must be filed within 6 months�of the occurrence which caused the injury. s G 1 All other claims must be filed within one year. See Government Code 911.2. Read the entire claim before filing. Attach copies of estimates, bills, re- ceipts, and all other documents in support of the claim. Attach separate sheets for diagrams and additional information, if needed. SIGN EACH SHEET. TO CITY OF DIAMOND BAR, CALIFORNIA NAME OF CLAIMANT DATE OF BIRTH OCCUPATION Joe Aguilar 3-4-73 Full,i:ne._s:tudent. ADDRESS OF CLAIMANT 1156 Chisolm Trail Dr., Diamond Bar 71�M8�61-3993 -YFW'ZWf-7777 MAILING ADDRESS TO WHICH NOTICES ARE TO BE SENT NAME OF CONTACT , N A ON same Joe Arthur Aguilar r/i�-��-993 DATE, TIME & PLACE OF OCCURRENCE March 1;1991, 11:00 pm Diamond Bar Blvd. and Morning Canyon DESCRIPTION OF OCCURRENCE After work I was heading home and hit a pot hole in the middle lane of Diamond Bat Blvd. I pulled over to the side of the road to see wha damages had bee inflicted. About that same time, two other cars had pulled over also to fix a tire and check their damages. NAMES OF PUBLIC EMPLOYEES WHO CAUSED INJURY, DAMAGE OR LOSS Unknown EXPLANATION OF WHY PURL! ENT TY JS RESPONSlB E FOR INJ RY, D MA E O O S The pot chole was ex reme�y eA aa� should have been temporarly patched. There were two potholes together. #1 was 5 1/2 inches deep, 55 indhes in length, and 34 inches in width, #2 was 1 1/2 inches deep, 46 inches it dtb- Both of these pot b6les, wprp no more thar NAMES, ADDR NE E F & D O .1 foot apart. 10 t WITNESSES,ETC.: Officer J. Burdelas, badge 213720(refused to file report.) passenger: Paul Sandoval, 23815 Falcon View Dr., Diamond BAr, 861=2632 DESCRIPTION OF INJURY, DAMAGE OR LOSS punctured tire, bent rim,'bent left fender, strut bent, door hinges bent, door bent r= a'nd alignment is off. ITEMIZED AMOUNT OF CLAIM (ESTIMATED IF UNKNOWN) - a[ C' 12- -t-*1 1 o s SIGNATURE OF CLAIMANT OR REPRESENTATIVE DATE TYPED OR PRINTED NAME CLAYM MUST BE SIGNED WARNING: Presentation of a false claim is a criminal offense, and filed with the Clerk of the Public Entity. punishable by fine and imprisonment. See Penal Code 72. AGENDA NO. 2 -------------------- CITY OF DIAMOND BAR AGENDA REPORT ----------------------------------- ---------------- DATE: March 26, 1991 MEETING DATE: April 2 1991 TO: Honorable Mayor and Members of the City Council VIA: Robert L. Van Nort, City Manager FROM: Charles Janiel, Director of Parks and Maintenance SUBJECT: Landscape and Irrigation Maintenance Contracts for Landscape and Lighting Districts No. 38, 39 and 41. BACKGROUND: As the administrator for the landscape and lighting maintenance districts, the City of Diamond Bar is responsible for providing those districts with maintenance services to maintain the landscape and irrigation systems in the districts. Landscape and irrigation maintenance services contracts currently provided were assumed by the City of Diamond Bar from Los Angeles County upon incorporation of the City in April, 1989. Each of the contracts assumed from the County of Los Angeles to perform landscape and irrigation system maintenance, in landscape and lighting maintenance districts numbers 38, 39 and 41 all expire as of June 30, 1991. RECOMMENDATION: Staff has prepared plans and specifications for the landscape and irrigation systems maintenance in said districts, and hereby request adoption of Resolution 91-xx and authorization to direct the City Clerk to advertise for bids for the landscape and irrigation maintenance in districts 38, 39 and 41. (Narrative continued on next page if necessary) X*IbUAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number: Deficit: $ Revenue Source: ----------------------.�--".---------- -- Robert L. Van Nort Andrew V. Arczynski Terrence Belanger City Manager City Attorney Assistant City Manager District No. 38, 39 and 41 March 26, 1991 Page Two The staff estimate for the annual maintenance costs are: LLMD #38 - $67,200 LLMD #39 - $79,800 LLMD #41 - $43,800 Funds for the described maintenance functions are provided by special assessments to the resident of said districts. Although, staff does not anticipate significant increases, in assessments, as a result of this bid process, the final assessment amounts will not be known until the assessment engineer provides his report in May, 1991. Bids for the above contracts will be closed April 30, 1991, and presented to City Council for award on May 21, 1991. It is anticipated that the Resolution authorizing the City Engineer to prepare the Engineer's report will be presented to the City Council on April 16, 1991. The Resolution accepting the Engineer's report will be presented to the City Council on May 21, 1991, and the final Resolution, authorizing the levy of assessments will be presented to City Council in June, 1991. CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 38 The City Clerk of the City of Diamond Bar, California will receive at her office in the City Hall, in said City, until 10:00 a.m. on April 30, 1991, sealed proposals for the performance of the above described services. CITY OF DIAMOND BAR John Forbing, Mayor Jay Kim, Mayor Pro Tem Phyllis Papen, Councilmember Donald Nardella, Councilmember Gary Werner, Councilmember Robert L. Van Nort, City Manager Charles Janiel, Director of Parks and Maintenance IMPORTANT NOTICE TO BIDDER Notice is hereby given that the City of Diamond Bar is soliciting bids for maintenance services for Landscape and Lighting District 38. A mandatory bidders conference and inspection of the areas to be maintained will be held at 10:00 a.m. on Tuesday, April 16, 1991 at Diamond Bar City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, California. Bids will be accepted until 10:00 a.m. on April 30, 1991 at Diamond Bar City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, California 91765, at which time and place said bids shall be publicly opened, examined and declared. Due to current drought situations and resultant rationing mandates, Contractor will be required to monitor irrigation systems to comply with reductions. The successful Contractor will be responsible for costs incurred due to excess usage. Inquires regarding these specifications can be directed to Charles Janiel, Director of Parks and Maintenance, (714)860-2489. Upon receipt of this proposal, contact Charles Janiel, Director of. Parks, at the City of Diamond Bar with the name of your company, telephone number, a FAX number and the name of a contact person within your company. Failure to provide the City with this information may result in improper distribution of updated materials regarding the bid documents. The City will not be responsible for information not being distributed to the proper person. CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 38 The City Clerk of the City of Diamond Bar, California will receive at her office in the City Hall, in said City, until 10:00 a.m. on April 30, 1991, sealed proposals for the performance of the above described services. CITY OF DIAMOND BAR John Forbing, Mayor Jay Kim, Mayor Pro Tem Phyllis Papen, Councilmember Donald Nardella, Councilmember Gary Werner, Councilmember Robert L. Van Nort, City Manager Charles Janiel, Director of Parks and Maintenance TABLE OF CONTENTS NOTICE INVITING SEALED BIDS 1 - 7 INFORMATION FOR BIDDERS 8 - 13 BIDDER'S PROPOSAL 14 - 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD 17 LIST OF SYMBOLS AND ABBREVIATIONS 18 SUBCONTRACTORS LIST 19 NONCOLLUSION AFFIDAVIT 20 FAITHFUL PERFORMANCE BOND 21 LABOR AND MATERIAL BOND 22 BIDDER'S BOND 23 - 24 AGREEMENT 25 - 33 GENERAL PROVISIONS GP -1- GP -7 SPECIAL PROVISIONS SP -1 - SP -18 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE LANDSCAPE AND IRRIGATION MAINTENANCE OF LANDSCAPE AND LIGHTING DISTRICT NO. 38 IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. WHEREAS, it is the intention of the City of Diamond Bar to maintain certain improvements in the City of Diamond Bar. WHEREAS, the City of Diamond Bar has prepared plans and specifications for the maintenance of certain improvements. NOW, THEREFORE, BE IT RESOLVED that the plans and specifications presented to the City of Diamond Bar be and are hereby approved as the specifications for Landscape and Irrigation Maintenance in Landscape and Lighting District No. 38. BE IT FURTHER RESOLVED that the City Clerk is hereby authorized and directed to advertise as required by law for the receipt of sealed bids or proposals for doing of the work specified in the aforesaid plans and specifications, which said advertisement shall be substantially in the following words and figures, to wit: Pursuant to a Resolution of the City Council of the City of Diamond Bar, Los Angeles County, California, directing this notice, NOTICE IS HEREBY GIVEN that the said City of Diamond Bar will receive at the office of the City Clerk in the City Hall of Diamond Bar, on or before the hour of 10:00 o'clock A.M. on the 30th day of April, 1991, sealed bids or proposals for the Lighting and Landscape Maintenance District No. 38. Bids will be opened and publicly read immediately int he office of the City Clerk, Suite 100, 21660 East Copley Drive, Diamond Bar, California. N Bids must be made on a form provided for the purpose, addressed to the City of Diamond Bar, California, marked, "Bid for Lighting and Landscape Maintenance District No..38.11 PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director;of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per ,diem wages are on file in the office of the City Clerk of the City of Diamond Bar, Suite 100, 21660 East Copley Drive, Diamond Bar, California, and are available to any interested party on request. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. The Contractor shall forfeit, as penalty to the City of Diamond Bar, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman, or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in K accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the prosecution of the work. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other Contractors on the public 3 works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 11777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Eight (8) hours of labor shall constitute a legal day's work for all workmen employed int he execution of this contract and the Contractor and any subcontractor under him shall employ with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to the City of Diamond Bar, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eights (8) hours in violation of said Labor Code. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 4 The bidder must submit with his proposal cash, cashier's check, certified check, or bidder's bond, payable to the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is warded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is warded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar to the difference between the low bid and theisecond lowest bid, and the surplus, if any, shall be returned to the lowest bidder. The amount of the bond to be given to secure a faithful performance of the contract for said work shall be fifty percent (50%) of the annual contract price thereof, and an additional bond in an amount equal to twenty-five (25%) of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work 5 contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Diamond Bar for the construction of said work. No proposal will be considered from a Contractor who is not licensed as a contractor at time of award in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. A C-27 license is required. The work is to be done in accordance with the profiles, plans, and specifications of the City of diamond Bar on file in the office of the City Clerk at the City hall, Diamond Bar, California. Copies of the plans and specifications will be furnished upon application to the City of Diamond Bar and payment of $5.00, said 5.00 is nonrefundable. Upon written requiest by the bidder, copies of the plans and specifications will be mailed when said request is accompanied by payment stipulated above, together with an additional nonreimbursable payment of $5.00 to cover the cost of mailing charges and overhead. The successful bidder will be required to enter into a contract satisfactory to the City of Diamond Bar. 0 PASSED, APPROVED AND ADOPTED this day of 1991. I, LYNDA BURGESS, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Resolution was passed, approved and adopted at a regular meeting of the City Council of the City of Diamond Bar held on day of 1991, by the following Roll Call vote: AYES: COUNCILMEMBERS - NOES: COUNCILMEMBERS - ABSENT: COUNCILMEMBERS - ABSTAINED: COUNCILMEMBERS LYNDA BURGESS, City Clerk City of Diamond Bar 7 INFORMATION FOR BIDDERS 1. PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, 1988 Edition. All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount annual named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guaranty that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered but a telegraphic modification may be considered and only if a postmark evidences that a confirmation of the telegram duly signed by the bidder was placed in the mail prior to the opening of bids. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. Page 8 6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall be allow any subcontractor to commence work on this subcontract until all similar insurance and bonds required of the subcontractor have been obtained. All insurance issued in compliance with this section shall be issued in the form, and be an insurer of insurers, satisfactory to and first approved by the City in writing. Certificates of insurance in the amounts required shall be furnished by the contractor to the City prior to the commencement of work. The contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. The contractor shall maintain public liability insurance to protect said contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly, from the performance or execution of this contract or any subcontract thereunder, and also to protect said contractor and the City against loss from liability imposed by law, for damage to any property, damage insurance shall be maintained by the contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $500,000 for one person injured in the accident and in the amount of not less than $1,000,OdO for more than one person injured in one accident and in the amount of not less than $500,000 with respect to any property damage aforesaid. The City shall be named a co-insured regardless of fault. Page 9 The contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100°/x) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any pert of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the Owner a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OR BIDDERS: More than one proposal from an individual, firm, partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. 11. AWARD OF CONTRACT: The City may award the contract to the lowest responsible bidder on the total base bid or on any one of the alternates indicated in the proposal. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within sixty (60) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. 12. ALTERNATES: If alternate bids are called for, the contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any alternate or combination of alternates. 13. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the work covered by the proposal. Page 10 14. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Public Contract Code). Forms for this purpose are, furnished with the contract documents. 15. WORKERS COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the Owner the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contra;ct." 16. BID DEPOSIT RETURN: Deposits of the three lowest bidders, the number being at the discretion of the Owner, will be held for sixty days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 17. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the form agreement provided, and shall secure all insurance and bonds as herein provided within (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. If the successful bidder refuses or fails to execute the contract, the City may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the City may award the contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the City. The work may then be readvertised. 18. "OR EOUAL": Pursuant to Article 5, Chapter 3, Part 1, Division 2 (commencing at 3400) Public Contract Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 19. EMPLOYMENT OF APPRENTICES• The contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The contractor and any subcontractor under him shall comply with the requirements said sections in the employment of apprentices; Page 11 however, the contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. 20. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 21. WAGE RATES: The Contractor and/or Subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, twenty-five dollars ($25) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file and available for inspection in the Office of the Department of Industrial Relations, Division of Labor Statistics and Research. 22. NO REFUND FOR DRAWINGS AND SPECIFICATIONS: Purchasers are advised that upon payment of the appropriate purchase price, the set of contract drawings and specifications become the property of the purchaser and are not to be returned to the City of Diamond Bar. 23. AWARD OP CONTRACT: The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described. 24. QUANTITIES: The quantity of work for the unit price items to be done under the contract, 1as noted in the Schedule of Prices, is an estimate and is not to be taken an expressed or implied statement that the actual quantity of work will correspond to the estimate. The right is reserved by the City of Diamond Bar to increase or decrease or to entirely eliminate items from the work if found desirable or expedient. The Contractor will be allowed no claims for anticipated profits, loss of profits or for any damages of any sort because of any difference between the estimated and actual quantities of work done of for work decreased or eliminated by the City .of Diamond Bar. Page 12 25. WITHDRAWAL OF BIDS: The bidder may withdraw his bid at any time prior to the date and hour set for opening of bids upon presentation of a written request to the City's Engineer signed by an authorized representative of the bidder or by the person filing the bid. 26. INVALID PROPOSALS: Proposals submitted by telegraph and those which are not logged in at the office of the City Clerk of the City of Diamond Bar, prior to the date and hour set for receipt of same will not be considered. 27. ALTERING PROPOSALS: The wording of the proposals shall not be changed. Any additions, conditions, limitations, or provisions inserted by the bidder will render the proposal irregular and may cause its rejection. i Erasures of interlineations in the proposal must be explained or noted over the signature of the bidder. 28. ACCEPTANCE OR REJECTION OF BIDS• The City Council of the City of Diamond Bar reserves the right to accept any bid or reject any or all bids and to waive any informality of defects in bids received as the best interests of the City of Diamond Bar. Proposals in which the bid prices are obviously unbalanced may be rejected. Proposals in which a bid item is left totally blank will be considered as being nonresponsive and automatically rejected. 29. BID PRICES AND AGREEMENT OF FIGURES: If a unit price bid item total amount arrived at by multiplying the unit price times the quantity does not agree with the total amount entered for the item or if the total amount is note entered, the unit price and the corrected extension will be considered as representing the bidder's intentions. If in a unit price bid item the total amount is entered for the item but not the unit prices the unit price shall be that which is derived by dividing the total amount bid for the item by the number of units in the item. If the amounts bid on individual items (if called for) do not add up to the total amount shown, the correctly added total of the individual items shall prevail over the total amount. 30. ADDENDA TO CONTRACT DOCUMENTS: The Engineer may, from time to time, issue addenda to the contract documents during the period of advertising. The addenda will be sent to the address the purchaser of the contract documents left with or furnished the City of Diamond Bar at the time the purchase was made. Page 13 CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 38 ITEM DESCRIPTION MONTHLY ANNUAL NO. QUANTITY WITH UNIT PRICE PRICE AMOUNT IN WORDS IN FIGURES 1 Lump Miscellaneous landscaping Sum in Maintenance District No. 38 (See attached map) (Word) TOTAL ANNUAL PRICE In words Page 14 In figures If an individual, so state. If a firm or co -partnership, state the firm name and give names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of President, Secretary, Treasurer, and Manager thereof. f Business Address Dated: , 19 'By By: Contractor's License No. Contractor's License Expiration Date I declare under penalty of perjury of the laws of the State of California that the representations made herein are true and correct in accordance! with the requirements of California Business and Professions Code Section 7029.15. Contractor's Authorized Signature 15 CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 38 Accompanying this proposal is (insert I cash," "cashiers check," "certified check," or "bidder's bond," as the case amy be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contact, with necessary bond, within ten (10) days, including Sundays and legal holidays, after having received notice that the contract has been awarded and is ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION Page 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information_ must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. 5 Calendar Years Prior to Current Year 1987 1988 1989 1990 TOTAL CURRENT YEAR 1. No. of contracts 2. Total dollar amount of contracts (in thousands of S) 3. No. of fatalities 4. No. of lost workday cases 5. No. of lost work day cases involving permanent transfer to another job or termination of employment 6.* No. of lost workdays *The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSEA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. r Name of Bidder (print) Signature Address State Contractors' Lic. No. & Classification City Zip Code Telephone Page 17 The definitions of the symbols and abbreviations used in the Schedule of Prices are as follows: Ave. Avenue LF Linear Feet & And LS Lump Sum AC Asphaltic Concrete Mod. Modified Blvd. Boulevard MH Manhole CAB Crushed Aggregate Base I Number CB Catch Basin No. Number Conc. Concrete NRCP Nonreinforced concrete pipe Conn. Connector or Connection Pvmt. Pavement Const. Construct Perm. Surf. Permanent Surfacing CIP Cast Iron Pipe PCC Portland Cement C27oEb CSP Corrugated Steel Pipe RC Reinforced Concrete CY Cubic Yard RCB Reinforced Concrete Box D D -load of pipe RCP Reinforced Concrete Pipe Dia. Diameter Reconn. Reconnect Dbl. Double Reconst. Reconstruct Dwy. Driveway Renf. Reinforcing or reinforced EA Each Restor. Restoration ELC Electrolier Lighting Resurf. Resurfacing Conduit Excay. Excavation. Rd. Road Ex. or Exist. Existing Sched. Schedule ' Feet SD Storm Drain Fur. & Pl. Furnish and place Sec. Section Ga. Gauge SF. Square Feet Galv. Galvanized Spec. Special Gr. Grate SS Sanitary Sewer H High or height Sta. Station HC House connection St. Street sewer Struct. structure Improv. Improvements Trans. Transition " Inches TS Transition Structure JS Junction Structure Var. Variable Lb. Pounds VCP Vitrified Clay Pipe LD Local Depression W Wide or Width Page 18 SUBCONTRACTORS LIST In compliance with the provisions of the Public Contract Code Section 4102, the undersigned bidder herewith sets forth the name and location of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half (1/2) of one percent (1%) of the general contractor's total bid, and the portion of the work which will be done by each subcontractor. Name under which Sub- License Address of Office, Specific Description contractor is licensed Number Mill or Shop of Sub -contract work & portion of the Work If the bidder fails to specify a subcontractor for any portion of the work, the bidder agrees to perform the work with his own crews. (Alternative subcontractors for the same work are prohibited by provisions of the California Government Code.) Dated Bidder Signature Signature Page 19 NONCOLLUSION AFFIDAVIT State of California ss. County of being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, ccmpany,association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bids are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature STATE OF CALIFORNIA ) ss. COUNTY OF I! Subscribed and sworn to before me this day of 19 Notary Public in and for the County of , State of California. My Commission expires 20 19 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, and as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum, will and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said contract has been awarded and is about to enter into the annexed contract with said City for consideration of the work under the specification entitled land is required by said City to give this bond in connection with the execution of said contract. NOW, THEREFORE, if said Contractor shall well and truly do and perform all the covenants and obligations of said contract on his part to be done and performed at the time and in the manner specified herein; this obligation shall be null and void; otherwise it shall be and in full force and effect; PROVIDED, that any alterations in the work to be done, or the materials to be furnished, which may be made pursuant to the terms of said contract shall not in any way release said Contractor or the Surety thereunder nor shall any extension of item granted under the provisions of said contract release either said Contractor or said Surety and notice of such alterations or extensions of the contract is hereby waived by such Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of F 1991. PRINCIPAL BY: (SEAL) SURETY BY: 21 ( SEAL) LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, AND as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of DOLLARS ($ ) lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Contract has been awarded and is about to enter into the annexed contract with said City for construction of the work under the City's specification entitled and is required by said City to give this bond in connection with the execution of said contract; NOW, THEREFORE, if said Contractor in said contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies,'or for the use of implements or machinery, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, said Surety will pay for the same in an amount not exceeding the sum specified above, and also in case suit is brought upon this bond, a reasonable attorney's fee, to be fined by the court. This bond shall immure to the benefit of any and all persons entitled to file claims under Section 1192.1 of the Code of Civil Procedure of the State of California. PROVIDED, that any alterations in the work to be done, or the material to be furnished, which may be made pursuant to the terms of said contract, shall not in any way release either said Contractor or said Surety thereunder nor shall any extensions of time granted under the provisions of said contract release either said Contractor or said Surety, and notice of such alterations or extensions of the contract is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of PRINCIPAL SURETY BY: BY: ( SEAL) 22 (SEAL) 1991. BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, as principal, and as surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (100) of the total amount of the bid of the principal, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened at Diamond Bar City Hall on April 30, 1991 for Annual Landscape Maintenance for Lighting and Landscape Maintenance District No. 38 in the City of Diamond Bar. NOW THEREFORE, if the aforesaid principal is awarded the contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the two bonds with the City of Diamond Bar, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered, the surety shall pay all costs incurred by the obligee in such suit, including a reasonable attorney's fee to be fixed by the court. 23 BIDDER'S BOND (CONTINUED) IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D., 1991 (seal) (seal) (seal) (seal) PRINCIPAL (seal) (seal) SURETY (seal) ADDRESS NOTE: Signatures of those executing for the surety must be properly acknowledged. 24 AGREEMENT KNOW ALL MEN BY THESE PRESENTS: That the following agreement is made and entered into, in duplicate, as of the date executed by the City Clerk and the Mayor, by and between hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "City". WHEREAS, pursuant to Notice Inviting Sealed Bids or Proposals, bids were received, publicly opened, and declared on the date specified in said notice; and WHEREAS; City did accept the bid of Contractor and; WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with Contractor for furnishing labor, equipment, and material for Maintenance of Lighting & Landscape Maintenance District No. 38 in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: The work to be done under this Agreement shall include the furnishing of all labor, material and equipment necessary for the provision of the landscape and appurtenant maintenance services as set forth in the specifications for Lighting & Landscape Maintenance District No. 38 in the City of Diamond Bar. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY• The aforesaid specifications are incorporated herein by reference thereto and made a part hereof with like force and effect as if all of said documents were setiforth in full herein. Said documents, the Resolution Inviting Bids attached hereto, together with this written agreement, shall constitute the contract between the parties. .This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this written agreement shall control. 25 3. TERMS OF CONTRACT a. The undersigned bidder agrees to execute the contract within ten (10) calendar days from the date of notice of award of contract. This agreement shall take effect and commence on July 1, 1991 for a period of twelve (12) months. b. The City shall have the option to extend this Agreement up to five (5) additional one (1) year periods, subject to the same terms and conditions contained herein, by giving the contractor written notice of exercise of this option to renew at least thirty (30) days prior to the expiration of the initial term of this Agreement, or of any additional one (1) year extensions. 4. INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The contractor shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: 26 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the Contractor or any subcontractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) Public Liability - Bodily Injury (not auto ($500,000 each person; $1,000,000 each accident. 2) Public Liability - Property Damage (not auto) $250,000 each person; $500,000 aggregate. 3) Contractor's Protective - Bodily Injury $500,000 each person; $1,000,000 each accident. 4) Contractor's Protective - Property Damage $250,000 each accident; $500,000 aggregate. 5) Automobile Bodily Injury $500,000 each person; $1,000,000 each accident. 6) Automobile - Property Damage $250,000 each accident. C. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by City, which is qualified to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to by so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; 4) Contain a clause substantially in the following words: 27 "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." 5) Otherwise be in form satisfactory to City. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insureds in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs a. and b. hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5. PREVAILING WAGE: Notice is here by given that in accordance with the provisions of California Labor code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in locality in which the -public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. copies of such prevailing rates of per diem wages are on file in the office of the City clerk of the City of Diamond Bar, Suite 100 21660 E. Copley Drive, Diamond Bar, California, and are available to any interested party on request. City also shall cause a copy of such determinations to be posted at the job site. 28 The contractor 'shall forfeit, as penalty to City, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. 6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statues of 1939, and in accordance with the regulations of the California Apprenticeship council, properly indentured apprentices may a employed in the prosecution of the work. Attention is directed to the provisions in Sections 1777.5 of the Labor Code .concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5,, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or b. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. 29 The Contractor is required to make contribution to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentice:. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. 8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel.and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. i 9. CONTRACTOR'S LIABILITY: The City of Diamond Bar and its officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or, any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workmen employees of the contractor of his subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. The contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the work or at any time before its completion and final acceptance. 30 The Contractor will indemnify City against and will hold and save City harmless from any and all actions, claims, damages to persons or property, penalties, obligations, or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of the contractor, his agents, employees, subcontractors, or invitees provided for herein, whether or not there is concurrent passive or active negligence on the part of City, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of City, its employees, servants, or independent. contractors who are directly responsible to City, and in connection therewith: a. The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, o liabilities and will pay all costs and expenses, including attorneys' fees incurred in connection therewith. b. The Contractor will promptly pay any judgment rendered against the Contractor or City covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with such work, operations, or activities of the Contractor hereunder, and the Contractor agrees to save and hold the City harmless therefrom C. In the event City, without fault, its made a party to any action or proceeding filed or prosecuted against he Contractor for damages or other claims arising out of or in connection with the work, operation, or activities of the contractor hereunder, the contractor agrees to pay to City any and all costs and expenses incurred by City in such action or proceeding together with reasonable attorneys' fees. So much of the mdney due to the Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as aforesaid. 10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of the race, color, or religion of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 31 11. CONTRACT PRICE AND PAYMENT: Except where additional compensation is specifically provided for in this Agreement, City will pay contractor for his services under this Agreement set forth in Bid Sheet, one month in arrears, on the last day of the month, or as soon thereafter as payment is approved by,the City Council. In the event the City exercises its option to extend the term of this Agreement for one or more of the additional five Contractor's monthly compensation shall be subject to adjustment at the commencement of the extended term and annually thereafter ("the adjustment date") as follows: The Compensation provided herein shall be adjusted to reflect the increase, if any, in the cost of living during the previous year by adding to the Contractor's monthly compensation the amount, if any, obtained by multiplyingthe Contractor's compensation as of the adjustment date by the percentage by which the Consumer Price Index ("CPI") for the Los Angeles -Anaheim - Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") reported by the Bureau of Labor Statistics of the United Stated, Department of Labor, has increased over the CPI for the month one year prior to the Index Month. If the Index is discontinued, the Director's office shall, at its discretion, substitute for the Index such other similar index as it may deem appropriate. 12. ATTORNEY'S FEES: In the event that any action or proceeding is brought by either party to enforce any term or provision of the Agreement, the prevailing party shall recover its reasonable attorney's fees and costs incurred with respect thereto. 13. TERMINATION: This Agreement may be terminated by City upon the giving of a written "Notice of Termination" to contractor at least thirty (30) days prior to the date of termination specified in said notice. In the event os such termination, contractor shall only be paid for services rendered and expenses necessarily incurred prior to the effective date of termination. t� IN WITNESS WHEREOF, the parties hereto have caused these presents to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License No. Date By: Title APPROVED AS TO FORM: By: Title City Attorney CITY OF DIAMOND BAR, CALIFORNIA By: Mayor City Clerk Date Contractor's Business Phone; Emergency Phone at which Contractor can be reached at any time: 33 GENERAL PROVISIONS 1. GENERAL CONDITIONS All work shall be done in accordance with the 1988 Edition and all supplements of the Standard Specifications for Public Works Construction, hereinafter referred to as Standard Specifications, Plans, Standard Construction Drawings and these Special Provisions. 2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 2. Scope and Control of Work Section 2-1. Award and Execution of Contract is amended by the following• (a) Examination of Plans, -Specifications Special Provisions and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b) Proposal Form: All proposals must be made upon blank forms to be obtai%ed from the City Clerk at City Hall, 21660 E. Copley Dr., Suite 100, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation, the proposal must show the name of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the president, secretary, and treasurer. G. P. 1 (c) Rejection of Proposals Containing Alterations, Erasures Irregularities: Proposals may be rejected if they show any alterations of form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. (d) Bidder's Guaranty: All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of said proposal, and no proposal shall be considered unless such cash, cashier's check, or bidder.'s bond in enclosed therewith. (e) Award of Contract: The award of the contract, if it be awarded, will be to the lowest responsible bidder. (f) Return of Bidder's Guarantees: Proposal guarantees will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. Subsection 2-5.1. Plans and Specifications -General is amended by the addition of the following: An addendum to these specifications may be issued by the Engineer at any time prior to the bid opening. Subsection 2-9.5. Line and grade is amended by the addition of the following• (a) All surveying necessary and adequate for construction purposes will be done by the City Engineer or as modified in the Special Provisions. (b) The Contractor shall give two (2) working days notice, in writing, when thd!services of the City Engineer will be required for laying out any portion of the work, and he shall dig all holes necessary for line and grade stakes. The Contractor shall preserve all stakes set for the lines, grades or measurements of the work in their proper places until authorized to remove them by the City Engineer. Any expenses incurred in replacing said stakes that the Contractor may have failed to preserve shall be borne by the Contractor. (c) Grades for all pipelines will be set on the surface of the ground and the Contractor shall transfer them to the bottom of the trench. At no time shall less than three G. P. 2 (3) consecutive grade points be used in common so that any variation from a straight grade can be detected. Any such variation shall be reported to the City Engineer and in the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. (d) The Contractor shall preserve all bench marks, stakes and other survey marks, and incase of their removal or destruction by his own employees or by his subcontractor's employees, he shall be liable for the cost of their replacement. Section 4. Control of Materials. Subsection 4-1.3 is modified to delete the requirement for inspection at the source of asphaltic concrete. Section 5. Utilities. This section is modified by addition of the following subsections. Subsection 5-1. Location. This section is amended by addition of the following• The Contractor shall notify Underground Service Alert (USA) at 1- 800-422-4133 two working days prior to the start of any boring or excavating operations. The Contractor shall notify the owners of all utilities 48 hours before start of construction. The utility owners listed may be contacted as indicated: Utilitv Owner Identification. Utility owners who may have facilities which may affect the work are as follows: General Telephone 1400 E. Phillips Blvd. Pomona, California 91766 (714) 865-3307 Southern California Edison company 800 West Cienega San Dimas, California 91773 (714) 592-3724 Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (714) 595-7554 G. P. 3 Southern California Gas Company Distribution Department 920 S. Stimson Ave. City of Industry, California 91745 (714) 394-4327 Underground Service Alert 1 (800) 422-4133 Subsection 5-2_ Protection. The Contractor is hereby alerted to the existence of all utility lines shown on the plans.. The Contractor shall carefully protect all lines during the course of construction. The Contractor is cautioned to protect existing utilities and their appurtenances which may be within the work area. Particular attention shall be given to water valves. Subsection 5-4. Relocations The City of Diamond Bar has water mains, valves, sprinkler electrical controls, services and meters within the project area which conflict with the new work. Much of the modification and/or relocation work will necessarily be done currently with Contractor's improvement operations. Therefore, Contractor will necessarily have to work around some City facilities and closely coordinate with the City. Section 6. Construction Schedule and Commencement of Work is amended by the addition of the following• Prior to commencing construction the contractor shall submit for approval a construction schedule. Section 7. Responsibilities of the Contractor in Conduct of His Work. Section 7-2. Labor amendediby the addition of the followin Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. G.P. 4 Subsection 7-3.1. Contractor's Responsibilitv for Work. Until acceptance of the work in writing by the City of Diamond Bar, the contractor shall have the charge and care of the work site at all times and shall bear the risk of injury or damage to any part thereof by the action of the elements or from the any other cause, whether arising from the execution or from the non execution of work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof. The City of Diamond Bar permits stockpiling of excavation material and/or construction material only in an authorized location. This requirement also applies to the location of a .material and equipment yard and a construction office. All existing improvements (except utilities) which are removed or damaged during the course of construction of the project shall be restored to a condition equal to or better than, in all respects, the existing improvements removed or damaged unless otherwise specified or noted on the drawings. Full compensation for conforming to the requirements of this section shall be included in other items of work performed and no additional compensation will be allowed. Subsection 7-4.1 Duration of Contract The Contractor shall begin work on or before the date of a written "Notice to Proceed", which shall be not later than 20 calendar days after execution of contract, and shall complete the entire work within sixty (60) calendar days. Subsection 7-10.1. Traffic and Access is amended by addition of the following• No public street, or portion thereof, may be closed to through traffic as part of this Contract. However, if, in the opinion of the Engineer, it is in the interest of the City of Diamond Bar to close the street, the contractor shall close the street as directed by the Engineer. Full compensation for conforming to the requirements of this section shall be included in other items of work performed and no additional compensation will be allowed. The Contractor shall furnish all flagmen and guards and supply and install all signs, lights, flares, barricade delineators, and other facilities which are necessary to expedite the passage of public traffic through or around the work or to prevent accidents or G. P. 5 damage or injury to the public or to give adequate warning to the public of any dangerous conditions to be encountered. The Caltrans "Manual of Traffic Controls" shall be used for all traffic control on this project. Payment for this work shall be included in Bid items No. 1 (Irrigation System Installation). Subsection 7-11 SHORING OF EXCAVATIONS Shoring of excavations is not generally required on this project, however, the City's Engineer may determine that shoring is required in portions of the construction area, due to the type of trench excavation proposed by the contractor. The City has performed no soil testing to determine precisely what areas, if any, will require shoring. Shoring of excavation if required shall be in accordance with the requirements of Subsection 306-1, as amended, of the Standard Specifications, and shall meet all requirements of the Construction Safety Orders of the Department of Industrial Relations, State of California and of OSHA. Approved protective fencing and barricading will also be provided by the Contractor as a part of this item. Prior to the excavation the Contractor shall obtain all permits required thereby. The Contractor shall conform to the Section 6424 of the California State Labor Code regarding shoring and bracing of excavations. Of special importance in this regard is the following extract from said section: "For the excavation of any trenches five feet or more in depth, the Contractor shall submit for acceptance by the awarding body, or by a registered civil or structural engineer employed by the awarding body, to whom authority' has been delegated, in advance of excavation, of a detailed plan showing the design of shorings, bracing, sloping or other provisions to be made for worker protection from hazard of caving ground duringli the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer". Full compensation for conforming to the requirements of this section shall be included in other items of work involved and no additional compensation will be allowed. Section 9. Measurement and Payment G. P. 6 Subsection 9-3 is modified by addition of the following 'Paragraphs: The Contractor agrees that the payment of the amount under the contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the contract or any alterations thereof. Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety percent (90%) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments, provided that in all events the City shall withhold no less than ten percent (10%) of the contract price until final completion and acceptance of the work. The Contractor may substitute in lieu of cash retention. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the contract, nor shall it in any way govern the final estimate. Final Payments. After the completion of the contract, the Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay the Contractor an amount which, when.added to the payments previously made and deductions allowable to the City, will equal ninety percent (900) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid 35 calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the contract and. the adjustment and payment for any work done in accordance with any alterations of the same shall release the City form any and all claims on account of the work performed under the contract or any alterations thereof. G. P. 7 SPECIFICATIONS FOR THE PROVISION OF LANDSCAPE AND APPURTENANT MAINTENANCE SERVICES FOR SPECIAL LANDSCAPE MAINTENANCE DISTRICTS 1. SCOPE OF THE WORK AND CONTRACT 1.01 The Work to be done under these specifications shall include the furnishing of all labor, material and equipment necessary for the provision of landscape and appurtenant maintenance services asset forth in these specifications including the exhibits attached hereto within the boundaries of the Special Districts and as said boundaries may have been heretofore or may be hereafter altered. 1.02 The foregoing work shall be done in a thorough and workmanlike manner under the direction and to the satisfaction of the Director of the Parks and Maintenance Department. The premises shall be maintained at the level of service provided for in these specifications at all times. 1.03 The Contractor shall have the exclusive duty, right and privilege to mow, edge, trim, overseed, reseed, fertilize, aerate, irrigate, hand water and bleed valves as necessary during emergencies when automatic systems are not functioning, prune, trim, and renovate turf and shrub areas designated hereunder, as well as to provide weed control, disease control, tree maintenance within the District, maintenance of sprinkler systems including backflow prevention devices, repair of walkways, pumps; and the necessary maintenance of any appurtenant structures and equipment. 1.04 In return for the exclusiveness of said Contract and the other considerations provided for herein, the Contractor agrees to provide the landscape and appurtenant maintenance services within said District without any further compensation except as otherwise specifically provided for in the contract and/or specifications. 1.05 The Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may destroy or damage plant, groundcover or turf areas. 1.06 The Contractor shall, during the specified hours and days of operation, respond to all emergencies within two (2) hours of notification. 1.07 The Contractor shall perform a maintenance inspection weekly during daylight hours of all areas within the premises. 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. 1.08 The term Director as used in these specifications shall mean Director of the Parks and Maintenance or his authorized representa- tive(s). epresenta- tive(s). 2. AREAS TO BE MAINTAINED 2.01 There are medians, parkway panels, cul-de-sac islands, village greens, adjacent roadway slopes, open space lots, linear greenbelts, paseos, fire protection slope areas, gate entry areas, creek beds, semi -natural, and natural areas with turf, plants, trees, and SPl ground cover which are irrigated by manual and/or an electrically controlled automatic systems. 2.02 An identification of the areas to be maintained is provided in Exhibit A attached to these specifications. 2.03 The bidder, before submitting his bid, shall visit all existing areas to be maintained and inform himself fully as to all conditions that might affect the work specified. Said inspection of these areas in the company of City representatives will be required as a condition of submitting a bid and all bidders must attend the bidders' conference which will be held on the site on the day of the walk-through inspection. 2.04 Estimated square footages by district are provided for all areas to be maintained on the attached Exhibit A. However, it is the responsibility of the Contractor to verify by inspection and to observe the various slope characteristics. 3. CERTIFICATIONS/REPORTS 3.01 Certification Contractor shall complete the attached Landscape Maintenance certification form designated Exhibit B and shall submit same to Director concurrent with the monthly invoicing. The monthly payment to the Contractor will not be made until such report has been received by the Director. 3.02 In addition, when applicable, Contractor shall submit with the monthly invoice and Landscape Maintenance certification form, a report indicating, for those specialty type maintenance operations completed, the quantity and complete description of all commercial and organic fertilizer(s), grass seed and soil amendments used and 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. 3.03 Maintenance Function Report Contractor shall maintain and keep current a report form that records all On -Going, Seasonal, and Additional Work, maintenance functions performed on a daily basis, by Contractor's personnel. Said report shall be in a form Und content acceptable to the Director and shall be submitted to Director concurrent with the monthly invoicing. The monthly payment will not be made until such report is received by the Director. 4. ADDITIONAL WORK 4.01 The Director may at his discretion authorize the Contractor to perform additional work, in accordance with the provisions of the contract 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 third party negligence; or improvements in order to add new, modify existing or to refurbish existing landscaping and irrigation systems as provided for in the contract authorizing the provision of those services. SP2 5. 6. 4.02 Prior to performing any additional work, the 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 Director. Not withstanding the above authorization, when a condition exists wherein there is imminent danger of injury to the public or damage to property, the Director may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. However, within twenty-four (24) hours after receiving a verbal authorization, the Contractor shall submit a written estimate to the Director for approval. 4.03 All additional work shall commence on the specified date established and Contractor shall proceed diligently to complete said work within the time allotted. CONTRACTOR'S LIABILITY 5.01 All damages incurred to existing improvements located within areas under maintenance which in the City's opinion are due to the Contractor's operation shall be repaired or replaced at the Contractor's expense. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced within one watering cycle. b. All damages to shrubs, trees, turf or groundcover shall be repaired or replaced within five (5) working days. 5.03 All repairs and/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 Director. 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 Section 18 of these Specifications. C. Chemicals - All damage resulting from chemical operation, either spray -drift or lateral -leaching, shall be corrected in accordance with the aforementioned maintenance practices and the soil conditioned to insure its ability to support plant life. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise the Director will interpret the Agreement. If the Contractor disagrees with the interpretation of the Director, he shall continue with the work in accordance with the Director's interpretation. Within thirty (30) days after receipt of the interpretation, he may file a written request for a hearing before a Disputes Review Panel as provided herein. The SP3 written request shall outline in detail the area of dispute. 6.02 The Disputes Review Panel will be appointed by the Director and will be composed of not less than three Non -City personnel having experience in the administration of Landscape 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 to the Director, for his consideration, within one (1) week following the conclusion of the hearing. The Director shall render an interpretation based upon his review of the Panel's recommendation. The Director's decision shall be final. 7. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 The Contractor shall maintain an office at some fixed place and shall maintain a telephone thereat, listed in the telephone directory in his own name or in the firm name by which he is most commonly known, and shall, at all times, have some responsible person(s), employed by the Contractor, to take the necessary action regarding all inquiries and complaints that may be received from property owners and tenants within said District or from the Director. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of the complaint within one (1) hour of receipt of complaint by the answering service. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, the Contractor's Foreman or employee of the Contractor, who is responsible for providing maintenance services shall be available for notification through,radic communica- tion. 7.02 Whenever immediate action is required to prevent impending injury, death or property damage to the facilities being maintained, City 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 Director, against the Contractor, or may deduct such cost fro4 any amount due to Contractor from City. 7.03 The Contractor shall maintain a written log of all complaints, the date and time thereof and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be open to the inspection of the Director at all reasonable times. 7.04 All complaints shall be abated as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of the Director. If any complaint is not abated within 24 hours, the Director shall be notified immediately of the reason for not abating the complaint followed by a written report to the Director within five (5) days. If the complaints are not abated within the time specified or to the satisfaction of the Director, the Director may correct the specific complaint and the total cost incurred by the City will be deducted and forfeit from the payments owing to the Contractor from the City. SP4 8. SAFETY 8.01 Contractor agrees to perform all work outlined in these specifications in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain 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 other legal requirements including but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL. O.S.H.A. 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 areas under maintenance and keep a log indicating date inspected and action taken. 8.02 It shall be the Contractor's responsibility to inspect,. and identify, any condition(s) that renders any portion of the areas under maintenance unsafe, as well as any unsafe practices occurring thereon. The Director shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including but not limited to filling holes in turf areas and paving, replacing valve box covers, and securing play apparatus if any so as to protect members of the public or others from injury. Contractor shall cooperate fully with City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to the Director within five (5) days following the occurrence. 9. HOURS AND DAYS OF MAINTENANCE SERVICE 9.01 Hours of maintenance service shall be either 6:00 a.m. to 2:30 p.m. or 6:30 a.m. to 3:00 p.m. on those days maintenance is to be provided for a Special District pursuant to the work schedule approved in advance by the Director. 9.02 Contractor shall provide on-site staffing at the prescribed hours five (5) days per week, Monday through Friday at the Special Districts indicated on the work schedules approved in advance by the Director. Any changes iIh the days and hours of operation heretofore prescribed shall be subject to prior written approval by the Director. 9.03 Per State of California Labor Code, Contractor is directed to the, following prescribed requirement with respect to the hours of employment. Eight (8) hours of labor under this Agreement shall constitute a legal day's work and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform 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 of Twenty- five Dollars ($25.00) for each laborer, worker or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than eight (8) hours in any one calendar day or forty SP5 (40) hours in any one calendar week, in violation of the provision of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 14. MAINTENANCE SCHEDULES 10.01 Contractor shall provide a work schedule for the Districts to be maintained which shall be submitted to the Director within ten (10) days after the effective date of this Agreement for his approval. 10.02 The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to the Director within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate the Contractor's responsibility in complying with the requirement to notify the Director for Specialty Type maintenance as set forth immediately hereinafter. 10.04 Contractor shall notify the Director, 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 aerification C. Turf renovation/verticutting d. Turf reseeding e. Spraying of trees, shrubs or turf e. Other items as determined by the Director Said "Specialty Type" maintenance services shall be performed in compliance with the specialized maintenance program (Exhibit C) attached hereto. Failure to complete special services in accord with the schedules set forth on Exhibit C will resultinthe Contractor becoming liable to the City for liquidated damages ($100 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 The Contractor shall provide sufficient personnel to perform all work in accordance with the specifications set forth herein. All of the Contractor's maintenance personnel shall be supervised by a qualified, English speaking, Foreman in the employ of the Contractor. 11.02 Contractor shall transfer or discharge any employee whose conduct or activity shall, in the reasonable exercise of discretion by the Director, be deemed detrimental to the interest of the public patronizing the premises. Contractor shall transfer or discharge any such person within a reasonable time following notice therefor from the Director and such person shall not be employed at any other City District area of maintenance contracted for and maintained by, the Contractor. SP6 11.03 Director may require the Contractor to establish an identification system for personnel assigned to an area of maintenance which clearly indicates to the public the name of the Contractor responsible for the landscape and appurtenant maintenance services. The identification system shall be furnished at the Contractor's expense and may include appropriate attire and/or name badges as specified by the Director. 11.04 The Contractor shall require each of his 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. Shirt, shall be worn at all times and buttoned. 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the areas under maintenance or improvements thereon, unless prior written approval therefor is obtained from the Director. 13. UTILITIES 13.01 The City shall pay for all utilities. However, water usage shall not exceed amount required to comply with irrigation schedules established by the Contractor and approved by the Director. 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. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess cost factor, to be deducted from payments to Contractor from City will be presented to the Contractor by the Director prior to actual deduction to allow for explanations. 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 City shall not provide any storage facilities for the Contractor. 15. TURF CARE 16.01 The Contractor shall perform at his sole expense the following services: a. Mowing. Turf to be mowed with an adequately SP7 sharpened rotary or reel type mower, equipped with rollers, to ensure a smooth surface appearance without scalping. All warm season grasses (Bermuda, St. Augustine, and Kikuyu) to be cut at 1 inch heighth throughout the year. All cool season grasses (Blue Grass and Fescues) to be cut at 22 inches during April through November and at 2 inches during December to March of each year. The mowing heighths will be adjusted by the Director during periods of renovation. All grass clippings will be collected and removed from the site on the same day the area is mowed. A mowingschedule will be established and main- tained. This schedule will provide that all areas will be mowed not less than once a week during the warm season of April to November and once every two weeks during the cool season of December to March. This schedule will be submitted to the Director for approval. b. Edging. With each cutting, the edge of the grass along sidewalks, curbs, shrub and flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 6 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved cnemicals, or sma11 mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices or any structures located within the turf areas. All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. All clippings shall be removed from site the same day area is edged. After mowing and edging is completed all adjacent walkways are to be swept clean by power blower. C. Weed Control. Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibit C). Hand removal of noxious weeds or grasses will be required as necessary. d. Insect/Disease Control. Eliminate all insect or disease affecting turf areas as they occur. e. Aerating. Aerate all turf areas four (4) times annually in accordance with the specialized maintenance program (Exhibit C). Aerate all turf by using 2 inch tines removing 2 -inch cores of sod with an aerator machine at not more than 6 -inch spacing once over. Director is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal. Renovate all warm season grasses to the soil line and verticut all cool season grasses once annually prior to the overseeding operation to be performed in the fall of each year. Equipment will consist of standard renovating or vertical mowing types. Director is to be notified at least two (2) weeks prior to the exact date of renovation. g. Irrigation. Irrigation, including hand watering and bleeding of valves during an emergency situation, as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Director with monthly written irrigation schedule on form provided for this purpose. Director shall have the ability to change the irrigation, schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: SP8 (1) Considerationmust be given to the soil conditions, seasonal temperatures, wind conditions, humidity, minimizing runoff and the relationship of conditions which affect day and night watering. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation will be discontinued. (2) In ureas where wind creates problems of spraying water onto private property or road rights-of-way, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) The Contractor shall be responsible for monitoring all systems within the jurisdiction of this specification and correct for: coverage, adjustment, clogging of lines, and removal of obstacles, including plant materials which obstruct the spray. (4) Check systems daily and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted) within the District. (5) All controllers shall be adjusted on a weekly basis considering the water requirements of each remote control valve (sprinkler station) (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow all turf. (7) The Contractor shall observe and note any deficiencies occurring from the original design and review these findings with the Director, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within twenty-four (24) hours following notification from the Director of such a deficiency. (9) A soil probe shall be used to a depth of twelve (12) inches to determine the water penetration by random testing of the root zones. (10) Contractor shall file a monthly statement with the Department of Parks and+jMaintenance certifying that all irrigation systems are functioning properly and provide a monthly irrigation schedule for the succeeding month. (11) Contractor shall also be required to file a yearly certification with the Department of Health Services that all backflow prevention devices on the irrigation systems are operating in accordance with the requirements established by the Los Angeles County Health Services Department. It will he the responsibility of the Contractor to repair and replace when necessary subject to the provisions of Section 21 hereunder all backflow prevention devices at his sole expense. Said certification shall be completed within thirty (30) days upon notification from the Department of Health Services that said certifications are due. h. fertilization. Turf shall be fertilized with a balanced type commercial fertilizer twice (2) a year during the months of May and September. All fertilizer used shall be inorganic and granular. SP9 Rate for each application shall be one (1) pound of actual available nitrogen per 1,000 square feet of a balanced type commercial fertilizer. The balanced fertilizer shall be approved by the Director and shall be of a 4-1-2 ratio. In addition to the balanced type commercial fertili- zation, the Contractor shall fertilize all turf areas with ammonium sulphate during March, April, and July of each calendar year at a rate of one (1) pound of actual available nitrogen per 1,000 square feet and with calcium or ammonium nitrate during November, December, and January of each calendar year at a rate of one (1) pound of actual available nitrogen per 1,000 square feet. All turf areas fertilized shall be thoroughly soaked immediately following fertilization. i. Turf Reseeding. Contractor shall once each year in fall, overseed all turf after aerification and overseed all bare spots as needed throughout the remainder of the year to reestablish turf to an acceptable quality. When Contractor reseeds turf he will aerify, renovate or verticut, seed and mulch (spread evenly over the entire area to a uniform depth of 1/4 inch) in this sequence. The Director may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation for the cost of the sod only provided loss of turf was not due to the negligence of the Contractor. Overseeding shall be sown at a rate of five (5) pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate of eight (8) pounds per 1,000 square feet. The following seed specifications shall be used for all overseeding and reseeding. Proportion Name By Weight Purity Germination Newport Blue Grass Lolium Perenne 'Pennfine' Rye Pennant Rye Derby Rye 17. SHRUB AND GROUND COVER CARE 20% 95% 90% 26 1/30 95% 85% 26 1/3% 950 85% 26 1/3% 95% 85% 17.01 The Contractor shall perform at his sole expense the following services: a. Pruning. Prune shrubbery during the month of January through March to encourage healthy growth habits and for shape and appearance with the exception of roses which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. b. Trimming. Restrict,growth of shrubbery and ground covers to area behind curbs and walkways, and within planter beds by trimming, as necessary, or upon written notice by the Director. C. Renovation. Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. d. Disease and Insect Control. Maintain free of disease and insects and treat when needed pursuant to section 20. SP10 e. Weed Control. All ground cover and shrub beds are to be kept weed free at all times. Methods for control can incorporate one or all three of the following: (1) Hand removal. (2) Cultivation. (3) Chemical eradication. f. Fertilization. Apply fertilizer at least two (2) times per year (during the months of March and April, and September and October) to provide a healthy color in all plants with foliar feedings if applicable. Contractor will cultivate around plants where needed. Fertilizer should be a balanced inorganic 10-6-4 ratio with trace elements. The Contractor shall provide the Director with a fertiliza- tion schedule, with two (2) weeks notification prior to the proposed fertilization. g. Irrigation. Irrigate including hand watering and bleeding of valves in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 16, Paragraph 9, concerning irrigation practices shall apply to shrubs and ground covers. h. Shrub and Ground Cover Replacement. All damaged, diseased (untreatable) or dead shrubs and ground covers will be replaced with the exact same material that existed and of similar size as required by the Director unless otherwise notified by the Director in writing. Substitutions for any plant materials must have prior approval in writing by the Director. Original plans and specifications should be consulted to determine correct identification of species. All shrubs shall be guaranteed to live and remain in healthy condition for no less than six (6) months from the date of acceptance of the job by the Director. 18. TREE CARE 18.01 The Contractor at his sole expense shall perform the following services: a. Tree Maintenance: (1) Contractor shall be responsible for the pruning, shaping andremoval of trees under 15' in height. The Contractor shall inform the Manager's office of any damaged or diseased trees or any trees that po4e a threat to adjacent concrete, walls or property. (2) All trees shall be maintained free of all dead, diseased and damaged branches back to the point of breaking. Cuts must be made flush with the parent limb or trunk to promote proper healing. Any cuts exceeding one and one-half (12) inch will be treated with a wound dressing. All sucker growth is to be removed from.trees as it occurs. (3) Maintain seven (7) foot clearance for branches overhanging walks and fourteen (14) foot clearance for branches overhanging beyond curb line into the paved section of streets where applicable. (4) Control insects and diseases as needed pursuant to the provisions of section 19 and Exhibit C. SPI 1 (5) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees as required. (a) Tree stakes shall be pentachloraphenol treated lodge pole pine not less than eight (8) feet in length for five (5) gallon size trees and not less than ten (10) feet for fifteen (15) gallon trees sizes (two (2) per tree). (b) Guy wires where required and plant ties will be of pliable, zinc -coated ten (10 gauge wire (two (2) ties per tree). (c) Hose for covering wire to be either new or used garden hose at least one-half (�) inch in diameter those ties should allow for minimum of three (3) additional inches of clearance beyond the diameter of the branch or trunk being secured). (d) Stakes will not be placed closer than eight (8) inches from trunk of the tree. (e) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. b. Fertilization. Apply fertilizer within dripline at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should be a balanced inorganic 10-6-4 ratio with trace elements. The Contractor shall provide the Director with two (2) weeks notification prior to the fertilizer application. C. Irrigation. Irrigation will be programmed in conjunction with automatic controllers or manual control valves servicing turf or ground cover and shrub areas in accordance with the requirements of Section 16, Paragraph 9. d. Permits. If a permit is required for tree pruning, City Department of Parks and Maintenance will obtain permit prior to commencement of work by Contractor. e. Tree Replacement. All trees permanently damaged by any means will be replaced as provided for under Sections 6 or 24 with the identical species of tree existing previously, unless 'otherwise notified in writing by the Director. The need for and the size o, replacement will be determined by the Director at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size not to exceed a 24 -inch box specimen container size. Substitutions will require prior written approval by the Director. Original plans and specifications should be consulted to insure correct identification of species. f. Olive Tree Spraying. Ornamental olive trees shall be -sprayed to prevent fruit set by use of "Maintain." Two applications shall be required 7-10 days apart. The first application shall be applied when 1/2 to 3/4 of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. 19. USE OF CHEMICALS (PESTICIDES) AND DISEASE AND PEST CONTROL 19.01 The Contractor shall perform at his sole expense the following services: SP12 a. Chemical Application. All work involving the use of chemicals will be accomplished by a State of California licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. b. Permits. All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricul- tural Commissioner Office and a permit obtained with a copy to the City Department of Parks and Maintenance prior to use. A copy of all forms submitted to the county Agricultural Commissioner shall be given to the Director on a timely basis. C. Compliance with Regulations. All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California will be adhered to. d. Pest Control. Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by the District. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped by contractor to avoid moisture runoff entering the holes. This procedure shall be followed in all areas especially within all slope areas. 20. GENERAL CLEAN-UP 20.01 -The Contractor shall perform at his sole expense the following services: a. Trash Removal. Remove all trash and accumulated debris from site. b. Policing of Areas. All areas under maintenance and other designated areas will have above identified trash removed Mondays, Wednesdays and Fridays of each week throughout the year. C. Concrete/Asphalt Median Strip Maintenance. Contractor is responsible for weed and grass removal within concrete asphalt median strip areas, if any at all times. d. Curb and Gutter Maintenance. Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. e. Walkway Maintenance. Walkways, if any, will be cleaned immediately fcllowipg mowing and edging and cleaned by use of power sweeping or blower equipment not less than once per week. This includes removal of all foreign objects from surfaces such as gum, dog feces, grease, paint, graffiti,, etc. All walkway cracks and expansion joints shall be maintained weed and grass free at all times. f. Drain Maintenance. All drains and catch basins shall be free of siltation and debris at all times. g. Removal of Leaves. Accumulations of leaves shall be removed from all areas not less than once per week. 21. IRRIGATION SYSTEM MAINTENANCE OR REPAIR 21.01 All irrigation systems within the District areas designated in this specification will be repaired and maintained as SP13 required for operation, by the. Contractor at his sole expense in the following manner: a. Scope of Responsibility. The Contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of sprinkler heads, valves, lines, quick couplers, risers, automatic controllers, batteries, and backflow prevention devices. This paragraph does not require the, Contractor to make a complete piping replacement of the system. b. Replacement Requirements. Replacements will be of original materials or substitutes approved by the Director in writing prior to any installation. C. Extent of Responsibility. The Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, plants, and ground covers when automatic systems are not functioning. The replacement Section 21 requires to be provided by the Contractor shall be the normal deterioration, wear and tear, or negligence upon the part of the Contractor. The replacement required by Section 21 caused by extra- ordinary incidents of vandalism, acts of God, and third party negligence will be accomplished by the Contractor pursuant to the provisions of Section 23 of this Specification. However, the District(s) will continue the program of reimbursing the Contractor for the replacement with a new diaphragm valve of any piston type valve deemed to be unrepairable by the Director. However, the Contractor will be reimbursed only for the wholesale cost of the new diaphragm valve including sales tax plus 15% for overhead and profit (not for the labor to install). d. Ordinances. All materials and workmanship will be in accordance with applicable City or County Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. 22. MAINTENANCE AND REPAIR OF WALKWAYS & SERVICE ROADS, DRAINAGE SYSTEMS, CONCRETE BLOCKWALLS & MISCELLANEOUS IMPROVEMENTS 22.01 Walkways andliService Roads. All walkways and service roads, if any, shall be maintained by the Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The Contractor shall be entitled to additional compensation for maintaining walkways and service roads in the following manner: a. Broken corners will be removed and repaired as required. b. Broken curbs or headers adjacent to or part of roadways or walkways will be repaired or replaced. C. Contractor will not be responsible for total replacement of roadways or walkways as a result of normal deterioration, but will be required to replace all improvements damaged by his negligence . 22.02 Drainage Systems. The following services shall be provided by the Contractor at his expense except as otherwise provided for: SP14 a. All surface drains ("V" ditches), if any, shall be kept clear of debris so that water will have an unimpeded passage to its outlet. Contractor will repair or replace concrete portions as necessary for which the Contractor will receive additional compensation. b. All sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper and other debris to ensure unimpeded passage of water. Contractor shall replace all broken or -stolen sections of pipe, catch basin boxes and grates, for which additional compensation shall be authorized. 22.03 Miscellaneous Improvements. It will be the responsibi- lity of the Contractor to repair or replace miscellaneous improvements such as signs and mowing strips, and any other structural improvements within the District unless otherwise specified. Contractor shall be entitled to additional compensation for these services. 23. MAINTENANCE, REPAIRS AND REPLACEMENTS DUE TO EXTRAORDINARY INCIDENTS 23.01 Contractor shall be responsible for performing maintenance, repairs and replacements, when the need for such work arises out of extraordinary incidents such as vandalism, Acts of God, and Third party negligence in accordance with the provisions of this Section. The Contractor shall replace as the result of any of the extraordinary incidents described in this Section (1) damaged, diseased (untreatable) or dead shrubs, ground cover and trees in accordance with Sections 17 and 18 and -(2) inoperable irrigation equipment described in Section 21. The Contractor shall submit a written estimate of the cost for performing such work. The Director may, upon review and approval of such estimate, authorize the Contractor to. perform said work by the issuance of a written Work order. After submittal of the bill, the Contractor shall be reimbursed only for the agreed upon cost estimate. Allowable elements of cost for (1) the replacement of shrubs, ground cover, and trees shall be their wholesale cost including sales tax and cost of labor plus a factor of 15 percent (15%) for overhead and profit and (2) the replacement of Irrigation Equipment as defined in Section 19 of these Specifications shall be only the wholesale cost of equipment including sales tax (no reimbursement for Contractor's cost of labor) plus a factor of 15 percent (15%) for overhead and profit. In the event the Contractor's written estimate is not approved, then the Director reserves the right to contract with a third party to perform such work. 24. MAINTENANCE INSPECTIONS 24.01 The Contractor shall: a. Weekly perform a maintenance inspection during daylight hours of all facilities within the District. Such inspection hall be both visual and operational. The operational inspection shall include operation of all sprinkler, lighting and other technical systems to check for proper operational condition and reliability. SP15 b. Monthly meet on site with an authorized representative of the Director for a walk-through inspection. Said meeting shall be at the convenience of the Director and may include residents of the community. The Director shall notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, weekly interim inspections may be made by the Director. Any corrective work required as a result of a monthly inspection or any interim inspection by the Director shall be accomplished to the satisfaction of the Director within three (3) days of the notification of deficiencies, except in the case of a leaking valve which must be repaired within 24 hours following notification. 25. PLAYGROUND EQUIPMENT MAINTENANCE 25.01 All playground sites and equipment shall be inspected at the start of each work day and sand cleaned and raked level to remove any foreign and hazardous material and neatly groomed. 25.02 Special attention shall be made to low sand areas, around play equipment. These sand areas shall be leveled by distributing sand from high areas to low areas. 25.03 All sand play areas shall be maintained free of litter, cans, pop tops, broken glass and other debris. 25.04 All playground sites and equipment shall be checked daily Monday through Friday throughout the year and Contractor shall clean and remove litter from sand areas daily, Monday through Friday throughout the year. Any unsafe condition of play equipment shall be corrected and/or reported pursuant to Section 8 of these specifications. 25.05 By the 10th of each month, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After totilling, all areas shall be raked level. 26. FIRE PROTECTION SLOPE AREAS MAINTENANCE 26.01 These slope areas are hillside areas and are designed to meet Los Angeles County Ordinances for fire retardation. These areas generally occur in sloping terrain with gradients ranging 10 percent to 100 percent. Slopes are either manufactured or natural. The natural slopes have been brushed to remove certain plant materials. Manufac- tured slopes have been hydromulched in accordance with applicable County ordinances. Use of these areas by the residents should be minimal. 26.02 The maintenance of the natural slopes requires that the weeds and native brush be clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure. Also, dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the District property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or when the County Fire Marshall has determined that a fire SP16 hazard condition exists. The required weeding shall be completed as soon as .possible following its commencement and shall be completed throughout a District within a maximum period of thirty (30) days. Contractor shall be responsible for maintaining the brushed slope areas throughout the year in accordance with the above -identified height of weeds, dead wood removal and distance from dwellings or structures requirements. This may require that certain areas will need additional brushing as directed by the County Fire Marshall. Contractor will be paid additional compensation for additional brushings at the rate specified in the form of bid. Also, Contractor shall fertilize twice*a year shrubs in these areas with inorganic 10-6-4 and remove weeds to a distance of 30 feet measured from any sidewalk adjacent to a fire protection slope area. 26.03 Where reference is made to weeding, brushing or clearing within 100 feet of a structure, it is intended that the space between the structure and the private property line is the responsibility of the owner of the property. As an example, assume a private residential lot has a depth of 100 feet, the rear or side of which abuts a fire protection slope. Assume that the structure is set back 20 feet from the property line abutting this slope. The Contractor's responsibility is within the portion or balance of the 100 feet outside of the private property boundary, or, in this case, 80 feet. Consult with the Director for any questions regarding these areas. 26.04 The maintenance of the manufactured slopes requires that the planted slopes be kept weed free at all times. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices. Plants and trees shall be fertilized in accordance with the requirements of Sections 17 and 18 of these Specifications. Weeding will be subject to the special conditions identified in Exhibit D of these specifications. 27. NATURAL AREAS MAINTENANCE 27.01 Natural areas are open space areas that have minimal usage due to the sloping character of the, land and the rugged landscape materials that are native to, the land. Contractor will provide periodic maintenance consisting of .debris removal only as directed by the Director. 28. TERM OF AGREEMENT 28.01 This Agreement shall take effect and commence upon its execution by the District and, unless executed on the first day of a calendar month, shall continue for the rest of the partial calendar month in which executed and for a period of twelve (12) full calendar months thereafter. 28.02 The District shall have the option to extend this Agreement up to five (5) additional one (1) year periods, subject to the same terms and conditions contained herein, by giving Contractor written notice of exercise of this option to renew at least thirty (30) days SP17 prior to the expiration of the initial term of this Agreement, or of any additional 1 year extensions. 29. CONTRACTOR'S COMPENSATION 11 29.01 Should this Agreement commence on other than the first day of a calendar month, the Contractor's compensation for that partial calendar monthly shall be prorated at the rate of 1/30 of the full monthly rate per day, to an including the last day of the partial calendar month. 29.02 In the event the District exercises its option to extend the term of this Agreement for one or more of the additional five (5) one year periods as provided for in paragraph 28.02, the'Contractor's monthly compensation shall be subject to adjustment at the commencement of the extended term and annually thereafter ("the adjustment date") as follows: The compensation provided herein shall be adjusted to reflect the increase, if any, in the cost of living during the previous year by adding to the Contractor's monthly compensation the amount, if any, obtained by multiplying the Contractor's compensation as of the adjustment date by the percentage by which the Consumer Price Index (CPI) for the Los Angeles -Anaheim -Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") reported by the Bureau of Labor Statistics of the United States Department of Labor, has increase dover the CPI for the month one year prior to the Index Month. If the Index is discontinued, the Manager's Office shall, at its discretion, substitute for the Index such other similar index as it may deem appropriate. L 's; •=e m .eT Lc;, 10 4� �, \ • --^i��M1/r k It, 4A. P74 t Ail. rZj Al 5F. 1 !0! - A. Ave5. le Nk I(IM AAR Al J IM -11,iZ EXHIBITy LANDSCAPE MAINTENANCE CERTIFICATION I (We) hereby certify under penalty of perjury that the work within the facilities specified under the provisions of County Agreement No. has been performed in accordance with the specification of said Agreement for the month of , 19 , and that: 1. Not less than the prevailing wages, as determined by the State Department of Industrial Relations, have been paid to personnel employed to do this work. 2. All On -Going. Maintenance Tasks have been completed as provided for in said Agreement and Specifications. 3. Irrigation systems have been checked for operability and that the following are functioning properly. a. Irrigation lines b. Valves C. Sprinkler heads d. Controllers 4. Spraying and/or use of chemicals has occurred. If Yes, has: a. Copies of the PCA's written recommendation been sent to the Inspector? �+ b. Copies of the Pesticide Use Report been sent to the Inspector? C. Copies of restricted use permits been sent to the Inspector? 5. Specialty Type Maintenance has been requested. If Yes; has: a. The inspector been notified in writing? b. If applicable, quantity and complete description of materials used been sent to inspector? o - _ _ n o m __ Q n m m. n v o 3 �' 8 Nn 7 C n0 m O O 2-4 a3� 93 j pz 3 �2 0 C +, -� ,� z m O m m = O n; c D Nc z h rN z r�+rn m O r ` o'o r Oo ~ :� z� io (rN+ C C 7 N CC' O n CO O ;E- ;E G. �O mm o m O !^ O Z O ` O _ O O O � � �. 7 DIAMOND BAR LLAD NOS. 39 AND 41 The program for the control of Fescue on the planted slope areas within the Diamond Bar Hills and the Diamond Bar High Country developments shall consist of the following pre -emergent and post emergent herbicide applications. Ronstar shall be applied at the rate of 100-200 pounds per acre to prevent the germination of new Fescue and will put the existing Fescue under unfavorable stress allowing the existing ground cover to push out the Fescue by outgrowing it. Fusilade at the rate of one pint per acre shall be applied to control existing Fescue. Therefore, this program provides for the use of Fusilade as a post -emergent grass killer and Ronstar as a pre -emergent grass herbicide to control Fescue found on these designated slopes. This program shall be repeated as often as needed to eradicate or control the growth of Fescue on these slopes. The above conditions will be discussed on the site during the scheduled walk-through.inspection which all prospective bidders will be required to attend. CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 39 The City Clerk of the City of Diamond Bar, California will receive at her office in the City Hall, in said City, until 10:15 a.m. on April 30, 1991, sealed proposals for the performance of the above described services. CITY OF DIAMOND BAR John Forbing, Mayor Jay Kim, Mayor Pro Tem Phyllis Papen, Councilmember Donald Nardella, Councilmember Gary Werner, Councilmember Robert L. Van Nort, City Manager Charles Janiel, Director of Parks and Maintenance IMPORTANT NOTICE TO BIDDER Notice is hereby given that the City of Diamond Bar is soliciting bids for maintenance services for Landscape and Lighting District 39. A mandatory bidders conference and inspection of the areas to be maintained will be held at 10:00 a.m. on Tuesday, April 16, 1991 at Diamond Bar City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, California. Bids will be accepted until 10:15 a.m. on April 30, 1991 at Diamond Bar City Hall, 2166.0 East Copley Drive, Suite 100, Diamond Bar, California 91765, at which time and place said bids shall be publicly opened, examined and declared. Due to current drought situations and resultant rationing mandates, Contractor will be required to monitor irrigation systems to comply with reductions. The successful Contractor will be responsible for costs incurred due to excess usage. Inquires regarding these specifications can be directed to Charles Janiel, Director of Parks and Maintenance, (714)860-2489. Upon receipt of this proposal, contact Charles Janiel, Director of Parks, at the City of Diamond Bar with the name of your company, telephone number, a FAX number and the name of a contact person within your company. Failure to. provide the City with this information may result in improper distribution of updated materials regarding the bid documents. The City will not be responsible for information not being distributed to the proper person. CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 39 The City Clerk of the City of Diamond Bar, California will receive at her office in the City Hall, in said City, until 10:15 a.m. on April 30, 1991, sealed proposals for the performance of the above described services. CITY OF DIAMOND BAR John Forbing, Mayor Jay Kim, Mayor Pro Tem Phyllis Papen, Councilmember Donald Nardella, Councilmember Gary Werner, Councilmember Robert L. Van Nort, City Manager Charles Janiel, Director of Parks and Maintenance a TABLE OF CONTENTS NOTICE INVITING SEALED BIDS 1 - 7 INFORMATION FOR BIDDERS 8 - 13 BIDDER'S PROPOSAL 14 - 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD 17 LIST OF SYMBOLS AND ABBREVIATIONS 18 SUBCONTRACTORS LIST 19 NONCOLLUSION AFFIDAVIT 20 FAITHFUL PERFORMANCE BOND 21 LABOR AND MATERIAL BOND 22 BIDDER'S BOND 23 - 24 AGREEMENT 25 - 33 GENERAL PROVISIONS GP -1- GP -7 SPECIAL PROVISIONS SP -1 - SP -18 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE LANDSCAPE AND IRRIGATION MAINTENANCE OF LANDSCAPE AND LIGHTING DISTRICT NO. 39 IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. WHEREAS, it is the intention of the City of Diamond Bar to maintain certain improvements in the City of Diamond Bar. WHEREAS, the City of Diamond Bar has prepared plans and specifications for the maintenance of certain improvements. NOW, THEREFORE, BE IT RESOLVED that the plans and specifications presented to the City of Diamond Bar be and are hereby approved as the specifications for Landscape and Irrigation Maintenance in Landscape and Lighting District No. 39. BE IT FURTHER RESOLVED that the City Clerk is hereby authorized and directed to advertise 'as required by law for the receipt of sealed bids or proposals for doing of the work specified in the aforesaid plans and specifications, which said advertisement shall be substantially in the following words and figures, to wit: Pursuant to a Resolution of the City Council of the City of Diamond Bar, Los Angeles County, California, directing this l notice, NOTICE IS HEREBY GIVEN that the said City of Diamond Bar will receive at the office of the City Clerk in the City Hall of Diamond Bar, on or before the hour of 10:15 o'clock A.M. on the 30th day of April, 1991, sealed bids or proposals for the Lighting and Landscape Maintenance District No. 39. Bids will be opened and publicly read immediately int he office of the City Clerk, Suite 100, 21660 East Copley Drive, Diamond Bar, California. 1 Bids must be made on a form provided for the purpose, addressed to the City of Diamond Bar, California, marked, "Bid for Lighting and Landscape Maintenance District No. 39.11 PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages are on file in the office of the City Clerk of the City of Diamond Bar, Suite 100, 21660 East Copley Drive, Diamond Bar, California, and are available to any interested party on request. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. The Contractor shall forfeit, as penalty to the City of Diamond Bar, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman, or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in 2 accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the prosecution of the work. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment'in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other Contractors on the public 3 works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 11777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Eight (8) hours of labor shall constitute a legal day's work for all workmen employed int he execution of this contract and the Contractor and any subcontractor under him shall employ with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to the City of Diamond Bar, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eights (8) hours in violation of said Labor Code. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 4 The bidder must submit with his proposal cash, cashier's check, certified check, or bidder's bond, payable to the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is warded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is warded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar to the difference between the low bid and theisecond lowest bid, and the surplus, if any, shall be returned to the lowest bidder. The amount of the bond to be given to secure a faithful performance of the contract for said work shall be fifty percent (500) of the annual contract price thereof, and an additional bond in an amount equal to twenty-five (25%) of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work 5 contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Diamond Bar for the construction of said work. No proposal will be considered from a Contractor who is not licensed as a contractor at time of award in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. A C-27 license is required. The work is to be done in accordance with the profiles, plans, and specifications of the City of diamond Bar on file in the office of the City Clerk at the City hall, Diamond Bar, California. Copies of the plans and specifications will be furnished upon application to the City of Diamond Bar and payment of $5.00, said 5.00 is nonrefundable. Upon written request by the bidder, copies of the plans and specifications will be mailed when said request is accompanied by payment stipulated above, together with an additional nonreimbursable payment of $5.00 to cover the cost of mailing charges and overhead. The successful bidder will be required to enter into a contract satisfactory to the City of Diamond Bar. 6 PASSED, APPROVED AND ADOPTED this day of 1991. MAYOR I, LYNDA BURGESS, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Resolution was passed, approved and adopted at a regular meeting of the City Council of the City of Diamond Bar held on day of 1991, by the following Roll Call vote: AYES: COUNCILMEMBERS NOES: COUNCILMEMBERS ABSENT: COUNCILMEMBERS - ABSTAINED: COUNCILMEMBERS LYNDA BURGESS, City Clerk City of Diamond Bar 7 INFORMATION FOR BIDDERS 1. PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Seated Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, 1988 Edition. All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount annual named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guaranty that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered but a telegraphic modification may be considered and only if a postmark evidences that a confirmation of the telegram duly signed by the bidder was placed in the mail prior to the opening of bids. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. Page 8 6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall be allow any subcontractor to commence work on this subcontract until all similar insurance and bonds required of the subcontractor have been obtained. All insurance issued in compliance with this section shall be issued in the form, and be an insurer of insurers, satisfactory to and first approved by the City in writing. Certificates of insurance in the amounts required shall be furnished by the contractor to the City prior to the commencement of work. The contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. The contractor shall maintain public liability insurance to protect said contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said contractor and the City against loss from liability imposed by law, for damage to any property, damage insurance shall be maintained by the contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $500,000 for one person injured in the accident and in the amount of not less than $1,000,OOb for more than one person injured in one accident and in the amount of not less than $500,000 with respect to any property damage aforesaid. The City shall be named a co-insured regardless of fault. Page 9 The contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any pert of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the Owner a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OR BIDDERS: More than one proposal from an, individual, firm, partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. 11. AWARD OF CONTRACT: The City may award the contract to the lowest responsible bidder on the total base bid or on any one of the alternates indicated in the proposal. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within sixty (60) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. 12. ALTERNATES: If alternate bids are called for, the contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any alternate or combination of alternates. 13. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the work covered by the proposal. Page 10 14. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Public Contract Code). Forms for this purpose are furnished with the contract documents. 15. WORKERS COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the Owner the following certificate prior to performing the work under this contract: "I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contra;ct." 16. BID DEPOSIT RETURN: Deposits of the three lowest bidders, the number being at the discretion of the Owner, will be held for sixty days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 17. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the form agreement provided, and shall secure all insurance and bonds as herein provided within (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. If the successful bidder refuses or fails to execute the contract, the City may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the City may award the contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the City. The work may then be readvertised. 18. "OR EOUAL+1: Pursuant to Article 5, Chapter 3, Part 1, Division 2 (commencing at 3400) Public Contract Code,all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 19. EMPLOYMENT OF APPRENTICES: The contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The contractor and any subcontractor under him shall comply with the requirements said sections in the employment of apprentices; Page 11 however, the contractor shall compliance with said Labor Code occupations, regardless of any relationships alleged to exist. have full responsibility for section, for all apprenticeable other contractual or employment 20. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 21. WAGE RATES: The Contractor and/or Subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, twenty-five dollars ($25) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file and available for inspection in the Office of the Department of Industrial Relations, Division of Labor Statistics and Research. 22. NO REFUND FOR DRAWINGS AND SPECIFICATIONS: Purchasers are advised that upon payment of the appropriate purchase price, the set of contract drawings and specifications become the property of the purchaser and are not to be returned to the City of Diamond Bar. 23. AWARD OF CONTRACT: The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described. 24. QUANTITIES: The quantity of work for the unit price items to be done under the contract, Ias noted in the Schedule of Prices, is an estimate and is not to be taken an expressed or implied statement that the actual quantity of work will correspond to the estimate. The right is reserved by the City of Diamond Bar to increase or decrease or to entirely eliminate items from the work if found desirable or expedient. The Contractor will be allowed no claims for anticipated profits, loss of profits or for any damages of any sort because of any difference between the estimated and actual quantities of work done of for work decreased or eliminated by the City of Diamond Bar. Page 12 25. WITHDRAWAL OF BIDS: The bidder may withdraw his bid at any time prior to the date and hour set for opening of bids upon presentation of a written request to the City's Engineer signed by an authorized representative of the bidder or by the person filing the bid. 26. INVALID PROPOSALS: Proposals submitted by telegraph and those which are not logged in at the office of the City Clerk of the City of Diamond Bar, prior to the date and hour set for receipt of same will not be considered. 27. ALTERING PROPOSALS: The wording of the proposals shall not be changed. Any additions, conditions, limitations, or provisions inserted by the bidder will render the proposal irregular and may cause its rejection. I Erasures of interlineations in the proposal must be explained or noted over the signature of the bidder. 28. ACCEPTANCE OR REJECTION OF BIDS: The City Council of the City of Diamond Bar reserves the right to accept any bid or reject any or all bids and to waive any informality of defects in bids received as the best interests of the City of Diamond Bar. Proposals in which the bid prices are obviously unbalanced may be rejected. Proposals in which a bid item is left totally blank will be considered as being nonresponsive and automatically rejected. 29. BID PRICES AND AGREEMENT OF FIGURES: If a unit price bid item total amount arrived at by multiplying the unit price times the quantity does not agree with the total amount entered for the item or if the total amount is note entered, the unit price and the corrected extension will be considered as representing the bidder's intentions. If in a unit price bid item the total amount is entered for the item but not the unit pricd, the unit price shall be that which is derived by dividing the total amount bid for the item by the number of'units in the item. If the amounts bid on individual items (if called for) do not add up to the total amount shown, the correctly added total of the individual items shall prevail over the total amount. 30. ADDENDA TO CONTRACT DOCUMENTS: The Engineer may, from time to time, issue addenda to the contract documents during the period of advertising. The addenda will be sent to the address the purchaser of the contract documents left with or furnished the City of Diamond Bar at the time the purchase was made. Page 13 ITEM NO. QUANTITY 1 Lump Sum CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 39 DESCRIPTION WITH UNIT PRICE IN WORDS Miscellaneous landscaping in Maintenance District No. 39 (See attached map) (Word) TOTAL ANNUAL PRICE In words MONTHLY ANNUAL PRICE AMOUNT IN FIGURES Page 14 In figures If an individual, so state. If a firm or co -partnership, state the firm name and give names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of President, Secretary, Treasurer, and Manager thereof. Business Address Dated• , 19 By: By: By: Contractor's License No. Contractor's License Expiration Date I declare under penalty of perjury of the laws of the State of California that the representations made herein are true and correct in accordancel with the requirements of California Business and Professions Code Section 7029.15. Contractor's Authorized Signature 15 CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 39 Accompanying this proposal is (insert I cash," "cashiers check," "certified check," or "bidder's bond," as the case amy be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contact, with necessary bond, within ten (10) days, including Sundays and legal holidays, after having received notice that the contract has been awarded and is ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO, AND CLASSIFICATION Page 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Proiect Identification Sid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. 5 Calendar Years Prior to Current Year 1987 1988 1989 1990 TOTAL CURRENTYEAR 1. No. of contracts 2. Total dollar amount of contracts (in thousands of $) 3. No. of fatalities 4. No. of lost workday cases 5. No. of lost work day cases involving permanent transfer to another job or termination of employment 6.* No. of lost workdays *The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSEA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. r Name of Bidder (print) Address City Zip Code Page 17 Signature State Contractors' Lic. No. & Classification Telephone The definitions of the symbols and abbreviations used in the Schedule of Prices are as follows: Ave. Avenue LF Linear Feet & And LS Lump Sum AC Asphaltic Concrete -Mod. Modified Blvd, Boulevard MH Manhole CAB Crushed Aggregate Base I Number CB Catch Basin No. Number Conc. Concrete NRCP Nonreinforced concrete pipe Conn. Connector or Connection Pvmt. Pavement Const. Construct Perm. Surf. Permanent Surfacing CIP Cast Iron Pipe PCC Portland Cement CbroEb CSP Corrugated Steel Pipe RC Reinforced Concrete CY Cubic Yard RCB Reinforced Concrete Box D D -load of pipe RCP Reinforced Concrete Pipe Dia. Diameter Reconn. Reconnect Dbl. Double Reconst. Reconstruct Dwy. Driveway Reinf. Reinforcing or reinforced EA Each Restor. Restoration ELC Electrolier Lighting Resurf. Resurfacing Conduit Excay. Excavation Rd. Road Ex. or Exist. Existing Sched. Schedule ' Feet SD Storm Drain Fur. & PI. Furnish and place Sec. Section Ga. Gauge SF. Square Feet Galy. Galvanized Spec. Special Gr. Grate SS Sanitary Sewer H High or height Sta. Station HC House connection St. Street sewer Struct. structure Improv. Improvements Trans. Transition " Inches TS Transition Structure JS Junction Structure Var. Variable Lb. Pounds VCP Vitrified Clay Pipe LID Local Depression I W Wide or Width Page 18 SUBCONTRACTORS LIST In compliance with the provisions of the Public Contract Code Section 4102, the undersigned bidder herewith sets forth the name and location of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half (1/2) of one percent (1 %) of the general contractor's total bid, and the portion of the work which will be done by each subcontractor. Name under which Sub- License Address of Office, Specific Description contractor is licensed Number Mill or Shop of Sub -contract work & portion of the Work t If the bidder fails to specify a subcontractor for any portion of the work, the bidder agrees to perform the work with his own crews. (Alternative subcontractors for the same work are prohibited by provisions of the California Government Code.) Dated Bidder Signature Signature Page 19 State of California County of NONCOLLUSION AFFIDAVIT ss. 1 being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company,association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bids are true; and, further, that the bidder 'has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature STATE OF CALIFORNIA ss. COUNTY OF ) I Subscribed and sworn to before me this day of , 19 Notary Public in and for the County of , State of California. My Commission expires , 19 20 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, and as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum, will and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said contract has been awarded and is about to enter into the annexed contract with said City for consideration of the work under the specification entitled land is required by said City to give this bond in connection with the execution of said contract. NOW, THEREFORE, if said Contractor shall well and truly do and perform all the covenants and obligations of said contract on his part to be done and performed at the time and in the manner specified herein; this obligation shall be null and void; otherwise it shall be and in full force and effect; PROVIDED, that any alterations in the work to be done, or the materials to be furnished, which may be made pursuant to the terms of said contract shall not in any way release said Contractor or the Surety thereunder nor shall any extension of item granted under the provisions of said contract release either said Contractor or said Surtety and notice of such alterations or extensions of the contract is hereby waived by such Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 1991. PRINCIPAL BY: ( SEAL) SURETY BY: 21 (SEAL) LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, AND as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of DOLLARS ($ ) lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Contract has been awarded and is about to enter into the annexed contract with said City for construction of the work under the City's specification entitled and is required by said City to give this bond in connection with the execution of said contract; NOW, THEREFORE, if said Contractor in said contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies, or for the use of implements or machinery, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, said Surety will pay for the same in an amount not exceeding the sum specified above, and also in case suit is brought upon this bond, a reasonable attorney's fee, to be fined by the court. This bond shall immure to the benefit of any and all persons entitled to file claims under Section 1192.1 of the Code of Civil Procedure of the State of California. PROVIDED, that any alterations in the work to be done, or the material to be furnished, which may be made pursuant to the terms of said contract, shall not in any way release either said Contractor or said Surety thereunder nor shall any extensions of time granted under the provisions of said contract release either said Contractor or said Surety, and notice of such alterations or extensions of the contract is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of PRINCIPAL SURETY BY: BY: (SEAL) 22 (SEAL) , 1991. BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, as principal, and as surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (100) of the total amount of the bid of the principal, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened at Diamond Bar City Hall on April 30, 1991 for Annual Landscape Maintenance for Lighting and Landscaping District No. 39 in the City of Diamond Bar. NOW THEREFORE, if the aforesaid principal is awarded the contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the two bonds with the City of Diamond Bar, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered the surety shall pay all costs incurred by the obligee in such suit, including a reasonable attorney's fee to be fixed by the court. 23 BIDDER'S BOND (CONTINUED) IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D., 1991 (seal) (seal) (seal) (seal) PRINCIPAL (seal) (seal) SURETY (seal) ADDRESS NOTE: Signatures of those executing for the surety must be properly acknowledged. 24 AGREEMENT KNOW ALL MEN BY THESE PRESENTS: That the following agreement is made and entered into, in duplicate, as of the date executed by the City Clerk and the Mayor, by and between hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "City". WHEREAS, pursuant to Notice Inviting Sealed Bids or Proposals, bids were received, publicly opened, and declared on the date specified in said notice; and WHEREAS, City did accept the bid of Contractor and; WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with Contractor for furnishing labor, equipment, and material for Maintenance, of Lighting & Landscape Maintenance District No. 39 in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: The work to be done under this Agreement shall include the furnishing of all labor, material and equipment necessary for the provision of the landscape and appurtenant maintenance services as set forth in the specifications for Lighting & Landscape Maintenance District No. 39 in the City of Diamond Bar. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The aforesaid specifications are incorporated herein by reference thereto and made a part hereof with like force and effect as if all of said documents were setiforth in full herein. Said documents, the Resolution Inviting Bids attached hereto, together with this written agreement, shall constitute the contract between the parties. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this written agreement shall control. 25 3. TERMS OF CONTRACT a. The undersigned bidder agrees to execute the contract within ten (10) calendar days from the date of notice of award of contract. This agreement shall take effect and commence on July 1, 1991 for a period of twelve (12) months. b. The City shall have the option to extend this Agreement up to five (5) additional one (1) year periods, subject to the same terms and conditions contained herein, by giving the contractor written notice of exercise of this option to renew at least thirty (30) days prior to the expiration of the initial term of this Agreement, or of any additional one (1) year extensions. 4. INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The contractor shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows• "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the Contractor or any subcontractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) Public Liability - Bodily Injury (not auto I� ($500,000 each person; $1,000,000 each accident. 2) Public Liability - Property Damage (not auto) $250,000 each person; $500,000 aggregate. 3) Contractor's Protective - Bodily Injury $500,000 each person; $1,000,000 each accident. 4) Contractor's Protective - Property Damage $250,000 each accident; $500,000 aggregate. 5) Automobile - Bodily. Injury $500,000 each person; $1,000,000 each accident. 6) Automobile - Property Damage $250,000 each accident. C. Each such policy of insurance provided for in paragraph b. shall: 1) Be iss9ed by an insurance company approved in writing by City, which is qualified to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to by so included; 3) Specify it acts as primary insrance and that no insurance held or owned by'the designated additional insured shall be called upon to cover a loss under said policy; 4) Contain a clause substantially in the following words: 27 "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." 5) Otherwise be in form satisfactory to City. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insureds in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs a. and b. hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5. PREVAILING WAGE: Notice is here by given that in accordance with the provisions of California Labor code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. copies of such prevailing rates of per diem wages are on file in the office of the City clerk of the City of Diamond Bar, Suite 100 21660 E. Copley Drive, Diamond Bar, California, and are available to any interested party on request. City also shall cause a copy of such determinations to be posted at the job site. 28 The contractor shall forfeit, as penalty to City, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. 6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statues of 1939, and in accordance with the regulations of the California Apprenticeship council, properly indentured apprentices may e employed in the prosecution of the work. Attention is directed to the provisions in Sections 1777.5 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or b. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. 29 The Contractor is required to make contribution to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. 8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 9. CONTRACTOR'S LIABILITY: The City of Diamond Bar and its officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workmen employees of the contractor of his subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. The contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the work or at any time before its completion and final acceptance. 30 The Contractor will indemnify City against and will hold and save City harmless from any and all actions, claims, damages to persons or property, penalties, obligations, or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of the contractor, his agents, employees, subcontractors, or invitees provided for herein, whether or not there is concurrent passive or active negligence on the part of City, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City, and in connection therewith: a. The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, o liabilities and will pay all costs and expenses, including attorneys' fees incurred in connection therewith. b. The Contractor will promptly pay any judgment rendered against the Contractor or City covering such claims, damages, penalties, obligations, and liabilities arising out of ,or in connection with such work, operations, or activities of the Contractor hereunder, and the Contractor agrees to save and hold the City harmless therefrom. C. In the event City, without fault, its made a party to any action or proceeding filed or prosecuted against he Contractor for damages or other claims arising out of or in connection with the work, operation, or activities of the contractor hereunder, the contractor agrees to pay to City any and all costs and expenses incurred by City in such action or proceeding together with reasonable attorneys' fees. So much of the money due to the Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as aforesaid. 10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of the race, color, or religion of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 31 11. CONTRACT PRICE AND PAYMENT: Except where additional compensation is specifically provided for in this Agreement, City will pay 'contractor for his services under this Agreement set forth in Bid Sheet, one month in arrears, on the last day of the month, or as soon thereafter as payment is approved by the City Council. In the event the City exercises its option to extend the term of this Agreement for one or more of the additional five Contractor's monthly compensation shall be subject to adjustment at the commencement of the extended term and annually thereafter ("the adjustment date") as follows: The Compensation provided herein shall be adjusted to reflect the increase, if any, in the cost of living during the previous year by adding to the Contractor's monthly compensation the amount, if any, obtained by multiplying the Contractor's compensation as of the adjustment date by the percentage by which the Consumer Price Index ("CPI") for the Los Angel es -Anaheim - Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") reported by the Bureau of Labor Statistics of the United Stated Department of Labor, has increased over the CPI for the month one year prior to the Index Month. If the Index is discontinued, the Director's office shall, at its discretion, substitute for the Index such other similar index as it may deem appropriate. 12. ATTORNEY'S FEES: In the event that any action or proceeding is brought by either party to enforce any term or provision of the Agreement, the prevailing party shall recover its reasonable attorney's fees and costs incurred with respect thereto. 13. TERMINATION: This Agreement may be terminated by City upon the giving of a written "Notice of Termination" to contractor at least thirty (30) days prior to the date of termination specified in said notice. In the event os such termination, contractor shall only be paid for services rendered and expenses necessarily incurred prior to the effective date of termination. ti 32 IN WITNESS WHEREOF, the parties hereto have caused these presents to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License No. Date By: Title APPROVED AS TO FORM: By: Title City Attorney CITY OF DIAMOND BAR, CALIFORNIA By: Mayor By: City Clerk Date Contractor's Business Phoney: Emergency Phone at which Contractor can be reached at any time: 33 GENERAL PROVISIONS 1. GENERAL CONDITIONS All work shall be done in accordance with the 1988 Edition and all supplements of the Standard Specifications for Public Works Construction, hereinafter referred to as Standard Specifications, Plans, Standard Construction Drawings and these Special Provisions. 2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 2. Scope and Control of Work. Section 2-1. Awardand Execution of Contract is amended by the following: (a) Examination of Plans Specifications Special Provisions and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be ;encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b) Proposal Form: All proposals must be made upon blank forms to be obta3%ed from the City Clerk at .City Hall, 21660 E. Copley Dr., Suite 100, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation, the proposal must show the name of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the president, secretary, and treasurer. G. P. 1 (c) Rejection of Proposals Containing Alterations Erasures Irregularities: Proposals may be rejected if they show any alterations of form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. (d) Bidder's Guaranty All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of said proposal, and no proposal shall be considered unless such cash, cashier's check, or bidder's bond in enclosed therewith. (e) Award of Contract: The award of the contract, if it be awarded, will be to the lowest responsible bidder. (f) Return of Bidder's Guarantees: Proposal guarantees will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. Subsection 2-5.1. Plans and Specifications -General is amended by the addition of the following: An addendum to these specifications may be issued by the Engineer at any time prior to the bid opening. Subsection 2-9.5. Line and grade,,is amended by the addition of the following: (a) All surveying necessary and adequate for construction purposes will be done by the City Engineer or as modified in the Special Provisions. (b) The Contractor shall give two (2) working days notice, in writing, when thdiservices of the City Engineer will be required for laying out any portion of the work, and he shall dig all holes necessary for line and grade stakes. The Contractor shall preserve all stakes set for the lines, grades or measurements of the work in their proper places until authorized to remove them by the City Engineer. Any expenses incurred in replacing said stakes that the Contractor may have failed to preserve shall be borne by the Contractor. (c) Grades for all pipelines will be set on the surface of the ground and the Contractor shall transfer them to the bottom of the trench. At no time shall less than three G. P. 2 (3) consecutive grade points be used in common so that any variation from a straight grade can be detected. Any such variation shall be reported to the City Engineer and in the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. (d) The Contractor shall preserve all bench marks, stakes and other survey marks, and incase of their removal or destruction by his own employees or by his subcontractor's employees, he shall be liable for the cost of their replacement. Section 4. Control of Materials. Subsection 4-1.3 is modified to delete the requirement for inspection at the source of asphaltic concrete. t. Section 5. Utilities. This section is modified by addition of the following subsections. - Subsection 5-1. Location. This section is amended by addition of the following: The Contractor shall notify Underground Service Alert (USA) at 1- 800-422-4133 two working days prior to the start of any boring or excavating operations. The Contractor shall notify the owners of all utilities 48 hours before start of construction. The utility owners listed may be contacted as indicated: Utility owner Identification Utility owners who may have facilities which may affect the work are as follows: General Telephone 1400 E. Phillips Blvd. f! Pomona, California 91766 (714) 865-3307 Southern California Edison company 800 West Cienega San Dimas, California 91773 (714 ) 592-3724 Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (7 14) 595-7554 G. P. 3 Southern California Gas Company Distribution Department 920 S. Stimson Ave. City of Industry, California.91745 (714) 394-4327 Underground Service Alert 1 (800) 422-4133 Subsection 5-2. Protection. The Contractor is hereby alerted to the existence of all utility lines shown on the plans. The Contractor shall carefully protect all lines during the course of construction. The Contractor is cautioned to protect existing utilities and their appurtenances which may be within the work area. Particular attention shall be given to water valves. Subsection 5-4. Relocations. The City of Diamond Bar has water mains, valves, sprinkler electrical controls, services and meters within the project area which conflict with the new work. Much of the modification and/or relocation work will necessarily be done currently with Contractor's improvement operations. Therefore, Contractor will necessarily have to work around some City facilities and closely coordinate with the City. Section 6. Construction Schedule and Commencement of Work is amended by the addition of the following_ Prior to commencing construction the contractor shall submit for approval a construction schedule. Section 7. Responsibilities of the Contractor in Conduct of His Work. Section 7-2. Labor amended1by the addition of the following: Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of suchpersonsand every contractor for public works violating this section is subject to all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. G. P. 4 Subsection 7-3.1. Contractor's Responsibility for work Until acceptance of the work in writing by the City of Diamond Bar, the contractor shall have the charge and care of the work site at all times and shall bear the risk of injury or damage to any part thereof by the action of the elements or from the any other cause, whether arising from the execution or from the non execution of work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof. The City of Diamond Bar permits stockpiling of excavation material and/or construction material only in an authorized location. This requirement also applies to the location of a material and equipment yard and a construction office. All existing improvements (except utilities) which are removed or damaged during the course of construction of the project shall be restored to a condition equal to or better than, in all respects, the existing improvements removed or damaged unless otherwise specified or noted on the drawings. Full compensation for conforming to the requirements of this section shall be included in other items of work performed and no additional compensation will be allowed. . Subsection 7-4.1 Duration of Contract The Contractor shall begin work on or before the date of a written "Notice to Proceed", which shall be not Eater than 20 calendar days after execution of contract, and shall complete the entire work within sixty (60) calendar days. Subsection 7-10.1. Traffic and Access is amended by addition of the following: i? No public street, or portion thereof, may be closed to through traffic as part of this Contract. However, if, in the opinion of the Engineer, it is in the interest of the City of Diamond Bar to close the street, the contractor shall close the street as directed by the Engineer. Full compensation for conforming to the requirements of. this section shall be included in other items of work performed and no additional compensation will be allowed. The Contractor shall furnish all flagmen and guards and supply and install all signs, lights, flares, barricade delineators, and other facilities which are necessary to expedite the passage of public traffic through or around the work or to prevent accidents or G. P. 5 damage or injury to the public or to give adequate warning to the public of any dangerous conditions to be encountered. The Caltrans "Manual of Traffic Controls" shall be used for all traffic control on this project. Payment for this work shall be included in Bid items No. 1 (Irrigation System Installation). Subsection 7-11 SHORING OF _EXCAVATIONS Shoring of excavations is not generally required on this project, however, the City's Engineer may determine that shoring is required in portions of the construction area, due to the type of trench excavation proposed by the contractor. The City has performed no soil testing to determine precisely what areas, if any, will require shoring. Shoring of excavation if required shall be in accordance with the requirements of Subsection 306-1, as amended, of the Standard Specifications, and shall meet all requirements of the Construction Safety Orders of the Department of Industrial Relations, State of California and of OSHA. Approved protective fencing and barricading will also be provided by the Contractor as a part of this item. Prior to the excavation the Contractor shall obtain all permits required thereby. The Contractor shall conform to the Section 6424 of the California State Labor Code regarding shoring and bracing of excavations. Of special importance in this regard is the following extract from said section: "For the excavation of any trenches five feet or more in depth, the Contractor shall submit for acceptance by the awarding body, or by a registered civil or structural engineer employed by the awarding body, to whom authority has been delegated, in advance of excavation, of a detailed plan showing the design of shorings, bracing, sloping or other provisions to be made for worker protection from hazard of caving ground during( the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer". Full compensation for conforming to the requirements of this section shall be included in other items of work involved and no additional compensation will be allowed. Section 9. Measurement and Payment G. P. 6 Subsection 9-3 is modified by addition of the following paragraphs: The Contractor agrees that the payment of the amount under the contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the contract or any alterations thereof. Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety percent (900) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments, provided that in all events the City shall withhold no less than ten percent (10%) of the contract price until final completion and acceptance of the work. The Contractor may substitute in lieu of cash retention. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the contract, nor shall it in any way govern the final estimate. Final Payments. After the completion of the contract, the Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay the Contractor an amount which, when added to the payments previously made and deductions allowable to the City, will equal ninety percent (90%) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid 35 calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the contract and the adjustment and payment for any work done in accordance with any alterations of the same shall release the City form any and all claims on account of the work performed under the contract or any alterations thereof. G. P. 7 SPECIFICATIONS,FOR THE PROVISION OF LANDSCAPE AND APPURTENANT MAINTENANCE SERVICES FOR SPECIAL LANDSCAPE MAINTENANCE DISTRICTS 1. SCOPE OF THE WORK AND CONTRACT 1.01 The Work to be done under these specifications. shall include the furnishing of all labor, material and equipment necessary for the provision of landscape and appurtenant maintenance services asset forth in these specifications including the exhibits attached hereto within the boundaries of the Special Districts and as said boundaries may have been heretofore or may be hereafter altered. 1.02 The foregoing work shall be done in a thorough and workmanlike manner under the direction and to the satisfaction of the Director of the Parks and Maintenance Department. The premises shall be maintained at the level of service provided for in these specifications at all times. 1.03 The Contractor shall have the exclusive duty, right and privilege to mow, edge, trim, overseed, reseed, fertilize, aerate, irrigate, hand water and bleed valves as necessary during emergencies when automatic systems are not functioning, prune, trim, and renovate turf and shrub areas designated hereunder, as well as to provide weed control, disease control, tree maintenance within the District, maintenance of sprinkler systems including backflow prevention devices, repair of walkways, pumps; and the necessary maintenance of any appurtenant structures and equipment. 1.04 In return for the exclusiveness of said Contract and the other considerations provided for herein, the Contractor agrees to provide the landscape and appurtenant maintenance services within said District without any further compensation except as otherwise specifically provided for in the contract and/or specifications. 1.05 The Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may destroy or damage plant, groundcover or turf areas. 1.06 The Contractor shall, during the specified hours and days of operation, respond to all emergencies within two (2) hours of notification. 1.07 The Contractor shall perform a maintenance inspection weekly during daylight hours of all areas within the premises. 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. 1.08 The term Director as used in these specifications shall mean Director of the Parks and Maintenance or his authorized representa- tive(s). 2. AREAS,TO BE MAINTAINED 2.01 There are medians, parkway panels, cul-de-sac islands, village greens, adjacent roadway slopes, open space lots, linear greenbelts, paseos, fire protection slope areas, gate entry areas, creek beds, semi -natural, and natural areas with turf, plants, trees, and SP1 ground cover which- are irrigated by manual and/or an electrically controlled automatic systems. 2.02 An identification of the areas to be maintained is provided in Exhibit A attached to these specifications. 2.03 The bidder, before submitting his bid, shall visit all existing areas to be maintained and inform himself fully as to all conditions that might affect the work specified. Said inspection of these areas in the company of City representatives will be required as a condition of submitting a bid and all bidders must attend the bidders' conference which will be held on the site on the day of the walk-through inspection. 2.04 Estimated square footages by district are provided for all areas to be maintained on the attached Exhibit A. However, it is the responsibility of the Contractor to verify by inspection and to observe the various slope characteristics. 3. CERTIFICATIONS/REPORTS 3.01 Certification Contractor shall complete the attached Landscape Maintenance certification form designated Exhibit B and shall submit same to Director concurrent with the monthly invoicing. The monthly payment to the Contractor will not be made until such report has been received by the Director. 3.02 In addition, when applicable, Contractor shall submit with the monthly• invoice and Landscape Maintenance certification form, a report indicating, for those specialty type maintenance operations completed, the quantity and complete description of all commercial and organic fertilizer(s), grass seed and soil amendments used and 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. 3.03 -Maintenance Function Report Contractor shall maintain and keep current -a report form that records all On -Going, Seasonal, and Additional Work, maintenance functions performed on a daily basis, by Contractor's personnel. Said report shall be in a form �Lnd content acceptable to the Director and shall be submitted to Director concurrent with the monthly invoicing. The monthly payment will not be made until such report is received by the Director. 4. ADDITIONAL WORK 4.01 The Director may at his discretion authorize the Contractor to perform additional work, in accordance with the provisions of the contract 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 third party negligence; or improvements in order to add new, modify existing or to refurbish existing landscaping and irrigation systems as provided for in the contract authorizing the provision of those services. SP2 4.02 Prior to performing any additional work, the 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 Director. Not the above authorization, when a condition exists wherein there is imminent danger of injury to the public or damage to property, the Director may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. However, within twenty-four (24) hours after receiving a verbal authorization, the Contractor shall submit a written estimate to the Director for approval. 4.03 All additional work shall commence on the specified date established and Contractor shall proceed diligently to complete said work within the time allotted. 5. CONTRACTOR'S LIABILITY 5.01 All damages incurred to existing improvements located within areas under maintenance which in the City's opinion are due to the Contractor's operation shall be repaired or replaced at the Contractor's expense. 5.02 All suchrepairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced within one watering cycle. b. All damages to shrubs, trees, turf or groundcover shall be repaired or replaced within five (5) working days. 5.03 All repairs and/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 Director. 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 Section 18 of these Specifications. C. Chemicals All damage resulting from chemical operation, either spray -drift or lateral -leaching, shall be corrected in accordance with the aforementioned maintenance practices and the soil conditioned to insure its ability to support plant life. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise the Director will interpret the Agreement. If the Contractor disagrees with the interpretation of the Director, he shall continue with the work in accordance with the Director's interpretation. Within thirty (30) days after receipt of the interpretation, he may file a written request for a hearing before a Disputes Review Panel as provided herein. The SP3 written request shall outline in detail the area of dispute. 6.02 The Disputes Review Panel will be appointed by the Director and will be composed of not less than three Non -City personnel having experience in the administration of Landscape 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 to the Director, for his consideration, within one (1) week following the conclusion of the hearing. The Director shall render an interpretation based upon his review of the Panel's recommendation. The Director's decision shall be final. 7. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 The Contractor shall maintain an office at some fixed place and shall maintain a telephone thereat, listed in the telephone directory in his own name or in the firm name by which he is most commonly known, and shall, at all times, have some responsible person(s), emploYed by the Contractor, to take the necessary action regarding all inquiries and complaints that may be received from property owners and tenants within said District or from the Director. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of the complaint within one (1) hour of receipt of complaint by the answering service. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, the Contractor's Foreman or employee of the Contractor, who is responsible for providing maintenance services shall be available for notification through radio communica- tion. 7.02 Whenever immediate action is required to prevent impending injury, death or property damage to the facilities being maintained, City 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 Director, against the Contractor, or may deduct such cost frA any amount due to Contractor from City. 7.03 The Contractor shall maintain a written log of all complaints, the date and time thereof and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be open to the inspection of the Director at all reasonable times. 7.04 All complaints shall be abated as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of the Director. If any complaint is not abated within 24 hours, the Director shall be notified immediately of the reason for not abating the complaint followed by a written report to the Director within five (5) days. If the complaints are not abated within the time specified or to the satisfaction of the Director, the Director may correct the specific complaint and the total cost incurred by the City will be deducted and forfeit from the payments owing to the Contractor from the City. SP4 8. SAFETY 8.01 Contractor agrees to perform all work outlined in these specifications in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain 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 other legal requirements including but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL. O.S.H.A. 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 areas under maintenance and keep a log indicating date inspected and action taken. 8.02 It shall be the Contractor's responsibility to inspect, and identify, any condition(s) that renders any portion of the areas under maintenance unsafe, as well as any unsafe practices occurring thereon. The Director shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including but not limited to filling holes in turf areas and paving, replacing valve box covers, and securing play apparatus if any so as to protect members of the public or others from injury. contractor shall cooperate fully with City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to the Director within five (5) days following the occurrence. 9. HOURS AND DAYS OF MAINTENANCE SERVICE 9.01 Hours of maintenance service shall be either 6:00 a.m. to 2:30 p.m. or 6:30 a.m. to 3:00 p.m. on those days maintenance is to be provided for a Special District pursuant to the work schedule approved in advance by the Director. 9.02 Contractor shall provide on-site staffing at the prescribed hours five (5) days per week, Monday through Friday at the Special Districts indicated on the work schedules approved in advance by the Director. Any changes ih the days and hours of operation heretofore prescribed shall be subject to prior written approval by the Director. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. Eight (8) hours of labor under this Agreement shall constitute a legal day's work and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform 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 of Twenty- five Dollars ($25.00) for each laborer, worker or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than eight (8) hours in any one calendar day or forty SP5 (40) hoursin any one calendar week, in violation of the provision of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 10. MAINTENANCE SCHEDULES 10.01 Contractor shall provide a work schedule for the Districts to .be maintained which shall be submitted to the Director within ten (10) days after the effective date of this Agreement for his approval. 10.02 The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to the Director within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate the Contractor's responsibility in complying with the requirement to notify the Director for Specialty Type maintenance as set forth immediately hereinafter. 10.04 Contractor shall notify the Director, 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 aerification C. Turf renovation/verticutting d. Turf reseeding e. Spraying of trees, shrubs or turf e. Other items as determined by the Director Said "Specialty Type" maintenance services shall be performed in compliance with the specialized maintenance program (Exhibit C) attached hereto. Failure to complete special services in accord with the schedules set forth on Exhibit C will result in the Contractor becoming liable to the City for liquidated damages ($100 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 The Contractor shall provide sufficient personnel to perform all work in accordance with thespecifications set forth herein. All of the Contractor's maintenance personnel shall be supervised by a qualified, English speaking, Foreman in theemployof the Contractor. 11.02 Contractor shall transfer or discharge any employee whose conduct or activity shall, in the reasonable exercise of discretion by the Director, be deemed detrimental to .the interest of the public patronizing the premises. Contractor shall transfer or discharge any such person within a reasonable time following notice therefor from the Director and such person shall not be employed at any other City District area of maintenance contracted for and maintained by, the Contractor. SP6 11.03 Director may require the Contractor to establish an identification system for personnel assigned to an area of maintenance which clearly indicates to the public the name of the Contractor responsible for the landscape and appurtenant maintenance services. The identification system shall be furnished at the Contractor's expense and may include appropriate attire and/or name badges as specified by the Director. 11.04 The Contractor shall require each of his 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. Shirt, shall be worn at all times and buttoned. 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the areas under maintenance or improvements thereon, unless prior written approval therefor is obtained from the Director. 13. UTILITIES 13.01 The City shall pay for all utilities. However, water usage shall not exceed amount required to comply with irrigation schedules established by the Contractor and approved by the Director. 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. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess cost factor, to be deducted from payments to Contractor from City will be presented to the Contractor by the Director prior to actual deduction to allow for explanations. 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 City shall not provide any storage facilities for the Contractor. 16. TURF CARE 16.01 The Contractor shall perform at his sole expense the following services: a. Mowing. Turf to be mowed with an adequately SP7 sharpened rotary or reel type mower, equipped with rollers, to ensure a smooth surface appearance without scalping. All warm season grasses (Bermuda, St. Augustine, and Kikuyu) to be cut at 1 inch heighth throughout the year. All cool season grasses (Blue Grass and Fescues) to be cut at 2, inches during April through November and at 2 inches during December to March of each year. The mowing heighths will be adjusted by the Director during periods of renovation. All grass clippings will be collected and removed from the site on the same day the area is mowed. A mowing schedule will be established and main- tained. This schedule will provide that all areas will be mowed not less than once a week during the warm season of April to November and once every two weeks during the cool season of December to March. This schedule will be submitted to the Director for approval. b. Edging. With each cutting, the edge of the grass along sidewalks, curbs, shrub and flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 6 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices or any structures located within the turf areas. All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. All clippings shall be removed from site the same day area is edged. After mowing and edging is completed all adjacent walkways are to be swept clean by power blower. C. Weed Control. Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibit C). Hand removal of noxious weeds or grasses will be required as necessary. d. Insect/Disease Control. Eliminate all insect or disease affecting turf areas as they occur. e. Aerating. Aerate all turf areas four (4) times annually in accordance with the specialized maintenance program (Exhibit C). Aerate all turf by using 2 inch tines removing 2 -inch cores of sod with an aerator machine at not more than 6 -inch spacing once over. Director is to be notified at least two (2) weeks prior to the exact date of aerating. f . Thatch 1�emoval . Renovate all warm season grasses to the soil line and verticut all cool season grasses once annually prior. to the overseeding operation to be performed in the fall of each year. Equipment will consist of standard renovating or vertical mowing types. Director is to be notified at least two (2) weeks prior to the exact date of renovation. g. Irrigation. Irrigation, including hand watering and bleeding of valves during an emergency situation, as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Director with monthly written irrigation schedule on form provided for this purpose. Director .shall have the ability to change the irrigation schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: SPS (1) Consideration must be given to the soil conditions, seasonal temperatures, wind conditions, humidity, minimizing runoff and the relationship of conditions which affect day and night watering. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation will be discontinued. (2) In areas where wind creates problems of spraying water onto private property or road rights-of-way, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) The Contractor shall be responsible for monitoring all systems within the jurisdiction of this specification,and correct for: coverage, adjustment, clogging of lines, and removal of obstacles, including plant materials which obstruct the spray. (4) Check systems daily and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted) within the District. (5), All controllers shall be adjusted on a weekly basis considering the water requirements of each remote control valve (sprinkler station). (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow all turf. (7) The Contractor shall observe and note any deficiencies occurring from the original design and review these findings with the Director, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within twenty-four (24) hours following notification from the Director of such a deficiency. (9) A soil probe shall be used to a depth of twelve (12) inches to determine the water penetration by random testing of the root zones. (10) Contractor shall file a monthly statement with the Department of Parks and' 'Maintenance certifying that all irrigation systems are functioning properly and provide a monthly irrigation schedule for the succeeding month. (11) Contractor shall also be required to file a yearly certification with the Department of Health Services that all backflow prevention devices on the irrigation systems are operating in accordance with the requirements established by the Los Angeles County Health Services Department. It will be the responsibility of the Contractor to repair and replace when necessary subject to the provisions of Section 21 hereunder all backflow prevention devices at his sole expense.. Said certification shall be completed within thirty. (30) days upon notification from the Department of Health Services that said certifications are due. h. Fertilization. Turf shall be fertilized with a balanced type commercial fertilizer twice (2) a year during the months of May and September. All fertilizer used shall be inorganic and granular. SP9 Rate for each application shall be one (1) pound of actual available nitrogen per 1,000 square feet of a balanced type commercial fertilizer. The balanced fertilizer shall be approved by the Director and shall be of a 4-1-2 ratio. In addition to the balanced type commercial fertili- zation, the Contractor shall fertilize all turf areas with ammonium sulphate during March, April, and July of each calendar year at a rate of one (1) pound of actual available nitrogen per 1,000 square feet and with calcium or ammonium nitrate during November, December, and January of each calendar year at a rate of one (1) pound of actual available nitrogen per 1,000 square feet. All turf areas fertilized shall be thoroughly soaked immediately following fertilization. i. Turf Reseeding. Contractor shall once each year in fall, overseed all turf after aerification and overseed all bare spots as needed throughout the remainder of the year to reestablish turf to an acceptable quality. When Contractor reseeds turf he will aerify, renovate or verticut, seed and mulch (spread evenly over the entire area to a uniform depth of 1/4 inch) in this sequence. The Director may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation for the cost of the sod only provided loss of turf was not due to ;the negligence of the Contractor. overseeding shall be sown at a rate of five (5) pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate of eight (8) pounds per 1,000 square feet. The following seed specifications shall be used for all overseeding and reseeding. 17. SHRUB AND GROUND COVER CARE 17.01 The Contractbr shall perform at his sole expense the following services: a. Pruning. Prune shrubbery during the month of January through March to encourage healthy growth habits and for shape and appearance with the exception of roses which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. b. Trimming. Restrict growth of shrubbery and ground covers to area behind curbs and walkways, and within planter beds by trimming, as necessary, or upon written notice by the Director. C. Renovation. Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. d. Disease and Insect Control. Maintain free of disease and insects and treat when needed pursuant to section 20. SP10 Proportion Name By Weight Purity Germination Newport Blue Grass 20% 95% 90% Lolium Perenne 'Pennfine' Rye 26 1/3% 95% 85% Pennant Rye 26 1/3% 95% 850 Derby Rye 26 1/3% 95% 85% 17. SHRUB AND GROUND COVER CARE 17.01 The Contractbr shall perform at his sole expense the following services: a. Pruning. Prune shrubbery during the month of January through March to encourage healthy growth habits and for shape and appearance with the exception of roses which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. b. Trimming. Restrict growth of shrubbery and ground covers to area behind curbs and walkways, and within planter beds by trimming, as necessary, or upon written notice by the Director. C. Renovation. Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. d. Disease and Insect Control. Maintain free of disease and insects and treat when needed pursuant to section 20. SP10 e. Weed Control. All ground cover and shrub beds are to be kept weed free at all times. Methods for control can incorporate one or all three of the following: (1) Hand removal. (2) Cultivation. (3) Chemical eradication. f. Fertilization. Apply fertilizer at least two (2) times per year (during the months of March and April, and September and October) to provide a healthy color in all plants with foliar feedings if applicable. Contractor will cultivate around plants where needed. Fertilizer should be a balanced inorganic 10-6-4 ratio with trace elements. The Contractor shall provide the Director with a fertiliza- tion schedule, with two (2) weeks notification prior to the proposed fertilization_ g. Irrigation. Irrigate including hand watering and bleeding of valves in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 16, Paragraph 9, concerning irrigation practices shall apply to shrubs and ground covers. h. Shrub and Ground Cover Replacement. All damaged, diseased (untreatable) or dead shrubs and ground covers will be replaced with the exact same material that existed and of similar size as required by the Director unless otherwise notified by the Director in writing. Substitutions for any plant materials must have prior approval in writing by the Director. Original plans and specifications should be consulted to determine correct identification of species. All shrubs shall be guaranteed to live and remain in healthy condition for no less than six (6) months from the date of acceptance of the job by the Director. 18. TREE CARE 18.01 The Contractor at his sole expense shall perform the following services: a. Tree Maintenance: (1) Contractor shall be responsible . for the pruning, shaping and removal of trees under 15' in height. The Contractor shall inform the Manager's office of any damaged or diseased trees or any trees that poke a threat to adjacent concrete, walls or property. (2) All trees shall be maintained free of all dead, diseased and damaged branches back to the point of breaking. Cuts must be made flush with the parent limb or trunk to promote proper healing. Any cuts exceeding one and one-half (1k) inch will be treated with a wound dressing. All sucker growth is to be removed from.trees as it occurs. (3) Maintain seven (7) foot clearance for branches overhanging walks and fourteen (14) foot clearance for branches overhanging beyond curb line into the paved section of streets where applicable. (4) Control insects and diseases as needed pursuant to the provisions of section 19 and Exhibit C. SP11 (5) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees as required. (a) Tree stakes shall be pentachloraphenol treated lodge pole pine not less than eight (8) feet in length for five (5) gallon size trees and not less than ten (10) feet for fifteen (15) gallon trees sizes (two (2) per tree). (b) Guy wires where required and plant ties will be of pliable, zinc -coated ten (10 gauge wire (two (2) ties per tree). (c) Hose for covering wire to be either new or used garden hose at least one-half (Z) inch in diameter those ties should allow for minimum of three (3) additional inches of clearance beyond the diameter of the branch or trunk being secured). (d) Stakes will not be placed closer than eight (8) inches from trunk of the tree. (e) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. b. Fertilization. Apply fertilizer within dripline at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should be a balanced in 10-6-4 ratio with trace elements. The Contractor shall provide the Director with two (2) weeks notification prior to the fertilizer application. C. Irrigation. Irrigation will be programmed in conjunction with automatic controllers or manual control valves servicing turf or ground cover and shrub areas in accordance with the requirements of Section 16, Paragraph 9. d. Permits. If a permit is required for tree pruning, City Department of Parks and Maintenance will obtain permit prior to commencement of work by Contractor. e. Tree Replacement. All trees permanently damaged by any means will be replaced as provided for under Sections 6 or 24 with the identical species of tree existing previously, unless otherwise notified in writing by the Director. The need for and the size o, replacement will be determined by the Director at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size not to exceed a 24 -inch box specimen container. size. Substitutions will require prior written approval by the Director. Original plans and specifications should be consulted to insure correct identification of species. f. Olive Tree Spraying. ornamental olive trees shall be sprayed to prevent fruit set by use of "Maintain." Two applications shall be required 7-10 days apart. The first application shall be applied when 1/2 to 3/4 of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. 19. USE OF CHEMICALS (PESTICIDES) AND DISEASE AND PEST CONTROL 19.01 The Contractor shall perform at his sole expense the following services: SP12 a. chemical Application. All work involving the use of chemicals will be accomplished by a State of California licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. b. Permits. All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricul- tural Commissioner Office and a permit obtained with a copy to the City Department of Parks and Maintenance prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to the Director on a timely basis. C. Compliance with Regulations. All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California will be adhered to. d. Pest Control. Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by the District. Whenever holes .are visible upon the surface, these holes shall be filled and securely tamped by contractor to avoid moisture runoff entering the holes. This procedure shall be followed in all areas especially within all slope areas. 20. GENERAL CLEAN-UP 20.01 The Contractor shall perform at his sole expense the following services: a. Trash Removal. Remove all trash and accumulated debris from site. b. Policing of Areas. All areas under maintenance and other designated areas will have above identified trash removed Mondays, Wednesdays and Fridays of each week throughout the year. C. Concrete/Asphalt Median Strip Maintenance. Contractor is responsible for weed and grass removal within concrete asphalt median strip areas, if any at all times. d. Curb' 'and Gutter Maintenance. Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. e. Walkway Maintenance. Walkways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment not less than once per week. This includes removal of all foreign objects from surfaces such as gum, dog feces, grease, paint, graffiti, etc. All walkway cracks and expansion joints shall be maintained weed and grass free at all times. f. Drain Maintenance. All drains and catch basins shall be free of siltation and debris at all times. g. Removal of Leaves. Accumulations of leaves shall be removed from all areas not less than once per week. 21. IRRIGATION SYSTEM MAINTENANCE OR REPAIR 21.01 All irrigation systems within the District areas designated in this specification will be repaired and maintained as SP13 required for operation, by the Contractor at his sole expense in the following manner: a. Scope of Responsibility. The Contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of sprinkler heads, valves, lines, quick couplers, risers, automatic controllers, batteries, and backflow prevention devices. This paragraph does not require the' Contractor to make a complete piping replacement of the system. b. Replacement Requirements. Replacements will be of original materials or substitutes approved by the Director in writing prior to any installation. C. Extent of Responsibility. The Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, plants, and ground covers when automatic systems are not functioning. The replacement Section 21 requires to be provided by the Contractor shall be the normal deterioration, wear and tear, or negligence upon the part of the Contractor. The replacement required by Section 21 caused by extra- ordinary incidents of vandalism, acts of God, and third party negligence will be accomplished by the Contractor pursuant to the provisions of Section 23 of this Specification. However, the District(s) will continue the program of reimbursing the Contractor for the replacement with a new diaphragm valve of any piston type valve deemed to be unrepairable by the. Director. However, the Contractor will be reimbursed only for the wholesale cost of the new diaphragm valve including sales tax plus 15% for overhead and profit (not for the labor to install). d. Ordinances. All materials and workmanship will be in accordance with applicable City or County Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the. specifications shall govern. 22. MAINTENANCE AND REPAIR OF WALKWAYS & SERVICE ROADS, DRAINAGE SYSTEMS, CONCRETE BLOCKWALLS & MISCELLANEOUS IMPROVEMENTS 22.01 Walkways andIiService Roads. All walkways and service roads, if any, shall be maintained by the Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The Contractor shall be entitled to additional compensation for maintaining walkways and service roads in the following manner: required. a. Broken corners will be removed and repaired as - b. Broken curbs or headers adjacent to or part of roadways or walkways will be repaired or replaced. C. Contractor will not be responsible for total replacement of roadways or walkways as a result of normal deterioration, but will be required to replace all improvements damaged by his negligence . 22.02 Drainage Systems. The following services shall be provided by the Contractor at his expense except as otherwise provided for: SP14 a. All surface drains ("V" ditches), if any, shall be kept clear of debris so that water will have an unimpeded passage to its outlet. Contractor will repair or replace concrete portions as necessary for which the Contractor will receive additional compensation. b. All sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper and other debris to ensure unimpeded passage of water. Contractor shall replace all broken or stolen sections of pipe, catch basin boxes and grates, for which additional compensation shall be authorized. 22.03 Miscellaneous Improvements. It will be the responsibi- lity of the Contractor to repair or replace miscellaneous improvements such as signs and mowing strips, and any other structural improvements within the District unless otherwise specified. Contractor shall be entitled to additional compensation for these services. 23. MAINTENANCE, REPAIRS AND REPLACEMENTS DUE TO EXTRAORDINARY INCIDENTS 23.01 Contractor shall be responsible for performing maintenance, repairs and replacements, when the need for such work arises out of extraordinary incidents such as vandalism, Acts of God, and Third party negligence in accordance with the provisions of this Section. The Contractor shall replace as the result of any of the extraordinary incidents described in this Section (1) damaged, diseased (untreatable) or dead shrubs, ground cover and trees in accordance with Sections 17 and 18 and (2) inoperable irrigation equipment described in Section 21. The Contractor shall submit a written estimate of the cost for performing such work. The Director may, upon review and approval of such estimate, authorize the Contractor to perform said work by the issuance of a written Work Order. After submittal of the bill, the Contractor shall be reimbursed only for the agreed upon cost estimate. Allowable elements of cost for (1) the replacement of shrubs, ground cover, and trees shall be their wholesale cost including sales tax and cost of labor plus a factor of 15 percent (1.5%) for overhead and profit and (2) the replacement of Irrigation Equipment as defined in Section 19 of these Specifications shall be only the wholesale cost of equipment including sales tax (no reimbursement for Contractor's cost of labor) plus a factor of 15 percent (150) for overhead and profit. In the event the Contractor's written estimate is not approved, then the Director reserves the right to contract with a third party to perform such work. 24. MAINTENANCE INSPECTIONS 24.01 The Contractor shall: a. Weekly perform a maintenance inspection during daylight hours of all facilities within the District. Such inspection hall be both visual and operational. The operational inspection shall include operation of all sprinkler, lighting and other technical systems to check for proper operational condition and reliability. SP15 b. Monthly meet on site with an authorized representative of the Director for a walk-through inspection. Said meeting shall be at the convenience of the Director and may include residents of the community. The Director shall notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, weekly interim inspections may be made by the Director. Any corrective work required as a result of a monthly inspection or any interim inspection by the Director shall be accomplished to the satisfaction of the Director within three (3) days of the notification of deficiencies, except in the case of a leaking valve which must be repaired within 24 hours following notification. 25. PLAYGROUND EQUIPMENT MAINTENANCE 25.01 All playground sites and equipment shall be inspected at the start of each work day and sand cleaned and raked level to remove any foreign and hazardous material and neatly groomed. 25.02 Special attention shall be made to low sand areas, around play equipment. These sand areas shall be leveled by distributing sand from high areas to low areas. 25.03 All sand play areas shall be maintained free of litter, cans, pop tops, broken glass and other debris. 25.04 All playground sites and equipment shall be checked daily Monday through Friday throughout the year and contractor shall clean and remove litter from sand areas daily, Monday through Friday throughout the year. Any unsafe condition of play equipment shall be corrected and/or reported pursuant to Section 8 of these specifications. 25.05 By the 10th of each month, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After.totilling, all areas shall be raked level. 26. FIRE PROTECTION SLOPE AREAS MAINTENANCE 26.01 These slope areas are hillside areas and are designed to meet Los Angeles County Ord?inances for fire retardation. These areas generally occur in sloping terrain with gradients ranging 10 percent to 100 percent. Slopes are either manufactured or natural. The natural slopes have been brushed to remove certain plant materials. Manufac- tured slopes have been hydromulched in accordance with applicable County ordinances. Use of these areas by the residents should be minimal. 26.02 The maintenance of the natural slopes requires that the weeds and native brush be clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure. Also, dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the District property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or when the County Fire Marshall has determined that a fire SP16 hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout a District within a maximum period of thirty (30) days. Contractor shall be responsible for maintaining the brushed slope areas throughout the year in accordance with the above -identified height of weeds, dead wood removal and distance from dwellings or structures requirements. This may require that certain areas will need additional brushing as directed by the County Fire Marshall. Contractor will be paid additional compensation for additional brushings at the rate specified in the form of bid. Also, Contractor shall fertilize twice'a year shrubs in these areas with inorganic 10-6-4 and remove weeds to a distance of 30 feet measured from any sidewalk adjacent to a fire protection slope area. 26.03 Where reference is made to weeding, brushing or clearing within 100 feet of a structure, it is intended that the space between the structure and the private property line is the responsibility of the owner of the property. As an example, assume a private residential lot has a depth of 100 feet, the rear or side of which abuts a fire protection slope. Assume that the structure is set back 20 feet from the property line abutting this slope. The Contractor's responsibility is within the portion or balance of the 100 feet outside of the private property boundary, or, in this case, 80 feet. Consult with the Director for any questions regarding these areas. 26.04 The maintenance of the manufactured slopes requires that the planted slopes be kept weed free at all times. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices. Plants and trees shall be fertilized in accordance with the requirements of Sections 17 and 18 of these Specifications. Weeding will be subject to the special conditions identified in Exhibit D of these specifications. 27. NATURAL AREAS MAINTENANCE 27.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to! the land. Contractor will provide periodic maintenance consisting. of debris removal only as directed by the Director. 28. TERM OF AGREEMENT 28.01 This Agreement shall take effect and commence upon its execution by the District and, unless executed on the first day of a calendar month, shall continue for the rest of the partial calendar month in which executed and for a period of twelve (12) full calendar months thereafter. 28.02 The District shall have the option to extend this Agreement up to five (5) additional one (1) year periods, subject to the same terms and conditions contained herein, by giving Contractor written notice of exercise of this option to renew at least thirty (30) days SP17 prior to the expiration of the initial term of this Agreement, or of any additional 1 year extensions. 29. CONTRACTOR'S COMPENSATION 29.01 Should this Agreement commence on other than the first day of a calendar month, the Contractor's compensation for that partial calendar monthly shall be prorated at the rate of 1/30 of the full monthly rate per day, to an including the last day of the partial calendar month. 29.02 In the event the District exercises its option to extend the term of this Agreement for one or more of the additional five (5) one year periods as provided for in paragraph 28.02, the Contractor's monthly compensation shall be subject to adjustment at the commencement of the extended term and annually thereafter ("the adjustment date") as follows: The compensation provided herein shall be adjusted to reflect the increase, if any, in the cost of living during the previous year by adding to the Contractor's monthly compensation the amount, if any, obtained by ,multiplying the Contractor's compensation as of the adjustment date by the percentage by which .the Consumer Price Index (CPI) for the Los Angeles -Anaheim -Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") reported by the Bureau of Labor Statistics of the United States Department of Labor, has increase dover the CPI for the month one year prior to the Index Month. If the Index is discontinued, the Manager's Office shall, at its discretion, substitute for the Index such other similar index as it may deem appropriate. SP1s X X X iun{,v16W S 15.7 7 AGRkS TU P,F L1. 5 AIRF 5 u i! EXIiIBIT LANDSCAPE MAINTENANCE CERTIFICATION I (We) hereby certify under penalty of perjury that the work within the facilities specified under the provisions of County Agreement No. has been performed in accordance with the specification of said Agreement for the month of , 19 , and that: 1. Not less than the prevailing wages, as determined by the State Department of Industrial Relations, have been paid to personnel employed to do this work. 2. All On -Going Maintenance Tasks have been completed as provided for in said Agreement and Specifications. 3. Irrigation systems have been checked for operability and that the following are functioning properly. a. Irrigation.lines b. Valves C. Sprinkler heads d. Controllers 4. Spraying and/or use of chemicals has occurred. If Yes, has: ^ a. Copies of the PCA's written recommendation been sent to the Inspector? )j b. Copies of the Pesticide Use _ Report been sent to the Inspector? C. Copies of restricted use permits been sent to the Inspector? 5. Specialty Type Maintenance has _ been requested. If Yes, has: a. The inspector been notified in writing? _ b. If applicable, quantity and _ complete description of materials used been sent to inspector? = . im � C C —t n m O n + C -3 g° �_ r aq C!1 C > [i O O O� �Ke �K 3 "' >n Ox ^C. ?Z O C. n D a = n T. - f1 zT O� �� �,,. Oo C71 Z m C y m _ m m T O. 00 0 C1T o� 3; z� CO NO 2 L C' m g- _�� �T N_ m rmrn O z 0 Z 0 O 0+ Z o 0 Z 0 Z C O � m cu i d ry DIAMOND BAR LLAD NOS. 39 AND 41 The program for the control of Fescue on the planted slope areas within the Diamond Bar Hills and the Diamond Bar High Country developments shall consist of the following pre -emergent and post emergent herbicide applications. Ronstar shall be applied at the rate of 100-200 pounds per acre to prevent the germination of new Fescue and will put the existing Fescue under unfavorable stress allowing the existing ground cover to push out the Fescue by outgrowing it. Fusilade at the rate of one pint per acre shall be applied to control existing Fescue. Therefore, this program provides for the use of Fusilade as a post -emergent grass killer and Ronstar as a pre -emergent grass herbicide to control Fescue found on these designated slopes. This program shall be repeated as often as needed to eradicate or control the growth of Fescue on these slopes. The above conditions will be discussed on the site during the scheduled walk-through.inspection which all prospective bidders will be required to attend. CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 41 The City Clerk of the City! of Diamond Bar, California will receive at her office in the City Hall, in said City, until 10:30 a.m. on April 30, 1991, sealed proposals for the performance of the above described services. 1 CITY OF DIAMOND BAR John Forbing, Mayor Jay Kim, Mayor Pro Tem Phyllis Papen, Councilmember Donald Nardella, Councilmember Gary Werner, Councilmember Robert L. Van Nort, City Manager Charles Janiel, Director of Parks and Maintenance IMPORTANT NOTICE TO BIDDER Notice is hereby given that the City of Diamond Bar is soliciting bids for maintenance services for Landscape and Lighting District 41. A mandatory bidders conference and inspection of the areas to be maintained will be held at 10:00 a.m. on Tuesday, April 16, 1991 at Diamond Bar City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, California. Bids will be accepted until 10:30 a.m. on April 30, 1991 at Diamond Bar City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, California 91765, at which time and place said bids shall be publicly opened, examined and declared. Due to current drought situations and resultant rationing mandates, Contractor will be required to monitor irrigation systems to comply with reductions. The successful Contractor will be responsible for costs incurred due to excess usage. Inquires regarding these specifications can be directed to Charles Janiel, Director of Parks and Maintenance, (714)860-2489. Upon receipt of this proposal, contact Charles Janiel, Director of Parks, at the City of Diamond Bar with the name of your company, telephone number, a FAX number and the name of a contact person within your company. Failure to provide the City with this information may result in improper distribution of updated materials regarding the bid documents. The City will not be responsible for information not being distributed to the proper person. CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 41 The City Clerk of the City of Diamond Bar, California will receive at her office in the City Hall, in said City, until 10:30 a.m. on April 30, 1991, sealed proposals for the performance of the above described services. CITY OF DIAMOND BAR John Forbing, Mayor Jay Kim, Mayor Pro Tem Phyllis Papen, Councilmember Donald Nardella, Councilmember Gary Werner, Councilmember Robert L. Van Nort, City Manager Charles Janiel, Director of Parks and Maintenance TABLE OF CONTENTS NOTICE INVITING SEALED BIDS 1 - 7 INFORMATION FOR BIDDERS 8 - 13 BIDDER'S PROPOSAL 14 - 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD 17 LIST OF SYMBOLS AND ABBREVIATIONS 18 SUBCONTRACTORS LIST 19 NONCOLLUSION AFFIDAVIT 20 FAITHFUL PERFORMANCE BOND 21 LABOR AND MATERIAL BOND 22 BIDDER'S BOND 23 - 24 AGREEMENT 25 - 33 GENERAL PROVISIONS GP -1- GP -7 SPECIAL PROVISIONS SP -1 - SP -18 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE LANDSCAPE AND IRRIGATION MAINTENANCE OF LANDSCAPE AND LIGHTING DISTRICT NO. 41 IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. WHEREAS, it is the intention of the City of Diamond Bar to maintain certain improvements in the City of Diamond Bar. WHEREAS, the City of Diamond Bar has prepared plans and specifications for the maintenance of certain improvements. NOW, THEREFORE, BE IT RESOLVED that the plans and specifications presented to the City, of Diamond Bar be and are hereby approved as the specifications for Landscape and Irrigation Maintenance in Landscape and Lighting District No. 41. BE IT FURTHER RESOLVED that the City Clerk is hereby authorized and directed to advertise as required by law for the receipt of sealed bids or proposals for doing of the work specified in the aforesaid plans and specifications, which said advertisement shall be substantially in the following words and figures, to wit: Pursuant to a Resolution of the City Council of the City of Diamond Bar, Los Angeles County, California, directing this i notice, NOTICE IS HEREBY GIVEN that the said City of Diamond Bar will receive at the office of the City Clerk in the City Hall of Diamond Bar, on or before the hour of 10:30 o'clock A.M. on the 30th day of April, 1991, sealed bids or proposals for the Lighting and Landscape Maintenance District No. 41. Bids will be opened and publicly read immediately int he office of the City Clerk, Suite 100, 21660 East Copley Drive, Diamond Bar, California. 1 Bids must be made on a form provided for the purpose, addressed to the City of Diamond Bar, California, marked, "Bid for Lighting and Landscape Maintenance District No. 41.11 PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages are on file in the office of the City Clerk of the City of Diamond Bar, Suite 100, 21660 East Copley Drive, Diamond Bar, California, and are available to any interested party on request. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. The Contractor shall forfeit, as penalty to the City of Diamond Bar, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman, or mechanic is paid less than the general prevailing 'rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in 2 accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the prosecution of the work. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade c�Ln show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other Contractors on the public 3 works -site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 11777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Eight (8) hours of labor shall constitute a legal day's work for all workmen employed int he execution of this contract and the Contractor and any subcontractor under him shall employ with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to the City of Diamond Bar, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eights (8) hours in violation of said Labor Code. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 4 The bidder must submit with his proposal cash, cashier's check, certified check, or bidder's bond, payable to the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is warded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is warded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security, shall be applied by the City of Diamond Bar to the difference between the low bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest bidder. The amount of the bond to be given to secure a faithful performance of the contract for said work shall be fifty percent (50%) of the annual contract price thereof, and an additional bond in an amount equal to twenty-five (25%) of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work 5 contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Diamond Bar for the construction of said work. No proposal will be considered from a Contractor who is not licensed as a contractor at time of award in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. A C-27 license is required. The work is to be done in accordance with the profiles, plans, and specifications of the City of diamond Bar on file in the office of the City Clerk at the City hall, Diamond Bar, California. Copies of the plans and specifications will be furnished upon application to the City of Diamond Bar and payment of $5.00, said 5.00 is nonrefundable. Upon written xequ�est by the bidder, copies of the plans and specifications will be mailed when said request is accompanied by payment stipulated above, together with an 'additional nonreimbursable payment of $5.00 to cover the' cost of mailing charges and overhead. The successful bidder will be required to enter into a contract satisfactory to the City of Diamond Bar. '2 PASSED, APPROVED AND ADOPTED this , 1991. MAYOR day of I, LYNDA BURGESS, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Resolution was passed, approved and adopted at a regular meeting of the City Council of the City of Diamond Bar held on day of , 1991, by the following Roll Call vote: AYES: COUNCILMEMBERS NOES: COUNCILMEMBERS - ABSENT: COUNCILMEMBERS - ABSTAINED: COUNCILMEMBERS - LYNDA BURGESS, City Clerk City of Diamond Bar 7 INFORMATION FOR BIDDERS 1. PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, 1988 Edition. All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount annual named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guaranty that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered but a telegraphic modification may be considered and only if a postmark evidences that a confirmation of the telegram duly signed by the bidder was placed in the mail prior to the opening of bids. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. Page 8 6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall be allow any subcontractor to commence work on this subcontract until all similar insurance and bonds required of the subcontractor have been obtained. All insurance issued in compliance with this section shall be issued in the form, and be an insurer of insurers, satisfactory to and first approved by the City in writing. Certificates of insurance in the amounts required shall be furnished by the contractor to the City prior to the commencement of work. The contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. The contractor shall maintain public liability insurance to protect said contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said contractor and the City against loss from liability imposed by law, for damage to any property, damage insurance shall be maintained by the contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $500,000 for one person injured in the accident and in the amount of not less than $1,000,00 0 for more than one person injured in one accident and in the amount of not less than $500,000 with respect to any property damage aforesaid. The City shall be named a co-insured regardless of fault. Page 9 The contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis -of the prices stated in the proposal. 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any pert of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the Owner a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OR BIDDERS: More than one proposal from an individual, firm, partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. 11. AWARD OF CONTRACT: The City may award the contract to the lowest responsible bidder on the total base bid or on any one of the alternates indicated in the proposal. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within sixty (60) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. i 12. ALTERNATES: If alternate bids are called for, the contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any alternate or combination of alternates. 13. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the work covered by the proposal Page 10 14. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Public Contract Code). Forms for this purpose are furnished with the contract documents. 15. WORKERS COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the Owner the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." 16. BID DEPOSIT RETURN: Deposits of the three lowest bidders, the number being at the discretion of the Owner, will be held for sixty days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 17. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the form agreement provided,, and shall secure all insurance and bonds as herein provided within (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. If the successful bidder refuses or fails to execute the contract, the City may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the City may award the contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the City. The work may then be readvertised. 18. 11OR EQUAL": Pursuant to Article 5, Chapter 3, Part 1, Division 2 (commencing at 3400) Public Contract Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 19. EMPLOYMENT OF APPRENTICES: The contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The contractor and any subcontractor under him shall comply with the requirements said sections in the employment of apprentices; Page 11 however, the contractor shall compliance with said Labor Code occupations, regardless of any relationships alleged to exist. have full responsibility for section, for all apprenticeable other contractual or employment 20. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 21. WAGE RATES: The Contractor and/or Subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, twenty-five dollars ($25) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file and available for inspection in the Office of the Department of Industrial Relations, Division of Labor Statistics and Research. 22. NO REFUND FOR DRAWINGS AND SPECIFICATIONS: Purchasers are advised that upon payment of the appropriate purchase price, the set of contract drawings and specifications become the property of the purchaser and are not to be returned to the City of Diamond Bar. 23. AWARD OF CONTRACT: The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described. 24. QUANTITIES: The quantity of work for the unit price items to be done under the contract,}as noted in the Schedule of Prices, is an estimate and is not to be taken an expressed or implied statement that the actual quantity of work will correspond to the estimate. The right is reserved by the City of Diamond Bar to increase or decrease or to entirely eliminate items from the work if found desirable or expedient. The Contractor will be allowed no claims for anticipated profits, loss of profits or for any damages of any sort because of any difference between the estimated and actual quantities of work done of for work decreased or eliminated by the City of Diamond Bar. Page 12 25. WITHDRAWAL OF BIDS: The bidder may withdraw his bid at any time prior to the date and hour set for opening of bids upon presentation of a written request to the City's Engineer signed by an authorized representative of the bidder or by the person filing the bid. 26. INVALID PROPOSALS: Proposals submitted by telegraph and those which are not logged in at the office of the City Clerk of the City of Diamond Bar, prior to the date and hour set for receipt of same will not be considered. 27. ALTERING PROPOSALS: The wording of the proposals shall not be changed. Any additions, conditions, limitations, or provisions inserted by the bidder will render the proposal irregular and may cause its rejection. Erasures of interlineations in the proposal must be explained or noted over the signature of the bidder. 28. ACCEPTANCE OR REJECTION OF BIDS: The City Council of the City of Diamond Bar reserves the right to accept any bid or reject any or all bids and to waive any informality of defects in bids received as the best interests of the City of Diamond Bar. Proposals in which the bid prices are obviously unbalanced may be rejected. Proposals in which a bid item is left totally blank will be considered as being nonresponsive and automatically rejected. 29. BID PRICES AND AGREEMENT OF FIGURES: If a unit price bid item total amount arrived at by multiplying the unit price times the quantity does not agree with the total amount entered for the item or if the total amount is note entered, the unit price and the corrected extension will be considered as representing the bidder's intentions. If in a unit price bid item the total amount is entered for the item but not the unit price) the unit price shall be that which is derived by dividing the total amount bid for the item by the number of units in the item. If the amounts bid on individual items (if called for) do not add up to the total amount shown, the correctly added total of the individual items shall prevail over the total amount. 30. ADDENDA TO CONTRACT DOCUMENTS: The Engineer may, from time to time, issue addenda to the contract documents during the period of advertising. The addenda will be sent to the address the purchaser of the contract documents left with or furnished the City of Diamond Bar at the time the purchase was made. Page 13 CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 41 ITEM DESCRIPTION NO. QUANTITY WITH UNIT PRICE IN WORDS 1 Lump Miscellaneous landscaping Sum in Maintenance District No. 41 (See attached map) (Word) TOTAL ANNUAL PRICE In words MONTHLY ANNUAL PRICE AMOUNT IN FIGURES Page 14 In figures If an individual, so state. If a firm or co -partnership, state the firm name and give names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of President, Secretary, Treasurer, and Manager thereof. Business Address Dated: 19 By: By: By: Contractor's License No. Contractor's License Expiration Date I declare under penalty of perjury of the laws of the State of California that the representations made herein are true and correct in accordancejwith the requirements of California Business and Professions Code Section 7029.15. Contractor's Authorized Signature 15 CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE MAINTENANCE DISTRICT NO. 41 Accompanying this proposal is (insert "$ cash," "cashiers check," "certified check," or "bidder's bond," as the case amy be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contact, with necessary bond, within ten (10) days, including Sundays and legal holidays, after having received notice that the contract has been awarded and is ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION Page 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. 5 Calendar Years Prior to Current Year 1987 1988 1989 1990 TOTAL CURRENTYEAR 1. No. of contracts 2. Total dollar amount of contracts (in thousands of $) 3. No. of fatalities 4. No. of lost workday cases 5. No. of lost work day cases involving permanent transfer to another job or termination of employment 6.* No. of lost workdays 'The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSEA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. I Name of Bidder (print) Address City Zip Code Page 17 Signature State Contractors' Lic. No. & Classification Telephone The definitions of the symbols and abbreviations used in the Schedule of Prices are as follows: Ave. Avenue LF Linear Feet & And LS Lump Sum AC Asphaltic Concrete Mod. Modified Blvd. Boulevard MH Manhole CAB Crushed Aggregate Base I Number CB Catch Basin No. Number Conc. Concrete NRCP Nonreinforced concrete pipe Conn. Connector or Connection Pvmt. Pavement Const. Construct Perm. Surf, Permanent Surfacing GIP Cast Iron Pipe PCC Portland Cement Cbl CSP Corrugated Steel Pipe RC Reinforced Concrete CY Cubic Yard RCB Reinforced Concrete Box D D -load of pipe RCP Reinforced Concrete Pipe Dia. Diameter Reconn. Reconnect Dbl. Double Reconst. Reconstruct Dwy. Driveway Reinf. Reinforcing or reinforced EA Each Restor. Restoration ELC Eiectrolier Lighting Resurf. Resurfacing Conduit Excay. Excavation Rd. Road Ex. or Exist. Existing Sched. Schedule ' Feet SD Storm Drain Fur. & Pl. Furnish and place Sec. Section Ga. Gauge SF. Square Feet Galy. Galvanized Spec. Special Gr. Grate SS Sanitary Sewer H High or height Sta. Station HC House connection St. Street sewer Struct. structure Improv. Improvements Trans. Transition it Inches TS Transition Structure JS Junction Structure Var. Variable Lb. Pounds VCP Vitrified Clay Pipe LD Local Depression W Wide or Width Page 18 SUBCONTRACTORS LIST In compliance with the provisions of the Public Contract Code Section 4102, the undersigned bidder herewith sets forth the name and location of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half (112) of one percent (11%) of the general contractor's total bid, and the portion of the work which will be done by each subcontractor. Name under which Sub- License Address of Office, Specific Description contractor is licensed Number Mill or Shop of Sub -contract work & portion of the Work I If the bidder fails to specify a subcontractor for any portion of the work, the bidder agrees to perform the work with his own crews. (Alternative subcontractors for the same work are prohibited by provisions of the California Government Code.) Dated Bidder Signature Signature Page 19 NONCOLLUSION AFFIDAVIT State of California ) ss. County of ) being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company,association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bids are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. STATE OF CALIFORNIA ss. COUNTY OF Signature I Subscribed and sworn to before me this , 19 Notary Public in and for the County of , State of California. My Commission expires P411 19 day of FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT hereinafter referred to as "Contractor" as PRINCIPAL, and as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum, will and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said contract has been awarded and is about to enter into the annexed contract with said City for consideration of the work under the specification entitled land is required by said City to give this bond in connection with the execution of said contract. NOW, THEREFORE, if said Contractor shall well and truly do and perform all the covenants and obligations of said contract on his part to be done and performed at the time and in the manner specified herein; this obligation shall be null and void;. otherwise it shall be and in full force and effect; PROVIDED, that any alterations in the work to be done, or the materials to be furnished, which may be made pursuant to the terms of said contract shall not in any release said Contractor or the Surety thereunder nor shall any extension of item granted under the provisions of said contract release either said Contractor or said Supety and notice of such alterations or extensions of the contract'is hereby waived by such Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 1991. PRINCIPAL SURETY BY: BY: ( SEAL) 21 (SEAL) LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, AND as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of DOLLARS ($ ) lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Contract has been awarded and is about to enter into the annexed contract with said City for construction of the work under the City's specification entitled and is required by said City to give this bond in connection with the execution of said contract; NOW, THEREFORE, if said Contractor in said contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies, or for the use of implements or machinery, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, said Surety will pay for the same in an amount not exceeding the sum specified above, and also in case suit is brought upon this bond, a reasonable attorney's fee, to be fined by the court. This bond shall immure to the benefit of any and all persons entitled to file claims under Section 1192.1 of the Code of Civil Procedure of the State of California. PROVIDED, that any alterations in the work to be done, or the material to be furnished, which may be made pursuant to the terms of said contract, shall note in any way release either said Contractor or said Surety thereunder nor shall any extensions of time granted under the provisions of said contract release either said Contractor or said Surety, and notice of such alterations or extensions of the contract is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of 1991. PRINCIPAL SURETY BY• BY• (SEAL) (SEAL) 22 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, as principal, and as surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (10%) of the total amount of the bid of the principal, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened at Diamond Bar City Hall on April 30, 1991 for Annual Landscape Maintenance for Lighting and Landscaping District No. 41 in the City of Diamond Bar. NOW THEREFORE, if the aforesaid principal is awarded the contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the two bonds with the City of Diamond Bar, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered the surety shall pay all costs incurred by the obligee in such suit, including a reasonable attorney's fee to be fixed by the court. 23 BIDDER'S BOND (CONTINUED) IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D., 1991 (seal) (seal) (seal) (seal) PRINCIPAL (seal) (seal) SURETY (seal) ADDRESS NOTE: Signatures of those executing for the surety must be properly acknowledged. 24 AGREEMENT KNOW ALL MEN BY THESE PRESENTS: That the following agreement is made and entered into, in duplicate, as of the date executed by the City Clerk and the Mayor, by and between hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "City". WHEREAS, pursuant to Notice Inviting Sealed Bids or Proposals, bids were received, publicly opened, and declared on the date specified in said notice; and WHEREAS! City did accept the bid of Contractor and; WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with Contractor for furnishing labor, equipment, and material for Maintenance of Lighting & Landscape Maintenance District No. 41 in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:. . 1. GENERAL SCOPE OF WORK: The work to be done under this Agreement shall include the furnishing of all labor, material and equipment necessary for the provision of the landscape and appurtenant maintenance services as set forth in the specifications for Lighting & Landscape Maintenance District No. 41 in the City of Diamond Bar. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The aforesaid specifications are incorporated herein by reference thereto and made a part hereof with like force and effect as if all of said documents were setiforth in full herein. Said documents, the Resolution Inviting Bids attached hereto, together with this written agreement, shall constitute the contract between the parties. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this written agreement shall control. 25 3. TERMS OF CONTRACT a. The undersigned bidder agrees to execute the contract within ten (10) calendar days from the date of notice of award of contract. This agreement shall take effect and commence on July 1, 1991 for a period of twelve (12) months. b. The City shall have the option to extend this Agreement up to five (5) additional one (1) year periods, subject to the same terms and conditions contained herein; by giving the contractor written notice of exercise of this option to renew at least thirty (30) days prior to the expiration of the initial term of this Agreement, or of any additional one (1) year extensions. 4. INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The contractor shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Compensation. Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: 26 "I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the Contractor or any subcontractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) Public Liability - Bodily Injury (not auto ($500,000 each person; $1,000,000 each accident. 2) Public Liability - Property Damage (not auto) $250,000 each person; $500,000 aggregate. 3) Contractor's Protective Bodily Injury $500,000 each person; $1,000,000 each accident. 4) Contractor's Protective - Property Damage $250,000 each accident; $500,000 aggregate. 5) Automobile - Bodily Injury $500,000 each person; $1,000,,000 each accident. 6) Automobile Property Damage $250,000 each accident. C. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by City, which is qualified to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to by so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; . 4) Contain a clause substantially in the following words: 27 "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." 5) Otherwise be in form satisfactory to City. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insureds in the policy of insurance provided for in paragraph b.. by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs a. and b. hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5. PREVAILING WAGE: Notice is here by given that in accordance with the provisions of California Labor code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not, less than the geperal prevailing rate of per diem wages for work of a similar character in locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing, rates of per diem wages. copies of such prevailing rates of per diem wages are on file in the office of the City clerk of the City of Diamond Bar, Suite 100 21660 E. Copley Drive, Diamond Bar, California, and are available to any interested party on request. City also shall cause a copy of such determinations to be posted at the job site. 28 The contractor shall forfeit, as penalty to City, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. 6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statues of 1939, and in accordance with the regulations of the California Apprenticeship council, properly indentured apprentices may e employed in the prosecution of the work. Attention is directedtothe provisions in Sections 1777.5 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or b. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trRde can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. 29 The Contractor is required to make contribution to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. 8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 9. CONTRACTOR'S LIABILITY: The City of Diamond Bar and its officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workmen employees of the contractor of his subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. The contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence' or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the work or at any time before its completion and final acceptance. 30 The Contractor will indemnify City against and will hold and save City harmless from any and all actions, claims, damages to persons or property, penalties, obligations, or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of the contractor, his agents, employees, subcontractors, or invitees provided for herein, whether or not there is concurrent passive or active negligence on the part of City, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City, and in connection therewith: a. The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, o liabilities and will pay all costs and expenses, including attorneys' fees incurred in connection therewith. b. The Contractor will promptly pay any judgment rendered against the Contractor or City covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with such work, operations, or activities of the Contractor hereunder, and the Contractor agrees to save and hold the City harmless therefrom. C. In the event City, without fault, its made a party to any action or proceeding filed or prosecuted against he Contractor for damages or other claims arising out of or in connection with the work, operation, or activities of the contractor hereunder, the contractor agrees to pay to City any and all costs and expenses incurred by City in such action or proceeding together with reasonable attorneys' fees. So much of the money due to the Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as aforesaid. 10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of the race, color, or religion of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 31 11. CONTRACT PRICE AND PAYMENT: Except where additional compensation is specifically provided for in this Agreement, City will pay contractor for his services under this Agreement set forth in Bid Sheet, one month in arrears, on the last day of the month, or as soon thereafter as payment is approved by the City Council. In the event the City exercises its option to extend the term of this Agreement for one or more of the additional five Contractor's monthly compensation shall be subject to adjustment at the commencement of the extended term and annually thereafter ("the adjustment date") as follows: The Compensation provided herein shall be adjusted to reflect the increase, if any, in the cost of living during the previous year by adding to the Contractor's monthly compensation the amount, if any, obtained by multiplying the Contractor's compensation as of the adjustment date by the percentage by which the Consumer Price Index ("CPI") for the Los Angeles -Anaheim - Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") reported by the Bureau of Labor Statistics of the United Stated Department of Labor, has increased over the CPI for the month one year prior to the Index Month. If the Index is discontinued, the Director's office shall, at its discretion, substitute for the Index such other similar index as it may deem appropriate. 12. ATTORNEY'S FEES: In the event that any action or proceeding is brought by either party to enforce any term or provision of the Agreement, the prevailing party shall recover its reasonable attorney's fees and costs incurred with respect thereto. 13. TERMINATION: This Agreement may be terminated by City upon the giving of a written "Notice of Termination" to contractor at least thirty (30) days prior to the date of termination specified in said notice. In the event os such termination, contractor shall only be paid for services rendered and expenses necessarily incurred prior to the effective date of termination. i 32 IN WITNESS WHEREOF, the parties hereto have caused these presents to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License No. Date By: Title APPROVED AS TO FORM: By: Title City Attorney CITY OF DIAMOND BAR, CALIFORNIA By: Mayor By: City Clerk Date Contractor's Business Phone: Emergency Phone At which Contractor can be reached at any time: 33 GENERAL PROVISIONS 1. GENERAL CONDITIONS All work shall be done in accordance with the 1988 Edition and all supplements of the Standard Specifications for Public Works Construction, hereinafter referred to as Standard Specifications, Plans, Standard Construction Drawings and these Special Provisions. 2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 2. Scope and Control of Work Section 2-1. Award and Execution of Contract is amended by the following• (a) Examination of Plans, Specifications Special Provisions and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b) Proposal Form: All proposals must be made upon blank forms to be obtained from the City Clerk at City Hall, 21660 E. Copley Dr., Suite 100, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation, the proposal must show the name of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the president, secretary, and treasurer. G. P. 1 (c) Rejection of Proposals Containing Alterations, Erasures Irregularities: Proposals may be rejected if they show any alterations of form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. (d) Bidder's Guaranty: All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of said proposal, and no proposal shall be considered unless such cash, cashier's check, or bidder's bond in enclosed therewith. (e) Award of Contract: The award of the contract, if it be awarded, will be to the lowest responsible bidder. (f) Return of Bidder's Guarantees: Proposal guarantees will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. Subsection 2-5.1. Plans and Specifications -General, is amended by the addition of the following: An addendum to these specifications may be issued by the Engineer at any time prior to the bid opening. Subsection 2-9.5. Line and grade is amended by the addition of the following: (a) All surveying necessary and adequate for construction purposes will be done by the City Engineer or as modified in the Special Provisions. (b) The Contractor shall give two (2) working days notice, in writing, when the. services of the City Engineer will be required for laying out any portion of the work, and he shall dig all holes necessary for line and grade stakes. The Contractor shall preserve all stakes set for the lines, grades or measurements of the work in their proper places until authorized to remove them by the City Engineer. Any expenses incurred in replacing said stakes that the Contractor may have failed to preserve shall be borne by the Contractor. (c) Grades for all pipelines will be set on the surface of the ground and the Contractor shall transfer them to the bottom of the trench. At no time shall less than three G. P. 2 (3) consecutive grade points be used in common so that any variation from a straight grade can be detected. Any such variation shall be reported to the City Engineer and in the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. (d) The Contractor shall preserve all bench marks, stakes and other survey marks, and incase of their removal or destruction by his own employees or by his subcontractor's employees, he shall be liable for the cost of their replacement. Section 4. Control of Materials. Subsection 4-1.3 is modified to delete the requirement for inspection at the source of asphaltic concrete. Section 5. Utilities. This section is modified by addition of the following subsections. Subsection 5-1. Location. This section is amended by addition of the following• The Contractor shall notify Underground Service Alert (USA) at 1- 800-422-4133 two working days prior to the start of any boring or excavating operations. The Contractor shall notify the owners of all utilities 48 hours before start of construction. The utility owners listed may be contacted as indicated: Utility owner Identification. Utility owners who may have facilities which may affect the work are as follows: General Telephone 1400 E. Phillips Blvd. j Pomona, California 91766 (714) 865-3307 Southern California Edison company 800 West Cienega San Dimas, California 91773 (714) 592-3724 Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (714) 595-7554 G. P. 3 Southern California Gas Company Distribution Department 920 S. Stimson Ave. City of Industry, California 91745 (714) 394-4327 Underground Service Alert 1 (8 00) 422-4133 Subsection 5-2. Protection. The Contractor is hereby alerted to the existence of all utility lines shown on the plans. The Contractor shall carefully protect all lines during the course of construction. The Contractor is cautioned to protect existing utilities and their appurtenances which may be within the work area. Particular attention shall be given to water valves. Subsection 5-4. Relocations. The City of Diamond Bar has water mains, valves, sprinkler electrical controls, services and meters within the project area which conflict with the new work. Much of the modification and/or relocation work will necessarily be done currently with Contractor's improvement operations. Therefore, Contractor will necessarily have to work around some City facilities and closely coordinate with the City. Section 6. Construction Schedule and Commencement of Work is amended by the addition of the following• Prior to commencing construction the contractor shall submit for approval a construction schedule. Section 7. Responsibilities of the Contractor in Conduct of His Work. Section 7-2. Labor amendediby the addition of the following• Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. G. P. 4 Subsection 7-3.1. Contractor's Responsibility for Work. Until acceptance of the work in writing by the City of Diamond Bar, the contractor shall have the charge and care of the work site at all times and shall bear the risk of injury or damage to any part thereof by the action of the elements or from the any other cause, whether arising from the execution or from the non execution of work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof. The City of Diamond Bar permits stockpiling of excavation material and/or construction material only in an authorized location. This requirement also applies to the location of a material and equipment yard and a construction office. All existing improvements (except utilities) which are removed or damaged during the course of construction of the project shall be restored to a condition equal to or better than, in all respects, the existing improvements removed or damaged unless otherwise specified or noted on the drawings. Full compensation for conforming to the requirements of this section shall be included in other items of work performed and no additional compensation will be allowed. Subsection 7-4.1 Duration of Contract The Contractor shall begin work on or before the date of a written "Notice to Proceed", which shall be not later than 20 calendar days after execution of contract, and shall complete the entire work within sixty (60) calendar days. Subsection 7-10.1. Traffic and Access is amended by addition of the following• No, public street, or portion thereof, may be closed to through traffic as part of this Contract. However, if, in the opinion of the Engineer, it is in the interest of the City of Diamond Bar to close the street, the contractor shall close the street as directed by the Engineer. Full compensation for conforming to the requirements of this section shall be included in other items of work performed and no additional compensation will be allowed. The Contractor shall furnish all flagmen and guards and supply and install all signs, lights, flares, barricade delineators, and other facilities which are necessary to expedite the passage of public traffic through or around the work or to prevent accidents or G. P. 5 damage or injury to the public or to give adequate warning to the public of any dangerous conditions to be encountered. The Caltrans "Manual of Traffic Controls" shall be used for all traffic control on this project. Payment for this work shall be included in Bid items No. 1 (Irrigation System Installation). Subsection 7-11 SHORING OF EXCAVATIONS Shoring of excavations is not generally required on this project, however, the City's Engineer may determine that shoring is required in portions of the construction area, due to the type of trench excavation proposed by the contractor. The City has performed no soil testing to determine precisely what areas, if any, will require shoring. Shoring of excavation if required shall be in accordance with the requirements of Subsection 306-1, as amended, of the Standard Specifications, and shall meet all requirements of the Construction Safety Orders of the Department of Industrial Relations, State of California and of OSHA. Approved protective fencing and barricading will also be provided by the Contractor as a part of this item. Prior to the excavation the Contractor shall obtain all permits required thereby. The Contractor shall conform to the Section 6424 of the California State Labor Code regarding shoring and bracing of excavations. Of special importance in this regard is the following extract from said section: "For the excavation of any trenches five feet or more in depth, the Contractor shall submit for acceptance by the awarding body, or by a registered civil or structural engineer employed by the awarding body, to whom authority has been delegated, in advance of excavation, of a detailed plan showing the design of shorings, bracing, sloping or other provisions to be made for worker protection from hazard of caving ground during, the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer". Full compensation for conforming to the requirements of this section shall be included in other items of work involved and no additional compensation will be allowed. Section 9. Measurement and Payment G. P. 6 Subsection 9-3 is modified by addition of the following paragraphs• The Contractor agrees that the payment of the amount under the contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the contract or any alterations thereof. Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety percent (900) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments, provided that in all events the City shall withhold no less than ten percent (10%) of the contract price until final completion and acceptance of the work. The Contractor may substitute in lieu of cash retention. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the contract, nor shall it in any way govern the final estimate. Final Payments. After the completion of the contract, the Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay the Contractor an amount which, when added to the payments previously made and deductions allowable to the City, will equal ninety percent (900) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid 35 calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the contract and the adjustment and payment for any work done in accordance with any alterations of the same shall release the City form any and all claims on account of the work performed under the contract or any alterations thereof. G. P. 7 SPECIFICATIONS FOR THE PROVISION OF LANDSCAPE AND APPURTENANT MAINTENANCE SERVICES FOR SPECIAL LANDSCAPE MAINTENANCE DISTRICTS 1. SCOPE OF THE WORK AND CONTRACT 1.01 The Work to be done under these specifications shall include the furnishing of all labor, material and equipment necessary for the provision of landscape and appurtenant maintenance services asset forth in these specifications including the exhibits attached hereto within the boundaries of the special Districts and as said boundaries may have been heretofore or may be hereafter altered. 1.02 The foregoing work shall be done in a thorough and workmanlike manner under the direction and to the satisfaction of the Director of the Parks and Maintenance Department. The premises shall be maintained at the level of service provided for in these specifications at all times. 1.03 The Contractor shall have the exclusive duty, right and privilege to mow, edge, trim, overseed, reseed, fertilize, aerate, irrigate, hand water and bleed valves as necessary during emergencies when automatic systems are not functioning, prune, trim, and renovate turf and shrub areas designated hereunder, as well as to provide weed control, disease control, tree maintenance within the District, maintenance of sprinkler systems including backflow prevention devices, repair of walkways, pumps; and the necessary maintenance of any appurtenant structures and equipment. 1.04 In return for the exclusiveness of said Contract and the other considerations provided for herein, the Contractor agrees to provide the landscape and appurtenant maintenance services within said District without any further compensation except as otherwise specifically provided for in the contract and/or specifications. 1.05 The Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may destroy or damage plant, groundcover or turf areas. 1.06 The Contractor shall, during the specified hours and days of operation, respond to all emergencies within two (2) hours of notification. 1.07 The Contractor shall perform a maintenance inspection weekly during daylight hours of all areas within the premises. 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. -1.08 The term Director as used .in these specifications shall mean Director of the Parks and Maintenance or his authorized representa- tive(s). epresenta- Live(s). 2. AREAS TO BE MAINTAINED 2.01 There are medians, parkway panels, cul-de-sac islands, village greens, adjacent roadway slopes, open space lots, linear greenbelts, paseos, fire protection slope areas, gate entry areas, creek beds, semi -natural, and natural areas with turf, plants, trees, and SP1 ground cover which are irrigated by manual and/or an electrically controlled automatic systems. 2.02 An identification of the areas to be maintained is provided in Exhibit A attached to these specifications. 2.03 The bidder, before submitting his bid, shall visit all existing areas to be maintained and inform himself fully as to all conditions that might affect the work specified. Said inspection of these areas in the company of City representatives will be required as a condition of submitting a bid and all bidders must attend the bidders' conference which will be held on the site on the day of the walk-through inspection. 2.04 Estimated square footages by district are provided for all areas to be maintained on the attached Exhibit A. However, it is the responsibility of the Contractor to verify by inspection and to observe the various slope characteristics. 3. CERTIFICATIONS/REPORTS 3.01 Certification Contractor shall complete the attached Landscape Maintenance certification form designated Exhibit B and shall submit same to Director concurrent with the monthly invoicing. The monthly payment to the Contractor will not be made until such report has been received by the Director. 3.02 In addition, when applicable, Contractor shall submit with the monthly invoice and Landscape Maintenance certification form, a report indicating, for those specialty type maintenance operations completed, the quantity and complete description of all commercial and organic fertilizer(s), grass seed and soil amendments used and 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. 3.03 Maintenance Function Report Contractor shall maintain and keep current a report form that records all On -Going, Seasonal, and Additional Work, maintenance functions performed on a daily basis, by Contractor's personnel. Said report shall be in a form and content acceptable to the Director and shall be submitted to Director concurrent with the monthly invoicing. The monthly payment will not be made until such report is received by the Director. 4. ADDITIONAL WORK 4.01 The Director may at his discretion authorize the Contractor to perform additional work, in accordance with the provisions of the contract 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 third party negligence; or improvements in order to add new, modify existing or to refurbish existing landscaping and irrigation systems as provided for in the contract authorizing the provision of those services. SP2 4.02 Prior to performing any additional work, the 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 Director. Not withstanding the above authorization, when a condition exists wherein there is imminent danger of injury to the public or damage to property, the Director may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. However, within twenty-four (24) hours after receiving a verbal authorization, the Contractor shall submit a written estimate to the Director for approval. 4.03 All additional work shall commence on the specified date established and Contractor shall proceed diligently to complete said work within the time allotted. 5. CONTRACTORIS LIABILITY 5.01 All damages incurred to existing improvements located within areas under maintenance which in the City's opinion are due to the Contractor's operation shall be repaired or replaced at the Contractor's expense. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced within one watering cycle. b. All damages to shrubs, trees, turf or groundcover shall be repaired or replaced within five (5) working days. 5.03 All repairs and/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 Director. b. Shrubs - Minor damage may be corrected by appropriate pruning. - Major damage shall be corrected by removal of the damaged shrub and rgplacement to comply with the provisions in Section 18 of these Specifications. C. Chemicals - All damage resulting from chemical operation, either spray -drift or lateral -leaching, shall be corrected in accordance with the aforementioned maintenance practices and the soil conditioned to insure its ability to support plant life. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise the Director will interpret the Agreement. If the Contractor disagrees with the interpretation of the Director, he shall continue with the work in accordance with the Director's interpretation. Within thirty (30) days after receipt of the interpretation, he may file a written request for a hearing before a Disputes Review Panel as provided herein. The SP3 written request shall outline in detail the area of dispute. 6.02 The Disputes Review Panel will be appointed by the Director and will be composed of not less than three Non -City personnel having experience in the administration of Landscape 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 to the Director, for his consideration, within one (1) week following the conclusion of the hearing. The Director shall render an interpretation based upon his review of the Panel's recommendation. The Director's decision shall be final. 7. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 The Contractor shall maintain an office at some fixed place and shall maintain a telephone thereat, listed in the telephone directory in his own name or in the firm name by which he is most commonly known, and shall, at all times, have some responsible person(s), employed by the Contractor, to take the necessary action regarding all inquiries and complaints that may be received from property owners and tenants within said District or from the Director. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of the complaint within one (1) hour of receipt of complaint by the answering service. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, the Contractor's Foreman or employee of the Contractor, who is responsible for providing maintenance services shall be available for notification through radio communica- tion. 7.02 Whenever immediate action is required to prevent impending injury, death or property damage to the facilities being maintained, City 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 Director, against the Contractor, or may deduct such cost from any amount due to Contractor from City. 7.03 The Contractor shall maintain a written log of all complaints, the date and time thereof and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be open to the inspection of the Director at all reasonable times. 7.04 All complaints shall be abated as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of the Director. If any complaint is not abated within 24 hours, the Director shall be notified immediately of the reason for not abating the complaint followed by a written report to the Director within five (5) days. If the complaints are not abated within the time specified or to the satisfaction of the Director, the Director may correct the specific complaint and the total cost incurred by the City will be deducted and forfeit from the payments owing to the Contractor from the City. SP4 8. SAFETY 8.01 Contractor agrees to perform all work outlined in these specifications in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain 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 other legal requirements including but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL. O.S.H.A. 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 areas under maintenance and keep a log indicating date inspected and action taken. 8.02 It shall be the Contractor's responsibility to inspect, and identify, any condition(s) that renders any portion of the areas under maintenance unsafe, as well as any unsafe practices occurring thereon. The Director shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including but not limited to filling holes in turf areas and paving, replacing valve box covers, and securing play apparatus if any so as to protect members of the public or others from injury. Contractor shall cooperate fully with City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to the Director within five (5) days following the occurrence. 9. HOURS AND DAYS OF MAINTENANCE SERVICE 9.01 Hours of maintenance service shall be either 6:00 a,,im. to 2:30 p.m. or 6:30 a.m. to 3:00 p.m. on those days maintenance is to be provided for a Special District pursuant to the work schedule approved in advance by the Director. 9.02 Contractor shall provide on-site staffing at the prescribed hours five (5) days per week, Monday through Friday at the Special Districts indicated on the work schedules approved in advance by the Director. Any changes in the days and hours of operation heretofore prescribed shall be subject to prior written approval by the Director. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. Eight (8) hours of labor under this Agreement shall constitute a legal day's work and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform 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 of Twenty- five Dollars ($25.00) for each laborer, worker or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than eight (8) hours in any one calendar day or forty SP5 (40) hours in any one calendar week, in violation of the provision of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 10. MAINTENANCE SCHEDULES 10.01 Contractor shall provide a work schedule for the Districts to be maintained which shall be submitted to the Director within ten (10) days after the effective date of this Agreement for his approval. 10.02 The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to the Director within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate the Contractor's responsibility in complying with the requirement to notify the Director for Specialty Type maintenance as set forth immediately hereinafter. 10.04 Contractor shall notify the Director, 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 aerification C. Turf renovation/verticutting d. Turf reseeding e. Spraying of trees, shrubs or turf e. Other items as determined by the Director Said "Specialty Type" maintenance services shall be performed in compliance with the specialized maintenance program (Exhibit C) attached hereto. Failure to complete special services in accord with the schedules set forth on Exhibit C will result in the Contractor becoming liable to the City for liquidated damages ($100 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 The Contractor shall provide sufficient personnel to perform all work in accordance with the specifications set forth herein. All of the Contractor's maintenance personnel shall be supervised by a qualified, English speaking, Foreman in the employ of the Contractor. 11.02 Contractor shall transfer or discharge any employee whose conduct or activity shall, in the reasonable exercise of discretion by the Director, be deemed detrimental to the interest of the public patronizing the premises. Contractor shall transfer or discharge any such person within a reasonable time following notice therefor from the Director and such person shall not be employed at any other City District area of maintenance contracted for and maintained by, the Contractor. SP6 11.03 Director may require the Contractor to establish an identification system for personnel assigned to an area of maintenance which clearly indicates to the public the name of the Contractor responsible for the landscape and appurtenant maintenance services. The identification system shall be furnished at the Contractor's expense and may include appropriate attire and/or name badges as specified by the Director. 11.04 The Contractor shall require each of his 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. Shirt, shall be worn at all times and buttoned. 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the areas under maintenance or improvements thereon, unless prior written approval therefor is obtained from the Director. 13. UTILITIES 13.01 The City shall pay for all utilities. However, water usage shall not exceed amount required to comply with irrigation schedules established by the Contractor and approved by the Director. 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. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess cost factor, to be deducted from payments to Contractor from City will be presented to the Contractor by the Director prior to actual deduction to allow for explanations. 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 City shall not provide any storage facilities for the Contractor. 16. TURF CARE 16.01 The Contractor shall perform at his sole expense the following services: a. Mowing. Turf to be mowed with an adequately SP7 sharpened rotary or reel type mower, equipped with rollers, to ensure a smooth surface appearance without scalping. All warm season grasses (Bermuda, St. Augustine, and Kikuyu) to be cut at 1 inch heighth throughout the year. All cool season grasses (Blue Grass and Fescues) to be cut at 2k inches during April through November and at 2 inches during December to March of each year. The mowing heighths will be adjusted by the Director during periods of renovation. All grass clippings will be collected and removed from the site on the same day the area is mowed. A mowing schedule will be established and main- tained. This schedule will provide that all areas will be mowed not less than once a week during the warm season of April to November and once every two weeks during the cool season of December to March. This schedule will be submitted to the Director for approval. b. Edging. With each cutting, the edge of the grass along sidewalks, curbs, shrub and flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 6 inches from the trunks of trees and away from the drip line of shrubs by use of nower q(-.vthP- nnnrnvorl chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices or any structures located within the turf areas. All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. All clippings shall be removed from site the same day area is edged. After mowing and edging is completed all adjacent walkways are to be swept clean by power blower. C. Weed Control. Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibit C). Hand removal of noxious weeds or grasses will be required as necessary. d. Insect/Disease Control. Eliminate all insect or disease affecting turf areas as they occur. e. Aerating. Aerate all turf areas four (4) times annually in accordance with the specialized maintenance program (Exhibit C). Aerate all turf by using z inch tines removing 2 -inch cores of sod with an aerator machine at not more than 6 -inch spacing once over. Director is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal. Renovate all warm season grasses to the soil line and verticut all cool season grasses once annually prior to the overseeding operation to be performed in the fall of each year. Equipment will consist of standard renovating or vertical mowing types. Director is to be notified at least two (2) weeks prior to the exact date of renovation.. g. Irrigation. Irrigation, including hand watering and bleeding of valves during an emergency situation, as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Director with monthly written irrigation schedule on form provided for this purpose. Director shall have the ability to change the irrigation schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: SP8 (1) Consideration must be given to the soil conditions, seasonal temperatures, wind conditions, humidity, minimizing runoff and the relationship of conditions which affect day and night watering. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation will be discontinued. (2) In areas where wind creates problems of spraying water onto private property or road rights-of-way, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) The Contractor shall be responsible for monitoring all systems within the jurisdiction of this specification and correct for: coverage, adjustment, clogging of lines, and removal of obstacles, including plant materials which obstruct the spray. (4 ) Check systems daily and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted) within the District. (5) All controllers shall be adjusted on a weekly basis considering the water requirements of each remote control valve (sprinkler station). (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow all turf. (7) The Contractor shall observe and note any deficiencies occurring from the original design and review these findings with the Director, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within twenty-four (24) hours following notification from the Director of such a deficiency. (9) A soil probe shall be used to a depth of twelve (12) inches to determine the water penetration by random testing of the root zones. (10) Contractor shall file a monthly statement with the Department of Parks and Maintenance certifying that all irrigation systems are functioning properly and provide a monthly irrigation schedule for the succeeding month. (11) Contractor shall also be required to file a yearly certification with the Department of Health Services that all backflow prevention devices on the irrigation systems are operating in accordance with the requirements established by the Los Angeles County Health Services Department. It will be the responsibility of the Contractor to repair and replace when necessary subject to the provisions of Section 21 hereunder all backflow prevention devices at his sole expense. Said certification shall be completed within thirty (30) days upon notification from the Department of Health Services that said certifications are due. h. Fertilization. Turf shall be fertilized with a balanced type commercial fertilizer twice (2) a year during the months of May and September. All fertilizer used shall be inorganic and granular. "IR Rate for each application shall be one (1) pound of actual available nitrogen per 1,000 square feet of a balanced type commercial fertilizer. The balanced fertilizer shall be approved by the Director and shall be of a 4-1-2 ratio. In addition to the balanced type commercial fertili- zation, the Contractor shall fertilize all turf areas with ammonium sulphate during March, April, and July of each calendar year at a rate of one (1) pound of actual available nitrogen per 1,000 square feet and with calcium or ammonium nitrate during November, December, and January of each calendar year at a rate of one (1) pound of actual available nitrogen per 1,000 square feet. All turf areas fertilized shall be thoroughly soaked immediately following fertilization.' i. Turf Reseeding. Contractor shall once each year in fall, overseed all turf after aerification and overseed all bare spots as needed throughout the remainder of the year to reestablish turf to an acceptable quality. When Contractor reseeds turf he will aerify, renovate or verticut, seed and mulch (spread evenly over the entire area to a uniform depth of 1/4 inch) in this sequence. The Director may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation for the cost of the sod only provided loss of turf was not due to the negligence of the Contractor. Overseeding shall be sown at a rate of five (5) pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate of eight (8) pounds per 1,000 square feet. The following seed specifications shall be used for all overseeding and reseeding. Name Newport Blue Grass Lolium Perenne 'Pennfine' Rye Pennant Rye Derby Rye 17. SHRUB AND GROUND COVER CARE Proportion By Weight Purity Germination 20% 95% 90% 26 1/3% 95% 850 26 1/3% 95% 85% 26 1/3% 95% 85% 17.01 The Contractor shall perform at his sole expense the following services: a. Pruning. Prune shrubbery during the month of January through March to encourage healthy growth habits and for shape and appearance with the exception of roses which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. b. Trimming. Restrict growth of shrubbery and ground covers to area behind curbs and walkways, and within planter beds by trimming, as necessary, or upon written notice by the Director. C. Renovation. Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. d. Disease and Insect Control. Maintain free of disease and insects and treat when needed pursuant to section 20. SP10 e. Weed Control. All ground cover and shrub beds are to be kept weed free at all times. Methods for control can incorporate one or all three of the following: (1) Hand removal. (2) Cultivation. (3) Chemical eradication. f. Fertilization. Apply fertilizer at least two (2) times per year (during the months of March and April, and September and October) to provide a healthy color in all plants with foliar feedings if applicable. Contractor will cultivate around plants where needed. Fertilizer should be a balanced inorganic 10-6-4 ratio with trace elements. The Contractor shall provide the Director with a fertiliza- tion schedule, with two (2) weeks notification prior to the proposed fertilization. g. Irrigation. Irrigate including hand watering and bleeding of valves in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 16, Paragraph 9, concerning irrigation practices shall apply to shrubs and ground covers. h. Shrub and Ground Cover Replacement. All damaged, diseased (untreatable) or dead shrubs and ground covers will be replaced with the exact same material that existed and of similar size as required by the Director unless otherwise notified by the Director in writing. Substitutions for any plant materials must have prior approval in writing by the Director. Original plans and specifications should be consulted to determine correct identification of species. All shrubs shall be guaranteed to live and remain in healthy condition for no less than six (6) months from the date of acceptance of the job by the Director. 18. TREE CARE 18.01 The Contractor at his sole expense shall perform the following services: a. Tree Maintenance: (1) Contractor shall be responsible for the pruning, shaping and removal of trees under 15' in height. The Contractor shall inform the Manager's office of any damaged or diseased trees or any trees that pose a threat to adjacent concrete, walls or property. (2 ) All trees shall be maintained free of all dead, diseased and damaged branches back to the point of breaking. Cuts must be made flush with the parent limb or trunk to promote proper healing. Any cuts exceeding one and one-half (11-,,) inch will be treated with a wound dressing. All sucker growth is to be removed from trees as it occurs (3) Maintain seven (7) foot clearance for branches overhanging walks and fourteen (14) foot clearance for branches overhanging beyond curb line into the paved section of streets where applicable. (4) Control insects and diseases as needed pursuant to the provisions of section 19 and Exhibit C. SP11 (5) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees as required. (a) Tree stakes shall be pentachloraphenol treated lodge pole pine not less than eight (8) feet in length for five (5) gallon size trees and not less than ten (10) feet for fifteen (15) gallon trees sizes (two (2) per tree). (b) Guy wires where required and plant ties will be of pliable, zinc -coated ten (10 gauge wire (two (2) ties per tree) . (c) Hose for covering wire to be either new or used garden hose at least one-half (2) inch in diameter those ties should allow for minimum of three (3) additional inches of clearance beyond the diameter of the branch or trunk being secured). (d) Stakes will not be placed closer than eight (8) inches from trunk of the tree. (e) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. b. Fertilization. Apply fertilizer within dripline at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should be a balanced inorganic 10-6-4 ratio with trace elements. The Contractor shall provide the Director with two (2) weeks notification prior to the fertilizer application. C. Irrigation. Irrigation will be programmed in conjunction with automatic controllers or manual control valves servicing turf or ground cover and shrub areas in accordance with the requirements of Section 16, Paragraph 9. d. Permits. If a permit is required for tree pruning, City Department of Parks and Maintenance will obtain permit prior to commencement of work by Contractor. e. Tree Replacement. All trees permanently damaged by any means will be replaced as provided for under Sections 6 or 24 with the identical species of tree existing previously, unless 'otherwise notified in writing by the Director. The need for and the size o, replacement will be determined by the Director at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size not to exceed a 24 -inch box specimen container size. Substitutions will require prior written approval by the Director. Original plans and specifications should be consulted to insure correct identification of species. f. Olive Tree Spraying. Ornamental olive trees shall be sprayed to prevent fruit set by use of "Maintain." Two applications shall be required 7-10 days apart. The first application shall be applied when 1/2 to 3/4 of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. 19. USE OF CHEMICALS (PESTICIDES) AND DISEASE AND PEST CONTROL 19.01 The Contractor shall perform at his sole expense the following services: SP12 a. Chemical Application. All work involving the use of chemicals will be accomplished by a State of California licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. b. Permits. All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricul- tural Commissioner Office and a permit obtained with a copy to the City Department of Parks and Maintenance prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to the Director on a timely basis. C. Compliance with Regulations. All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California will be adhered to. d. Pest Control. Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by the District. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped by contractor to avoid moisture runoff entering the holes. This procedure shall be followed in all areas especially within all slope areas. 20. GENERAL CLEAN-UP 20.01 The Contractor shall perform at his sole expense the following services: a. Trash Removal. Remove all trash and accumulated debris from site. b. Policing of Areas. All areas under maintenance and other designated areas will have above identified trash removed Mondays, Wednesdays and Fridays of each week throughout the year. C. Concrete/Asphalt Median Strip Maintenance. Contractor is responsible for weed and grass removal within concrete asphalt or strip areas, if any at all times. d. Curb and Gutter Maintenance. Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. e. Walkway Maintenance. Walkways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment not less than once per week. This includes removal of all foreign objects from surfaces such as gum, dog feces, grease, paint, graffiti, etc. All walkway cracks and expansion joints shall be maintained weed and grass free at all times. f. Drain Maintenance. All drains and catch basins shall be free of siltation and debris at all times. g. Removal of Leaves. Accumulations of leaves shall be removed from all areas not less than once'per week. 21. IRRIGATION SYSTEM MAINTENANCE OR REPAIR 21.01 All irrigation systems within the District areas designated in this specification will be repaired and maintained as SP13 required for operation, by the Contractor at his sole expense in the following manner: a. Scope of Responsibility. The Contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of sprinkler heads, valves, lines, quick couplers, risers, automatic controllers, batteries, and backflow prevention devices. This paragraph does not require the' Contractor to make a complete piping replacement of the system. b. Replacement Requirements. Replacements will be of original materials or substitutes approved by the Director in writing prior to any installation. C. Extent of Responsibility. The Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, plants, and ground covers when automatic systems are not functioning. The replacement Section 21 requires to be provided by the Contractor shall be the normal deterioration, wear and tear, or negligence upon the part of the Contractor. The replacement required by Section 21 caused by extra- ordinary incidents of vandalism, acts of God, and third party negligence will be accomplished by the Contractor pursuant to the provisions of Section 23 of this Specification. However, the District(s) will continue the program of reimbursing the Contractor for the replacement with a new diaphragm valve of any piston type valve deemed to be unrepairable by the Director. However, the Contractor will be reimbursed only for the wholesale cost of the new diaphragm valve including sales tax plus 15% for overhead and profit (not for the labor to install). d. Ordinances. All materials and workmanship will be in accordance with applicable City or County Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. 22. MAINTENANCE AND REPAIR OF WALKWAYS & SERVICE ROADS, DRAINAGE SYSTEMS, CONCRETE BLOCKWALLS & MISCELLANEOUS IMPROVEMENTS 22.01 Walkways and Service Roads. All walkways and service roads, if any, shall be maintained by the Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The Contractor shall be entitled to additional compensation for maintaining walkways and service roads in the following manner: a. Broken corners will be removed and repaired as required. b. Broken curbs or headers adjacent to or part of roadways or walkways will be repaired or replaced. C. Contractor will not be responsible for total replacement of roadways or walkways as a result of normal deterioration, but will be required to replace all improvements damaged by his negligence . 22.02 Drainage Systems. The following services shall be provided by the Contractor at his expense except as otherwise.provided for: SP14 a. All surface drains ("V" ditches), if any, shall be kept clear of debris so that water will have an unimpeded passage to its outlet. Contractor will repair or replace concrete portions as necessary for which the Contractor will receive additional compensation. b. All sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper and other debris to ensure unimpeded passage of water. Contractor shall replace all broken or stolen sections of pipe, catch basin boxes and grates, for which additional compensation shall be authorized. 22.03 Miscellaneous Improvements. It will be the responsibi- lity of the Contractor to repair or replace miscellaneous improvements such as signs and mowing strips, and any other structural improvements within the District unless otherwise specified. Contractor shall be entitled to additional compensation for these services. 23. MAINTENANCE, REPAIRS AND REPLACEMENTS DUE TO EXTRAORDINARY INCIDENTS 23.01 Contractor shall be responsible for performing maintenance, repairs and replacements, when the need for such work arises out of extraordinary incidents such as vandalism, Acts of God, and Third party negligence in accordance with the provisions of this Section The Contractor shall replace as the result of any of the extraordinary incidents described in this Section (1) damaged, diseased (untreatable) or dead shrubs, ground cover and trees in accordance with Sections 17 and 18 and (2) inoperable irrigation equipment described in Section 21. The Contractor shall submit a written estimate of the cost for performing such work. The Director may, upon review and approval of such estimate, authorize the Contractor to perform said work by the issuance of a written Work Order. After submittal of the bill, the Contractor shall be reimbursed only for the agreed upon cost estimate. Allowable elements of cost for (1) the replacement of shrubs, ground cover, and trees shall be their wholesale cost including sales tax and cost of labor plus a factor of 15 percent (150) for overhead and profit and (2) the replacement of Irrigation Equipment as defined in Section 19 of these Specifications shall be only the wholesale cost of equipment including sales tax (no reimbursement for Contractor's cost of labor) plus a factor of 15 percent'(150) for overhead and profit. In the event the Contractor's written estimate is not approved, then the Director reserves the right to contract with a third party to perform such work. 24. MAINTENANCE INSPECTIONS 24.01 The Contractor shall: a. Weekly perform a maintenance inspection during daylight hours of all facilities within the District. Such inspection hall be both visual and operational. The operational inspection shall include operation of all sprinkler, lighting and other technical systems to check for proper operational condition and reliability. SP15 b. Monthly meet on site with an authorized representative of'the Director for a walk-through inspection. Said meeting shall be at the convenience of the Director and may include residents of the community. The Director shall notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, weekly interim inspections may be made by the Director. Any corrective work required as a result of a monthly inspection or any interim inspection by the Director shall be accomplished to the satisfaction of the Director within three (3) days of the notification of deficiencies, except in the case of a leaking valve which must be repaired within 24 hours following notification. 25. PLAYGROUND EQUIPMENT MAINTENANCE 25.01 All playground sites and equipment shall be inspected at the start of each work day and sand cleaned and raked level to remove any foreign and hazardous material and neatly groomed. 25.02 Special attention shall be made to low sand areas, around play equipment. These sand areas shall be leveled by distributing sand from high areas to low areas. 25.03 All sand play areas shall be maintained free of litter, cans, pop tops, broken glass and other debris. 25.04 All playground sites and equipment shall be checked daily Monday through Friday throughout the year and Contractor shall clean and remove litter from sand areas daily, Monday through Friday throughout the year. Any unsafe condition of play equipment shall be corrected and/or reported pursuant to Section 8 of these specifications. 25.05 By the 10th of each month, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After totalling, all areas shall be raked level. 26. FIRE PROTECTION SLOPE AREAS MAINTENANCE 26.01 These slope areas are hillside areas and are designed to meet Los Angeles County Ordinances for fire retardation. These areas generally occur in sloping terrain with gradients ranging 10 percent to 100 percent. Slopes are either manufactured or natural. The natural slopes have been brushed to remove certain plant materials. Manufac- tured slopes have been hydromulched in accordance with applicable County ordinances. Use of these areas by the residents should be minimal. 26.02 The maintenance of the natural slopes requires that the weeds and native brush be clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure. Also, dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the District property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or when the County Fire Marshall has determined that a fire SP16 hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout a District within a maximum period of thirty (30) days. Contractor shall be responsible for maintaining the brushed slope areas throughout the year in accordance with the above -identified height of weeds, dead wood removal and distance from dwellings or structures requirements. This may require that certain areas will need additional brushing as directed by the County Fire Marshall. Contractor will be paid additional compensation for additional brushings at the rate specified in the form of bid. Also, Contractor shall fertilize twice'a year shrubs in these areas with inorganic 10-6-4 and remove weeds to a distance of 30 feet measured from any sidewalk adjacent to a fire protection slope area. 26.03 Where reference is made to weeding, brushing or clearing within 100 feet of a structure, it is intended that the space between the structure and the private property line is the responsibility of the owner of the property. As an example, assume a private residential lot has a depth of 100 feet, the rear or side of which abuts a fire protection slope. Assume that the structure is set back 20 feet from the property line abutting this slope. The Contractor's responsibility is within the portion or balance of the 100 feet outside of the private property boundary, or, in this case, 80 feet. Consult with the Director for any questions regarding these areas. 26.04 The maintenance of the manufactured slopes requires that the planted slopes be kept weed free at all times. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices. Plants and trees shall be fertilized in accordance with the requirements of Sections 17 and 18 of these Specifications. Weeding will be subject to the special conditions identified in Exhibit D of these specifications. 27. NATURAL AREAS MAINTENANCE 27.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance consisting. of debris removal only as directed by the Director. 28. TERM OF AGREEMENT 28.01 This Agreement shall take effect and commence upon its execution by the District and, unless executed on the first day of a calendar month, shall continue for the rest of the partial calendar month in which executed and for a period of twelve (12) full calendar months thereafter. 28.02 The District shall have the option to extend this Agreement up to five (5) additional one (1) year periods, subject to the same terms and conditions contained herein, by giving Contractor written notice of exercise of this option to renew at least thirty (30) days SP17 prior to the expiration of the initial term of this Agreement, or of any additional l year extensions. 29. CONTRACTOR'S COMPENSATION 29.01 Should this Agreement commence on other than the first day of a calendar month, the Contractor's compensation for that partial calendar monthly shall be prorated at the rate of 1/30 of the full monthly rate per day, to an including the last day of the partial calendar month. 29.02 In the event the District exercises its option to -extend the term of this Agreement for one or more of the additional five (5) one year periods as provided for in paragraph 28.02, the Contractor's monthly compensation shall be subject to adjustment at the commencement of the extended term and annually thereafter ("the adjustment date") as follows: The compensation provided herein shall be adjusted to reflect the increase, if any, in the cost of living during the previous year by adding to the Contractor's monthly compensation the amount, if any, obtained by multiplying the Contractor's compensation as of the adjustment date by the percentage by which the Consumer Price Index (CPI) for the Los Angeles -Anaheim -Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") reported by the Bureau of Labor Statistics of the United States Department of Labor, has increase dover the CPI for the month one year prior to the Index Month. If the Index is discontinued, the Manager's Office shall, at its discretion, substitute for the Index such other similar index as it may deem appropriate. SP18 !u AC EZES EXHIBIT u!, LANDSCAPE MAINTENANCE CERTIFICATION I (We) hereby certify under penalty of perjury that the work within the facilities specified under the provisions of County Agreement No. has been performed in accordance with the specification of said Agreement for the month of , 19 , and that: 1. Not less than the prevailing _ wages, as determined by the State Department of Industrial Relations, have been paid to personnel employed to do this work. 2. All On -Going Maintenance Tasks have been completed as provided for in said Agreement and Specifications. 3. Irrigation systems have been checked for operability and that the following are functioning properly. a. Irrigation lines b. Valves C. Sprinkler heads d. Controllers 4. Spraying and/or use of chemicals has occurred. If Yes, has: a. Copies of the. PCA's written recommendation been sent to the Inspector? 1 b. Copies of the 'Pesticide Use Report been sent to the Inspector? C. Copies of restricted use permits been sent to the Inspector? 5. Specialty Type Maintenance has been requested. If Yes, has: a. The inspector been notified in writing? b. If applicable, quantity and _ complete description of materials used been sent to inspector? C ll m L) O O�X �3 p 7z ' G ,�.Z O� Z_ m O r C1 O_ Oo f1 O_ rO C c O 7 0�l O Cy C. m m 0 O O O 0 0 0 `+ , 7 .. .. �n w N in N o N VI z Oz n Z O C m 7� Cccl i e DIAMOND BAR LLAD NOS. 39 AND 41 The program for the control of Fescue on the planted slope areas within the Diamond Bar Hills and the Diamond Bar High Country developments shall consist of the following pre -emergent and post emergent herbicide applications. Ronstar shall be applied at the rate of 100-200 pounds per acre to prevent the germination of new Fescue and will put the existing Fescue under unfavorable stress allowing the existing ground cover to push out the Fescue by outgrowing it. Fusilade at the rate of one pint per acre shall be applied to control existing Fescue. Therefore, this program provides for the use of Fusilade as a post -emergent grass killer and Ronstar as a pre -emergent grass herbicide to control Fescue found on these designated slopes. This program shall be repeated as often as needed to eradicate or control the growth of Fescue on these slopes. The above conditions will be discussed on the site during the scheduled walk-through.inspection which all prospective bidders will be required to attend. AGENDA NO. iJ -------------- --- CITY OF DIAMOND BAR AGENDA REPORT DATE: March 26, =--------------- 1991 MEETING DATE: April 2, 1991 - - TO: Honorable Mayor and Members of the City Council VIA: Robert L. Van Nort, City Manager FROM: Charles Janiel, Director of Parks and Maintenance SUBJECT: Maintenance services for Diamond Bar Community Parks BACKGROUND: Upon incorporation the City of Diamond Bar assumed ownership of eight (8) developed community parks. Maintenance services of City Parks is accomplished through the use of private contractors. The contractor currently providing maintenance services was originally contracted through the County of Los Angeles Parks and Recreation Department; and the City of Diamond Bar assumed that contract upon incorporation in April, 1989. The contract for maintenance services for the Diamond Bar community parks expires as of June 30, 1991. RECOMMENDATION• Staff has prepared plans and specifications for maintenance services for the community parks and hereby request that the City Council adopt Resolution 91-xx and authorize the City Clerk to advertise for bids for the maintenance of eight community parks. The director's estimate for this service is $110,500.00 per year. Funds for this service are provided by the City's general fund. Bidding for the maintenance of Diamond Bar community parks closes April 30, 1991. Award of the contract will be brought before the City Council on May 21, 1991. FISCAL IMPACT: Amount Requested Budgeted Amount In Account Number: Deficit: Revenue Source: Robert L. Van Nort City Manager (Narrative continued on next page if necessary) IZ7 -------------------- Andrew V. Arczynski City Attorney Terrence Belanger Assistant City Manager CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR DIAMOND BAR COMMUNITY PARKS The City Clerk of the City of Diamond Bar, California will receive at her office in the City Hall, in said City, until 10:45 a.m. on April 30, 1991, sealed proposals for the performance of the above described services. CITY OF DIAMOND BAR John Forbing, Mayor Jay Kim, Mayor Pro Tem Phyllis Papen, Councilmember Donald Nardella, Councilmember Gary Werner, Councilmember Robert L. Van Nort, City Manager Charles Janiel, Director of Parks and Maintenance IMPORTANT NOTICE TO BIDDER Notice is hereby given that the City of Diamond Bar is soliciting bids for maintenance services for eight (8) City Parks. A mandatory bidders conference and inspection of the areas to be maintained will be held at 10:00 a.m. on Tuesday, April 16, 1991 at Diamond Bar City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, California. Bids will be accepted until 10:45 a.m. on April 30, 1991 at Diamond Bar City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, California 91765, at which time and place said bids shall be publicly opened, examined and declared. Due to current drought situations and resultant rationing mandates, Contractor will be required to monitor irrigation systems to comply with reductions. The successful Contractor will be responsible for costs incurred due to excess usage. Inquires regarding these specifications can be directed to Charles Janiel, Director of Parks and Maintenance, (714)860-2489. Upon receipt of this proposal, contact Charles Janiel, Director of Parks, at the City of Diamond Bar with the name of your company, telephone number, a FAX number and the name of a contact person within your company. Failure to provide the City with this information may result in improper distribution of updated materials regarding the bid documents. The City will. not be responsible for information not being distributed to the proper person. SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR LIGHTING & LANDSCAPE CITY PARKS IN THE CITY OF DIAMOND BAR TABLE OF CONTENTS NOTICE INVITING SEALED BIDS INFORMATION FORBIDDERS BIDDER'S PROPOSAL CONTRACTOR'S INDUSTRIAL SAFETY RECORD LIST OF SYMBOLS AND ABBREVIATIONS SUBCONTRACTORS LIST NONCOLLUSION AFFIDAVIT FAITHFUL PERFORMANCE BOND LABOR AND MATERIAL BOND BIDDER'S BOND AGREEMENT GENERAL PROVISIONS SPECIAL PROVISIONS 1 - 7 8 - 13 14 - 18 19 20 21 22 23 24 25 - 26 27 - 35 GP -1 - GP -7 SP -1 - SP -37 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR MAINTENANCE SERVICES FOR EIGHT (8) CITY PARRS IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. WHEREAS, it is the intention of the City of Diamond Bar to maintain certain improvements in the City of Diamond Bar. WHEREAS, the City of Diamond Bar has prepared plans and specifications for the maintenance of certain improvements. NOW, THEREFORE, BE IT RESOLVED that the plans and specifications presented to the City of Diamond Bar be and are hereby approved as the specifications for maintenance services for eight (8) City Parks. BE IT FURTHER RESOLVED that the City Clerk is hereby authorized, and directed to advertise as required by law for the receipt of sealed bids or proposals for doing of the work specified in the aforesaid plans and specifications, which said advertisement shall be substantially in the following words and figures, to wit: Pursuant to a Resolution of the City Council of the City of Diamond Bar, Los Angeles County, California, directing this notice, NOTICE IS HEREBY GIVEN that the said City of Diamond Bar will receive at the office of the City Clerk in the City Hall of Diamond Bar, on or before the hour of 10:45 o'clock A.M. on the 30th day of April, 1991, sealed bids or proposals for maintenance services for eight (8) City Parks. Bids will be opened and publicly read immediately int he office of the City Clerk, Suite 100, 21660 East Copley Drive, Diamond Bar, California. 1 Bids must be made on a form provided for the purpose, addressed to the City of Diamond Bar, California, marked, 'Bid for maintenance services for eight (8) City Parks." PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages are on file in the office of the City Clerk of the City of Diamond Bar, Suite 100, 21660 East Copley Drive, Diamond Bar, California, and are available to any interested party on request. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. The Contractor shall forfeit, as penalty to the City of Diamond Bar, twenty-five dollars ($25.00) for each laborer, workman, or mechanic empldyed for each calendar day or portion thereof, if such laborer, workman, or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in 2 accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the prosecution of the work. Attention is directed to the provisions in sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other Contractors on the public 3 works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 11777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Eight (8) hours of labor shall constitute a legal day's work for all workmen employed int he execution of this contract and the Contractor and any subcontractor under him shall employ with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to the City of Diamond Bar, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eights (8) hours in violation of said Labor Code. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 4 The bidder must submit with his proposal cash, cashier's check, certified check, or bidder's bond, payable to the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is warded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is warded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar to the difference between the low bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest bidder. The amount of the bond to be given to secure a faithful performance of the contract for said work shall be fifty percent (50%) of the annual contract price thereof, and an additional bond in an amount equal to twenty-five (250) of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work 5 contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Diamond Bar for the construction of said work. No proposal will be considered from a Contractor who is not licensed as a contractor at time of award in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. A C-27 license is required. The work is to be done in accordance with the profiles, plans, and specifications of the City of diamond Bar on file in the office of the City Clerk at the City hall, Diamond Bar, California. Copies of the plans and specifications will be furnished upon application to the City of Diamond Bar and payment of $5.00, said 5.00 is nonrefundable. Upon written request by the bidder, copies of the plans and specifications will be mailed when said request is accompanied by payment stipulated above, together with an additional nonreimbursable payment of $5.00 to cover the cost of mailing charges and overhead. The successful bidder will be required to enter into a contract satisfactory to the City of Diamond Bar. 6 PASSED, APPROVED AND ADOPTED this day of 1991. I, LYNDA BURGESS, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Resolution was passed, approved and adopted at a regular meeting of the City Council of the City of Diamond Bar held on day of, 1991, by the following Roll Call vote: AYES: COUNCILMEMBERS - NOES: COUNCILMEMBERS - ABSENT: COUNCILMEMBERS - ABSTAINED: COUNCILMEMBERS - LYNDA BURGESS, City Clerk City of Diamond Bar 7 INFORMATION FOR BIDDERS 1. PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, 1988 Edition. All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount annual named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guaranty that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered but a telegraphic modification may be considered and only if a postmark evidences that a confirmation of the telegram duly signed by the bidder was placed in the mail prior to the opening of bids. The bid submitted must not contain any erasures, interlineation, .or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. Page 8 6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall be allow any subcontractor to commence work on this subcontract until all similar insurance and bonds required of the subcontractor have been obtained. All insurance issued in compliance with this section shall be issued in the form, and be an insurer of insurers, satisfactory to and first approved by the City in writing. Certificates of insurance in the amounts required shall be furnished by the contractor to the City prior to the commencement of work. The contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. The contractor shall maintain public liability insurance to protect said contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said contractor and the City against loss from liability imposed by law, for damage to any property, damage insurance shall be maintained by the contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $500,000 for one person injured in the accident and in the amount of not less than $1,000,000 for more than one person injured in one accident and in the amount of not less than $500,000 with respect to any property damage aforesaid. The City shall be named a co-insured regardless of fault. Page 9 The contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any pert of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the Owner a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OR BIDDERS: More than one proposal from an individual, firm, partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. 11. AWARD OF CONTRACT The City may award the contract to the lowest responsible bidder on the total base bid or on any one of the alternates indicated in the proposal. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within sixty (60) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. 12. ALTERNATES: If alternate bids are called for, the contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any alternate or combination of alternates. 13. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the work covered by the proposal. Page 10 14. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Public Contract Code). Forms for this purpose are furnished with the contract documents. 15. WORKERS COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall _ sign and file with the Owner the following certificate prior to performing the work under this contract: "I am aware of the' provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." 16. BID DEPOSIT RETURN: Deposits of the three lowest bidders, the number being at the discretion of the Owner, will be held for sixty days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 17. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the form agreement provided, and shall secure all insurance and bonds as herein provided within (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. If the successful bidder refuses or fails to execute the contract, the City may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the City may award the contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the City. The work may then be readvertised. 18. 'AOR EQUAL": Pursuant to Article 5, Chapter 3, Part 1, Division 2 (commencing at 3400) Public Contract Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 19. EMPLOYMENT OF APPRENTICES: The contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The contractor and any subcontractor under him shall comply with the requirements said sections in the employment of apprentices; Page 11 however, the contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. 20. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 21. WAGE RATES: The Contractor and/or Subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, twenty-five dollars ($25) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file and available for inspection in the Office of the Department of Industrial Relations, Division of Labor Statistics and Research. 22. NO REFUND FOR DRAWINGS AND SPECIFICATIONS: Purchasers are advised that upon payment of the appropriate purchase price, the set of contract drawings and specifications become the property of the purchaser and are not to be returned to the City of Diamond Bar. 23. AWARD OF CONTRACT: The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described. 24. QUANTITIES: The quantity of work for the unit price items to be done under the contract,las noted in the Schedule of Prices, is an estimate and is not to be taken an expressed or implied statement that the actual quantity of work will correspond to the estimate. The right is reserved by the City of Diamond Bar to increase or decrease or to entirely eliminate items from the work if found desirable or expedient. The Contractor will be allowed no claims for anticipated profits, loss of profits or for any damages of any sort because of any difference, between the estimated and actual quantities of work done of for work decreased or eliminated by the City of Diamond Bar. Page 12 25. WITHDRAWAL OF BIDS: The bidder may withdraw his bid at any time prior to the date and hour set for opening of bids upon presentation of a written request to the City's Engineer signed by an authorized representative of the bidder or by the person filing the bid. 26. INVALID PROPOSALS: Proposals submitted by telegraph and those which are not logged in at the office of the City Clerk of the City of Diamond Bar, prior to the date and hour set for receipt of same will not be considered. 27. ALTERING PROPOSALS: The wording of the proposals shall not be changed. Any additions, conditions, limitations, or provisions inserted by the bidder will render the proposal irregular and may cause its rejection. Erasures of interlineations in the proposal must be explained or noted over the signature of the bidder. 28. ACCEPTANCE OR REJECTION OF BIDS: The City Council of the City of Diamond Bar reserves the right to accept any bid or reject any or all bids and to waive any informality of defects in bids received as the best interests of the City of Diamond Bar. Proposals in which the bid prices are obviously unbalanced may be rejected. Proposals in which a bid item is left totally blank will be considered as being nonresponsive and automatically rejected. 29. BID PRICES AND AGREEMENT OPFIGURES• If a unit price bid item total amount arrived at by multiplying the unit price times the quantity does not agree with the total amount entered for the item or if the total amount is note entered, the unit price and the corrected extension will be considered as representing the bidder's intentions. If in a unit price bid item the total amount is entered for the item but not the unit price!, the unit price shall be that which is derived by dividing the total amount bid for the item by the number of units in the item. If the amounts bid on individual items (if called for) do not add up to the total amount shown, the correctly added total of the individual items shall prevail over the total amount. 30. ADDENDA TO CONTRACT DOCUMENTS: The Engineer may, from time to time, issue addenda to the contract documents during the period of advertising. The addenda will be sent to the address the purchaser of the contract documents left with or furnished the City of Diamond Bar at the time the purchase was made. Page 13 CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR EIGHT (8} COMMUNITY PARKS ITEM DESCRIPTION WITH MONTHLY COST ANNUAL COST NO. QUANTITY MONTHLY UNIT PRICE IN FIGURES IN FIGURES IN WORDS 1 LS Peterson Park• Page 14 (Word) 2 LS Heritage Park (Word) 3 LS Ronald Reagan Park (Word) 4 LS Maple Hill Park (Word) 5 LS Starshine Park (Word) 6 LS Paul C. Grow Park i (Word) 7 LS Summit Ridge Park (Word) Page 14 CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR EIGHT (8) COMMUNITY PARKS ITEM DESCRIPTION WITH MONTHLY COST ANNUAL COST NO. QUANTITY MONTHLY UNIT PRICE IN FIGURES IN FIGURES IN WORDS 8 LS Sycamore Park (Word) TOTAL ANNUAL PRICE In words Page 15 In figures Specialty Type Functions - All Areas - Parks Only A. For additional work not covered in this Agreement, the cost for a: FUNCTION 1. Pruning a. Trees 20 to 30 feet Per Tree 30 to 40 feet Per Tree 40 feet + Per Tree 2. Cultivating Per Square Foot 3. Fertilization a. Turf Per Acre, or pro rata for less Page 16 than an acre b. Trees Per Tree c. Shrubs/ Per Square Foot Ground Cover 4. Disease/Insect Control a. Turf Per Square Foot b. Trees Per Tree c. Shrubs Per Shrub d. Ground Cover Per Square Foot 5. Weed Control, Turf i Per Square Foot Post Emergence (For Broad Leaf Weeds) 6. Reseeding Turf Per Square Foot 7. Turf Renovation Per Square Foot 8. General Landscape Per Hour Labor is 9. Irrigation Specialist Per Hour 10. Tree Trimmer Per Hour Page 16 a If an individual, so state. If a firm or co -partnership, state the firm name and give names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of .President, Secretary, Treasurer, and Manager thereof. Dated: Business Address 19 By: By: By: Contractor's License No. Contractor's License Expiration Date I declare under penalty of perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professions Code Section 7029.15. Contractor's Authorized Signature 17 CITY OF DIAMOND BAR SPECIFICATIONS FOR ANNUAL LANDSCAPE MAINTENANCE FOR EIGHT (8) COMMUNITY PARKS Accompanying this proposal is (insert "$ cash," "cashiers check," "certified check," or "bidder's bond," as the case amy be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contact, with necessary bond, within ten (10) days, including Sundays and legal holidays, after having received notice that the contract has been awarded and is ready for signature, the proceeds of the security, accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION Page 18 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any. partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. 5 Calendar Years Prior to Current Year 1987 1988 1989 1990 TOTAL CURRENTYEAR 1. No. of contracts 2. Total dollar amount of contracts (in thousands of S) 3. No. of fatalities 4. No. of lost workday cases 5. No. of lost work day cases involving permanent transfer to another job or termination of employment 6.* No. of lost workdays *The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary Occupational Injuries and Illnesses, OSEA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. Name of Bidder (print) Signature Address City Zip Code Page 19 State Contractors' Lic. No. & Classification Telephone The definitions of the symbols and abbreviations used in the Schedule of Prices are as follows: Ave. Avenue LF Linear Feet & And LS Lump Sum AC Asphaltic Concrete Mod. Modified Blvd. Boulevard MH Manhole CAB Crushed Aggregate Base I Number CB Catch Basin No. Number Conc. Concrete NRCP Nonreinforced concrete Pipe Conn. Connector or Connection Pvmt. Pavement Const. Construct Perm. Surf. Permanent Surfacing CIP Cast Iron Pipe PCC Portland Cement Gymb CSP Corrugated Steel Pipe RC Reinforced Concrete CY Cubic Yard RCB Reinforced Concrete Box D D -load of pipe RCP Reinforced Concrete Pipe Dia. Diameter Reconn. Reconnect Dbl. Double Reconst. Reconstruct Dwy. Driveway Reinf. Reinforcing or reinforced EA Each Restor. Restoration ELC Electrolier Lighting Resurf, Resurfacing Conduit Excay. Excavation Rd. Road Ex. or Exist. Existing Sched. Schedule ' Feet SD Storm Drain Fur. & PI. Furnish and place Sec. Section Ga. Gauge SF. Square Feet Galy. Galvanized Spec. Special Gr. Grate SS Sanitary Sewer H High or height Sta. Station HC House connection St. Street sewer Struct. structure Improv. Improvements Trans. Transition " Inches TS Transition Structure JS Junction Structure Var. Variable Lb. Pounds VCP Vitrified Clay Pipe LD Local Depression I W Wide or Width Page 20 SUBCONTRACTORS LIST In compliance with the provisions of the Public Contract Code Section 4102, the undersigned bidder herewith sets forth the name and location of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half (1/2) of one percent (I%) of the general contractor's total bid, and the portion of the work which will be done by each subcontractor. Name under which Sub- License Address of Office, Specific Description contractor is licensed Number Mill or Shop of Sub -contract work & portion of the Work If the bidder fails to specify a subcontractor for any portion of the work, the bidder agrees to perform the work with his own crews. (Alternative subcontractors for the same work are prohibited by provisions of the California Government Code.) Dated Bidder Signature Signature Page 21 State of California County of NONCOLLUSION AFFIDAVIT ss. 1 being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company,association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element.of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bids are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. ignature STATE OF CALIFORNIA ss. COUNTY OF ) ii Subscribed and sworn to before me this , 19 Notary Public in and for the County of , State of California. My Commission expires 22 , 19 day of FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, and as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum, will and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said contract has been awarded and is about to enter into the annexed contract with said City for consideration of the work under the specification entitled land is required by said City to give this bond in connection with the execution of said contract. NOW, THEREFORE, if said Contractor shall well and truly do and perform all the covenants and obligations of said contract on his part to be done and performed at the time and in the manner specified herein; this obligation shall be null and void; otherwise it shall be and in full force and effect; PROVIDED, that any alterations in the work to be done, or the materials to be furnished, which may be made pursuant to the terms of said contract shall not in any way release said Contractor or the Surety thereunder nor shall any extension of item granted under the provisions of said contract release either said Contractor or said Surety and notice of such alterations or extensions of the contract is hereby waived by such Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 1991. PRINCIPAL SURETY BY. BY: (SEAL) (SEAL) 23 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, AND as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of DOLLARS ($ ) lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Contract has been awarded and is about to enter into the annexed contract with said City for construction of the work under the City's specification entitled and is required by said City to give this bond in connection with the execution of said contract; NOW, THEREFORE, if said Contractor in said contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies, or for the use of implements or machinery, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, said Surety will pay for the same in an amount not exceeding the sum specified above, and also in case suit is brought upon this bond, a reasonable attorney's fee, to be fined by the court. This bond shall immure to the benefit of any and all persons entitled to file claims under. Section 1192.1 of the Code of Civil Procedure of the State of California. PROVIDED, that any alterations in the work to be done, or the material to be furnished, which may be made pursuant to the terms of said contract, shall not in any way release either said Contractor or said Surety thereunder nor shall any extensions of time granted under the provisions of said contract release either said Contractor or said Surety, and notice of such alterations or extensions of the contract is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this. day of PRINCIPAL SURETY BY: BY: (SEAL) 24 (SEAL) 1991. BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, as principal, and as surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (10%) of the total amount of the bid of the principal, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened at Diamond Bar City Hall on April 30, 1991 for Annual Maintenance for City Parks in the City of Diamond Bar. NOW THEREFORE, if the aforesaid principal is awarded the contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the two bonds with the City of Diamond Bar, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered, the surety shall pay all costs incurred by the obligee in such suit, including a reasonable attorney's fee to be fixed by the court. 25 BIDDER'S BOND (CONTINUED) IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D., 1991 (seal) (seal) (seal) (seal) PRINCIPAL (seal) (seal) SURETY (seal) ADDRESS NOTE: Signatures of those executing for the surety must be properly acknowledged. I 26 AGREEMENT KNOW ALL MEN BY THESE PRESENTS: That the following agreement is made and entered into, in duplicate, as of the date executed by the City Clerk and the Mayor, by and between hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "City". WHEREAS, pursuant to Notice Inviting Sealed Bids or Proposals, bids were received, publicly opened, and declared on the date specified in said notice; and WHEREAS, City did accept the bid of Contractor and; WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with Contractor for furnishing labor, equipment, and material for maintenance of 8 community parks in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: The work to be done under this Agreement shall include the furnishing of all labor, material and equipment necessary for the provision of the landscape and appurtenant maintenance services as set forth in the specifications for Maintenance of City Parks in the City of Diamond Bar. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The aforesaid specifications are incorporated herein by reference thereto and made a part hereof with like force and effect as if all of said documents were set forth in full herein. Said documents, the Resolution Inviting Bids attached hereto, together with this written agreement, shall constitute the contract between the parties. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be' performed by the contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this written agreement shall control. 27 3. TERMS OF CONTRACT a. The undersigned bidder agrees to execute the contract within ten (10) calendar days from the date of notice of award of contract. This agreement shall take effect and commence on July 1, 1991 for a period of twelve (12) months. b. The City shall have the option to extend this Agreement up to five (5) additional one (1) year periods, subject to the same terms and conditions contained herein, by giving the contractor written notice of exercise of this option to renew at least thirty (30) days prior to .the expiration of the initial term of this Agreement, or of any additional one (1) year extensions. 4. INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required hereunder.in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The contractor shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: 28 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the Contractor or any subcontractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) Public Liability - Bodily Injury (not auto ($500,000 each person; $1,000,000 each accident. 2) Public Liability - Property Damage (not auto) $250,000 each person; $500,000 aggregate. 3) Contractor's Protective Bodily Injury $500,000 each person; $1,000,000 each accident. 4) Contractor's Protective - Property Damage $250,000 each accident; $500,000 aggregate. 5) Automobile - Bodily Injury $500,000 each person; $1,000,000 each accident. 6) Automobile - Property Damage $250,000 each accident. C. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by City, which is qualified to do .business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to by so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; 4) Contain a clause substantially in the following words: 29 "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." 5) Otherwise be in form satisfactory to City. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insureds in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs a. and b. hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5. PREVAILING WAGE: Notice is here by given that in accordance with the provisions of California Labor code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. copies of such prevailing rates of per diem wages are on file in the office of the City clerk of the City of Diamond Bar, Suite 100 21660 E. Copley Drive, Diamond Bar, California, and are available to any interested party on request. City also shall cause a copy of such determinations to be posted at the job site. 30 The contractor shall forfeit, as penalty to City, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. 6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of section 1777.5 of the Labor Code as amended by Chapter 971, Statues of 1939, and in accordance with the regulations of the California Apprenticeship council, properly indentured apprentices may e employed in the prosecution of the work. Attention is directed to the provisions in sections 1777.5 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or b. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. 31 The Contractor is required to make contribution to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7. LEGAL HOURS OF WORK: Eight (8) hours, of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, chapter _1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer,. workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. 8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in. the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. r 9. CONTRACTOR'S LIABILITY: The City of Diamond Bar and its officers,- agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workmen employees of the contractor of his subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. The contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the work or at any time before its completion and final acceptance. 32 The Contractor will indemnify City against and will hold and save City harmless from any and all actions, claims, damages to persons or property, penalties, obligations, or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of the contractor, his agents, employees, subcontractors, or invitees provided for herein, whether or not there is concurrent passive or active negligence on the part of City, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City, and in connection therewith: a. The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, o liabilities and will pay all costs and expenses, including attorneys' fees incurred in connection therewith. b. The Contractor will promptly pay any judgment rendered against the Contractor or City covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with such work, operations, or activities of the Contractor hereunder, and the Contractor agrees to save and hold the City harmless therefrom. C. In the event City, without fault, its made a party to any action or proceeding filed or prosecuted against he Contractor for damages or other claims arising out of or in connection with the work, operation, or activities of the contractor hereunder, the contractor agrees to pay to City any and all costs and expenses incurred by City in such action or proceeding together with reasonable attorneys' fees. So much of the money due to the Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as aforesaid. 10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of the race, color, or religion of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 33 11. CONTRACT PRICE AND PAYMENT: Except where additional compensation is specifically provided for in this Agreement, City will pay contractor for his services under this Agreement set forth in Bid Sheet, one month in arrears, on the last day of the month, or as soon thereafter as payment is approved by the City Council. In the event the City exercises its option to extend the term of this Agreement for one or more of the additional five Contractor's monthly compensation shall be subject to adjustment at the commencement of the extended term and annually thereafter ("the adjustment date") as follows: The Compensation provided herein shall be adjusted to reflect the increase, if any, in the cost of living during the previous year by adding to the Contractor's monthly compensation the amount, if any, obtained by multiplying the Contractor's compensation as of the adjustment date by the percentage by which the Consumer Price Index ("CPI") for the Los Angeles -Anaheim - Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") reported by the Bureau of Labor Statistics of the United Stated Department of Labor, has increased over the CPI for the month one year prior to the Index Month. If the Index is discontinued, the Director's office shall, at its discretion, substitute for the Index such other similar index as it may deem appropriate. 12. ATTORNEY'S FEES: In the event that any action or proceeding is brought by either party to enforce any term or provision of the Agreement, the prevailing party shall recover its reasonable attorney's fees and costs incurred with respect thereto. 13. TERMINATION: This Agreement may be terminated by City upon the giving of a written "Notice of Termination" to contractor at least thirty (30) days prior to the date of termination specified in said notice. In the event os such termination, contractor shall only be paid for services rendered and expenses necessarily incurred prior to the effective date of termination. �i 34 IN WITNESS WHEREOF, the parties hereto have caused these presents to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License No. Date APPROVED AS TO FORM: By: City Attorney By: Title Title CITY OF DIAMOND BAR, CALIFORNIA By: Mayor By: City Clerk Date Contractor's Business Phonds Emergency Phone at which Contractor can be reached at any time: 35 GENERAL PROVISIONS 1. GENERAL CONDITIONS All work shall be done in accordance with the 1988 Edition and all supplements of the Standard Specifications for Public Works Construction, hereinafter referred to as Standard Specifications, Plans, Standard Construction Drawings and these Special Provisions. 2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 2. Scope and Control of Work. Section 2-1. Award and Execution of Conttact is amended by the following' (a) Examination of Plans Specifications Special Provisions, and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b) Proposal Form: All proposals must be made upon blank forms to be obtained from the City Clerk at City Hall, 21660 E. Copley Dr., Suite 100, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation, the proposal must show the name of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the president, secretary, and treasurer. G. P. 1 (c) Rejection of Proposals Containing Alterations Erasures Irregularities: Proposals may be rejected if they show any alterations of form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. (d) Bidder's Guaranty: All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of said proposal, and no proposal shall be considered unless such cash, cashier's check, or bidder's bond in enclosed therewith. (e) Award of Contract: The award of the contract, if it be awarded, will be to the lowest responsible bidder. (f) Return of Bidder's Guarantees: Proposal guarantees will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposals.they accompany. Subsection 2-5.1. Plans and Speclifications-General is amended by the addition of the following• An addendum to these specifications may be issued by the Engineer at any time prior to the bid opening. Subsection 2-9.5. Line and grade is amended by the addition of the following• (a) All surveying necessary and adequate for construction purposes will be done by the City Engineer or as modified in the Special Provisions. (b) The Contractor shall give two (2) working days notice, in writing, when theilservices of the City Engineer will be required for laying out any portion of the work, and he shall dig all holes necessary for line and grade stakes. The Contractor shall preserve all stakes set for the lines, grades or measurements of the work in their proper places until authorized to remove them by the City Engineer. Any expenses incurred in replacing said stakes that the Contractor may have failed to preserve shall be borne by the Contractor. (c) Grades for all pipelines will be set on the surface of the ground and the Contractor shall transfer them to the bottom of the trench. At no time shall less.than three G. P. 2 (3) consecutive grade points be used in common so that any variation from a straight grade can be detected. Any such variation shall be reported to the City Engineer and in the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. (d) The Contractor shall preserve all bench marks, stakes and other survey marks, and incase of their removal or destruction by his own employees or by his subcontractor's employees, he shall be liable for the cost of their replacement. Section 4. Control of Materials. Subsection 4-1.3 is modified to delete the requirement for inspection at the source of asphaltic concrete. Section 5. Utilities. This section is modified by addition of the following subsections. Subsection 5-1. Location. This section is amended by addition of the following• The Contractor shall notify Underground Service Alert (USA) at 1- 800-422-4133 two working days prior to the start of any boring or excavating operations. The Contractor shall notify the owners of all utilities 48 hours before start of construction. The utility owners listed may be contacted as indicated: Utility owner Identification. Utility owners who may have facilities which may affect the work are as follows: General Telephone 1400 E. Phillips Blvd. II Pomona, California 91766 (714) 865-3307 Southern California Edison company 800 West Cienega San Dimas, California 91773 (714) 592-3724 Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (714) 595-7554 G.P. 3 Southern California Gas Company Distribution Department 920 S. Stimson Ave. City of Industry, California 91745 (714) 394-4327 Underground Service Alert 1 (800) 422-4133 Subsection 5-2. Protection. The Contractor is hereby alerted to the existence of all utility lines shown on the plans. The Contractor shall carefully protect all lines during the course of construction. The Contractor is cautioned to protect existing utilities and their appurtenances which may be within the work area. Particular attention shall be given to water valves. Subsection 5-4. Relocations. The City of Diamond Bar has water mains, valves, sprinkler electrical controls, services and meters within the project area which conflict with the new work. Much of the modification and/or relocation work will necessarily be done currently with Contractor's improvement operations. Therefore, Contractor will necessarily have to work around some City facilities and closely coordinate with the City. Section 6. Construction Schedule and Commencement of Work is amended by the addition of the following: Prior to commencing construction the contractor shall submit for approval a construction schedule. Section 7. Responsibilities of the Contractor in Conduct of His Work. Section 7-2. Labor amendediby the addition of the followin Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. G. P. 4 Subsection 7-3.1. Contractor's Responsibility for Work. Until acceptance of the work in writing by the City of Diamond Bar, the contractor shall have the charge and care of the work site at all times and shall bear the risk of injury or damage to any part thereof by the action of the elements or from the any other cause, whether arising from the execution or from the non execution of work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof. The City of Diamond Bar permits stockpiling of excavation material and/or construction material only in an authorized location. This requirement also applies to the location of a material and equipment yard and a construction office. All existing improvements (except utilities) which are removed or damaged during the course of construction of the project shall be restored to a condition equal to or better than, in all respects, the existing improvements removed or damaged unless otherwise specified or noted on the drawings. Full compensation for conforming to the requirements of this section shall be included in other items of work performed and no additional compensation will be allowed. Subsection 7-4.1 Duration of Contract A The Contractor shall begin work on or before the date of a written "Notice to Proceed", which shall be not later than 20 calendar days after execution of contract, and shall complete the entire work within sixty (60) calendar days. Subsection 7-10.1. Traffic and Access is amended by addition of the following• No public street, or portion thereof, may be closed to through traffic as part of this Contract. However, if, in the opinion of the Engineer, it is in the interest of the City of Diamond Bar to close the street, the contractor shall close the street as directed by the Engineer. Full compensation for conforming to the requirements of this section shall be included in other items of work performed and no additional compensation will be allowed. The Contractor shall furnish all flagmen and guards and supply and install all signs, lights, flares, barricade delineators, and other facilities which are necessary to expedite the passage of public traffic through or around the work or to prevent accidents or G. P. 5 damage or injury to the public or to give adequate warning to the public of any dangerous conditions to be encountered. The Caltrans "Manual of Traffic Controls" shall be used for all traffic control on this project. Payment for this work shall be included in Bid items No. 1 (Irrigation System Installation). Subsection 7-11 SHORING OF EXCAVATIONS Shoring of excavations is not generally required on this project, however, the City's Engineer may determine that shoring is required in portions of the construction area, due to the type of trench excavation proposed by the contractor: The City has performed no soil testing to determine precisely what areas, if any, will require shoring. Shoring of excavation if required shall be in accordance with the requirements of Subsection 306-1, as amended, of the Standard Specifications, and shall meet all requirements of the Construction Safety Orders of the Department of Industrial Relations, State of California and of OSHA. Approved protective fencing and barricading will also be provided by the Contractor as a part of this item. Prior to the excavation the Contractor shall obtain all permits required thereby. The Contractor shall conform to the Section 6424 of the California State Labor Code regarding shoring and bracing of excavations. Of special importance in this regard is the following extract from said -section: "For the excavation of any trenches five feet or more in depth, the Contractor shall submit for acceptance by the awarding body, or by a registered civil or structural engineer employed by the awarding body, to whom authority has been delegated, in advance of excavation, of a detailed plan showing the ,design of shorings, bracing, sloping or other provisions to be made for worker protection from hazard of caving ground duringil the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer". Full compensation for conforming to the requirements of this section shall be included in other items of work involved and no additional compensation will be allowed. Section 9. Measurement and Payment G.P. 6 Subsection 9-3 is modified by addition of the following paragraphs: The Contractor agrees that the payment of the amount under the contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the contract or any alterations thereof. Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety percent (90%) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments, provided that in all events the City shall withhold no less than ten percent (10%) of the contract price until final completion and acceptance of the work. The Contractor may substitute in lieu of cash retention. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the contract, nor shall it in any way govern the final estimate. Final Payments. After the completion of the contract, the Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay the Contractor an amount which, when added to the payments previously made and deductions allowable to the City, will equal ninety percent (90%) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid 35 calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the contract and the adjustment and payment for any work done in accordance with any alterations of the same shall release the City form any and all claims on account of the work performed under the contract or any alterations thereof. G. P. 7 DIAMOND BAR COMMUNITY PARKS STATEMENT OF WORK o Administrative Specifications o On -Going Maintenance Tasks o Seasonal Specialty Tasks o Specific Requirements STATEMENT OF WORK LANDSCAPE AND GROUNDS MAINTENANCE AGREEMENT DIAMOND BAR COMMUNITY PARKS TABLE OF CONTENTS I. ADMINISTRATIVE SPECIFICATIONS SECTION HEADING 1 General Requirements 2 Facilities to be Maintained 3 Certifications/Reports 4 Additional Work 5 Contractor's Damages 6 Interpretation of the Maintenance Specifications 7 Office of Inquiries and Complaints 8 Safety 9 Hours and Days of Maintenance Services 10 Maintenance Schedules 11 Contractor's Staff 12 Signs/Improvements 13 Utilities 14 Non -Interference 15 Storage Facilities 16 Use of Chemicals SP2 II. ON-GOING MAINTENANCE TASKS SECTION HEADING 1 Mowing - Operation 2 Mowing - Frequency 3 Mechanical Edging - Operation 4 Mechanical Edging - Frequency 5 Chemical Edging and Detailing - Operation 6 Chemical Edging and Detailing - Frequency 7 Weed Control and Removal - Operation 8 Weed Control and Removal - Frequency 9 Litter Control Operation 10 Litter Control - Frequency 11 Trash Containers - Operation 12 Trash Containers - Frequency 13 Trash Bin Removal - Operation 14 Trash Bin Removal - Frequency 15 Raking - Operation 16 Raking - Frequency 17 Pruning and Hedge Trimming - Operation 1 18 Pruning and Hedge Trimming - Frequency 19 Sweeping/Washing - Operation 20 Sweeping/Washing — Frequency 21 Graffiti Eradication and Control - Operation 22 Graffiti Eradication and Control - Frequency 23 Algae and Aquatic Growth Control - Operation 24 Algae and Aquatic Growth Control - Frequency SP3 SECTION HEADING 25 Picnic Areas and Pavilions Maintenance - operation 26 Picnic Areas and Pavilions Maintenance - Frequency 27 Playground Equipment - Operation 28 Playground Equipment - Frequency 29 Restroom Maintenance - Daily Operation 30 Restroom Maintenance - Weekly Operation 31 Aerification - Operation 32 Aerification - Frequency 33 Watering and Irrigation Systems Maintenance 34 Irrigation System Operability and Testing - Operation 35 Irrigation Operability and Testing - Frequency 36 Ballfield Maintenance and Preparation - operation 37 Ballfield Maintenance and Preparation - Frequency 38 Rodent Control - Operation 39 Rodent Control - Frequency 40 J Drinking Fountain Maintenance - Operation and Frequency 41 Exterior Building Maintenance - Operation and Frequency 42 Interior Building Maintenance - Basic Operation 43 Park Kitchen Maintenance - Operation and Frequency 44 Interior Building Maintenance - Periodic Operations and Frequencies SP4 SECTION HEADING 45 Slopes - Operation 46 Slopes - Frequency 47 Walks and Trails - Operation 48 Walks and Trails -,Frequency 49 Swales and Drains - Operation 50 Swales and Drains - Frequency III. SEASONAL SPECIALTY TASKS 51 Shrub and Tree Care/Pruning 52 Cultivating 53 Renovation/Vertical Mowing - Operation 54 Turf Reseeding/Restoration of Bare Areas — Operation 55 Fertilization 56 Disease/Insect Control - Operation 57 Plant Materials - Operation IV. SPECIFIC REQUIREMENTS 58 County -Provided Materials 59 Locks and Keys i SP5 ADMINISTRATIVE SPECIFICATIONS 1. GENERAL REQUIREMENTS 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, 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. 1.03 Contractor is hereby required to render and provide landscape and grounds maintenance services including, but not limited to, the maintenance of turf, groundcover, shrubs and trees; renovation of turf and groundcover areas; maintain and prepare ballfields; the pruning of trees and shrubs; providing weed, disease and pest control; provide specified building custodial services; operating and maintaining specified components of the irrigation system, maintenance of aquatic areas, and the maintenance of any appurtenant structures and equipment pursuant to specifications and frequencies established by the City of Diamond Bar Department of Parks and Maintenance, as set .forth herein or revised by City. 1.04 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may destroy or damage groundcover, athletic or turf areas. 1.05 The Contractor recognizes, that during the course of this Agreement, 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. The Contractor may be required to modify or curtail certain tasks and operations and shall promptly comply with any request therefor by the Director. 1.06 Contractor shall, during the specified hours and days of operation, respond"to all emergencies within two (2) hours of notification. 1.07 The Contractor shall perform a weekly maintenance inspection during daylight hours of all areas within the premises. 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 Director. 2. FACILITIES TO BE MAINTAINED 2.01 The facilities to be maintained under the provisions of this Agreement, as described on the attached Exhibit A, are located at the following addresses and locations: SP6 3. Heritage Park 2900 S. Brea Canyon Road Diamond Bar Ronald Reagan Park 2201 S. Peaceful Hills Road Diamond Bar Paul C. Grow Park 23305 Quail Summit/Highbluff Road Diamond Bar Sycamore Park 22930 Golden Springs Drive Diamond Bar Undeveloped Pantera Park Pantera Drive Maple Hill Park 1309 S. Maple Hill Road Diamond Bar Starshine Park 20838 Starshine Road Diamond Bar SummitRidge Park 1425 Summitridge Drive Diamond Bar Peterson Park 24142 E. Sylvan Glen Drive Diamond Bar Undeveloped Larkstone Park Larkstone & Dab Court These facilities are landscaped with turf, groundcover, shrubs, and are irrigated by manual and or automatic controlled systems. These areas are further defined on the plans of record on file with the City of Diamond Bar. 2.02 Contractor acknowledges personal inspection of the facilities and the surrounding areas. 2.03 With regard to the New Park Sites identified as; Pantera Park and Larkstone Park. Contractor acknowledges that said sites are in various stages of development and are not under full operation at the date of execution of this agreement. Contractor agrees to commence maintenance services at said parks within thirty (30) days of Director's written notice stating that said parks are in operation and that specified maintenance services are required for all, or any portion of the specified New Park Site. CERTIFICATIONS/REPORTS 3.01 Mai.ntenancelFunction Report Contractor shall maintain and keep current a daily.report form that records all On -Going, Seasonal, and Additional Work, maintenance functions performed by Contractor's personnel. Said report shall be in a form and content acceptable to the Director and shall be submitted to Director concurrent with the monthly invoicing. The monthly payment will not be made until such report is received and deemed acceptable by the Director. 3.02 Certification Contractor shall complete the attached "Certification Report Form", designated Exhibit B and shall submit same to Director concurrent with the monthly invoicing. The monthly payment to the Contractor will not be made until such report has been received and found acceptable by the Director. SP7 3.03 Irrigation Schedule Contractor shall complete and submit a monthly irrigation schedule, Exhibit C for the coming month, and submit same to Director concurrent with monthly invoicing. In addition, when applicable, Contractor shall submit with the monthly invoice, a report indicating those specialty type maintenance operations completed. Said report shall include the following information: a. Quantity and complete description of all commercial and organic fertilizer(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. 4. ADDITIONAL WORK 4.01 The Director may at his discretion authorize the 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 third party negligence; or improvements in order to add new, modify existing or to refurbish existing landscaping and irrigation systems. If the Director determines that the labor for work resulting.from vandalism, Acts of God or third party negligence can be performed by Contractor's present work force, Director may modify the Contractor's On -Going Maintenance Schedule in order to compensate Contractor for performing said work. Absent of said modification, any work not provided for elsewhere in this agreement and authorized by the Director and performed by the Contractor shall be paid by City as specified in Payment and Invoices, Section 11 of the Agreement. 4.02 Prior to performing any additional work, the Contractor shall prepare and submit a 1written description of the work with an estimate of labor and materials. No work shall commence without the written authorization from the Director. Not withstanding the above authorization, when a condition exists wherein there is imminent danger of injury to the public or damage to property, the Director may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. However, within twenty-four (24) hours after receiving a verbal authorization, the Contractor shall submit a written estimate to the Director for approval. 4.03 All additional work shall commence on the specified date established and Contractor shall proceed diligently to complete said work within the time allotted. 4.04 Additional compensation may be authorized at the discretion of the Director, for those "Seasonal Specialty", or "Additional Work" functions deemed necessary and authorized by the Director. SP8 S. 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. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced within one watering cycle. b. All damages to shrubs, trees, turf or groundcover 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 Director. 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 Section 16. "Pruning and Hedge Trimming - Operation" of the On -Going Maintenance Specifications. C. Chemicals All damage resulting from chemical operation, either spray -drift or lateral -leaching, shall be corrected in accordance with the aforementioned maintenance practices and the soil conditioned to insure itsability to support plant life. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise, the Director will interpret this Agreement. If the Contractor disagrees with the interpretation of the Director, Contractor shall continue with the work in accordance with the Director's interpretation. Within thirty (30) days after receipt of the interpretation, Contractor may file a. written request for a 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 Director and will be composed of not less than three Non -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 itsrecommendationto the Director, for his consideration, within one (1) week following the conclusion of the hearing. The Director shall render an interpretation based upon his review of the Panel's recommendation. SP9 7. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 The Contractor shall maintain an office at some fixed place located in the Los Angeles Metropolitan Area and shall maintain a.telephone thereat, 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 daily hours of maintenance operation have some responsible person(s) employed by the Contractor, to take the necessary action regarding all inquiries and complaints that may be received from the Director, City personnel or patrons using the facilities. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an.acceptable substitute to full time 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 Contractor's Foreman or employee of the Contractor, who is responsible for providing maintenance services shall be available for notification through radio communication. 7.02 Whenever immediate action is required to prevent impending injury, death or property damage to the facilities being maintained, City 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 Director, against the Contractor, or may deduct such cost from an amount due to Contractor from City. 7.03 The Contractor shall maintain a written log of all complaints, the date and time thereof and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be open to the inspection of the Director at all reasonable times. 7.04 All complaints shall be abated as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of the Director. If any complaint is not abated within 24 hours, the Director shall be notified immediately of the reason for not abating the complaint followed by a written report to the Director within five (5) days. If the complaints are not abated within the time specified or to the satisfaction of the Director, the Director may correct the specific complaint and the total cost incurred by the City will be deducted and forfeit from the payments owing to the Contractor from the City. 1 B. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement 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 other legal requirements including but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL. O.S.H.A. 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 SP10 keep a log indicating date inspected and action taken. 8.02 It shall be the 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 Director shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including, but not limited to; filling holes 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 City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to the Director within five (5) 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. During the months of November through April 7:00 a.m. to 3:30 p.m. to 2:30 p.m. b. During the months of May through October 6:00 a..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. Any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the Director. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. Eight (8) hours of labor under this Agreement shall constitute a legal day's work and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform 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 of Twenty-five Dollars ($25.00) for each laborer, worker or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic 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. 10. MAINTENANCE SCHEDULES SP11 10.01 Contractor shall, within ten (10) days after the effective date of this Agreement, submit a facility work schedule to the Director for review and approval. Said work schedule shall be set on an annual calendar identifying and delineating the time frames for the required functions by the day of the week, morning and afternoon. 10.02 The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to the Director for his review, and if appropriate his approval, within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate the Contractor's responsibility in complying with the requirements to notify the Director for Specialty Type maintenance as set forth immediately hereinafter. 10.04 Contractor shall notify the Director, 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. Other items as determined by the Director. 11. CONTRACTOR'S STAFF 11.01 The Contractor shall provide sufficient personnel to perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one facility or as part of a crew serving any number of facilities, shall include, at least one individual who speaks the English language proficiently. 11.02 Contractor shall transfer or discharge any employee whose conduct or activity shall, in the reasonable exercise of discretion by the Director, be deemed detrimental to the interest of the public patronizing the premises. Contractor shall transfer or discharge any such person within a reasonable time following notice therefor from the Director and such person shall not be employed at any City Parks and Recreation facility contracted for and maintained by, the Contractor. 11.03 Director may require the Contractor to establish an identification system for personnel assigned to the facility which clearly indicates to the public the name of the Contractor responsible for the landscape and grounds maintenance services. The identification system shall be furnished at the Contractor's expense and may include appropriate attire and/or name badges as specified by the Director. 11.04 The Contractor shall require each of his 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 worn at all times and buttoned. SP12 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefor is obtained from the Director. 13. UTILITIES 13.01 The City shall pay for all utilities with the exception of the telephone. However, water usage shall not exceed amount required to comply with irrigation schedules established by the Contractor and approved by the Director. 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. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess cost factor, to be deducted from payments to Contractor from City will be presented to the Contractor by the Director prior to actual deduction to allow for explanations. 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 City, at its discretion, may provide storage and office facilities for Contractor's use within the premises. In such case, Contractor is prohibited from use of*said facilities for the conduct of any of its business interests that are outside the scope of this Agreement. Further, said facilities shall not be used for human habitation, other than a night-watchman or patrolman as specifically approved by the Director. 15.01.01 Contractor, at its own risk, may store equipment and 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. 15.02 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. 15.03 Damage or loss to Contractors equipment, materials and/or personal property shall be at Contractor's sole risk and expense. Contractor hereby agrees to hold City harmless and waive any claims for damages for loss of use of any equipment, materials and/or personal property that may occur at City provided storage facilities. SP13 16. USE OF CHEMICALS 16.01 All work involving the use of chemicals shall be in compliance with all Federal, State and local laws and will be accomplished by or under the direction of a State of California Licensed Pest Control Operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. 16.02 A listing of proposed chemicals to be used including; commercial name, application rates and type of usage shall be submitted to the'Director for approval at the commencement of the contract. No work shall begin until written approval of use is obtained from the Director. 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 of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active file for a minimum of three (3) years 16.05 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 City of Diamond Bar Parks Department. 16.06 All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California 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. SP14 II. ON-GOING MAINTENANCE TASKS 1. MOWING - Operation 1.01 Mowing operations shall be performed in a workmanlike manner that ensures a smooth, surface appearance without scalping or allowing excessive cuttings to remain. 1.02 Turf shall be mowed with a reel -type mower equipped with rollers or a rotary -type mower. 1.03 All equipment shall be adjusted to the proper cutting heights and shall be adequately sharpened. 1.04 Mowing height shall be no less than 3/4 inch for all turf areas. Mowing height may be set as high as 1, inches with one (1) inch being considered normal. Mowing heights may vary for special events and conditions. 1.05 Mowing operation shall be completely performed forty-three (43) times per year. 1.06 Mowing operation shall be scheduled Monday through Thursday. 1.07 Walkways shall be cleaned, immediately following each mowing. 2. MOWING - Frequency All turf areas shall receive no less than the following: 2.01 During the warm season (April to November) all turf areas shall be mowed no less than once every week for a total mowing frequency of thirty-five (35). 2.02 During the cool season (December to March) all turf areas shall be mowed no less than once every two weeks for a total mowing frequency of eight (8). 3. MECHANICAL EDGING - operation 3.01 All, turf edges, including designed edges in flower beds, shall be kept neatly edgedand all grass invasions must be eliminated. 3.02 All turf edges, including but not limited to; sidewalks, patios, drives, curbs, shrub beds, flower beds, groundcover beds, around tree bases, and along lakes and streams shall be edged to a neat and uniform line. 3.03 Mechanical edging of turf shall 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. 3.04 All turf edges shall be trimmed or limited around; sprinklers to provide optimum water coverage, valve boxes, meter boxes, backflow devices, park equipment and other obstacles. 3.05 All groundcover areas where maintained next to turf areas shall be kept neatly edged and all grass invasions eliminated. SP15 4. MECHANICAL EDGING - Frequency 4.01 Mechanical edging of turf shall be performed twenty-six (26) times per year. 4.02 Mechanical edging of all groundcover areas shall be completed six (6) times per year. 5. CHEMICAL EDGING AND DETAILING - Operation 5.01 Chemical application may be used in and around areas such as planters, areas adjacent to buildings, trees, fence lines, sprinkler heads, etc. Prior to application of chemicals, all areas shall be trimmed to proper mowing height. Chemicals shall be applied in a manner to limit drift to six (6) inches. Precautionary measures shall be employed since all areas will be open for public during application. 5.02 Spot treat with a portable sprayer or wick wand using an herbicide approved by the Director and applied per manufacturer's recommendations. Water shall not be applied to treated areas for forty-eight (48) hours after each application. 5.03 Where trees and shrubs occur in turf areas, all grass growth shall be limited to at least eighteen (18) inches from the trunks of trees and away from the dripline of shrubs by use of approved chemicals. 5.04 Linear chemical edging of turf boundaries may be 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 twelve (12) inch barrier width shall be considered normal. 5.05 Detailing of sprinkler heads (to provide maximum water coverage), valve boxes, meter boxes, and similar obstacles in turf areas may be performed in a manner that ensures operability, ease of location and/or a clean appearance. A six (6) inch clearance shall be considered normal. 6. CHEMICAL EDGING AND DETAILING - Frequency 6.01 Chemical edging and detailing operations shall be completed once every three (3) months . 7. WEED CONTROL AND REMOVAL - operation I- 7.01 All grass -like type weeds, morning glory or vine -weed types, ragweed or other underground spreading weeds shall be kept under strict control. 7.02 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. 7.03 Remove all weeds, mechanically, from shrub beds, planters, and other cultivated areas. 7.04 Weeds treated with a contact weed chemical shall be left in place for a minimum of seven (7) days. If kill is not complete; SP16 additional application(s) shall be made, at no additional cost to the City, until target species are eliminated. 7.05 Weeds treated using a systemic chemical shall be left in place per manufacturer's recommendation. If kill is not complete by the time specified in the manufacturer's recommendation a second application, at no additional cost, shall be made. 7.06 After complete kill all dead weeds shall be removed from the area. 8. WEED CONTROL AND REMOVAL - Frequency 8.01 Chemical application: Beds, planters, walkways, hard court areas, picnic pavilions, drainage are patios, expansion joints in all hard surface areas, roadways, parking lots, drainage areas, slopes, and hillsides: once every month. 8.02 Mechanical Removal: shrub beds, planters, cultivated areas; once per week. 8.03 Inspect, spot treat or mechanically remove weeds as necessary. 9. LITTER CONTROL - Operation 9.01 Complete policing and litter pick-up 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 up the slope, catch basins, play equipment, and sand areas. 9.02 Complete policing, litter pick up 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. 9.03 Complete removal of floating debris and litter in lakes and/or streams. 9.04 Litter pick-up shall be completed as early in the day as possible, but in no case later than 10 :00 a.m. 9.05 Trash cans and any other large materials placed into the.; lakes or streams shall be removed. 10. LITTER CONTROL Frequency 10.01 Turf, beds, planters, walkways, hard court areas, play areas, picnic pavilions and stadium areas, sand areas, patios, drainage areas; the above described slope areas, roadways, parking lots, and lakes and streams; daily seven (7) days per week. 10.02 Trails; and, developed and irrigated slope areas: once per week. SP17 11. TRASH CONTAINERS - Operation 11.01 Exterior trash containers shall be emptied prior to 10:00 a.m. and all materials shall be placed in appropriate trash bin(s). 11.02 Receptacles shall be conveniently located for the public use, and returned daily to such locations if receptacles are displaced by third parties. 11.03 Containers or related appurtenances shall be cleaned, and painted to avoid concentrations of insects and not detract from the overall appearance of the area. 11.04 Containers shall be painted international yellow and stenciled as needed. 11. 05 All containers or receptacles shall be installed securely to prevent tipping. 11. 06 Containers shall be fifty-five (55) gallon drums. 12. TRASH CONTAINERS - Frequency 12.01 Empty exterior trash containers or receptacles; daily seven (7) days per week. 12.02 Clean and paint exterior trash containers or receptacles; once annually. 13. TRASH BIN REMOVAL - Operation 13.01 All trash and accumulated debris shall be placed in appropriate designated trash bin(s) each day. 13.02 A designated storage area will be provided for the trash bin(s). 13.03 Contractor shall be responsible for providing all necessary trash bins; and off-site removal of all trash and accumulated debris to an approved disposal site. 14. TRASH BIN REMOVAL - Frequency 14.01 Trash bin removal; at least once per week or as otherwise approved by Director. 14.02 Trash trucks shall not be permitted on park turf areas. 15. RARING - Operation 15.01 Accumulation of leaves shall be removed from all landscaped areas including beds, planters and turf areas under trees and placed in appropriate trash bin(s). 16. RAILING - Frequency 16.01 Planters, planter beds and turf areas under trees; once a month. sPls 17. PRUNING AND HEDGE TRIMMING - Operation 17.01 Clearance a. Maintain trees to achieve a seven (7) foot clearance for all branches within the park area and fourteen (14) foot 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. b. All wounds one inch in diameter or over shall be painted with an asphaltic base tree paint immediately after pruning. 17.02 Trim designated formal plant materials to maintain formal hedges and topiary work. 17.03 Plant ties shall be checked frequently and either retied to prevent girdling or removed along with the stakes when no longer required. 17.04 Remove all new growth on trees up to the appropriate height clearances. 17.05 Remove all dead shrubs and trees. Trees to be removed shall have a caliper of three (3) inches or less measured six (6) inches above the ground level. 17.06 Staking and Tvinq a. Replacement of missing or damaged stakes where the tree diameter is less than three (3) inches. b. Stake in those cases where tree has been damaged and requires staking for support. C. Stake new trees or recently planted trees which have not; previously been staked. d. Materials 1. Tree stakes, two (2) per tree, shall be pentachlorophenol treated lodge pole pine not less than eight (8) feet in length for five (5) gallon size trees not less than ten (10) feet for fifteen (15) gallon trees. 2. Guy wires where required and plant ties will be of pliable, zinc -coated ten (10) gauge using two (2) ties per tree. 3. Hose for covering wire shall be either new or used garden hose at lease one-half (Z) inch in diameter (hose ties should allow for minimum of three (3) additional inches of clearance beyond the diameter of theibranch or trunk being secured). 4. Stakes will not be placed closer than eight (8) inches from the bark. 17.07 Groundcover All dead, diseased and unsightly branches, vines or other growth shall be removed as they develop. All groundcover 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. 17.08 Damaged trees shall be staked and tied within twenty-four (24) hours. Replacement stakes or new staking shall be completed within five days. FW!*Vlj 18. PRUNING AND HEDGE TRIMMING - Frequency, As Determined by Director. 18.01 Trees: Clearance pruning; As Needed. 18.02 Groundcover thinning; As Needed. 18.03 Pruning plant material for vehicular and pedestrian visibility and access; As Needed. 19 . SWEEPING/WASHING - Operations 19.01 Check concrete areas for cracks, crevices and deteriora- tion and notify Director in writing within twenty-four (24) hours. 19.02 Walkways, steps, hard court areas, and patios shall be cleaned including but not limited to; the removal of all foreign objects from surfaces such as gum, grease, paint, graffiti, broken glass, etc. 19.03 Methods for sweeping of designed areas can incorporate one or all of the following: a. Power pack blowers b. Vacuums C. Brooms d. Push power blowers 19.04 In the event the Contractor elects to use power equipment to complete such operations, Contractor shall be subject to local ordinances regarding noise levels. Further, any schedule of such operations may be modified by Director in order to insure that the public is not unduly impacted by the noise created by such equipment. 19.05 Supplemental hand sweeping of parking lot corners and other parking lot areas are required in those areas inaccessible to power equipment.. 20. SWEEPING/WASHING - Frequency 20.01 Sweeping of hard surface areas, parking lot corners, walkways, steps, hard court and stadium areas; once per week. 20.02 Washing of the following areas: a. Picnic pavilions and patios used in conjunction with food service areas shall be washed twice per week as instructed by the Director. b. Tennis courts and hard surface area; Once per week. C. Stadiums; once per month. 20.03 Director may suspend or modify washing of hard surfaces in response to drought situations. 21. ALGAE AND AQUATIC GROWTH CONTROL -.Operation 21.01 Lakes and streams shall be maintained free of algae and aquatic growth. 21.02 Chemicals used in control of algae and aquatic growth shall -be approved for use by the Agricultural Commissioner's Office. 21.03 Chemicals used for control of algae and aquatic growth in lakes where fish are stocked must be approved by the Director for use in fisheries and not used in percentages that are harmful to fish. SP20 21.04 Adjacent walkways and patio areas shall be maintained free of algae. 22. ALGAE AND AQUATIC GROWTH CONTROL - Frequency 22.01 Control of algae in lakes and streams, twenty (20) times per year during the months of March through December as requested by the Director. 22.02 Control of aquatic growth in lakes and streams; two (2) times per year as scheduled by Director. 23. PICNIC AREAS AND PAVILIONS MAINTENANCE - Operation 23.01 Picnic tables, benches, slabs, braziers and trash containers and receptacles shall be cleaned to insure safe use by.the public. 23.02 Picnic tables and benches shall be checked for graffiti, carvings, looseness of planks or braces, cleanliness and general need of repair. 23.03 Cooking grills, braziers, fireplaces and fire rings shall be inspected for general need of repair. 23.04 The 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 Director. 23.05 Ashes, partially burned charcoal, garbage and leftover food in and around cooking and picnic facilities shall be removed. 23.06 The entire picnic area shall be kept free of broken glass, cans, pop tops, paper, etc. 24. PICNIC AREAS AND PAVILIONS MAINTENANCE - Frequency 24.01 Inspect tables, benches, braziers, fireplaces and fire rings; daily, seven (7) days per week. 24.02 Spot Clean tables, benches, braziers and pads; As Needed. 24.03 Empty trash containers and receptacles; daily, seven (7) days per week. i 24.04 Wash trash containers once every two (2) weeks. 24.05 Wash and disinfect tables and benches; Once per week. 24.06 Wash picnic hard surface areas; Once per week. 24.07 Clean braziers and fire rings; Once per week. 24.08 Clean and disinfect drinking fountains; Daily, seven (7) days per week.. 24.09 Remove litter; Daily, Seven (7) days per week. 24.10 Sweep picnic hard surface areas; Daily, seven (7) days per week. 25. PLAYGROUND EQUIPMENT operation 25.01 All playground sites and equipment shall be inspected at the start of each work day, and the sand cleaned and raked level to SP21 remove any foreign and hazardous material and be neatly groomed. 25.02 Any equipment showing signs* of wear, fatigue or otherwise presenting an unsafe condition shall be reported immediately to the Director. 25.03 Special attention shall be made to low sand areas, around play equipment. These sand areas shall be leveled by distributing sand from high areas to low areas. 25.03.01 During the leveling and distribution of sand no concrete footing shall be exposed that could allow children to trip over or fall on. 25.03.02 During regular maintenance the raking and filling of depressions shall be done in a manner to prevent material compaction. 25.03.03 The raking and distribution of sand around and below the play equipment shall have a cushioning potential and this condition shall extend for eight (8) feet beyond any part of the play equipment. 25.04 All sand play areas shall be maintained free of litter, cans, pop tops, broken glass and other harmful and unsightly debris. 25.05 All sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base material to be mixed in with the sand. After rototilling all areas shall be raked level. 26. PLAYGROUND EQUIPMENT - Frequency 26.01 Inspect playground site and equipment; Daily, seven (7) days per week. 26.02 Clean, regrade, rake and remove litter from sand area; Daily, seven (7) days per week. 26.03 Sweep walks around sand play areas and return sand to play area; Daily seven (7) days per week. 26.04 Rototill sand in playground areas by the 10th of each month. Twelve (12) times each year. 27. RESTROOM MAINTENANCE - Daily Operation, Seven (7) days per week. 27.01 All restrooms shall be cleaned thoroughly in accordance with the following tasks, and all tasks shall be completed and restrooms opened for public use prior to 8 a.m., unless otherwise specifically authorized by Director. 27.02 Pick up debris and trash, then sweep floor. Removed materials are not to be swept outside of the restroom. 27.03 Empty trash and napkin receptacles, replace liners as needed. 27.04 Check and refill all dispensers as needed. 27.05 Replace burnt out light bulbs or tubes, inside of restroom and security lights outside. 27.06 Remove all graffiti using graffiti removal materials or other scrubbing techniques. 27.07 Remove spitballs, cobwebs, and other foreign materials from doors, walls, ceiling, partitions, vents, etc. 27.08 Do high and low dusting of ledges, tops of partitions, etc. using a dampened cloth or other device. SP22 27.09 Disinfect the inside of urinals and toilets. 27.10 Disinfect the top and bottom of toilet seats, fixtures, and surfaces of and surrounding each fixture. 27.11 Disinfect stall walls and other areas where hands are normally placed. Clean doors and door frames. 27.12 Disinfect around urinals, under sinks, around floor drains, and other areas where bacteria might breed. 27.13 Disinfect sinks, dispensers, receptacles, trash containers, and walls around such areas. 27.14 clean mirrors. 27.15 Scrub sinks and wipe dry. Use a small scrub brush to clean corners, cracks, and narrow areas. 27.16 Scrub inside surfaces of toilets and urinals. Be sure to scrub upper lip. Do not flush. 27.17 Scrub outside of toilets, urinals, and rear wall. 27.18 Wipe toilet seats, toilet bowls, urinals, and fixtures until dry. 27.19 Spot clean walls. and scrub handprints, etc. from walls and partitions and wipe dry. 27.20 Disinfect and mop floors, making sure that corners, drains, areas around toilets, and Jeet of partitions are thoroughly cleaned and there is no accumulation of dirt or other matter. Leave the floor as dry as possible . 27.21 Wipe off cove base and remove mop strands caught around posts, etc. 27.22 Replace receptacles and trash containers following their cleaning. 27.23 Deodorize the restrooms. 27.24 Immediately notify Director .of any irregularities or hazards. 27.25 If running water, broken fixtures, or plugged sewer lines cannot be normalized or isolated, the restroom is to be locked and the Director immediately notified. 27.26 Remove graffiti from the outside of the restroom building and wash off any other dirt clods, mud, or foreign materials. 27.27 Clean top and sides of drinking fountains outside of restrooms and clear drains. it. 27.28 Disinfect dr7 inking fountains, scrub the fixtures, and dry 27.29 All areas are to be left clean and free of streaks, stains, film, debris, water spots, and odors. All fixtures shall be clean; including piping. 27.30 Make sure that supplies are in their appropriate dispensers and in adequate amounts to meet the demand. 27.31 , All leaking fixtures; clogged drains; stopped up or damaged basins, toilets, or urinals; and damaged or inoperable lighting fixtures that cannot be repaired by the following shall be reported to the Director: (a) tightened to stop leaks (b) unclogged by using a "plumber's helper" or short snake. SP23 28. RESTROOM MAINTENANCE - Weekly operation; once per week. The following tasks shall be completed the day prior to the scheduled inspection date. 28.01 Perform the following tasks prior to commencing the daily task identified in paragraph 27.07: a. By using a plumber's help (plunger), lower water levels in toilet bowls below water line and use a bowl cleaner to descale and dissolve water rings on the bowls and under the flushing rims. Allow the bowl cleaner to soak for 20 to 30 minutes. Do not flush. b. Using a bowl cleaner, descale and dissolve water rings on urinal surfaces and under the flushing rim allowing the bowl cleaner to soak for 20 to 30 minutes. Do not flush. C. Following the soaking period, scrub the bowls and urinals to remove deposits and stains and then flush the toilet bowls and urinals. 28.02 Perform the following task prior to commencing the daily task identified in paragraph 27.14: - Wash all windows. 28.03 Perform the following task prior to commencing the daily task identified in paragraph 27.15: - Scrub underneath sink and disinfect. 28.04 Perform the following task prior to commencing the daily task identified in paragraph 27.18: - Disinfect and completely wipe dry all partitions, doors, door frames, metal plates, handles and hinges. 28.05 Perform the following task prior to commencing the daily task identified in paragraph 27.19: - Scrub and clean all base molding and "hard to get at" - areas. 28.06 Use only materials that are not caustic or damaging to the fixtures being cleaned. 28.07 Clean light fixture covers. 29. AERIFICATION - Operation 29.01 Aerate all turf areas by using a device that removes cores to a depth of two (2) inches at not more than six (6) inch spacing. 30. AERIFICATION - Frequency 30.01 Aerify turf area three (3) times per year from April to November; once every twelve (12) weeks. 31. WATERING AND IRRIGATION SYSTEM MAINTENANCE 31.01 Since water requirements by plants vary according to the season and a particular year, extremely close attention shall be paid to the demands of the plants as influenced by their exposure to sun, wind, SP24 shade, and location in the individual planters. The variation in the size of plants installed as well as the varieties, shall'be taken into 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. The delivery of adequate moisture to the landscaped areas shall include, but not be limited to: hand watering, operation of manual valves, proper utilization of automatic controllers, and the bleeding of valves. 31.02 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. 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 day time 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 (12 ) inches to determine the water penetration by random testing of the root zones. 31.03 Watering shall be regulated to avoid interference with any use of the facility's roadways, paving or walks. 31.04 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. 31.05 Irrigation system will be controlled in such a way as not to cause any excessively wet or "waterlogged" areas which could interfere with the ability to now all turf. "In lawn" trees and other planting shall be protected from overwatering and run-off drowning. 31.06 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. 31.07 All groundcover areas shall be watered as needed to maintain a healthy condition, with appropriate care being taken not to overwater in shady areas. 31.08 Contractor shall maintain in an operational state at all times the irrigation system consisting of automatic controllers, risers, and sprinkler heads. All irrigation systems shall be regularly inspected, tested and maintained in accordance with the specifications and frequencies specified herein. 31.09 Should Director deem it necessary for proper irrigation system maintenance particularly with regard to repairs to valves and sprinklers heads, Contractor shall provide, at no additional cost, personnel fully trained in all phases of landscape irrigation systems, including but not limited to; the operation, maintenance, adjustment and repair of said systems and their components. 31.10 Contractor is responsible, each year for performing the following tasks: controllers. a. Setting, scheduling and monitoring all irrigation status. b. Inspecting and reporting of irrigation system SP25 h. Providing ," worm drive bands for securing risers to stakes. i. Flushing irrigation pipelines. j. Replacement of valve box covers due to normal wear, vandalism and third party negligence. k. Contractor shall confer with the Director regarding the need for replacement or relocation of inoperable sprinkler heads. City may require the Contractor, at no additional cost, to relocate the inoperable sprinkler head(s) to those areas within the facility identified by the Director. 31.11 City is responsible for the following components of the irrigation system as follows: sprinkler heads with a 3/4" inlet or greater, quick couplers, remote control valves, gate valves, automatic controller repairs, and backflow devices. Contractor shall notify Director, of any damaged or inoperable major components identified above, indicating the problem, size and type of irrigation equipment. 31.12 Replacement by Contractor of all irrigation components provided by City to Contractor shall be completed within twenty-four (24) hours upon receiving the component from the City. 31.13 Replacements for the irrigation system shall be with originally specified equipment of the same size and quality or substitutes approved by the Director prior to any installation thereof. 31.14 Complete piping replacement of the irrigation system is not required by the Contractor. Contractor may be required to replace or repair leaking main and lateral irrigation lines. Said work shall be considered Additional Work and shall be compensated as provided herein- before. 32. IRRIGATION SYSTEM OPERABILITY AND TESTING - Operation 32.01 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 Director. 32.02 During the testing Contractor shall: a. Adjust all sprinkler heads for correct coverage, to prevent excessive runoff and/or erosion and to prevent the spread of onto roadways, sidewalks, hard surface areas and private property. b. Unplug clogged heads and flush lines to free lines of rocks, mud and debris. C. Replace or repair inoperable irrigation equipment. SP26 C. Adjusting and cleaning of sprinkler heads. d. Repair or replacement of sprinkler heads having a z" inlet. e. Locate and document malfunctioning and/or inoperable sprinkler heads having a 3/4" or larger inlet. Remove such heads, and, replace same with heads as provided by, and as instructed by, the Director. f. Providing nipples, caps, plugs, elbows, couplings, etc. g. Providing 1" x 1" x �" inch angle iron, 30 inches in length for supporting risers on slopes and in beds. h. Providing ," worm drive bands for securing risers to stakes. i. Flushing irrigation pipelines. j. Replacement of valve box covers due to normal wear, vandalism and third party negligence. k. Contractor shall confer with the Director regarding the need for replacement or relocation of inoperable sprinkler heads. City may require the Contractor, at no additional cost, to relocate the inoperable sprinkler head(s) to those areas within the facility identified by the Director. 31.11 City is responsible for the following components of the irrigation system as follows: sprinkler heads with a 3/4" inlet or greater, quick couplers, remote control valves, gate valves, automatic controller repairs, and backflow devices. Contractor shall notify Director, of any damaged or inoperable major components identified above, indicating the problem, size and type of irrigation equipment. 31.12 Replacement by Contractor of all irrigation components provided by City to Contractor shall be completed within twenty-four (24) hours upon receiving the component from the City. 31.13 Replacements for the irrigation system shall be with originally specified equipment of the same size and quality or substitutes approved by the Director prior to any installation thereof. 31.14 Complete piping replacement of the irrigation system is not required by the Contractor. Contractor may be required to replace or repair leaking main and lateral irrigation lines. Said work shall be considered Additional Work and shall be compensated as provided herein- before. 32. IRRIGATION SYSTEM OPERABILITY AND TESTING - Operation 32.01 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 Director. 32.02 During the testing Contractor shall: a. Adjust all sprinkler heads for correct coverage, to prevent excessive runoff and/or erosion and to prevent the spread of onto roadways, sidewalks, hard surface areas and private property. b. Unplug clogged heads and flush lines to free lines of rocks, mud and debris. C. Replace or repair inoperable irrigation equipment. SP26 d. All system malfunctions, damage and obstructions shall be recorded, reported to the Director and corrective action taken. 32.03 In addition to regular testing, all irrigation systems shall be tested and inspected as necessary .when damage is suspected, observed or reported. 32.04 Repair/replace malfunctioning sprinkler heads within one (1) watering cycle. 32.05 Correct malfunctioning irrigation systems and equipment within two (2) hours of identification or following verbal notification. 32.06 Control the irrigation system during inclement weather conditions and limit the use of water concurrent with the weather situation to the satisfaction of the Director. 32.07 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. 32.08 Due to current drought situations, Contractor will shut off all irrigation controllers in the event of rain. The Director may instruct irrigation shut -down, to be accomplished within two (2) hours of notification. 33. IRRIGATION SYSTEM OPERABILITY AND TESTING - Frequency Operation and maintenance of the irrigation system shall receive no less than the following: 33.01 Inspect for operability and proper adjustment of controllers quick couplers, valves, and sprinkler heads; once per week or more frequently if problems/conditions indicate a need. 33.02 Ad just and correct for coverage; as needed. 33.03 Repair and or replace, as determined by the Director, damaged or inoperable sprinkler heads; as needed. 33.04 Flush irrigation pipeline; once every four (4) months. 33.05 Check valve boxes for safety and security purposes; daily seven (7) days per week. 33.06 1 Schedule controllers; as needed to comply with watering requirements of the premises. 34. BALLFIELD MAINTENANCE AND PREPARATION - Operation All ballfield areas within the premises shall be maintained at a level that insures a safe playing condition. Said ballfields, including appurtenant backstops, fencing, bleachers and walkways shall be inspected daily and the Director informed immediately thereafter, of any hazardous conditions thereat, or of any supplemental needs therefor. 34.01 Ballfield Preparation The following progression is necessary to prepare a ballfield for each day's play: 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 regrade the infield. b. Home plate, pitchers mound, 1 st, 2nd, and 3rd base areas should be lightly watered. Home plate and pitchers mound will receive the heaviest watering. SP27 C. The dampened surface material in the above mentioned areas shall be loosened, raked, shaped, and leveled. The surface material that has worked away from these areas must be replaced in the proper area and tamped down firmly. d. All other depressions in the skinned area should be graded 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. 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 are visible. 34.02 On-going Maintenance Operations 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. 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. e. A soil sterilent or herbicide shall be applied under all fencing that does not have concrete mow strips. f. Foul lines and out -of -bound lines that extend into turf areas shall be burnt in on a regular basis to insure their visibility. 34.03 Scheduling of Maintenance Operations a. Ballfield shall be prepared daily, seven (7) days per week. 34.04 In the event that Contractor elects to use power equipment to complete such operations, Contractor shall be subject to local ordinances regarding noise levels. Further, any schedule of such operations may be modified by Director in order to insure that the public is not unduly impacted by the noise created by such equipment. SP28 35. BALLFIELD PREPARATION AND MAINTENANCE — Frequency 35.01 Inspect for safety, and litter and debris removal: seven (7) days per week. 35.02 Preparation for recreation use; seven (7) days per week. 35.03 Ballfield on-going maintenance: once per month or more often as determined by the Director. 36. RODENT CONTROL - Operation 36.01 All areas shall be maintained free of rodents including but not limited, to gophers and ground squirrels causing damage to turf, shrubs, groundcover, trees and irrigation system. 37. RODENT CONTROL- Frequency 37.01 Inspect for evidence of rodents and control as necessary; once per week. 38. DRINKING FOUNTAIN MAINTENANCE - Operation and Frequency 38.01 Contractor shall maintain all interior and exterior drinking fountains by performing the following operation: a. Drinking fountains shall be cleaned and disinfected daily, seven (7) days per week. b. Leaking fixtures, clogged or stopped up drains and damaged fountains that cannot be repaired by tightening 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 Director orally and thereafter in writing. For leaking fixtures the water valve shall be turned off. 38.02 City shall be responsible for the repair or replacement of drinking fountains and fixtures. Additional compensation may be authorized, at the discretion of the Director, for the Contractor to perform said work. 39. EXTERIOR BUILDING MAINTENANCE - Operation and Frequency 39.01 Inspect and replace burnt out security lights; Daily, as needed. 39.02 Clean, scrub fixtures and disinfect top and sides of drinking fountains outside of building and clear drains; Daily, seven (7) days per week. 39.03 Remove graffiti using graffiti removal materials or paint when applicable; Daily, seven (7) days per week. 39.04 Clean storage rooms and outside compounds; Once per week. 39.05 Hose off appropriate areas of building walls and adjacent shrubbery; once per month. 39.06 Clear all rain gutters; once per month. SP29 40. 41. 42. INTERIOR BUILDING MAINTENANCE - Basic operation - 3 days per week. 40.01 Pick-up debris,trash, and remove ,cobwebs and other foreign materials from doors, walls, ceilings, partitions, vents, etc. 40.02 Dust counter tops and other horizontal surfaces. 40.03 Remove, empty, clean and disinfect all trash receptacles. 40.04 Stack chairs on tables and clear floor area. 40.05 Inspect and replace burnt out lights and tubes. 40.06 Remove all graffiti using graffiti removal materials, scrubbing techniques or paint when applicable. 40.07 Clean doors, door frames, light switch, kick and push plates and handles. 40.08 Clean and disinfect top and sides of drinking fountains and scrub and dry fixtures. 40.09 Sweep and dust mop floors taking care to clean corners and around obstacles. 40.10 Spot mop around entry ways and all stains and spills. 40.11 Replace chairs, tables and containers, etc. 40.12 Deodorize Room. 40.13 Immediately notify Director of any irregularities or hazards. 40.14 All areas shall be left clean and free, streaks, stains, film, debris, water spots and odors. PARR KITCHEN MAINTENANCE - Operation and Frequency 41.01 All operations shall be performed daily prior to scheduled activities: a. Damp clean and sanitize table tops, seats and backs of chairs and pedestal, or legs. b. Empty, clean and sanitize all trash containers. c. Wash and sanitize all walls, splash boards; cupboard doors, stoves, dispensers, refrigerators and other appliances. d. Clean and sanitize stoves, ovens, other appliances, and food preparation surfaces. Note that special care is to be taken in the selection of products used in the food preparation areas. e. Thoroughly mop and disinfect floors, taking care to clean corners and around other obstacles. f. Inspect and refill all dispensers. INTERIOR BUILDING MAINTENANCE - Periodic Operations and Frequencies 42.01 42.02 42.03 42.04 42.05 42.06 approve the 42.07 and around Damp clean ash trays; Once per week. Wash all windows and glass doors; Once per week. Dust and disinfect all telephones, once per week. Dust venetian blinds; Once per week. Machine buff resilient floors; Once per week . Strip, clean, refinish and machine polish (Director shall type of non-skid wax) resilient floors; Once per month. Park Activity/Meeting Rooms and Offices a. Thoroughly mop floors, taking care to clean corners obstacles; twice per week on Mondays and Fridays. SP30 b. Clean and disinfect all furniture including desks, chairs and tables; Once per week. C. Dust all exposed cabinets, book cases, shelves and legs; Once per week. 43. SLOPES - Operation Contractor shall maintain all slopes as graded, and shall keep slopes and edges at the established true, even grades by performing the hereinafter specified operations and all other work incidental thereto. 43.01 Remove all litter and debris from all developed, and irrigated slope areas, with particular attention to the area beginning at the toe -of -slope and proceeding 10 feet up the slope. Should any debris be present thereby creating a fire hazard such debris shall be removed immediately . 43.02 Contractor shall keep the irrigation systems operational and controlled at all times so as to insure the survival of all plant materials. 43.03 Cut weeds just above the soil line, with equipment approved by the Director, keeping the root structure and stubble viable and in place at all times in order to keep the slope stabilized. 43.04 Spray slopes with a non -staining herbicide in areas within parks as required by Director. 43.05 In the event that such areas exists, a five (5) foot barrier shall be maintained, clear and weed -free, between homeowners property and the slope plant materials. 43.06 Contractor is not responsible for maintenance to undeveloped and natural slope areas. Such areas are defined as non -irrigated and generally inaccessible. 44. SLOPES - Frequency 44.01 Remove litter and debris, 10 feet up from toe -of -slope; daily. 44.02 Remove litter and debris from other developed slope areas; once per week. 44.03 Maintain five-foot barriers; as needed. 44.04 Spray and remove weeds; once every two months. 45. WALKS AND TRAILS - Operation Contractor shall keep non -concrete walks and trails free of hazards and litter, and shall maintain the prescribed access routes by performing the hereinafter specified operations and all other work incidental thereto. 45.01 Wood chip, crushed rock, and other types of walkways and trails shall be kept clear for pedestrian and/or vehicular traffic. All weeds and plant materials shall be cut back to maintain clear access through such areas. 45.02 Any restrictive posts or barriers shall be maintained in an operable state. SP31 45.03 Clear for litter and debris. 46. WALKS AND TRAILS - Frequency 46.01 Areas kept clear for access: once per month. 46.02 Posts and barriers: as needed. 46.03 Litter and debris: once per week. 47. SWALES AND DRAINS - Operation Contractor shall maintain all swales and drains in an operable condition, and free of siltation and debris so that water will have an unimpeded passage to its outlet, by performing the hereinafter specified operations and all other work incidental thereto. 47.01 Swales shall be inspected and kept clear of all silt, debris and litter. 47.02 Drains and collection boxes shall be cleaned and cleared of all debris. 47.03 Drain grates shall be inspected to restrict hazards. Contractor shall immediately inform the Director of any broken or missing grates, and secure same to keep the area safe for public use. 48. SWALES AND DRAINS - Frequency 48.01 Swales; inspection and clearance: once per month. 48.02 Drains; cleaned and cleared: once per month. SP32 III. SEASONAL SPECIALTY TASKS The following Seasonal Specialty Tasks are to be performed at the request of the Director for which the Contractor will be compensated per the identified cost rate as shown on Bid Sheet. For those costs not provided for elsewhere; Contractor shall submit an estimate in accordance with Section four (4) of the Specifications. 49. SHRUB AND TREE CARE/PRUNING - Operation 49.01 Tree pruning shall be performed with the intent of developing structurally sound trees, symmetrical appearance with the proper vertical and horizontal clearance as follows: a. All trees shall be trimmed, shaped and thinned. 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. 49.02 Prune shrubs to encourage healthy growth habits and for shape in order to retain their natural form and proportionate size. Restrict growth of shrubbery to area behind curbs and walkways and within planter beds by trimming. Under no circumstances shall hedge shears be used as a means of pruning. 49.03 Pruning Procedures a. All cuts shall be made sufficiently close, flush if possible, to the parent stem so that healing can readily start under normal conditions. b. All limbs 1211 or greater in diameter shall be undercut to prevent splitting. C. All limbs shall be lowered to the ground using a method which prevents damage to the remaining limbs. d. All cuts exceeding ;11 shall be treated with an appropriate tree heal compound. e. All equipment utilized shall be clean, sharp and expressly designed for tree pruning. f. Climbing spurs shall not be used. 49.04 Pruning Criteria a. The initial step of pruning shall be the removal of all deadwood, weak, diseased, insect infested and damaged limbs. b. All trees shall be pruned for vertical and horizontal clearance. Such clearances are: seven feet (71) for pedestrian areas and; walkways; fourteen feet (141) 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 12t1 or 2411 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. SP33 f. All suckers and sprouts shall be cut flush with the trunk or limb. g. No stubs will be permitted. 49.05 All structural weaknesses such as split crotch or limbs, diseased or decayed limbs, or severe damage shall be reported to the Director. 49.06 Special emphasis shall be placed upon public safety during pruning operations, particularly when adjacent to roadways. 49.07 All trimming and debris shall be removed and disposed of offsite at the end of each day's work. 49.08 All trees which are downed by either natural or unnatural causes shall be removed and disposed offsite. Where possible stumps shall be removed to 12 inches below grade and wood chips removed and hole backfilled to grade. 50. CULTIVATING - Operation 50.01 Cultivate beds and planter areas to ensure a neat appearance using appropriate equipment designed to loosen the soil to a depth of three (3) inches. Care shall be taken so as not to disturb plant materials, or their roots in accomplishing this operation. 51. RENOVATION/VERTICAL MOWING - Operation 51.01 Care shall be taken to avoid unnecessary or excessive injury to the turf grass. 51.02 Sweep or rake the dislodged thatch from the turf areas and place in appropriate trash bin(s). 51.03 Standard renovating or vertical mowing type equipment shall be used. 51.04 Vertical Mowing -Turf Vertical mow to remove thatch in turf areas, to encourage healthy growth and to maintain acceptable appearance. 51.05 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 utilizing blends or mixtures at the rate application recommended by the Director. d. Mulch shall be spread evenly over the entire area to a uniform depth. 52. TURF RESEEDINGLRESTORATION OF BARE AREAS - Operation 52.01 Overseed all damaged, vandalized or bare areas to reestablish turf to an acceptable quality. 52.02 Areas to be overseeded will be seeded utilizing blends or mixtures.at the rate of application recommended by the Director. 52.03 Stolonize bare areas with Adlayd Turf (Paspalum vaginatum) at the rate recommended by the Director. sP34 53. Fertilization Operation 53.01 All fertilizer/micronutrients shall be approved by the Director prior to application. 53.02 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. 53.03 Trees - Apply fertilizer within the dripline to provide healthy color. Fertilizer should be inorganic and granular in form with trace elements. 53.04 Shrubs/Groundcover - Apply fertilizer to provide a healthy color in all shrubs. Foliar feeding may be used if applicable. Fertilizer should be inorganic and granular in form with trace elements. 53.05 Turf - All turf areas shall receive not less than one (1) pound of actual available nitrogen in a balance fertilizer form for each one thousand (1,000) square feet of turf area. All fertilizer shall be inorganic and granular in form with an approximate ratio of 4-1-2. 53.06 Areas shall be - fertilized utilizing ratios and mixtures recommended by the Director at the rate of application per the manufacturer's recommendation. 54. DISEASE/INSECT CONTROL - Operation 54.01 All landscaped areas shall be maintained free of disease and insects that could cause damage to plant materials including but not limited to trees, shrubs, groundcover and turf. 54.02 The Director shall be notified immediately of any disease, insects or unusual conditions that might develop. 54.03 A disease control program to prevent all common diseases from causing serious damage shall be provided on an as needed basis. Disease control shall be achieved utilizing materials and rates recommenced by a licensed California Pest Control Advisor. 55. PLANT MATERIALS - Operation 55.01 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. 55.02 Substitutions may be allowed but only with prior written approval by the Director. 55.03 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. 55.04 Quality a. Plants shall be sound, healthy, vigorous, free from plant disease, insect pest 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. SP35 b. All trees shall be measured six (6) inches above the ground surface. C. Where caliper or other dimensions of any plant material are omitted from the Plant List, it shall be understood that 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 Director. 55.05 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 the job by the Director. SP36 IV. SPECIFIC REQUIREMENTS The following requirements are specifically designed to provide for a complete maintenance program for the City of Diamond Bar Parks. 56. CITY -PROVIDED MATERIALS 56.01 City shall supply Contractor with the following materials for which the Contractor will provide the labor at no additional cost to City: a. Paint for graffiti removal, and when applicable, materials for specially treated surfaces. b. Paper products for all restrooms. C. Light bulbs and tubes for interior and exterior lighting of park buildings and restrooms. d. Fifty-five (55) gallon trash containers. 57. LOCKS & KEYS 57.01 City may develop an initial chain and lock system with a specified number of replacement locks for trash containers, restrooms, gates, and valves/pumps cover boxes during the term of this agreement. Contractor shall be responsible for purchasing similar locks upon loss of any City -owned locks initially provided to Contractor. City shall provide Contractor on a one for one exchange, locks that have been vandalized or are inoperable. 57.02 Key Control a. Contractor shall be responsible for the series of keys assigned to them and will in turn assign these keys to their personnel for use in maintaining this facility. b. The Contractor will be held responsible for the proper use and safe keeping of all keys issued by the City to the Contractor. C. Contractor shall report all lost or stolen keys to the Director within twenty-four (24) hours of discovery of the loss. Contractor reimburse the City for the cost as determined by the Director of rekeying the facility or duplicating additional keys. d. Upon termination, cancellation or expiration of this Agreement all keys received by the Contractor shall be returned to the Director. e. California law stipulates that it is unlawful for a person to duplicate any keys without the permission by the owner. The penalty for violation of this law is either six (6) months imprisonment or a Five Hundred Dollar ($500.00) fine or both. SP37 EXHIBIT "All CITY OF DIAMOND BAR PARRS Thomas Guide Page and Grid 1. Peterson Park - 24142 East Sylvan Glen Drive 94 B-5 2. Heritage Park - 2900 Brea Canyon Road 97 D-5 3. Ronald Reagan Park - 2201 South Peaceful Hills Road 97 C-4 4. Maple Hill Park - 1309 South Maple Hill Road 97 E-3 5. Starshine Park - 20838 Starshine Road 97 C-4 6. Paul C. Grow Park - 23305 Qual Summit Drive 97A A-3 7. Summitridge Park - 1425 Summitridge Drive 97A B-3 8. Sycamore Canyon Park - 22930 Golden Springs Drive 97 F-1 U �J EXHIBIT ✓' LANDSCAPE MAINTENANCE CERTIFICATION I (We) hereby certify under penalty of perjury that the work within the facilities specified under the provisions of county Agreement No. has been performed in accordance with the specification of said Agreement for the month of , 19 , and that: 1. Not less than the prevailing _ wages, as determined by the State Department of Industrial Relations, have been paid to personnel employed to do this work. 2. All On -Going Maintenance Tasks have been completed as provided for in said Agreement and Specifications. 3. Irrigation systems have been checked for operability and that the following are functioning properly. a. Irrigation lines b. Valves C. Sprinkler heads d. Controllers 4. Spraying and/or use of chemicals has occurred. If Yes, has: a. Copies of the PCA's written recommendation been sent to the Inspector? j b. Copies of the Pesticide Use Report been sent to the Inspector? C. Copies of restricted use permits been sent to the Inspector? 5. Specialty Type Maintenance has been requested. If Yes, has: a. The inspector been notified in writing? b. If applicable, quantity and complete description of materials used been sent to inspector? SAM ( m j m m Im f c1 m e to (z -: m1 :m ; ;; f m m to m I w :k. D% P4 c- A4 :. a. Uz :4 k.f a >4 1 34 a. e: a +s • :4 F E. 4 H H H Ci EA E. E-4' H �,-. 1 E; c4 -4 I m :)e S 3 = 3 Sf Ey C. Ey c: c ;+ E N H ca H N N H H E-4 E-4 H E -+� c+ m c 02 n ca m a Q� �! m� Q2 cc m Q� mI U m , a� 1�. c`n zf i l 1 cv I ( I y NI O N. I ! 1 1 1 f 1 '� �i ! S I I Ii 1 1 1! c i J�• 0 1-4 t ! . o ! �I I I ► I � {ca KSI All I I I ( 1 a C i GGG111111 1 � y1y R r N reg ti u"% �p CJ N rc� - �f1 u7{ [" C, — 91/c Oalr� WoWd A Financial Opportunity 2429 Blaze Trail, Diamond Bar, CA 91765 • (714)861-8845 March 15, 1991 Mr. Robert Van Nort City Manager, Diamond Bar Diamond Bar, Ca., 91765 Dear Mr. Van Nort: It is with deep regret that I must resign as Commissioner of the Traffic and Transit Committee. The change of meeting date to the second Thursday of the month has conflicted with previous commitments. I sincerely hope that in the very near future, I may be considered to serve the City of Diamond Bar. It is a civic duty that I enjoy fulfilling, as long as the meetings are held on evenings other than Thursday. I'd like to thank the City Council, you, and the members of the T.T.C. for the support given me. Sincerely Alba Moesser, Ph.D. POresident q I AGENDA ITEM NO. 10 NO DOCUMENTATION AVAILABLE AGENDA ITEM NO. 11 NO DOCUMENTATION AVAILABLE AGENDA ITEM NO. 12 NO DOCUMENTATION AVAILABLE AGENDA ITEM NO. 13 NO DOCUMENTATION AVAILABLE Ici AGENDA NO. s ' i CITY OF DIAMOND BAR AGENDA REPORT --------------------------------- DATE: March 28, 1991 MEETING DATE: April 2, 1991 TO: Honorable Mayor and Members of the City Council VIA: City Manager FROM: Terrence L. Belanger, Assistant City Manager via: Kellee A. Fritzal, Administrative Analyst SUBJECT: Second Birthday Celebration Update BACKGROUND: On April 13, 1991 the City Council has scheduled a celebration of the second birthday of the City of Diamond Bar. A committee of community individuals have been meeting to plan the day's events. The event will be held at the Diamond Bar High School. The schedule is: 7:00 a.m. - 9:30 a.m. 8:00 a.m. - 4:00 p.m. 11:00 a.m. - 11:30 a.m. 11:30 a.m. - Noon 11:00 a.m. - 4:00 p.m. 11:00 a.m. - 4:00 p.m. Noon - 4:00 p.m. 1:00 p.m. - 1:30 p.m. DISCUSSION• 1K/5K/10K run/walk Softball Tournament Welcoming Ceremonies Welcome Home Troops, Flag Ceremony Emergency Preparedness Fair Business Expo Entertainment/Activities Cake.Cutting/Presentations Supervisor Deane Dana has scheduled the Los Angeles County Emergency Preparedness Exposition at the Diamond Bar birthday celebration as a portion of the day's events. The Committee has planned a "Welcome Home" Ceremony for our troops. This will be planned for approximately 11:30 a.m. A flag ceremony, with color guards will be included. (Narrative continued on next page if necessary) FISCAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number: Deficit: $ Revenue Source: MELDtBy - Robert L. Van Nort Andrew V. Arczynski Terrence L. Belange City Manager City Attorney Assistant City Manager Second Birthday Celebration Update March 25, 1991 Page 2 A flier advertising all the activities has been distributed through the newsletter and also will be available at locations throughout the City. A press release has been distributed to newspapers, radio and television. Banners are also displayed in two locations around town. A shuttle bus will be running from 6:00 a.m. to 6:00 p.m. on Saturday April 13th. The bus will stop at the High School ever forty-five (45) minutes. The following businesses, people have contributed to the celebration: Alta Ski and Sports Community Disposal Diamond Bar Chamber of Commerce Diamond Bar High School ASB Diamond Bar Improvement Association Jones Intercable Health Smart Sir Speedy Printing Supervisor Deane Dana, Fourth District and Los Angeles County Board of Supervisors Walnut Valley Unified School District RECOMMENDATION: Direct staff as necessary. AGENDA NO. ' CITY OF DIAMOND BAR AGENDA REPORT ------------------------------------------------------------------- ------------------------------------------------------------------- DATE: March 26, 1991 MEETING DATE: April 2, 1991 TO: Honorable Mayor and Members of the City Council FROM: Robert L. Van Nort, City Manager SUBJECT: 1991-92 LAW ENFORCEMENT CONTRACT The Walnut Station Sheriff's Department and this office have been developing a law enforcement contract for the 91-92 fiscal year that will best meet both the changing community needs and be within the Council expenditure guidelines. DISCUSSION The contract continues to provide the same level of General Law units. However, it will provide for the first time in Los Angeles County, under the auspices of the Sheriff's contract, motorcycle traffic enforcement. In addition to being the first city to contract for motorcycle traffic enforcement, it will provide for: 1. Increase from .8 to 1.0 SANE officer. This will provide year round exposure in narcotics education. 2. Expanded Crime Prevention budget - $7,500. 3. Additional (shared) narcotics and gang enforcement. (Narrative continued on next page) FISCAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number: Deficit: $ Revenue Source: ---------------------- Robert L. Van Nort Andrew V. Arczynski Terrence L. Belang City Manager City Attorney Assistant City Mana 1991-92 LAW ENFORCEMENT CONTRACT April 2, 1991 Page 2 It is recommended that the City Council, due in part to the lead time necessary to train the traffic (motorcycle) units, as well as meeting the Council directive in terms of dollars (constant), authorize the continuance of the Sheriff's contract for the fiscal year 1991-92, as presented: PROPOSED CONTRACT LAW ENFORCEMENT SERVICES -2- March 25, 1991 For additional insight into how Diamond Bar compares with other communities relative to crime, the Sheriff's Department's report for Fiscal Year 1989-90 indicated the following crime rates of Part I offenses per 10,000 population: Diamond Bar 344.24 Walnut 335.78 San Dimas 453.75 Total Walnut/San Dimas Station Area 358.12 Total Contract Cities in Los Angeles County 588.95 Sheriff's Department - Total Area 561.14 Traffic accidents, especially injury traffic accidents, have substantially reduced and correspondingly traffic citation issuance has reduced. The challenge for the future years is to keep accidents to a minimum and deal with the traffic congestion during peak traffic hours. The conversion of some of the traffic units from radio cars to motorcycle units is anticipated to meet these needs for the next fiscal year. It is recommended that the helicopter patrol allocation be increased so as to have more time available for aerial surveillance in conjunction with directed patrol activities associated with specific crime problems, i.e., burglaries, robberies, etc. LCM:MEM:pjc attachment PROPOSED LAW ENFORCEMENT PROGRAM CITY OF DIAMOND BAR FISCAL YEAR 1991-92 Helicoper Patrol @ $355.00 per hour Special Event Overtime (1,000 hours) Type of Equipment: C -CAP Computer Maintenance Crime Prevention Supplemental Budget *Special Fund for Meetings and Liaison Traffic Enforcement Motorcycle Patrol (3-40 hour motorcycle units and share of sergeant, equipment included) Sub -Total $3,365,329 10 hrs per month 42,600 37,000 Sub -Total $3,444,929 18,249 7,535 600 Sub -Total $3,471,313 433,037 +1.25% Increase 48L809 Total $3,953,159 Estimated FY 91-92 Type of Service Number Rates Cost General Law Units: One -Man 40 -hour (Team Leader) 1 163,272 163,272 One-man 56 -hour 4 221,917 887,377 Two-man 56 -hour 3 413,459 1,240,377 Traffic Law Units: One-man 56 -hour 4 178,460 713,840 Crime Prevention Deputy 1 88,032 88,032 Crime Prevention Sergeant .5 115,183 57,592 Narcotics Prevention Deputy (SANE) 1 83,122 83,122 *Narcotics Detective .33 120,766 40,255 *O.S.S. Detective .33 120,766 40,255 Community Service Officers 2 25,602 51,204 (With Vehicles) Helicoper Patrol @ $355.00 per hour Special Event Overtime (1,000 hours) Type of Equipment: C -CAP Computer Maintenance Crime Prevention Supplemental Budget *Special Fund for Meetings and Liaison Traffic Enforcement Motorcycle Patrol (3-40 hour motorcycle units and share of sergeant, equipment included) Sub -Total $3,365,329 10 hrs per month 42,600 37,000 Sub -Total $3,444,929 18,249 7,535 600 Sub -Total $3,471,313 433,037 +1.25% Increase 48L809 Total $3,953,159 PROPOSED CRIME PREVENTION PROGRAM BUDGET FISCAL YEAR 1991-92 CITY OF DIAMOND BAR I. NEIGHBORHOOD INVOLVEMENT PROGRAM A. Signs 1. Decals (500) $415.00 2. Gate signs (500) 290.00 3. Street signs (18" X 2411) (20) 330.00 4. Tax and Shipping (etc.) 125.00 Sub -Total $1,160.00 II. BUSINESS WATCH A. Booklets (1,200) $3,600.00 B. Survey Forms 325.00 C. Quarterly Newsletter 1,000.00 D. Name Labels 50.00 E. Postage 300.00 Sub -Total $5,275.00 III. CALIFORNIA CRIME PREVENTION OFFICERS ASSOCIATION A. Annual Dues $ 20.00 B. Quarterly Training (4 X $65) 260.00 C. Monthly Meetings 150.00 Sub -Total 430.00 D. Annual Training Conference 1. Registration Fee $ 95.00 2. Lodging 225.00 3. Meals 150.00 4. Travel 200.00 Sub -Total $ 670.00 TOTAL $7,535.00 CITY OF DIAMOND BAR CRIME AND ACTIVITY COMPARISONS TYPE OF INCIDENT Part I Crimes Homicide Rape Robbery Assault Burglary (Residential) Larceny/Theft (Vehicle Burglaries) Vehicle Theft Arson Total Adults Arrested Juveniles Arrested Totals Calls for Service *6 months only Traffic Accidents Fatals Injury Property Damage Citations Hazardous Non -Hazardous Parking July 1989 July 1990 to to Feb_ -1990 Feb 1990 %-Change 2 3 +50% 5 3 -40% 46 64 +39% 140 135 -4% 275 349 +27% (166) (225) (+36%) 522 482 -8% (177) (191) (+8%) 305 248 -17% 10 10 -- --------- 1,308 -------- 1,287 ------- -2% 455 442 -3% 86 118 +37% 541 560 +4% 6,577* 7,065* +7% 472 397 -16% 1 1 -- 136 98 -28% 335 -298 -11% 8,249 7,601 -8% 6,023 5,094 -15% 443 492 +11% 1,783 1,997 +12% INCa Q y i � r T � y � V m 9" d r� V b N N N N N N N rr N N N N N N '"' N N N N N N N N N N N o p a __ e W AGENDA NO. )10 CITY OF DIAMOND BAR AGENDA REPORT DATE: 03/27/91 MEETING DATE: 04/02/91 TO: Honorable Mayor and Members of the City Council VIA: City Manager FROM: Terrence L. Belanger, Assistant City Manager via Troy L. Butzlaff, Administrative Analyst SUBJECT: Integrated Waste Management Update This report is presented as an informational update on integrated waste management activities from November 1990 to the present. Staff has previously provided a chronology of events, commencing with the adoption of Ordinance 2-90 and proceeding through August 14, 1990. This chronology is attached as a point of information and to refresh your recollection on the series of events that have transpired on solid waste issues. BACKGROUND: The disposal of solid waste in California has reached crisis proportions. State officials estimate that with disposal capacity at its present level, the County of Los Angeles will run out of space within ten years. Currently, virtually all of the municipal solid waste in the County metropolitan area is disposed of in nine major Class III sanitary landfills (Azusa Western was recently closed pending an environmental impact report) located within the Los Angeles basin. These nine landfills presently accept approximately 14.7 million tons of municipal solid waste per year (47,000 tons per day over a six day week) . However, because the total remaining combined capacity of these landfills is roughly 150 million tons, of which only two-thirds of that capacity is actually fully permitted, the County is faced with a significant crisis with few alternatives to rely upon. (Narrative continued on next page if necessary) FISCAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number:. Deficit: $ Revenue Source: ----- --- R ert L. Van Nort Andrew V. Arczynski City Manager City Attorney Terrence L. Belanger( Assistant City Manager LEGISLATION: In response to the growing disposal crisis, the State Legislature passed AB 939 (Sher, et.al.), the California Integrated Waste Management Act of 1989. The Bill, which was signed into law by the Governor on September 29, 1989, repeals most of Title 7.3 of the Government Code (which regulates solid waste management) , replacing it, in revised form, in Division 30 of the Public Resources Code. AB 939 dramatically restructures the solid waste program in California with the objective of implementing an aggressive integrated waste management program. One of the major impacts of AB 939 is the changes it makes in the solid waste management planning process at the city and county levels. These changes mandate that on or before July 1, 1991, each city in the county, and the county for the unincorporated areas, must prepare, adopt, and implement a Source Reduction and Recycling Element which identifies how the jurisdiction will divert, through a combination of source reduction, recycling, and composting programs 25% of solid waste from landfill by 1995 and 50% or the maximum amount feasible by the year 2000. As with many complex issues passed by the Legislature, subsequent legislation is frequently required to "clean-up" technical problems that may exist. AB 939 is no exception. Due to the way AB 939 was amended in the closing two days of the 1989 Legislative Session, it included a number of technical problems such as conflicting dates, confusing language and drafting errors. In response to this, the Legislature adopted AB 1820, one of the several legislative vehicles designed to rectify these problems. AB 1820 corrects several inaccurate code references, clarifies language and drafting errors, and changes the date that counties must complete their Source Reduction and Recycling (SRR) Elements from January 1, 1991 to July 1, 1991, to coincide with the due date for city SRR Elements. In addition, AB 1820 makes significant changes in the requirements for the waste characterization component, allowing cities to use studies or data that have been developed on a county or regional basis and adapted to the conditions which exist in the city preparing its waste characterization component. In addition to AB -939 and AB 1820, the Legislature passed several other significant solid waste and recycling measures worth noting. Among them, AB 3992 addresses several key issues of importance to cities and counties. First, it clarifies that the California Integrated Waste Management Board may grant a one year extension to meeting the required diversion goals due to "adverse market conditions beyond a local agency's control" that prevent it from achieving those goals. Second, AB 3992 provides direction to the Waste Board on criteria to consider before it imposes any penalties for not achieving the 25% and 50% diversion goals. At the present, existing law authorizes the Waste Board to issue administrative penalties of up to $10,000 per day for each day a city or county is found in non-compliance. Under AB 3992, the Waste Board must consider relevant circumstances that may have prevented the jurisdiction from reaching those goals, such as natural disasters and solid waste related economic conditions that cannot be remedied by increasing fees. Furthermore, the Waste Board must consider a jurisdiction's progress toward achieving the required diversion goals and in implementing its SRRE before administering fines. Finally, AB 3992 directs the Waste Board to prepare less comprehensive planning guidelines for those jurisdictions that may receive a reduction in the diversion goals due to their small size or low population density and the small quantity of waste generated. The other significant measure affecting AB 939 is the changes made to the household hazardous waste component. AB 2707 extracts the household hazardous waste component from the SRRE and makes it a separate element like the source ATTACHMENTS Attachment "A" Solid Waste Chronology Attachment "B" Revised SRRE Project Schedule Attachment "C" Menu of Source Reduction and Recycling Alternatives Attachment "D" Permitted Waste Haulers Matrix Solid Waste Chronology February 20, 1990 - November 13 1990 Staff has previously provided a chronology of events to the City Council, which outline the process the Council undertook commencing with the adoption of Ordinance No. 2-90 on February 20, 1990. This Ordinance set forth the legislative policy for the collection and disposal of refuse, trash, rubbish, and solid waste within the City of Diamond Bar. It should be noted that Ordinance No. 2-90 was unanimously approved by the City Council. Pursuant to this Ordinance, the City Council unanimously approved and issued a request for proposal for the collection and disposal of solid waste under an exclusive franchise, in the City of Diamond Bar. February 20, 1990• The City of Diamond Bar introduced Ordinance No 2-90 entitled "An Ordinance of the City Council of the City of Diamond Bar Repealing, in Its Entirety, Chapter 20.72 of Title 20 of the Los Angeles County Code, as Heretofore Adopted, an Adopting Standards and Requirements Relating to Garbage and Refuse Collection." Ordinance 2-90 sets forth the legislative policy which is the basis for adopting requirements and .standards for garbage and refuse collection. The legislative policy states, "the City Council finds and determines that storage,'accumulation, collection and disposal of refuse, trash, rubbish, solid waste, debris and other discarded material is a matter of great public concern, in that improper control of such matters creates a public nuisance, which may lead to air pollution, fire hazards, illegal dumping, insect breeding, and rat infestation, and other problems affecting the health, welfare, and safety of the residents of Diamond Bar and surrounding cities. The City Council further declares that regulations provided in this ordinanceiare designed to eliminate or alleviate such problems." The City Council determined that it was appropriate to exercise its prerogative, pursuant to Section 66757 of the California Government Code by establishing its authority and jurisdiction to issue exclusive or nonexclusive permits for the collection and disposal of refuse, trash, rubbish and other forms of solid waste, within the City of Diamond Bar. On this same date, the City Council approved specifications for the collection and disposal of residential, commercial and industrial garbage and rubbish for the City of Diamond Bar. Concurrently, the City Council issued a general invitation and Request for Proposals from interested and qualified Solid Waste Handling Contractors for the collection and disposal of solid waste, under an exclusive franchise, in the City of Diamond Bar. The Request for Proposal set forth a minimum time period for an exclusive franchise of five years. Subsequent to the general limitation and Request for Proposals, the proposal specifications and other related documents were made available to interested and qualified Solid Waste Handling Contractors. March 6, 1990• The City Council adopted Ordinance No. 2-90 which repealed Chapter 20.72 of Title 20 of the Los Angeles County Code and adopted requirements and standards related to garbage and refuse collection; thus establishing jurisdiction over solid waste collection and disposal, in the City of Diamond Bar. April 20, 1990: The City received proposals from nine (9) qualified Solid Waste Handling Contractors for the collection and disposal of residentially, commercially, and industrially generated solid waste. The nine proposing firms were as follows: 1. A & G/AGEN Disposal 2. Athens Disposal (DBA -Community Disposal) 3. Browning-Ferris Industries 4. Diamond Bar Disposal (Taormina Industries) 5. Diamond Bar Environmental (Duran & Sons) 6. H.B.J.J. 7. Norcal/Valley Vista 8. Webster Refuse Disposal 9. Western Waste Industries The review and evaluation of the proposals were undertaken by a committee comprised of seven people from various municipalities. Also, the City Manager undertook review and evaluation of the proposals. The seven member committee, after each of the individual committee members had independently reviewed and evaluated each proposal, met as a committee to discuss their evaluations and to make recommendations to the City Manager and City Council regarding those firms the committee determined to be the most responsive to the City's Request for Proposal. May 7, 1990: The Committee established to review and evaluate the proposals for solid waste collection and disposal services met May 7, 1990 to complete their task. The seven member committee met in an all day session to review the nine proposals. The committee, as a part of their findings and recommendations, indicated its support of the City Council's intention to award an exclusive franchise for the collection and disposal of solid waste and recyclable materials within the City of Diamond Bar. The committee indicated that some of the benefits of an exclusive franchise are that it facilitates long term planning, establishes uniformity of operational standards and service levels, establishes uniformity in rates and rate standards, achieves the statutorily mandated collection and disposal standards (AB939),,provides for a reasonable equipment purchase and amortization program, allows more accurate estimation of revenues and expenditures related to the collection and disposal of solid waste; and, establishes a -solid waste and recycling collection/disposal impact fund. The solid waste/recycling services proposal review committee recommended five (5) solid waste handling contractors to the City Council, for further consideration. The City Council added one (1) other firm to the five (5) for a total of six. The six firms, based upon the committee findings, listed below were invited to be interviewed by the City Council: 1. Diamond Bar Environmental (Duran & Sons) 2. Diamond Bar Disposal (Taormina Industries) 3. Athens Disposal (Community Disposal) 4. Webster's Refuse Disposal 5. Western Waste Industries 6. Noreal/Valley Vista June 21. 1990• The six firms recommended by the Special Review committee were invited to be interviewed by the City Council, on this date. The City staff prepared an evaluation matrix which listed the respective f irms proposals in several important categorical areas: rate; franchise fee; senior discount; proposed length of franchise; recycling fee/proposed program; AB939 participation; greenwaste program;. alternative fields participation; other incentives; and, miscellaneous comments. I The matrix reflects comments and clarifications submitted by each of the respective companies related to staff's recitation of the various proposals as set forth in the matrix. The City Council (without Councilman Horcher, who was recused) interviewed the six (6) recommended firms, on this date. June 29. 1990• The City issued notices of discontinuance of solid waste collection activities to those solid waste handling contractors that had been identified as doing business, within the City of Diamond Bar. The notice of discontinuance advised the solid waste handlers that the City of Diamond Bar would be awarding an exclusive refuse and collection disposal franchise pursuant to the terms of Ordinance No. 2-90. Further, the notice indicated that pursuant to the provisions of Section 49520 of the California Public Resources Code that the notified firms would have to discontinue all solid waste collection activities within the City of Diamond Bar, not later than June 30, 1995. The notice of discontinuance also requested that each of the solid waste haulers provide to the Office of the City Manager, a list of all accounts which are being serviced by the respective firm as of August 1, 1990. The firms were further notified that after the August 1, 1990 date, no new or additional services were to be provided by the hauler to any resident, industry or commercial enterprise, or otherwise, within the City of Diamond Bar. July 17, 1990• The City Council of the City of Diamond Bar considered the award of an exclusive franchise. The City Council selected two (2) firms to consider for the award of an exclusive franchise for the collection and disposal of solid waste within the City. The two (2) firms selected for consideration were Community Disposal Company and Western Waste Company. The City Council directed staff to give notice of a hearing to the residents of Diamond Bar that would be held on August 14, 1990. The consideration of the award of a refuse contract was continued, until after the hearing. August 14, 1990: The City Council conducted a community hearing regarding solid waste collection and disposal. Many community residents and representatives from solid waste collection and disposal firms presented their views on the issues related to solid waste. The comments were wide-ranging. Matters such as source reduction, recycling, collection methods. disposal methods, exclusive/mon- exclusive contracts, franchise fees, state mandated policies/procedures, and others were discussed. The Council decided to continue the matter of contracting for solid waste collection and disposal, for ninety (90) day continuance period. November 6, 1990: Staff presented a comprehensive report detailing the current status of the franchising process and other matters such as the initiation of a permit system for the collection of solid waste, statutory requirements under AB 939, and the options available to the Council for resolving the pending solid waste issue. The Council directed staff to prepare a report outlining both the establishment of a permit system and the RFP process. November 13, 1990: The Council received Resolution 90-95 Establishing a Permit System for the Collection and Disposal of Solid Waste in the City of Diamond Bar. Staff recommended that the Council adopt this Resolution and schedule a separate Public Hearing for December 4, 1990, to discuss the establishment of fees associated with the collection of solid waste. The Council also held a discussion on the previously suspended franchise process for the collection and disposal of solid waste. Staff recommended that this process be terminated and that the Council direct staff to develop a revised proposal utilizing a bid specification format. The Council approved the adoption of Resolution 90-95 and took action to rescind the existing RFP process. The Council then directed staff to develop a new RFP, based upon the previously delineated specifications, for release in late Spring 1991 to coincide with the delivery of the draft SRRE. 0 m z 0 N 3 N Q m � a tl a 6 � i W w attr~r��a Qz a m Fwu CS-------- -------- -- �•-------------- -------------- -------------- -------- -_ -------- -- z ° fl - i• lot •' z w ° L Z W i z Rw W J ) z w Z N tu W cc L N O � w N ¢ C7 Q Q Q a = N W o Q ¢ N F ¢ F U z S z N z co V) o wJz 2— t >- ° zo a Q rw- J N o o �nz �Faa�� o } Q F ~ w w °z==N a zw.oW �¢ wg w J -j 8v)o 0F= -jao Uz O o z > �- N >NJ-+ QQ zQ Foc�n. N°JOzaxx N JLLm °❑aF-Q�Cu >>o F0_3 N JO zNUm= ari w ¢ cc ¢2 ° a $ z w$ �Sz W O N N$ 8 o Q�ZA WW�o<� N Q W LL ° o a owo-g ct w a° (A D Orin o aoWc F- z z O °—° 000 wpri d €€ Q J rn=�..zz °. w LL gx(��gjjl¢- Wza°o¢ w cc (In- J Q ° ° ��� (� Q4 '++ NQQU_N�S7?a�N¢z >Om°WpaaWCQ W 2u ¢awCti O z >w0 J OW J N N W w0 4L J O LL¢¢ N W z w C3 O J W a FF °]-oJn ¢ W Zz¢mz m>>zg W w t Q F O Q Q V! z¢ F J- 4- ¢ Q Z aw¢z W w_n ¢ W>>ttF W U w F W (N J w 2 Q F- a F C7awzaw wWD W � V- N N O w ¢ W 0 W w z ° U¢ F z d Q > J JLLI-1- F w O z z Z W BV N�Ui-2C?Ild? UIOOU¢ WCc(L ¢ J an OUaN - F w8=ilJ ¢ w 3 3 3" m 8�o'Y$�� 0 N Q o tr7 0 WN O .- O— N (O T tD O O c0J N M f IA ED h ED CO 7, N N N tV N I N N N 0� M M M M M M M M V 4 .Mt R T v 4 v v 100 ° V m a 2 O N 5 3 0 E m IL }z WWW [ r J 2 ( �w zVol m t t mWi' LL QI'-Q cr wa--------------------------------- --------------------- ---------------------- z z Q 0 z i U U Z fn o $ Z on W z m N Wuj 2 U z> Q w Q m z w> F a m w_ m= z Q Q I h- N 0 F Q z m n Q z Q z W z z cC ►- o�i °zawwN � �opawgz z > CZM W WQM w�'oaw = Iw �zaw�+- E.2 W h'�Q wwN SwF -)•..W �z¢w1-l-.N F -a z W J Q W J W Q 2 .� Q U Q O m. W 8 J Q W i O a`y�a W M Q yL m i z z W 2 WEU J Q z W -W - W Q 2 F J Q V= F�oQ �►-a� J-o�v��W �m JQ oa �aWmf.z ao��zw�QWz DMZ zEn(9:1 ��~oQ ,W -Nab mWaz(r,r=�w � W amF-FF Qi--ow—tjp w_zp J Q!- zW Qwz Ulz zNOm..¢.8 J F ~ f" W F- S W_ F 1- Q-- a W- W 2 J. O a—QO.W QzQt��"jz zz O W F -F -UQ Oda -1- J FF -=.i cc 9z8zN J W F S W j( J w O W W= N �... J (A 2 w z N z- Q O j W Q �y 2 2 F' W F F Q w z J z IlJ Q (J W O U W W Q a J F tU.�( a.- > �y. W W W Nm Q- JQOaN S20a 8�-W Q U=m liJJOfL ;'j W U' aOU � W W OFaJ (j i �o Na 3Z �i° wCC Ns ya$$�ZZ S J • Q. w m w 3_w Q gQ n 0 w� !D t"0 10 W IO b !O 100 t0 ED t0 O ~ EC A O .- N m Q IO m i� W O O.- N �O f� m .- N f O O _ maorororrrrrn rrrrmaoa��m�,Si.. -�2_ 1Q1�-m�ztn v 0 1 � Z i o h E W °C � g ' o m a a ' ' � Z riww oW O vw� Q Qz � v� m � wcr wQ�����._---------------------------------------------_____._______..__.._ z z � I O o zU w z 4a z w ��uu z W>F a0 -j (r W Q Z a) mNw>> w o�Q= mZ z a te= r cn o�Qz mh 1) I 3 r ��, D�cc WW�rU�� w�oaw}g}=Z > oZ}xW�ucmj S w�[u°awar3w a> GL Z w J J Q w w w Q z S J Q (i W U 2 wl F J Q N W l!7 r° w r W LLj = F W w r Q r Z— m J w J Qi2 J Q Ix JQ °a fQ mx z w 8r' Qx �'w r z -i wF- w Nmw �x m W JQ °a�p�wsQwm�2R> �wm �r ��°� x �w (J ZW z�����z�=u~i!ogm rw-��rc�a �Uriofv��w OFZzw w -- Iw- wz 8 �O xz W �Q z �i�i z z(no m 8 x r �m�F=r-�� Q r° m�j J r-D-r-�wQF--°w-�j wz JU °OF w8r;`8Qw QLm_r rJ�1-Qrr,,,rac g 8 w o°v_rQzQr��zzwF �-Sw 7w U ww=w�Jvlu�zwzN 3 OON_=w ayCj¢2zxNO�tAtrlJi NU' O�O 2 J O w 0 U W W m J J F— S w J( Q W W H w cc W — ,�i Jo--v� zrnm wQ gZv,s ° W Q V 2V)m W J ZN 80 88�rZ $O g8�rZ xwx Q > o()x wmO° JO--!!) w¢O° W W L w° J via 3ZEL o° — a _ ¢ w = m Q z � v0 N m 0 O N M f 10 O r 10Cs 0 m A i 3 i m f g a ' s aUl LU z ' � ■ >Qw Wav a ID W>* - m 0z _ Nps QwW Wad - __-----_---- _ t� g------------------------------------------------------------------------------ W a i x i o z z O ¢ ui z a Q�Q O N N a K z a J Z W i H a m J = W% r m0 Q m F- t0 o °>ZL mZ z a � zI �W �zcr Wz z 3 0w z a ccw a I a _w oa zaW z ir w w. w a w a r w> z¢ w w m w a a w a w z w a �� 5 o z�z m� f 8 �o z3z 0�,z !� i 2CC W JrN W W N F-OMwr W _ ��Fir�wwU) ~ =wr W Z w$ W r a Q z J a U W a a -i a rJa �w ,rw I z a cC JQ UJr W r z -R a J }Q W O a y a Cc w a m�� w ���� O w¢ w Q W rn a w aC w S .a w m w � y U w aXX p�p g �z W �QNz�(�Ir_�V)z�zNO�¢$ Qlpr�W QNO���7NO8zIN(7x Qa W Ute$ 7 r'r�wa2 f. F=Ow b wz$ Ir F- rN W.a. dx _0FW-�j W ZQJ aQ' 13 W 1 �Na ZJI- �zZ.W F -p W co W `'-�-Qzatl t-dZx2Np�N zC�zN CS Wo< Q w - Mw<�Ur ww��F wWmzw� OF =www ci wwv rww w�� aza�� > z J o J o a z w w r w F z J p J O a a r w Z W W Q J ?SQ_�$ �__$8 8$- a ,�fQ_ $ 0_—�3$Z�cc wa wCC p aCrz W w¢ p Krz �wgmF-z w ma 00- w w p a W N O N M f b ED N M O O N M< b 0 P 00 CD O N M< b E7 f,- CO A m aD CD O N M T b D, r CO O mo N M f b O r p a b ID b b ID b b b 113 b 0 0, m . C;3 d) m b b n M1 r h 1� n P- I. f' n CO M M m M aD a0 A A Ol N C� Oi O W 40i o .- N a 0 O Z m UI 3 B' oa a f a g6 Z WUJ 6 -g W' Ma >aw J 2 2 w�U N a 0 Hww LU o-----------------------,----------------------- z H-6 Z w Q � � z w o _ LL 0 wir ~ i w N �o QWzw W =Ww w Z W w� ¢ �Q WWF= Sodom ¢Q Uw�2��x 8¢� ��� (nd z2 �� Sv�iac8�8d8 JZ wWLLa h �Rz tu o~mmw$¢� �__ �jd¢ JQo a Q38 Z j Z Z W J Q r�flUUwaoz[� !Y W W ffl 2 W w Q u J Lu S Z W F {- W W a 0tN7 Q 2 > J pwp.00¢Zz jzt-__a_a p=wwU¢Zz F_oavia._U m<L mwww Ln nw zeuj< NMw w_ ¢ w Z _ w CC cc z m z a �Nw m RN�sinmr�mrno—Ner�a!oaor2 N N N N N N N N NI. N N N N N N N N N C', N N N N Nmvimm�aoceo N N N N N N N N N N �y N N N N N 00 N a ERRE STATUS REPORT: In January, the EMCON representative informed the JPA of a revised project schedule indicating that the waste characterization study and the draft SRRE would not be delivered until June 4, 1991. This delay was due in part to the inclusion of Option 2 which provides for a statistically representative waste characterization study and the failure of both parties to execute the consultant's contract until late December. The original project schedule was based on the execution of the consultant's contract ten (10) days after approval of their proposal which was in October. Under the revised schedule (See Attached) the consultant has delineated the step-by-step process needed to complete the required work. The JPA has reviewed the revised schedule and believes that it provides a realistic expectation of the scope of work to be performed. Naturally, this delay will profoundly impact the City's ability to submit its SRRE by the July 1 deadline. Although, existing regulations do provide for an extension to this date if a city is conducting an environmental analysis of the project, passage of the proposed legislation (AB 2092) extending the submittal date from July 1, 1990 to January 1, 1992 would provide the City with the additional time needed to complete its State mandated obligations. Waste Characterization EMCON engineers have completed the quantitative field analysis phase of the waste characterization study and is now in the process of tabulating and analyzing the data for inclusion in the SRRE. It is anticipated that a draft of this study should be available in late April or early May. Household Hazardous Waste Element EMCON has been working in conjunction with Los Angeles County Public Works to develop a household hazardous waste plan. The plan, which is still in a conceptual stage, would consist of a mobile facility that would rotate between 24 different locations throughout the County during the course of a year. Although these locations have yet to be determined, it is estimated that there would be one location in the San Gabriel Valley approximately every eight (8) weeks. A draft of this plan is expected in mid-April. Source Reduction and Recvclinq Element There are several activities that need to be addressed under this heading. First and foremost is the revised project schedule which will ultimately impact the delivery date of the draft SRRE. Secondly the subcontractor, Resource Integration Systems (RIS), has requested that each city develop a list of preliminary goals and objectives that will be used in the preparation of the SRRE. The purpose of these goals and objectives is to determine the City's approach to integrated waste management issues. However, because there is a clear absence of reliable information on the City's waste stream and diversion rates, it is extremely difficult to develop meaningful goals and objectives. Staff will develop a preliminary list of goals and objectives and forward them to the City Council under separate cover. In addition to the goals and objectives, RIS has prepared a list of source reduction and recycling element program alternatives (See Attached) that could be implemented as part of the City's State mandated requirements. They have asked each city to review the available alternatives and indicate those programs that they would strongly favor or strongly oppose. The intent of this request is not to assign certain types of programs to a community but to identify those reduction and recycling element. In addition, AB 2707 provides direction to the Waste Board on the types of criteria it can use in evaluating and approving a household hazardous waste element. Since many of the actions required by AB 939 and its progeny require considerable dead time for study, contract negotiation, document preparation, environmental analysis, public hearings and council action, many cities have concluded that they may not be able to complete their SRRE before the July 1 deadline. Because of this, Assemblyman Bryon Sher, author of AB 939, in conjunction with the League of California Cities has introduced legislation which will provide for a six-month extension to the statutory deadline for completion of the SRRE. The bill, AB 2092, has been introduced as an urgency measure and would extend the completion date for the SRRE from July 1, 1991 to January 1, 1992. In addition, the bill would require that each city and county provide the Waste Board with a progress report detailing the status of their SRRE on or before July 1, 1991. As introduced, AB 2092 is designed to be a consensus vehicle and should be enacted well before the July 1 deadline. Currently the bill is being heard in the Assembly Natural Resources Committe.e where it is anticipated that it will be approved and sent to the Assembly floor. INTEGRATED WASTE MANAGEMENT JOINT POWERS AUTHORITY: Pursuant to the statutory mandates set forth in AB 939 and subsequent legislation, the County Sanitation Districts have organized County cities into regional groups. The purpose of these groups is to coordinate the development of individual Source Reduction and Recycling Elements and to ensure an organized and cost-effective approach in complying with State law. In October 1990 the City Council took action to join the East San Gabriel Valley Integrated Waste Management - Joint Powers Authority (ESGVIWM-JPA). The Authority, which is comprised of 15 valley cities and the unincorporated area of the County, was organized on the premise that the waste characterization and the preparation of a SRR Element could best be accomplished using a regional approach and by taking this approach a uniform data base could be established which would result in significant cost savings to participating members. To solicit qualified consultants, the ESGVIWM-JPA submitted over 60 Request for Proposals (RFP) for the performance of a waste characterization study and the preparation of a Source Reduction and Recycling Elements for each of the member cities. In response to the RFP, the ESGVIWM-JPA received four (4) responsive proposals ranging from a low of $481,398 to a high of $881,700. A subcommittee comprised of representatives from seven cities, including Diamond Bar, convened on October 3, 1990, to interview the four qualified consultants. Based on the interviews, the subcommittee recommended the selection of a team consisting of EMCON Associates, Resource Integration Systems, and Michael Brandman Associates at a cost of $481,398 (This figure was later revised and approved by the JPA to $560,000 with the addition of the unincorporated area of the county.) Funding for the ESGVIWM-JPA is based on a formula using both participation and population: 1) half the cost is apportioned equally among the cities; and 2) the other half is divided on the basis of each city's percent share of the total groups population. In addition, the County Sanitation Districts have provided over $200,000 in financial assistance to the JPA thus reducing the total cost to each city. Based upon this, the City's cost for the completion of the waste characterization study and the preparation of a SRR Element as required by law is estimated not to exceed $20,266. Several cities in the San Gabriel Valley have already established solid waste task forces or advisory committees to participate in the SRRE planning and review process. These cities include; Walnut, Claremont, San Dimas, and West Covina. Staff would recommend that the City Council consider the concept of organizing a solid waste advisory committee to assist in the public review and planning aspects of the SRRE. SOLID WASTE PERMIT SYSTEM On November 13, 1990, the City Council, pursuant to Government Code Section 66757 (b), adopted Resolution 90-95 which established the implementing legislation and procedures for a permit system for the collection and disposal of solid waste. In accordance to the provisions set forth by this Resolution, staff prepared a solid waste permit application form and supplemental documentation and publicly notified potential applicants of its availability. Although staff received numerous requests for permit applications, only ten (10) applications were submitted as of the December 10 closing date. Of the ten (10) applications submitted, eight (8) have been approved to provide waste collection services to the City. Attached hereto is a copy of the Permitted Waste Hauler Matrix which lists those applicants that have been issued a solid waste permit. With respect to the two applicants that were not approved, one company withdrew their application and the other was formally notified to suspend all waste collection services in the City. Under the provisions of the permit system, that company was notified that their application had been denied because of their failure to submit the required insurance certifications. They were informed of their right to request a hearing before the City Council or designated hearing officer to discuss this matter. However, their failure to request such a hearing has.resulted in staff's revocation of their permit rights. In terms of permit compliance, the permittees have been very responsive to all the conditions and requirements established by staff thus far. Presently, the City has notified each permitted hauler of the requirement to submit a recycling plan on or before April 1, detailing their ability to provide recycling services to the City. At the time this report was prepared, only one hauler had submitted a plan to the City. Staff anticipates additional plans before the April 1 deadline. After all plans have been received, staff will review each plan to determine its consistency with the City's long range recycling goals. i PERMIT FEES: In order to offset the costs of preparing, adopting, and implementing an integrated waste management program, as required under Assembly Bill 939 and its progeny, the City Council adopted Resolution 90-102 which imposes fees for the collection and disposal of solid wastes. Fees collected for the first two months of 1991 totalled $12, 614. This figure, which is lower than anticipated, is due in part to a recessive economy which resulted in fewer housing starts and a decline in new construction. Furthermore, the crisis in the Persian Gulf linked with a lack of consumer confidence resulted in a measurable decrease in the purchase of consumer goods. The combination of these factors caused a lower than predicted demand for commercial and containerized services in the City. programs that should be emphasized or avoided. RIS staff has indicated that they would like to receive this information as soon as possible. Environmental Analvsis Because the SRRE is considered a project that may have significant impacts on the environment, the City must comply with the California Environmental Quality Act (CEQA) and prepared an environmental impact report. This document will assess the overall effect of the plan's implementation on environmental quality. The EMCON proposal includes for the preparation of an initial environmental study and a list of possible mitigation measures. Michael Brandman Associates, which specializes in environmental compliance, will analyze and document the environmental implications of the plan according to CEQA requirements. They will prepare a Master Environmental Assessment (MEA) which will address and identify existing levels of quality and supply of air and water; capacities and levels of existing services and facilities; and generalized incremental effects of different categories of development on a local jurisdiction. It is anticipated that each city will receive a copy of this assessment and a list of mitigation measures. Each city will then be responsible for completing the environmental review process through public hearings and the adoption of mitigation measures found appropriate to them. Solid Waste Advisory Committee An effective SRRE must be viable technically, environmentally, politically and economically. Public understanding and acceptance of the SRRE and its findings will be essential to successfully achieve the City's waste reduction objectives. To this end, the consultant has suggested that the City explore the possibility of creating an ad hoc solid waste advisory committee to assist the City Council in the development of solid waste programs and to provide guidance and technical advice on the preparation and implementation of the SRRE. Although existing regulations do not mandate the formation of an advisory committee, they state that a jurisdiction may form advisory committees to assist in the planning and review process of the draft SRRE. Staff is of the opinion that a committee should be comprised of an undetermined number of community members, appointed by the City Council, who are interested and/or offer technical expertise in solid waste management. The committee would serve as needed or at the discretion of the City Council and could be organized along the same lines as Significant Ecological Technical Advisory Committee (SETAC). Some of the suggested activities of this committee could include but may not be limited to: 0 Monitor, review and make recommendations to the City Council on solid waste programs; and Review and make recommendations on AB 939 programming and implementation of the SRRE; and a Explore options to landfilling which may include but may not be limited to, waste -by -rail, composting, and source reduction legislation; and • Interface with the appropriate commissions (i.e., Planning, Parks and Recreation, Traffic and Transportation) and private interests (i.e., Recyclers, Refuse Haulers, and other commercial interests) in the planning and development of solid waste programs. In the interim, the San Gabriel Valley Association of Cities has formed a county- wide City Managers Committee to function as a Transition Team. It is anticipated that the team will begin organizing itself over the next several months. once the team has been organized, it will coordinate its efforts with Sanitation District staff on the development of the infrastructure and management system for the waste -by -rail program. RECOMMENDATION: It is recommended that the City Council receive and file this report and direct staff as necessary. The decreased demand for these services has resulted is a $4,404 shortfall per month in anticipated revenues. If this trend continues for the remainder of the year, the permit system will generate an estimated $75,684 in revenues of which $37,842 is designated for this fiscal year. The net difference between staff's original projection and the existing trend could result in a budget deficit of $26,458 for Fiscal Year 1990-1991. WASTE -BY -RAIL The Southern California Association of Governments (SCAG) released a study dated April 21, 1988, which concluded that the transportation of waste -by -rail to remote desert sites is a viable solution given the impending disposal crisis. The study found that the daily disposal quantities going to new or expanded landfill sites would be directly reduced corresponding to the daily capacity of the waste -by -rail system. The components of this system would include the basic elements of (1) a transfer/ loading station which is used to transfer waste from collection trucks into railcars; (2) rail transport to a designated remote facility; (3) an unloading station for transport of the waste to its final destination; and (4) ultimate disposal into an approved sanitary landfill. In early 1989, at the request of the San Gabriel Valley Association of Cities (SGVAC), the County Sanitation Districts of Los Angeles County solicited proposals for the implementation of a "rail haul" system for Los Angeles County. Although a total of ten proposals were received, a committee comprised of representatives from the County Sanitation Districts and SGVAC selected two proposals as the most comprehensive in addressing the project objective, which is to evaluate a privately financed rail haul system that is technically, environmentally, and economically sound. The two proposals, which are still in a preliminary planning stage, include a joint venture between Waste Management of North America and the Atchison, Topeka and Santa Fe Railway Company and a cooperative agreement between Browning-Ferris Industries and Mine Reclamation Corporation. Although it appears that the concept of transporting waste -by -rail to remote desert sites is well supported by local elected -officials, many city officials are concerned that the social and economic feasibility of this project will be determined by whether or not cities are willing to commit definite quantities of waste on a "put or pay" basis, at a substantial cost increase. Furthermore, to be operative, the project would need to obtain 24, 000 tons of waste per week in commitments from signatories by the end of the first year. Signatories to this agreement will then be financially responsible for their waste commitments with no refunds for unused waste management capacity. These concerns have guided the Waste Management Task Force, which functions as a subcommittee of San Gabriel Valley Association of Cities, to conclude that in lieu of establishing a formal Joint Powers Authority, which requires cities to financially commit themselves, a simplified agreement should be developed formally approving the Sanitation Districts as the lead agency. The revised agreement would include a "Cost Equalization" Plan that would distribute the costs of trash disposal equally to all communities. This differs from the previous proposal in that it removes the requirement that cities commit definite quantities of waste on au put or pay" basis. Under this plan, cities would transfer control over their waste stream to the Sanitation Districts for final disposal. The Sanitation Districts would determine the best disposal alternative and would encourage multiple private haulers as well as both private and public Material Recovery Facilities (MRFs) and transfer stations, as a means of ensuring competitive pricing. As increasing quantities of trash is transferred from landfills to the waste -by -rail program, the cost would gradually escalate, rather than substantially increasing the cost to the cities. W CA O O �. M CA (7? a c` oT10 CV)o~TO O 00 OD N a a� o O o O o 0 0 0 z a a w Z pCO W p v w M v ¢ CO o W ccN W W LL1 W O W W W z �- z O O U F - w _ W W W W W W W W W Q a w CC) Cl) O Z 11) z z } } } } z cc LU Z W z W. W Z W � Z z w z W.t7 D m > O } C) ? O >- W > O w > O ? O ? C) m m m m CL E w w CO co CO CA Cn CO U) CA W } cc y W 3: cr- W T a c U) U) U) M (`n Cn C4 CO N T /� /' > z e O p W U, '-U , U Q¢ O O O Cn O M O O O O O rA O M O M a z 0 T i rn N t`• N o = o v N cc Uv N T N T T N N = N r T T r r T J CL a a ti c Q � ai O O O �C r OLp y n C M CA W W Q C Qy c � D C\1 U to Q N c I� N F'• _ CSf I CA Ln �I (.O coI C t- _ 0 N r y co Q y, _ LO d• to d• Q d M O T Cn O > M LO o_ cMM C_ CNO ,Zr (r LO LO Q7 M Wn LL Q T M r C [t W r m M T Z 00 T (oco L r d- of pp E C o c I- CM c co �� m t` � h co Q U co O N p, Fr20M AB 939 TO;RIS LOS ANGELES FEB 15, 1991 4:10PM P.14 k DESCRIPTION OF COMPOSTING ALTERNATIVES I. Name of Alternative: Supportive Policies: innovative rate structures to encourage Source separation of yard waste and other organic materials IL Description of Alternative: Collection service fees are structured to discourage the volume of refuse set out, while encouraging the separation of yard waste from refuse. For drop-off collection at solid waste management facilities, discounted fees may be charge for segregated yard waste. III. Key Design Parameters: • Magnitude of incremental cost of collection • Magnitude of discounted drop-off fee • Materials targeted • Generation sector targeted Iv. Implementation, Management or Policy Implications • Political support • Equity of application • Hauler rates as regulated by state or local jurisdiction FROM:AB 939 TO:RIS LOS ANGELES FEB 15, 1991 4:09PM P. 1.3 [ w DESCRIPTION OF COMPOSTING ALTERNATIVES f. Name of Alternative: Supportive Policies: Local, regional and/or state financial incentives for market development/marketing of products derived from yard wastes and other organic materials ii. Description of Alternative: This alternative could include tax breaks or subsidies to businesses producing compost from organic waste materials. It could also involve a surcharge on soil amendments made from virgin materials. Ill. Key Design Parameters: • Fee structure • Magnitude of tax or subsidy IV. Implementation, Management or Policy. Implications • Political support • Equity of application FROM AB 939 TO:RIS LOS ANGELES FEB 15, 1991 4:09PM P.12 b DESCRIPTION OF COMPOSTING ALTERNATIVES I. Name of Alternative: Supportive Policies: Public/private procurement guidelines/goals for use of yard waste compost, mulch and other non -compost organic waste products II. Description of Alternative: Public agencies within the jurisdiction are required to change procurement code to include specifications for yard waste compost, and to give preferential consideration to such products when requests for bids are issued for procurement of soil or soil amendments. Contractors providing landscaping and turf establishment services, or other similar public projects for the jurisdiction can be required to use soil amendments made with yard waste compost, according to code specifications. In addition, jurisdictions may also issue guidelines, and provide technical assistance to private sector users of soil amendments to promote the purchase of yard waste compost and mulch. Ili. Key Design Parameters: • Materials targeted • Quality standards/specifications • Targeted applications of product(s) • Agencies affected • Private sectors contractors targeted IV. Implementation, Management or Policy Implications • Coordination with testing program for compost products based on final use and state standards and regulations • Coordination of agencies or departments (e.g., Finance/Purchasing Dept. and Public Works Dept.) • Outreach strategies for private sector- businesses � • lROM:AB 939 TO:RIS LOS ANGELES FEB 15, 1991 4:09PM P.11 DESCRIPTION OF COMPOSTING ALTERNATIVES I. Name of Alternative: Supportive Policies: Business permit requirements to encourage source separation of yard wastes and other organic materials 11. Description of Alternative: Permits or licenses to conduct business within jurisdiction limits are used as a mechanism to encourage source separation of yard wastes and other organic material from refuse. Fee or surcharges may be attached to licenses for haulers, landscapers, and large generators of green waste. As an example, fees may be be waived for compliance with source separation provisions in the permitting process. Ill. Key Design Parameters: • Magnitude of fee • Types of businesses targeted • Materials targeted IV. implementation, Management or Policy Implications • Equity in applying restrictions or other provisions FROM:AB 939 TO:RIS LOS ANGELES FEB 15 1991 4:08PM P, 112 DESCRIPTION OF . COMPOSTING ALTERNATIVES 1. Name of Alternative: Supportive Policies: Regulatory provisions for commercial haulers regarding collection of separated yard wastes and other organic materials 111. Description of Alternative: Local haulers of refuse, or local recycling haulers may be required by law to provide collection of source separated yard waste to residential or commercial accounts. Haulers may also be required to provide certain promotionleducation functions to accounts served. 11111. Key Design Parameters: • Materials targeted • Haulers targeted • Promotions/education functions iv. implementation, Management or Policy implications • Political support • Equitable application FROM:AB 939 TO:RIS LOS ANGELES FEB 15, 1991 4:08PM r DESCRIPTION OF COMPOSTING ALTERNATIVES I. Name of Alternative: Supportive Policies: Local ordinances mandating source separation of yard wastes and other organics 11. Description of Alternative: City ordinances may be enacted that require residents or businesses to separate yard waste, and possibly other organics, from refuse collected by City crews or contracted haulers. Contracted haulers may have responsibilities in promotion/education and enforcement, as provisions of a contract with the city. III. Key Design Parameters: • Responsible parties • Material types targeted • Targeted generators • Enforcement methods IV. Implementation, Management or Policy implications • Political support • Equitable application • Enforcement resources • Cooperation of contracted haulers FROM:AH 939 TO=RIS LOS ANGELES FEE 20, 1991 2*47PM P.04 DESCRIPTION OF COMPOSTING ALTERNATIVES I. Name of Alternative: High Level Technology Composting II. Description of Alternative: High level technology composting involves the composting of organic materials using either forced aeration windrow methods or various in - vessel methods. The forced aeration windrow method involves placing uniform sized, homogenous organic material (<1" in size) into windrow of up to 12' in height and of indeterminant length. The windrows are then force aerated using either positive or negative pressure systems. This assures adequate air flow through the material and can be used to control both windrow temperature and moisture content. The forced aeration eliminates the need for turning the windrows using an automated turning machines. After the material has been force aerated, it is generally removed and placed into piles or windrows for curing.. These piles or windrows are not force aerated. In -vessel systems rely on engineering process control to accelerate composting. Decomposition using either type of system can be reduced to less than 2 months. Ill. Key Design Parameters: Number of sites • Site location • Site size • Turning frequency • Materials accepted • Material preparation • Type of handling equipment • On-site processing equipment • Site monitoring • Material drop fee • General process control parameters IV. Implementation, Management or Policy Implications • Facility ownership and operations • Establishing cost efficient and equitable fees • Environmental impacts • Zoning • Land use planning • Promotion/education outreach (startup and ongoing) to community FROM:AB 939 TO: RFS LOS ANGE1ES FEB 20, 1991 2*47PM P.03 DESCRIPTION OF COMPOSTING ALTERNATIVES Name of Alternative_ intermediate Level Technology Composting Description of Alternative: Intermediate level technology composting involves the composting of organic materials using windrow methods. The windrow method involves placing uniform sized, homogenous organic material (<1" in size) into windrow of up to 12' in height and of indeterminant length and allowing natural biologic activity to convert the organic fraction into a humus -like material suitable for use as a soil amendment. The natural biologic action can be accelerated or modified by turning the windrows using an automated turning machine. The turning process aerates the windrows and helps maintain an aerobic environment for faster composting. Decomposition takes place somewhat more rapidly and can be reduced to less than 12 months. Ill. Key Design Parameters: • Number of sites • Site location • Site size • Turning frequency • Materials accepted Material preparation Type of handling equipment • On-site processing equipment • Site monitoring • Material drop fee IV. Implementation, Management or Policy Implications • Ownership/Operator • Establishing cost efficient and equitable fee Environmental impacts • Zoning • Land use planning • Promotion/education outreach (startup and ongoing) to community FROM:AB 939 TO:RIS LOS ANGELES FEB 20, 1991 2:46PM P.02 DESCRIPTION OF COMPOSTING ALTERNATIVES 1. Name of 'Alternative: Low Technology Composting li. Description of Alternative: Low level technology composting involves the composting of organic materials using static pile methods. These methods involve placing uniform sized, homogenous organic material (<1" in size) into piles up to 12' in height and allowing natural biologic activity to convert the organic fraction into a humus -like material suitable for use as a soil amendment. The natural biologic action is not modified or controlled and is allowed to progress at a natural rate. Decomposition takes place slowly and can take up to 24 months to complete. III. Key Design Parameters: • Number of sites • Site location • Site size • Materials accepted • Material preparation • Type of handling equipment • On-site processing equipment • Site monitoring • Material drop fee Iv. Implementation, Management or Policy implications • Ownership/Operator • Establishing cost efficient and equitable fee • Environmental impacts • Zoning • Land use planning • Promotion/education outreach (startup and ongoing) to community FROM:AS 939 TO:R[S - LOS ANGELES- FE -13 20, 1991 4:07PM P.03 DESCRIPTION OF COMPOSTING ALTERNATIVES t. Name of Alternative: Participate in the L.A. County Bureau of Sanitation's Green Waste Landfill Cover Project II. Description of Alternative: Yard wastes (e.g., grass, leaves, brush < 4" diameter) are delivered to one or more sites established to receive these materials. If size reduction or densification is required by the L.A. County Bureau of Sanitation, or if this would be allow more cost effective transport and disposal, then these activites may be incorporated into the facility design. The yard wastes received would then either be stored temporarily or shipped directly for final use by the L.A. County.Bureau of Sanitation for it's Green Waste Landfill Cover Project. III. Key Design Parameters: • Type of yard wastes collected • Volume of materials handled • Material delivery frequency and seasonality • Condition of material as delivered Intended end use of material • Degree of automation • Available land • Degree of source separation IV. Implementation, Management or Policy implications • Municipal or contracted operation • if municipal operation, coordination of city agencies • Equipment ownership • Mandatory or voluntary separation of yard waste from refuse • Promotion/education out to community • Facility siting FROM:AB 939 TO:RIS - LOS ANGELES FEB 20, 1991 4:07PM P.02 DESCRIPTION OF COMPOSTING ALTERNATIVES 1. Name of Alternative: Centralized Materials Preprocessing and/or Storage ll. Description of Alternative: Yard wastes (e.g., grass, leaves, brush < 4" diameter) are delivered to one or more central sites for volume reduction and/or densification (referred to as preprocessing). After the materials have been reduced in size or densified, they may either be stored temporarily or shipped directly for final processing (composting) or other beneficial use (boiler fuel, mulch, etc.), Key Design Parameters: • Type of yard wastes collected Volume of materials handled • Material delivery frequency and seasonality • Condition of material as delivered Intended end use of material • Degree of automation • Available land Degree of source separation Iv_ Implementatlon, Management or Policy Implications • Municipal or contracted operation • If municipal operation, coordination of city agencies • Equipment ownership • Mandatory or voluntary separation of yard waste from refuse • Promotion/education outreach to community • Facility siting FROW AB 939 TO RIS - LOS ANGELES FEB 20, 1991 4:06PM P.01 DESCRIPTION OF COMPOSTING ALTERNATIVES t. Name of Alternative: Decentralized Materials Preprocessing and/or Storage 11. Description of Alternative: Yard wastes (e.g., grass, leaves, brush < 4" diameter) are delivered to one of several remote sites for volume reduction and/or densification (referred to as preprocessing). After the materials have been reduced in size or densified, they may either be stored temporarily or shipped directly for final processing (composting), or other beneficial use (boiler fuel, mulch, etc.). III- Key Design Parameters: • Type of yard wastes collected • Volume of materials handled • Material delivery frequency and. seasonality • Condition of material as delivered • Intended end use of materia! • Degree of automation • Available land Degree of source separation IV. Implementation,. Management or Policy Implications • Municipal or contracted operation • if municipal operation, coordination of city agencies • Equipment ownership • Mandatory or voluntary separation of yard waste from refuse • Promotion/education outreach to community • Facility siting FROM:AB 939 TO:RIS LOS ANGELES FEB 15, 1991 4:05PM R.03 DESCRIPTION OF COMPOSTING ALTERNATIVES I. Name of Alternative: Materials Collection: Self -haul drop-off of materials I1. DescrIption of Alternative: Material is transported by generators to a site designated by a local jurisdiction as ayard waste drop-off site. The site may be dedicated to yard waste, or may be a solid waste management facility that provides yard waste services. Generators include homeowners, apartment building owners, and business establishments. For-profit landscapers may service any of these types of generators. In addition, public works crews generate vegetative trimmings that may be hauled by them to a designated site. Drop sites may be transfer points for movement of material to a central processing site. They may also be processing sites, either for volume reduction only, or for full processing to an and product. 111. Key Design Parameters: • Number of sites Site location • Site size • Site schedule Site privilege • Materials accepted • Material preparation • Collection containers • Mobile handling equipment • On-site processing equipment • Site monitoring • Material drop fee • Material transfer IV. implementation, Management or Policy Implications • Ownership/Operator • Establishing cost efficient and equitable fee • Zoni ng • Land use planning • Promotion/education outreach (startup and ongoing) to community FROM:RB 939 TO:RIS LOS ANGELES FEB 15, 1991 4:05PM P.02 DESCRIPTION OF COMPOSTING ALTERNATIVES 1. Name of Alternative: Materials Collection: At source collection of materials Description of Alternative: Specified yard waste types (e.g., grass, leaves, brush < 4" diameter) are picked up by municipal crews or contracted haulers at specified times. Generators who set out material for such collection are typically single- family households, less typically business establishments. Collection frequency depends on quantities generated from one week to the next, and among seasons. Material may be transported directly off route to a processing facility, or may be off loaded for temporary storage at a transfer point , from where it is transported to a central processing facility. Key Design Parameters: • Type of households served • Number of targeted households • Collection frequency and seasonality • Material types collected • Loose or contained material • Container construction and capacity • Number of containers • Collection vehicle type/capacity • Automated or manual loading IV. Implementation, Management or Policy Implications • Municipal or contracted operation • If municipal collection, coordination of city agencies -•' Collection equipment ownership • Mandatory or voluntary separation of yard waste from refuse • Household container ownership and distribution • Promotion/education outreach to community • Space for housing new truck fleet • Siting of transfer station(s) i FROM:AB 939 TO:RIS - LOS ANGELES FEB 20, 1991 V Draft Time and D,,itc: 3:31 PM 2/20/91 3:34PM P.02 • Building code modifications requiring that provisions be made in design and construction to provide for source separation of yard wastes and other organic materials x • Regulatory provisions for commercial haulers regarding collection of separated yard wastes and other organic materials x • Business permit requirements to encourage source separation of yard wastes and other organic materials x • Public/private procurement guidelineslgoals for use of compost, mulch and other non -compost organic waste products x • Local, regional and/or state market cooperatives for compost, mulch and other non -compost organic waste products x • Local, regional and/or state financial incentives for investment in the collection/processing of yard waste and other organic materials x • Local, regional and/or state financial incentives for market development/marketing of products derived from yard wastes and other organic materials x • Innovative rale structures to encourage source separation of yard waste and other organic materials x • Technical assistance and educational outreach to both the public and private sector x V Draft Time and D,,itc: 3:31 PM 2/20/91 3:34PM P.02 FROM:AH 939 iO:RIS — LOS ANGELES FEB 20, 1991 3.33PM P.211 COMPOSTING ALTERNATIVES Service Delivery Methods Waste Stream f OM1 r 1 Applicability OW. Materials Collect on Residential ICI • At -source collection of materials x x • Self -haul drop-off of materials x x Materials Pre-Proc2fislnq Storage • Decentralized materials processing/storage for composting x x • Centraiized materials processing/storage for composting x x • Participation in L.A. County Sanitation District's Green Waste Landfill Cover Project x x Composting • Low level technolQgY x x • Intermediate level technology x x • High level technology x x $uggortive Pollcies • Local ordinances mandating source separation of yard wastes and other organics x x ,. • Local zoning ordinances to facilitate the siting of processing/storage facilities for source separated yard wastes and other organic materials x x • Ban on disposal of yard wastes and other organic materials x x • Building code modifications limiting the amount and type of vegetative planting x x ' Draft Time and Datc: 3:31 I'M Pos;t4t" brand tau transmittal Rlemo 7671 1—#-, pages f OM1 r 1 Co - OW. Phone* OR f Fax k ' 5.3.1.3.13. Educational outreach & technical assistance to waste haulers, private businesses, recycling companies, and other groups The municipality can conduct workshops for and give technical assistance to haulers, businesses, and recycling companies. This may include giving them . information on setting up and marketing programs. It may also involve giving them a forum to allow them to share information among themselves, and express concerns. Through outreach activities the municipality can acquire input from concerned parties before changes in regulations are made. Design variables: • Market presentations from end users. • Training on performing waste audits. • Sharing of information among haulers. • Discussion of how to meet service level requirements. • Presentations targeted to specific industry sectors, addressing how to set up recycling programs given their particular waste streams, problems and needs. Implementation and ManagementImplications: • Workshops will likely be more effective and better attended in an environment involving mandatory collection requirements. • impact of educational efforts can be difficult to measure See also Source Reduction alternative 4.3.1.10 i 5.3.1.3.12. Financial Incentives for local investment in recycling, collection, processing, and marketing A Jurisdiction can develop tax or accounting incentives, such as sales tax exemption, investment tax credits, accelerated depreciation, and consumption tax credits, for local investment in recycling, collection, processing, and marketing. Key design variables: • tax and accounting incentives in the form of deductions, exemptions, credits or reduced tax rates. • sales tax exemptions: exempting sales tax from the purchase of recycling equipment • property tax exemptions • investment tax credits • accelerated depreciation on state income tax for real and personal property purchases • consumption tax credits to encourage the use of secondary materials Implementation and management implications: • Sales tax and property tax exemption may not be a determining factor in investment decisions. • Property tax exemptions can have a significant negative effect on local tax bases when granted to larger operations. • Tax incentive costs can be high because of forgone revenues and administrative costs - • The benefit will be in terms of increased economic activity and improved recovery' of materials from solid waste • Cost -to -benefit ratio is not known • Tax programs require little expense to administer in comparison to financial assistance or entrepreneurial development projects. 5.3.1.3.11. Changing existing rate structures to encourage recycling At disposal facilities where recyclables processing or drop off opportunities have been established, charging a lower tip fee or none at all for high-grade loads provides an incentive for haulers and generators to separate recyclables from waste. For instance, loads of clean yard waste can be charged at a lower rate than garbage. Key design variables: • Charging less for specific materials, such as clean yard waste • Charging less depending on the percent recyclables in the load • Determining size of the differential • Establishing system for monitoring loads for compliance • Hauler education Implementation and Management Implications • The necessity for monitoring loads will mean greater labor costs at the disposal site. • May encourage high grade routes. 5.3.1.10. Procurement practices promoting preferential purchase or use of recycled -content products Local adoption of ordinances that specify durability,`recyclability, reusability, or recycled material content as a purchasing consideration will move municipalities toward its recycling objectives. Key design variables: • ordinances specific to agency. needs • joint procurement policies with state and local governments • joint standards for procurement to facilitate market development •. set asides, for example, an established percent of paper purchased will be recycled paper • price preferences for products with recycled content • percent of post consumer versus post industrial and total recycled content • conduct seminars or workshops for municipal procurement officers to address common barriers preventing widespread use of recycled paper products and to develop consensus methods of overcoming these obstacles Implementation and management implications: • Joint purchase agreements between different municipalities may be difficult to'negotiate. • Cost considerations: products with recycled content are more costly than virgin materials; priority may be given to products with recycled content allowing for a cost differential of a specified percent. Recycled products vary in quality. • Collection of information on- availability of recycled materials may be expensive and time consuming. 5.3.1.3.9 Cooperative Marketing of Recyclable Materials This alternative involves joint marketing of materials aggregated from a number of jurisdictions. Such an arrangement may assure a better price and a longer term purchase arrangement than could be secured if individual municipalities market their materials separately. Key design variables.- * ariables:• Types of materials anticipated to be collected • Amounts of materials to be collected • Haul distances between jurisdictions/markets • Processing requirements of markets • Storage capacity at jurisdictional facilities • Effect on the cost of processing and transporting materials Implementation and management implications: • A joint powers agreement will be necessary • Agreement could also be used for joint purchase of recycled products I 5.3.1.3.8. Contracted or franchised recycling service provision Through contracts or franchises a jurisdiction can organize programs and routes. This may be particularly useful in areas which are underserved or not served at all by private haulers or recycling collectors. Key design variables: • Who receives collection service. • Who provides collection service. • Where the collection service is provided. • What materials are collected. • How the program is monitored and evaluated. • The duration of the program. Implementation and management Implications.- Contracted mplications:Contracted collection is usually less expensive than public sector collection, but may give the jurisdictionless control over the program. • A contracted pilot program can demonstrate the economic viability of recycling collection and pave the way for private sector initiatives. Pilot programs also allow a contractor and the jurisdiction to test or compare various program strategies. 5.3.1.3.7. Mandatory recycling service requirements for private refuse haulers A jurisdiction can require haulers to provide recycling collection as a condition - of their business licenses or franchise agreements. Key design variables: • Materials required to be collected. • Required frequency of collection : weekly, biweekly, twice monthly, monthly. • Whether the hauler must provide an incentive to recycle. Enforcement mechanism: how haulers will be monitored for compliance with the requirements. • Payment system: how the hauler will be compensated for the service. Implementation and management implications: • Any mandatory service requirement needs not only enforcement but a clear standard of what constitutes reasonable service. • Mandatory service requirements raise issues of equity between large waste hauling firms which can afford to capitalize recycling equipment, and small firms which cannot. This problem is more easily resolved when the haulers operate under a franchise agreement. • A system must be put in place to handle complaints about non- complying haulers. ; 5.3.1.3.6 Business license requirements to encourage recycling One approach the jurisdiction can take to encourage recycling is to attach stipulations to the acquisition of business licenses. Key design variables: proof of a recycling strategy integrated into the business plan specification of internal collection systems availability of balers or other machines to facilitate recycling of separated materials waste generation expectations monitoring, who is responsible Implementation and management Implications: May encounter resistance from business community. Political and economic factors play critical role. see also Source Reduction'4.3.1.5 5.3.1.3.5. Building codes requirements to encourage recycling One common barrier to separating recyclables is inconvenience and lack of space. Building codes or guidelines can address this problem at the source, before the building is constructed, to help make recycling behavior and collection mechanisms an integral part of the work or dwelling place. Building codes can be revised to require that new commercial and multifamily developments include space for recycling. Key design variables: • Set aside space for recycling in commercial or residential developments of more than a specific number of square feet. • Integrate recycling and recovery into the design of the waste disposal system, for instance by putting both the recycling and disposal functions in the same area of the building. • Include in lease or sale agreements requirements that the tenants participate in a waste reduction program as outlined in a waste management plan. • Reasonable codes for fire, sanitation, and safety. Implementation and management implications: • The bureaucratic process may be slow to incorporate changes. • May encounter resistance from. fire marshall, sanitation staff, etc. • May encounter resistance from developers. • single family residences would be exempt 5.3.1.3.4 Zoning Code Practices to Encourage Recycling Zoning codes are one of the major tools local governments have for preventing detrimental effects on the public health, safety, or general welfare. Zoning ordinances define conditions and permit procedures for different types of development within the local jurisdiction. The ordinance should address the potential impacts of the different types of recycling facilities, the concerns of planners. and the ways in which in which these concerns are handled. Key design variables: • Types and volumes of material will be handled at the facility • Appearance and .visibility of the facility • Health and safety of the workers and public • Changes in local traffic volumes or patterns • Noise • Parking Implementation and management implications: • Procedures required to amend a zoning ordinance of permit a recycling facility. • Types of permits needed by recycling facilities: permit by right, administrative � permit, conditional use permit, and site development permit. 5.3.1.3.3. Policy on scavenging: . Scavenging policy can be addressed in two ways: anti -scavenging and scavenging, with anti -scavenging policies being the most common. In their most restrictive form, anything set out at the curb belongs to the city, and scavenging is prohibited at any time. An example of a milder anti -scavenging policy allows scavenging any day other than the city collection day. Key design variables: • scavenging or anti -scavenging policy • type of enforcement • implementation schedule for enforcement • types of disincentives or deterrents -used • developed in conjunction with mandated recycling • materials placed at curbside commingled rather than preseparated • increased security, drop-off containers locked at night • drop-off container design • set out times, hours materials are left out • encouragement of public reporting Implementation and management implications: • poor weather conditions can adversely affect scavenging • scavengers are not reliable or consistent in their pick ups because of weather, market pri I ce etc. increased litter as a result of scavenging • market price of materials: what is being skimmed • monitoring: who is responsible, who pays for it • city depends on material collected to make its recycling program economically viable • public opposition to limiting scavengers • developing an equitable policy on the issue of scavenging is difficult • Anti -scavenging laws do not prevent residents from donating recyclables to volunteer groups M 5.3.1.3.2. Ban on disposal of designated recyclables If a jurisdiction has control over the disposal site it can ban the disposal of certain recyclables or loads with more than a certain percentage of recyclables. Even if the jurisdiction does not have control of the disposal site it can' lobby the responsible agency to 'institute the appropriate bans. Key design variables: • Determine that stable markets are available for banned materials. • Publicize ban to haulers and generators before implementation. • Enforce ban at landfill gates. • Institute fine system for haulers and notification system for generators. Implementation and management implications: • Recovery alternatives for banned materials must be in place before the ban is implemented. Without alternative methods for reusing, recycling, or, in some cases, otherwise disposing of materials banned at local landfills, there will always be a hidden disincentive for their recovery. • The ban must be monitored and enforced. Without effective monitoring and enforcement, compliance can neither be controlled nor directed. • Establish clear lines of communication between regulators, haulers, and generators. The goals and methods of the ban must be clearly presented to affected parties. Many successful bans have phased -in their enforcement procedures, to allow generators and haulers time to respond to the unfamiliar regulatory requirement. 5.3.1.3.1. Mandatory materials separation ordinance The City can require that residential and commercial generators separate their recyciables from their garbage. Key design variables: • which materials must be separated • how the materials must be set out for collection • whether or not generators must set out recyciables for the hauler or whether they can use drop off facilities or sell or donate recyclables to any person or organization operating for profit or as a non-profit enterprise. • institute a fine structure enforcement mechanisms, possibly including suspension of garbage service Implementation and management implications: • Mandatory separation ensures greater participation than a voluntary program and is desirable for market development in that it assures a reliable flow of materials. It may, however, rule out some other recycling options such as post -collection sorting of predominantly high grade commercial loads. • Enforcement mechanisms are an important part of any mandatory program. Obviously these involve cost to the jurisdiction. i 5.3.1.2.4 At -Source Processing Some non residential waste generators may be able to ship separated recyclable materials directly to end users or through regional brokers without the need for intermediate off-site processing or special hauler collection routes. The degree of on-site processing performed ranges from minimal to extensive and may result in higher prices paid to generators and reduced collection/transportation costs. At -source processing often provides an advantage of reduced storage space requirements and of increased flexibility in the types of materials recovered and in a generators ability to control marketing arrangements. The types of equipment/processes involved in at -source processing may range from the sorting of office paper grades, to the placement of converter scrap into a rolloff box for shipment to a mill, to a baler or roll -off -box compactor for old corrugated containers, to a pallet shredder, to a glass crusher or can densifier for bars or restaurants. Certain sites with particular types and volumes of separated materials may develop more elaborate sorting and or processing systems. Many generators already have some of these capabilities in place. Key design variables: • Targeted materials and volumes generated at various sites • Processing equipment specifications/configurations at various sites • ' Capital and operating costs; revenue and other funding sources Degree of processing at various sites and market requirements • The availability of processing system vendors and transportation providers Required level of processing equipment operator time and training Implementation and management implications: I . • Consideration should be given to the need to have duplicate processing capabilities at numerous facility versus the potential for sharing capabilities at a common facility. • Scale of operations and material volumes at each site are critical threshold factors in determining where this approach makes sense. • To date, the public sector role and the roleof waste haulers in managing this approach has been limited; decisions have most frequently been initiated by generators in coordination with markets. • As a result of the above, data is limited on the quantities of materials being handled through this method. 231. Rec. alternatives. RM. 1 2/22/81 5.3.1.2.3. Salvage at solid waste facilities Salvage at solid waste facilities can be very simple or very complex For example, simple salvaging at a solid waste facility is a sort and pick system where people can separate their recyclables into bins. A more complex system is an intensive recovery system, such as a material recovery facility (MRF). Key design variables: • sort and pick; self haulers sort materials themselves and deposit them in drop.boxes or other on site storage containers. • direct.loads; diverted directly to a recovery area • spotter; an employee assigned to spot recyclables in mixed wastes and to set them aside • shopping carts • type of user: self haulers, packer truck, drop box loads • picking belts. • intensive recovery; material recovery. facility (MRF) • transformation center; refuse dry fuel • user disposal fee reductions on remaining refuse Implementation and management implications: • marketing the recovered materials • arranging for use of the processing facility, if any promotion and education to public • capital investment costs vary with size of program, type of recovery method, number of materials and condition of site • ongoing costs; labor site maintenance, utilities, insurance public education 5.3.1.2.3 Mechanized Materials Recovery Operations Materials recovery operations are commonly called intermediate processing centers (IPC) or materials recycling facilities (MRF). These facilities separate marketable recyclable materials such as newspapers, mixed glass, metal, and plastic containers, and process the materials for sale to end users The facility receives waste directly from residential collection vehicles and commercial waste vehicles that collect certain recyclable safe commercial waste. The vehides proceed to the tipping area, generally an enclosed concrete pad, and the load is dumped for processing. The first major stage in the recovery operation is mixing and screening waste. A large rotary drum screen is comonly used for bag opening and mixing; bags are broken open, bulky items are set aside, and hazardous materials are removed. Next the waste is manually picked for identifiable recyclable items such as paper, cardboard, cans, glass and plastic. Multiple pick stations are often used especially in large facilities. Size reduction is acheived by use of a shredder or -hammermill. Magnetic separation for removal of ferrous metals can be located ahead and after the size reduction step. Following size reduction, the waste is separated by screens, drums, and classifiers into a light fraction and heavy fraction. The end product specifications are an integral part of the facility design, especially when facility output is destined for further processing as in a compost feedstock or RDF. Key design variables: • Type of material targeted for collection • Volume of material estimated to be collected • Source of material (e.g. residential, commercial, industrial) • Consistancy with local zoning ordinance • Processing requirements for. markets • Location relative to customers/markets Implementaion and management implications: • Existing/projected markets for recycled materials • Competition with other recycling centers/programs • Consistancy with county integrated waste management plan 5.3.1.2.1 Manual Materials Recovery Operations Materials recovery operations are commonly called intermediate processing centers (EFC) or materials recycling facilities (MRF). These facilities separate marketable recyclable materials such as newspapers, mixed glass, metal, and plastic containers, and process the materials for sale to end users . The facility receives waste directly from residential collection vehicles and commercial waste vehicles that collect certain recyclable safe commercial waste. Once at the facility, the vehicles proceed to the tipping area, generally an enclosed concrete pad, and, the load is dumped for processing. The waste is manually picked for identifiable recyclable items such as paper, cardboard, cans, glass and plastic. Multiple pick stations are often used especially in large facilities. The end product specifications are an integral part of the facility design, especially when facility output is destined for further processing as in a compost feedstock or RDF. Key design variables: • Type of material targeted for collection • Volume of material estimated to be collected • Source of material (e.g. residential, commercial, industrial) • Consistancy with local zoning ordinance • Processing requirements for markets * Location relative to customers/markets Implementaion and management implications: • . Existing/projected markets for recycled materials • Competition with other recycling centers/ programs • Consistancy with county integrated waste management plan 5.3.1.1.5 Multi Family Collection of Source Separated Recyclables Collection of household recyclables from multi family structures/developments is an effective alternative to curbside collection where trash is placed in common area bins or dumpsters rather than in receptables for each unit. Recycling program design for these facilities should maximize convenience for residents and haulers and should be parralell and consistent with the existing trash collection system. Container, collection vehicle, material processing, and program promotion requirements are generally different than those for curbside efforts. Key design variables: • Targeted materials and types of multifamily sites • Public vs: private provision of service and funding • Types of in -unit and common area storage containers • Assignment of responsibilities to tenants, maintenance staff, and haulers or recyclers • Characteristics of collection/processing infrastructure and equipment • Nature and scale of promotion and support programs Implementation and management implications: • Lack of in -unit and/or common area material storage or loading space may be an issue at some sites. • Tenant turn over rates may require greater on-going promotion and monitoring efforts than for curbside programs. • Diversity of site requirements can complicate service design and delivery (E. g. tenant depsities, high-rise vs. low-rise vs. trailer park). • Feasibility of multi family programs may require a certain threshold number of units and/or sites. • Motivating tenants can be a challenge at some sites; this may be linked to demographics. • Added costs/savings associated with recycling servcie delivery may be a concern for some landlords and their tenants. 231. Rec.altematives. RM.1 2/22/91 5.3.1.1.5 Multi Family Collection of Source Separated Recyclables Collection of household recyclables from multi family structures/developments is an effective alternative to curbside collection where trash is placed in common area bins or dumpsters rather than in receptables for each unit. Recycling program design for these facilities should maximize convenience for residents and haulers and should be parralell and consistent with the existing trash collection system. Container, collection vehicle, material processing, and program promotion requirements are generally different than those for curbside efforts. Key design variables: • Targeted materials and types of multifamily sites • Public vs: private provision of service and funding • Types of in -unit and common area storage containers • Assignment of responsibilities to tenants, maintenance staff, and haulers or recyclers • Characteristics of collection/processing infrastructure and equipment • Nature and scale of promotion and support programs Implementation and management implications: • Lack of in -unit and/or common area material storage or loading space may be an issue at some sites. • Tenant turn over rates may require greater on-going promotion and monitoring efforts than for curbside programs. • Diversity of site requirements can complicate service design and delivery (E. g. tenant densities, high-rise vs. low-rise vs. trailer park). • Feasibility of multi family programs may require a certain threshold number of units and/or sites. Motivating tenants can be a challenge at some sites; this may be linked to demographics. • Added costs/savings associated with recycling servcie delivery may be a concern for some landlords and their tenants. 231. Rec.altematives. RM.1 2122/91 • Characteristics of collection/processing infrastructure and equipment Implementation and management implications: • Understanding the availability, requirements, and stability of materials markets is critical for the design of at-source separation efforts. • Lack of material storage or loading space may be an issue at some sites. • Cooperation and training of employees and maintenance staff is generally required for successful efforts; use-friendly design helps. • A high diversity of businesses, institutions, and industries can complicate service design and delivery. • Seasonal variations may be a factor for some sources in the types and quantities of material generated (parks, mails, food processing) • Added costs/savings associated with daily operations and separation activities is a concern for most generators. • Business culture may affect some generators motivation for participating in at-source programs. i 231. Rec.alternatives.RM.1 2/22/91 5.3.3.1.3 Mobil/Stationary Buy -Back Centers A buy-back recycling center is a commercially located, staffed recycling facility that purchases small amounts of post -consumer secondary materials from the public. Buy-back centers typically buy aluminum cans, and may also handle glass containers and newspaper. In general, the more materials handled, the more effectively a center can compete with other, similar operations. A typical buy-back center is located along a major thoroughfare, often in buildings such as vacated service stations and small warehouses. Most centers are open five or six days a week, and are operated by several emplolyees. The staff weighs materials and pays customers. Larger facilities may process materials with equipment such as glass crushers, can flatteners and paper balers. Storage equipment commonly used includes rolloff boxes, bins, barrels, and totes. Reverse vending machines are also considered to be buy-back centers. They are mechanical devices that accept one or more types of empty beverage containers and issue a cash refund or redeemable coupon. Some machines will also despense couppons and promotional materials. Mobil centers perform the same function as the stationary centers, however, mobil centers are usually trucks or roll off bins that can be moved from site to site on a designated schedule. This provides additional convenience to the public and increases the volume of material broughtr to the center. Key design variables: • Types of materials to be handled • Volumes of materials to be handled • Compliance with zoning ordinance Processing requirements for markets • Location relative to customers/markets Implementaion and management implications: • Existing markets for recycled materials • Competition with other recycling centers/ programs • Consistency with county integrated waste management plan 5.3.1.1.2 At -Source Separation/Collection of Recyclables Recyclable materials generated as waste from non residential sources can be separated and collected for transport to recyclables processing and marketing facilities. The responsibilities for successfully implementing at -source recycling efforts are shared between on-site personnel and recyclers, waste haulers, or others who provide the collection service and infrastructure for appropriate program promotion and for the processing and marketing of material. Some at - source separation and collection; such as old corrugated container recovery from distribution warehouses, is market driven based on the quantity and value of available materials. Other approaches for collecting multiple materials of smaller volumes per source may require funding in addition to that from materials revenue or will depend on savings realized in avoided trash collection and disposal costs. Examples of at -source separation and collection approaches include: • Single material recovery from generators with significant volumes of particular materials; typically old corrugated containers or office paper are targeted from business, institutional, or industrial sources. Bars and restaurants may support collection efforts for glass and/or aluminum containers. • Multiple material collection from institutional, commercial and industrial generators. Such comprehensive efforts often involve the targeting of various materials from the functional areas which are unique to each site (cafeterias, computer rooms, retail areas, class rooms, shipping and maintenance areas, grounds, etc.). • Specialized collection efforts including recyclables receptacles placed in public facilities, malls, parks, and transit stations and salvage or waste exchange from manufacturing processes (this may involve recycling or reuse of solvents or shipping containers/pallets and particular feed stocks, such as metals, plastic resins, or organics). Key design variables: • Targeted materials and facilities or generator subsectors • Public vs. private provision of service and funding • Degree of site tailoring and support (individual facility waste plans, audits, or evaluations) • Degree of generator staff involvement and responsibility • Material sorting, container, and storage requirements 231. Rec.aiternatives.RM.1 2122/91 5.3.1.1.1 Curbside Collection of Separated Materials Curbside collection is a generic term applied to the scheduled collection of recyclable materials that have been set out at households. Programs are operated by either the waste management industry or local governments. Collection equipment ranges from modified refuse trucks to high-tech automated collection vehicles equipped for segregated recyclables. Most program operators provide households with containers for recyclables. Most operators collect materials segregated by material type. However, many of the new programs are moving towards mixed recyclable collection followed by manual or semi -automated segregation at a material recovery facility. Key design variables: • Materials targeted to be collected • Frequency of collection (e.g. weekly, bi-weekly, monthly) • Degree of separation of materials (commingled, partially commingled, fully separated) • Set -out requirements (curb or alley) • Estimates of quantities for each material • Type of household container Implementation and management implications: • Public or private collection • Capital and operating costs • Mandatory or voluntary service • Scavenging of materials is often a problem • Compatability with other recycling programs !=ROM : ADM I N I STRAT I CN TO: R I S - LOS ANG'LE5 = 'H 1 1991 :3.54AM t AB 939 Recycling Alternatives I. Service Delivery_ Methoda Wastestream Applicability Residential I/C/I A/ Materials Celladtion I/ Curbside collection of separated materials: X 2/ At -source separation/collection of recyclabies: X 3/ Mobile/stationary buy-back centers: x 4/ Mobile/stationary drop-off centers., x B/ Materials Processing 11 Manual materials recovery operations: x X 2/ Mechanized materials recovery operations: x x 3/ Salvage at solid waste facilities: x x 4/ At -source processing: X If. Sulaolive Pollcles 1/ Mandatory materials separation ordinance: x x 2/ Ban on disposal of designated recyclables. x x 3/ Policy on scavenging: x x 4/ Zoning code practices to encourage recycling: x x 5/ Building code requirements to encourage recycling: x x 6/ --Building permit requirements to encourage recycling: x x 7/ Mandatory recycling service requirements for private refuse haulers: x x 8/ Contracted or franchised recycling service provision: 9/ Cooperative marketing of recyclable x x materials: i X x 10/ Procurement practices promoting preferential purchase or use of recycled -content products: x x 11/ Changing existing rate structures to encourage recycling: x x 12/ Financial incentives for local investment in recycling collection, processing, & marketing: X X 13/ Educational outreach & technical assistance to waste haulers, private businesses, recycling companies, & other groups: x X 4.3.1.18. Product and packaging bans Bans arise in many forms, targeting specific products as well as specific materials. For example, aseptic packages have been banned in one state, while polyethylene, and polystyrene have been banned in some regions. Key design variables: - decision makers, for example, mayoral executive order, city council decision or public vote • specific criteria used to determine if a material or product should be banned, for example, volume of disposed waste product in the wastestream, potential environmental impacts, energy intensiveness of product manufacture, and availability of substitute products • scope of ban, for example, specific product or family of materials • stipulations of the ban, for example, clauses that include built-in incentives which lead to ban unless recycling or reuse goals are met by a certain date • stringency of enforcement, for example, revocation of business license, fines, or policing Implementation and management Implications: • regulations effecting a ban are typically harsh and inflexible, and often meet with strong opposition from special interests material should be banned only if its replacement will not result in net increase in the waste stream • materials, products, and packaging with short useful life spans are frequently targets of bans. 4.3.1.17. Required waste reduction planning by nonresidential generators Businesses can be required or requested to submit source reduction and recycling plans to the local jurisdiction. Such pians can lead businesses in the direction of analyzing their waste streams and discovering methods of saving money and improving their corporate citizenship through implementing source reduction and recycling programs. Key design variables: • Nonresidential generators can be required or simply encouraged to prepare a plan. • Plans and planning requirements can vary in their relative emphasis on source reduction, recycling, and composting. • Different sectors and types of businesses can be required to participate. • Plans may require source reduction and recycling within the traditional context of waste disposal, or may require manufacturing firms to consider impact on the solid waste stream as a criteria for product and package design. • Required plans can call for a variety of documentation, from rigorous reporting procedures to none at all. Implementation and management implications: • This alternative can begin as voluntary and switch to mandatory if certain goals are not met. • Required plans can serve as a valuable reporting tool. • Depending on the level of detail required by the plans, firms may require additional technical assistance for the preparation of reports. • Some firms may be legitimately concerned over the confidentiality of their reports. • Reports may create an undue compliance burden on certain firms or sectors. 231.SR.altematives.DA.4 2/6/91 4.3.1.16. Incentives for land -use practices which promote source reduction To the extent that specific land -use practices relate to the generation and disposal of waste, jurisdictions may promote source reduction through regulations, incentives, education, and technical assistance. Key design variables: • A jurisdiction can encourage xeriscaping, the planting of native, dry - climate plant species at a variety of levels (city properties, other properties; program can include education, public recognition, financial incentives, etc.). • Similarly, a jursidiction can promote the elimination of landscaping with plant altogether. • A jurisdiction can change its zoning laws to encourage the convenient location of source reduction businesses. A variety of types of businesses can be included, from cottage industries (cartridge repair) to large remanufacturing plants. Implementation and management implications: • What constitutes eligibility for xeriscaping or "source reduction businesses" requires greater clarification. • Xeriscaping may beneficial environmental impacts beyond reduced solid waste, such as decreased water consumption. However, a logical connection between xeriscaping and reduced solid waste has not yet been documented. • The elimination of plants in landscaping altogether may aggrevate several environmental problems, including drainage, certain forms of air pollution, and localized temperature increases during the summer months, • Large scale xeriscaping could impact compost facilities, both in quantity and quality of feedstock. 231.SR.altematives.DA.4 2/6/91 4.3.1.15. Government procurement ordinances Local adoption of ordinances that specify durability, recyciability, reusability, or recycled material content as a purchasing consideration will move municipalities toward its source reduction objectives. Key design variables: • ordinances specific to agency needs • joint procurement policies with state and local governments joint standards for procurement to facilitate market development set asides, for example,' an established percent of paper purchased will be recycled paper • price preferences for products with recycled content • percent of post consumer versus post industrial and total recycled content Implementation and management implications: • see market development (catherine) • Joint purchase agreements between different municipalities may be difficult to negotiate. Cost considerations: products with recycled content are more costly than virgin materials, priority may be given to products with recycled content all for a cost differential of a specified percent. • Recycled products vary in quality. • Collection of information on availability of recycled materials may be expensive and time consuming. 4.3.1.14 Demonstration Programs Demonstration programs are model source reduction programs that can be observed by the public and private sectors. Demonstration programs provide the opportunity to see source reduction in action, and helps decision makers to visualize both the process of source reduction and its potential impact. Key design variables: • The display can demonstrate a variety of source reduction options, from on-site composting operations to restaurant diswashing machines. • The demonstration site can be purely for demonstration purposes or can be a working program. • Private businesses with source reduction programs may be willing to provide tours or demonstrations. • Demonstration programs can be used in support of other source reduction alternatives, including assistance with on-site composting and mulching activities (4.3.1.9), technical. assistance to businesses and industry and consumer organizations (4.3.1.10), and non - procurement source reduction activities (4.3.1.13). Implementation and management Implications: • To be most effective, demonstration programs must be convenient to observe and leave the audience with positive impressions. • Demonstration programs can emphasize a number of different facets: cost, ease of implementation, .environmental benefit, other technical assistance available. The audience should be considered when designing the demonstration facility. • Some demonstration facilities can be shared between neighboring jurisidictions. • Demonstration facilities can display other environmental actions besides source reduction, including recycling, energy and water conservation, and indoor air pollution. 231.SR.alternatives.0A.4 2/6191 4.3.1.13. Non -procurement source reduction activities Non -procurement source reduction includes programs such as education of employees, office changes to increase the use of scrap paper, increased use of electronic mail, sharing subscriptions, routing, and increased use of duplex copying. Key design variables: • Adopt office policy for printing drafts, interoffice memos, copies, filing, and subscription materials. • Provide inservice and training videos to educate all office employees about source reduction techniques, for example, electronic mail training sessions. • Standardize forms within. agencies, for example, multi -use forms. Implementation and management implications: • it will be necessary for the office changes to be presented in a manner that elicits an ownership response. If employees feel the office changes are orders being forced on them, they will resist and are less likely to comply or participate. Options include asking for input from each agency, and allowing each agency to tailor its program. • Record keeping requirements may limit reduction of hard copies. 4.3.1.12. Awards and public recognition Awards acknowledge the achievements of businesses, individuals and organizations with source reduction programs. Moreover, awards create favorable publicity and demonstrate a commitment from the granting body, thereby reinforcing the importance of source reduction. Key design variables: conditions of eligibility • awards for not-for-profit, private and public sector • competitive or noncompetitive • monetary or nonmonetary • scale: small, medium or large businesses • nomination procedure Implementation and management implications: institutional or policy requirements • minimal costs • important to get enough public recognition to make award desirable • involve local business groups awards may encourage development of innovative source reduction techniques' i 4.3.1.11. Educational and promotional efforts The primary mechanism of eliciting source reduction is through educational and promotional efforts aimed at malting changes in the production of goods, packaging design, and consumer buying practices. Consumer awareness programs, school curricula development, seminars, and public forums are ways in which educational programs can be presented. The targeted audiences are product designers, manufacturers, retailers, and individual and business consumers. Key design variables: • source reduction education tailored to specific audiences (students, children, parents, manufacturers, retailers, designers) • method of presentation (point of sale -POS, direct mail, brochures) medium used (print, TV, radio, billboards, video) responsible party (in-house, or contractor) • source reduction alone or with recyclability, with recycled content, with reuse, with repairability, or with remanufacturablility Implementation and management implications: • It will take time for people to adopt source reduction values needed to ensure long-term success of the program; therefore, it is .essential that the municipalities be committed to sustaining educational programs over the duration of the program's life. Impact of educational effoFts may be difficult to measure quantitatively. 4.3.1.10 Technical assistance to businesses and industry and consumer organizations Local government staff can assist businesses and organizations by sharing research findings and their experience and technical knowledge. Because implementing source reduction and recycling activities require some level of knowledge, the local jurisdiction can play a valuable role in sharing information so that individual firms don't have to learn everything from scratch. Providing technical assistance to industry and consumer organizations can be an efficient method of sharing ideas and the knowledge gained by working on multiple solid waste reduction programs. Key design variables: • The government can target different sectors where technical assistance will be in high demand and/or particularly effective. • Techncial assistance activities can target on-site waste generation and disposal problems solely, or can expand to include product and package design issues. • The medium of technical assistance can include fact sheets, workshops, labor and management training, marketing assistance, product testing, assistance with permits and loans, and demonstration programs. • The jurisdiction's role in industry/consumer organizations can include the instigator of the organization, the liason with jurisdiction staff, a resource of information and ideas, and a promoter of source reduction opportunities and actions. Implementation and management implications: • Technical information can be shared between cities through an information clearinghouse or a shared technical assistance service, perhaps contracted out. • Jurisdictions may need to demonstrate restraint when promote certain businesses at the exclusion of others. • Technical assistance may require understanding of manufacturing, packaging, and industrial design. • Follow-up surveys can be used as a form of monitoring program effectiveness. • Technical assistance is often offered as a result of a waste evaluation (4.3.1.8). 231.SR.alternatives.DA.4 2/6/91 4.3.1.9 Assistance with On-site Composting and Mulching Activities Technical and/or financial assistance can be provided to assist generators of organic waste in implementing on-site composting programs. The jurisdiction can also promote and assist the mulching of grass clippings and woody debris. Key design variables: • The city can promote on-site composting for a variety of materials (leaves, lawn clippings, shrubs and small wood debris, food wastes, and pet wastes). • The program can target,a variety of generators (single family residential, multifamily residential, and institutional, commercial, and industrial). • The city can provide composting bins free of charge, at a reduced market price, or not at all. • The medium of technical assistance and information can include fact sheets, mailings, slide shows and seminars, ,demonstration facilities, and site visits and site-specific planning assistance. • The assistance providers can be government staff, trained volunteers ("Master Composters"), or a contracted business. • Mulching assistance can be provided on-site, using a traveling mulching machine, or at a neighborhood facility such as a park, given that the mulched material returns to its source of generation (and thus constitutes source reduction). Implementation and management implications: • On-site composting is preferable to centralized composting facilities in that it avoids collection, transportation, and marketing costs. • May lead to a variety of positive (soil conditioning, nutrient enhancement, water retention, and appearance improvements) or negative (odor, increased population of vector -bearing rodents) environmental impacts outside of the solid waste realm. • Some forms of mulching and on-site composting assistance lend themselves well to regional cooperation among jurisdictions. • Backyard composting may not be feasible with small lots. • Zoning or other ordinances may prohibit on-site composting. 231.SR.altematives.DA.4 216/91 4.3.1.8. Waste Evaluations Waste evaluations are one of the most common forms of government assistance to non-residential generators. Most waste evaluations involve a trained waste auditor who tours businesses and gathers information on the amount and type of wastes produced, the types, amounts, and quality of recyclables in the waste stream, and the company's internal waste handling process. This is usually followed by a recommendation of soutce reduction and recycling actions. Key design variables: • Mandatory or voluntary participation. • The amount of follow-up to the site visit can vary, ranging from none to active program planning and assistance by the auditor or government. • Auditors can be government staff, haulers, members of the business community, students, professors, citizens, or professional auditors contracted by the municipality.. • Audits can be conducted over the phone or on site. Implementation and management Implications: • Waste evaluations apply to both recycling and source reduction activities. • May requires that staff time be allocated to providing auditing services. • different sectors of the economy have different waste generation patterns, requiring that the auditor be familiar with different types of nonresidential waste streams. A pool of specialized auditing staff shared among neighboring communities would be an efficient method of developing this range of expertise. • Waste evaluations can be added to other auditing services such as energy, water, and hazardous waste audits. • A core team of waste auditors can coordinate the results of waste evaluations with a local or regional waste exchange. • Some firms may consider internal operations to be confidential. 231.SR.atternstives.DA.4 2/6/91 4.3.1.7 Advance Disposal Fee The advance disposal fee is a tax on the manufacture of products which suffer from inefficient market conditions, i.e, externalities. like other taxes, the advance disposal fee (hereafter simply RDF) can be used as a source of revenue and an incentive to source reduction and recycling in the marketplace. Key design variables: • The ADF can be levied against specific problem wastes (disposable diapers), classes of wastes (non -recyclable products), or all products. • The size of the ADF is highly controversial. At most, it should represent the true cost of production and disposal minus the market price. Alternatively, the ADF can represent a percentage of the true or market costs. • An ADF can be conditional upon certain conditions being met (or not being met), such as failure of the product to reach a specific recycling rate. • The ADF can be imposed on all products manufactured within the jurisdiction, on all products manufactured for sale within the jurisdiction, or a union of the two. Implementation and management Implications: • The implementation of an ADF may require a bureaucratic level of effort greater than many local jurisdictions can support. • ADF improves the equity of the marketplace by charging those consumers and producers of undesirable waste products a fee to cover the cost of disposing of the product. The ADF reduces inefficiencies in the marketplace created by externalities. • Raising the price of products may be resisted by consumers, while reducing the general tax burden may be applauded by taxpayers. • ADF may be resisted by industrial groups presently benefitting from economic externalities. • Setting the ADF can be difficult for political reasons and because estimating the true cost of disposal is an imprecise science. • Advance disposal fees with conditional clauses (e.g. ADF increases if the product fails to meet a recycling rate of 50% in three years) creates an incentive for producers to support recycling and design for recyciabiiity. 231.SR.altematives.DA.4 2/6191 4.3.1.6. Local Taxes, Fees, and Fines Tax incentives and disincentives, fees, and fines can be applied to encourage or discourage a wide range of desired or undesired products and services. One significant tax, the advanced disposal fee, is detailed in a separate section (4.3.1.7). Fines do not stand on their own as an independent alternative, as they are a method of enforcing regulatory programs. They are included here because, like taxes and fees, they create economic in to reduce. waste and provide a source of funding for the jurisdiction. Key design variables: • Taxes and fees can target consumers, retailers, manufacturers, or haulers. • The item to be taxed can include services (garbage disposal), specific products (disposable diapers), packaging (nonrefillable beverage containers), inputs to production (virgin newsprint), or, equipment (copy machines without the duplex capacity). Changes in the tax structure can result in a net decrease or increase of tax revenue,.depending on the emphasis on incentives (tax exemptions) or disincentives. • Tax which can be changed are sales tax, property tax, and business tax. • Taxes can be used to encourage any of the possible source reduction and or recycling objectives or goals. Implementation and management implications: • Taxes can result in a net gain. or loss of revenue for the jurisdiction. • Taxes may be difficult to administer. • Taxes should aim to be neutral in terms of net taxation, as increased taxes will be unpopular with taxpayers, while decreased revenue will face internal resistance. • Taxes, especially sales taxes at the paint -of -purchase, can provide valuable monitoring information. • Some taxes cannot be changed at the local level, and require state or federal action. • Taxes can be created to provide equity for the funding of public programs. For example, battery recycling programs can be funded by the users of batteries through a battery sales tax, rather than by the entire tax base through the property, income, or general sales tax. 231.SR.altematives.Dk4 2/6/91 4.3.1.5. Business license fees Businesses that implement source reduction programs may qualify for reduced business license fees. Conversely, those business that do not develop source reduction programs may be fined Key design variables: • conditions of eligibility • methodology used for percent of license fee reduction or fine • format: flat rate or percent • require a business to submit source reduction plans as a condition of having a business license or to avoid fines. Implementation and management implications: • difficulty measuring source reduction impact • possible loss of revenue may cause resistance to program • not effective if business fees are minimal or non-existant • equity between small and large businesses 4.3.1.4. Deposits, refunds and rebates Deposits have been used successfully as a means of increasing the percent of plastic and aiuminium soda bottles recycled. With a rebate, the manufacturer gives the customer money back, and with a refund, the retailer gives the customer money back. Key design variables: • choose deposit; refund, or rebate • method for determining how much • disposition of unclaimed deposits • choice of item that will have deposit, rebate, or refund • implementation by government, retailer or manufacturer Implementation and management implications: • disposition of unclaimed deposits • crass -municipal purchasers and redeemers make local implementation difficult • fraud prevention 4.3.1.3. Loans, grants and loan guarantees A jurisdiction can help generators with grants, loans, and loan guarantees for equipment* and other capital expenditures that will allow them to stars: source reduction projects. Key design variables: • collateral requirements • matching funds • conditions of eligibility • availability of funds • kinds of materials to be reduced • amount and effect on the wastestream • level of need Implementation and management Implications: • interest rates, degree of risk for business and municipality • institutional or policy requirements • willingness of company to publicly make available information gained as a result of source reduction efforts • staff person(s) to oversee program • budgets and competing priorities • fiscal or financial effects of loans, grants and loan guarantees 4.3.1.2. Quantity -based Local User Fees Quantity -based local user fees are a rate structure in which generators pay' for garbage collection according to the quantity they set out. The rate structure provides a direct incentive for every generator to reduce the amount of waste disposed, through source reduction, recycling, and composting. In such situations, program performance (public participation) becomes cost -driven rather than convenience -driven. Key design variables: • Variable can rates can be applied to some or all of the types of waste generators (single family, multifamily, commercial, etc.). The variable rate can be weight- or volume -based. • Containers can be provided by the city, the hauler, or purchased by the generator. For example, the city might provide 30 -gallon buckets or sell speciaily marked garbage bags. In both cases, only garbage in approved containers (buckets, bags) will be collected. • The level of service provided can be set by subscription or allowed to vary from week to week. • The differential and absolute quantity of the rate. A variable rate structure can be linear (two containers cost twice as much as one), exponential (two containers cost more than twice as much as one), or some combination of flat, linear, and exponential. Implementation and management implications: • Generators must see their cost of service directly, rather than the cost being hidden in the general tax. If generators can set out different quantities of garbage bn different weeks, haulers must have some method of monitoring these quantities and billing accordingly. • Some sectors will be more responsive to variable can rates than others (multifamily, for example). • Because the per-unit cast of collecting additional containers , decreases for haulers, a poorly designed variable rate structure can lead to dramatically increased profits for haulers. Capitalizing a volume- or weight -based system may be expensive. • Weight -based systems are relatively untested. • Volume -based rates may lead to overstuffing of containers or littering. • The potential for inequity between small and large generators exists. • Variable can rates can subsidize recycling. 231.SA.altematives:DA.4 2/6/91 4.3.1.1. Local Waste Disposal Fee Modifications The tipping fee at landfills and waste -to -energy facilities can be raised to reflect the true cost of disposal. Differential rates can be set for recyclables and non- recyciables. Assuming that the economic mechanisms- are in place, local waste disposal fee modifications cause generators to internalize the true costs of disposal. Key design variables: • Increased disposal fees can be enforced at the tipping gate or through a sales tax. • Size of the increase of the fee. Implementation and management implications: • High disposal fees at one isolated disposal facility may lead to diversion of waste to a cheaper facility or illegal dumping. • Increases in the disposal rate provide an incentive to both recycling and source reduction. This alternative can be coupled with differential disposal rates, explained in the recycling component. Deciding the size of the fee increase can be challenging for political as well as theoretical reasons - estimating the true cost of disposal is still an imprecise science. • The effect of raising the disposal fee on waste generators will be cushioned by the greater cost of providing collection service. For example, if disposal costs only account for 30% of the cost of collection service, increasing the disposal rate by 50% will only lead to a 15% increase in the cost of service to the generator. This assumes that the haulers will neither absorb or profit from the additional disposal cost. 231.SR.altematives.DA.4 2/6/91 L MENU OF SOURCE REDUCTION PROGRAM ALTERNATIVES Section Wastestream Applicability Number Alternamre Residermat ICI Rate Structure Modifications 4.3.1.1. Local waste disposal fee modifications X X 4.3.1.2 Quamity-based local user fees X X Economic Incentives 4.3.1.3 Loans. grants, and loan guarantees X 4.3.1.4 Deposits, refunds, and rebates X X 4.3.1.5 Business license fees X 4.3.1.6 Local taxes. fees. and fines X X 4.3.1.7 Advanced disposal fees X X Technical Assistance and Promotion 4.3.1.8 Waste evaluations X 4.3.1.9 Assistance with on-site composting and mulching activities X X 4.3.1.10 Technical assistance to businesses and industry and consumer organizations X X 4.3.1.11 Educational efforts X X 4.3.1.12 Awards and public recognition X X 4.3.1.13 Non -procurement source reduction activities X 4.3.1.14 Demonstration programs X X Regulatory Programs 4.3.1.15 Government procurement ordinances X 4.3.1.16 Incentives for land -use practices which promote source reduction X X 4.3.1.17 Required waste reduction planning by non-residential generators X 4.3.1.18 Product and packaging bans X X 23.1.SR.menu.0A.3 1/31/91 AGENDA NO. 1 ----------------- CITY OF DIAMOND BAR AGENDA REPORT ------------------ -- ------------------------------------------------------------ DATE: March 26, 1991 MEETING DATE. April 2, 1991 TO: Honorable Mayor and Members of the City Council FROM: Robert L. Van Nort, City Manager SUBJECT: Emergency Preparedness BACKGROUND During the past several months, staff has been working with the DBIA to develop a self-help approach to emergency preparedness. The attached proposal has been mutually developed and has the conceptual concurrence of City staff and the DBIA Board. RECOMMENDATION It is recommended to approve the concept as presented and authorize staff to proceed to encompass its provisions within the 1991-92 Fiscal Budget. (Narrative continued on next page if necessary) FISCAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number: Deficit: $ Revenue Source: - -- W-1 ----------------------- v ` - --- -' Robert L. Van Nort Andrew V. Arczynski Terrence L. Belange City Manager City Attorney Assistant City Manager 21660 EAST COPLEY DRIVE - SUITE 100 Ulm ' III DIAMOND BAR, CA 91765-4177 ;_ 714-860-2489 - FAX 714-861-3117 March 22, 1991 Robert Zirbes, President Diamond Bar Improvement Association P.O. Box 4085 Diamond Bar, CA 91765 f RE: Emerlrgenty Preparedness Services Proposal Dear Mr/� bes: It was pleasure to meet with you to discuss the oppor- tunities for the City and the DBIA to work together in the providing of emergency preparedness services to the com- munity. As we discussed, the City reviewed the February 23, 1991 DBIA proposal related to the development and implementation of a neighborhood emergency preparedness plan. While the scope of the proposal was ambitious, the proposal cost was surprisingly high ($32,000). 1 believe the development and implementation of a high quality neighborhood -based emer- gency preparedness plan can be created for a much more reasonable cost. I mentioned .to you that the City has some constraints placed on it regarding p4rchasing/proposal, as well as, personnel procedures. Beyond these, the City is also operating under very real financial limitations. At the same time, I understand that the DBIA does not want to engage in any activities that could place its non -tax status in jeopardy. Further, the DBIA would prefer to be involved in providing emergency preparedness services without incurring any financial obligation or potential conflicts of interest. With the interests of both our organizations in mind, I would like to take this opportunity to share with you the recommendations I shall be making regarding emergency preparedness: GARY H. WERNER JOHN A. FORBING PHYLLIS E. PAPEN DONALD C. NARDELLA JAY C. KIM ROBERT L. VAN NORT Mayor Mayor Pro Tem Councilmember Councilmember Councilmember City Manager CrrY OF DIAMOND BAR USES RECYCLED PAPER DBIA Robert Zirbes March 22, 1991 Page Two 1. The City recruit and retain a part-time employee, withpossible financial assistance from FEMA (up to 50% cost sharing), to develop a comprehensive plan for emergency preparedness services and a complete implementation program. It would be a two year contractual employee, with the under- standing that the program would be evaluated for its effectiveness and community acceptance. 2. After the emergency preparedness plan and implementation program is completed, the City, through its emergency preparedness person, and the DBIA, through an emergency preparedness liaison, will work together to develop a net- work of neighborhood volunteers, with and through whom the emergency preparedness plan will be implemented. 3. The City will be responsible for whatever financial obligations it undertakes in employing of personnel, plan development and implementa- tion, creation and printing of operational and public relations material, volunteer training, and other activities considered to be appro- priate. I would ask that you take the time to review these re- commendations. If you have any comments, concerns or recommendations, please let me know them as quickly as possible. I am looking forward to working with you and other members of the DBIA, in this most important community program. Sincely, Robert L. Van Nort City Manager RLVN:tlb