HomeMy WebLinkAboutAGR-7713.1 - NIEVES LANDSCAPE, LLC. - LANDSCAPE AMINTENANCE SERVICES FOR CITY PARKSFIRST AMENDMENT
TO
MAINTENANCE SERVICES AGREEMENT
[Landscape Maintenance Services for City Parks]
THIS FIRST AMENDMENT TO MAINTENANCE SERVICES AGREEMENT (the
“First Amendment”) is made and entered into as of ____ day of _________________, 2025 by and
between the CITY OF ORANGE, a municipal corporation (“City”), and NIEVES LANDSCAPE,
LLC, a Delaware limited liability company (“Contractor”), with reference to the following:
A. City and Contractor entered into a Maintenance Services Agreement (Agreement No.
7713) dated as of June 25, 2024, which is incorporated herein by this reference (the “Original
Agreement”); and
B. City and Contractor desire to amend the Original Agreement to modify, amend and
supplement certain portions of the Original Agreement by revising the Scope of Services and
decreasing the compensation.
NOW, THEREFORE, the parties hereby agree as follows:
Section 1. Defined Terms. Except as otherwise defined herein, all capitalized terms used
herein shall have the meanings set forth for such terms in the Original Agreement.
Section 2. Cross-References. City and Contractor agree that all references in this First
Amendment are deemed and construed to refer to the Original Agreement, as implemented by this
First Amendment.
Section 3 Revised Scope of Services. The Scope of Services, Section 1, Exhibit A and
Section 2.d, Exhibit B, of the Original Agreement, is hereby amended, modified and supplemented to
include the services described in Exhibit A-1, “Revised Scope of Services” attached hereto and
incorporated herein by this reference.
Section 4 Compensation. The total not-to-exceed compensation for the services to be
rendered as set forth in Section 2.c of the Original Agreement is decreased by SEVEN THOUSAND
EIGHT HUNDRED TWENTY-ONE DOLLARS and 06/100 ($7,821.06) and Section 2.c is hereby
amended in its entirety to read as follows:
“The total amount of compensation under this Agreement, including contingencies, shall
not exceed FOUR MILLION TWO HUNDRED EIGHTY-THREE THOUSAND
EIGHT HUNDRED SEVENTY-ONE DOLLARS and 11/100 ($4,283,871.11).”
Section 5. Authority of City Manager. Pursuant to Section 3.08.430 of the Orange
Municipal Code, the City Manager is authorized to approve and execute amendments to the Agreement
to adjust the compensation as provided herein.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
21st April
AGR-7713.1
2
Section 6. Integration. This First Amendment amends, as set forth herein, the Original
Agreement and, except as specifically amended hereby, the Original Agreement shall remain in full
force and effect. To the extent that there is any conflict or inconsistency between the ter ms and
provisions of this First Amendment and the terms and provisions of the Original Agreement, the terms
and provisions of this First Amendment shall control and govern the rights and obligations of the
parties.
IN WITNESS of this First Amendment, the parties enter into this First Amendment on the
year and day first above written.
“CONTRACTOR” “CITY”
NIEVES LANSCAPE, LLC, a Delaware CITY OF ORANGE, a municipal corporation
limited liability company
*By: By:
Printed Name: Thomas C. Kisela, City Manager
Title:
*By: ATTEST:
Printed Name:
Title:
Pamela Coleman, City Clerk
APPROVED AS TO FORM:
Nathalie Adourian
Senior Assistant City Attorney
*NOTE: If CONTRACTOR is a corporation, the City requires the following signature(s):
-- (1) the Chairman of the Board, the President or a Vice-President, AND (2) the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an
Assistant Treasurer. If only one corporate officer exists or one corporate officer
holds more than one corporate office, please so indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into this
Agreement. A copy of the corporate resolution, certified by the Secretary close in
time to the execution of the Agreement, must be provided to the City.
√
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
President
Greg Nieves
EXHIBIT “A-1”
REVISED SCOPE OF SERVICES
[Behind this page.]
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Base Bid Contingency Total
Year 1: 7/2024 through 6/2025 944,880.48$ 94,488.05$ 1,039,368.53$
Year 2: 7/2024 through 6/2026 963,778.20$ 96,377.82$ 1,060,156.02$
Year 3: 7/2024 through 6/2027 983,054.28$ 98,305.43$ 1,081,359.71$
Year 4: 7/2024 through 6/2028 1,002,715.32$ 100,271.53$ 1,102,986.85$
Total Compensation Up to 4,283,871.11$
Compensation for Nieves Landscape, Inc.
Landscape Maintenance Services for City Parks (RFP 23-24.33)
Four Year Term
July 1, 2024 through June 30, 2028
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
PROPOSAL SCHEDULE FOR BID SCOPE OF WORK
Total of Yearly Full-time contract (23 City park sites): 9,716,336 s.f. / 223.06 acres
Full-Time Park Sites: Year 1 (July 1, 2024-June 30, 2025)
All proposers shall provide monthly and yearly cost for maintaining the contract park sites as listed on the following schedule:
1. Belmont Park: Sub-total proposal contract amount.
Total cost per month: $_______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $_______________________________________
(________________________________________________________________)
Word Form
2. Eisenhower Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
3. El Camino Real Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
4. El Modena Basin Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
5. El Modena Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
1,466.78
One thousand four hundred sixty-six and 78/100 dollars
17,601.36
Seventeen thousand six hundred one and 36/100 dollars
7,237.13
Seven thousand two hundred thirty-seven and 13/100 dollars
86,845.56
Eighty-six thousand eight hundred forty-five and 56/100 dollars
5,148.30
Five thousand one hundred forty-eight and 30/100 dollars
61,779.60
Sixty-one thousand seven hundred seventy-nine and 60/100 dollars
984.75
Nine hundred eighty-four and 75/100 dollars
11,817.00
Eleven thousand eight hundred seventeen and 00/100 dollars
3,925.83
Three thousand nine hundred twenty-five and 83/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
6. Fred Barrera Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
7. Grijalva Park and Sports Center: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
8. Handy Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
9. Hart Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
10. Killefer Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
47,109.96
Forty-seven thousand one hundred nine and 96/100 dollars
1,189.59
One thousand one hundred eighty-nine and 59/100 dollars
14,275.08
Fourteen thousand two hundred seventy-five and 08/100 dollars
6,390.51
Six thousand three hundred ninety and 51/100 dollars
76,686.12
Seventy-six thousand six hundred eighty-six and 12/100 dollars
3,925.83
Three thousand nine hundred twenty-five and 83/100 dollars
47,109.96
Forty-seven thousand one hundred nine and 96/100 dollars
10,422.52
Ten thousand four hundred twenty-two and 52/100 dollars
125,070.24
One hundred twenty-five thousand seventy and 24/100 dollars
2,636.64
Two thousand six hundred thirty-six and 64/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
11. La Veta Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
12. McPherson Athletic Facility: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
13. Olive Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
14. Pitcher Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
15. Santiago Hills Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
31,639.68
Thirty-one thousand six hundred thirty-nine and 68/100 dollars
978.17
Nine hundred seventy-eight and 17/100 dollars
11,738.04
Eleven thousand seven hundred thirty-eight and 04/100 dollars
5,518.52
Five thousand five hundred eighteen and 52/100 dollars
66,222.24
Sixty-six thousand two hundred twenty-two and 24/100 dollars
3,429.70
Three thousand four hundred twenty-nine and 70/100 dollars
41,156.40
Forty-one thousand one hundred fifty-six and 40/100 dollars
1,027.03
One thousand twenty-seven and 03/100 dollars
12,324.36
Twelve thousand three hundred twenty-four and 36/100 dollars
3,806.49
Three thousand eight hundred six and 49/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
16. Serrano Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
17. Shaffer Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
18. Steve Ambriz Memorial Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
19. Veterans Memorial at Depot Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
20. Yorba Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
45,677.88
Forty-five thousand six hundred seventy-seven and 88/100 dollars
2,511.67
Two thousand five hundred eleven and 67/100 dollars
30,140.04
Thirty thousand one hundred forty and 04/100 dollars
3,489.83
Three thousand four hundred eighty-nine and 83/100 dollars
41,877.96
Forty-one thousand eight hundred seventy-seven and 96/100 dollars
5,366.30
Five thousand three hundred sixty-six and 30/100 dollars
64,395.60
Sixty-four thousand three hundred ninety-five and 60/100 dollars
605.13
Six hundred five and 13/100 dollars
7,261.56
Seven thousand two hundred sixty-one and 56/100 dollars
5,432.08
Five thousand four hundred thirty-two and 08/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
21. Santiago Creek Bike Trail: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
22. Plaza Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
23. Cerro Villa Open Space: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
24. Olive Park Parking Lot: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
Total Contract Area Park Sites Year 1 Proposal Contract Amount:
Total Cost for Year 1, twelve (12) months of contract for Park Sites:
$___________________________________
(_________________________________________________________________)
Word Form
65,184.96
Sixty-five thousand one hundred eighty-four and 96/100 dollars
2,187.49
Two thousand one hundred eighty-seven and 49/100 dollars
26,249.88
Twenty-six thousand two hundred forty-nine and 88/100 dollars
692.52
Six hundred ninety-two and 52/100 dollars
8,310.24
Eight thousand three hundred ten and 24/100 dollars
63.90
Sixty-three and 90/100 dollars
766.80
Seven hundred sixty-six and 80/100 dollars
303.33
Three hundred three and 33/100 dollars
3,639.96
Three thousand six hundred thirty-nine and 96/100 dollars
944,880.48
Nine hundred forty-four thousand eight hundred eighty and 48/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Full-Time Park Sites: Year 2 (July 1, 2025-June 30, 2026)
1. Belmont Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
2. Eisenhower Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
3. El Camino Real Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
4. El Modena Basin Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
5. El Modena Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
1,496.12
One thousand four hundred ninety-six and 12/100 dollars
17,953.44
Seventeen thousand nine hundred fifty-three and 44/100 dollars
7,381.87
Seven thousand three hundred eighty-one and 87/100 dollars
88,852.44
Eighty-eight thousand eight hundred fifty-two and 44/100 dollars
5,251.27
Five thousand two hundred fifty-one and 27/100 dollars
63,015.24
Sixty-three thousand fifteen and 24/100 dollars
1,004.45
One thousand four and 45/100 dollars
12,053.40
Twelve thousand fifty-three and 40/100 dollars
4,004.35
Four thousand four and 35/100 dollars
48,052.20
Forty-eight thousand fifty-two and 20/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
6. Fred Barrera Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
7. Grijalva Park and Sports Center: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
8. Handy Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
9. Hart Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
10. Killefer Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
1,213.38
One thousand two hundred thirteen and 38/100 dollars
14,560.56
Fourteen thousand five hundred sixty and 56/100 dollars
6,518.32
Six thousand five hundred eighteen and 32/100 dollars
78,219.84
Seventy-eight thousand two hundred nineteen and 84/100 dollars
4,004.35
Four thousand four and 35/100 dollars
48,052.20
Forty-eight thousand fifty-two and 20/100 dollars
10,630.97
Ten thousand six hundred thirty and 97/100 dollars
127,571.64
One hundred twenty-seven thousand five hundred seventy-one and 64/100 dollars
2,689.37
Two thousand six hundred eighty-nine and 37/100 dollars
32,272.44
Thirty-two thousand two hundred seventy-two and 44/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
11. La Veta Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
12. McPherson Athletic Facility: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
13. Olive Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
14. Pitcher Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
15. Santiago Hills Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
997.73
Nine hundred ninety-seven and 73/100 dollars
11,972.76
Eleven thousand nine hundred seventy-two and 76/100 dollars
5,628.89
Five thousand six hundred twenty-eight and 89/100 dollars
67,546.68
Sixty-seven thousand five hundred forty-six and 68/100 dollars
3,498.29
Three thousand four hundred ninety-eight and 29/100 dollars
41,979.48
Forty-one thousand nine hundred seventy-nine and 48/100 dollars
1,047.57
One thousand forty-seven and 57/100 dollars
12,570.84
Twelve thousand five hundred seventy and 84/100 dollars
3,882.62
Three thousand eight hundred eighty-two and 62/100 dollars
46,591.44
Forty-six thousand five hundred ninety-one and 44/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
16. Serrano Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
17. Shaffer Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
18. Steve Ambriz Memorial Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
19. Veterans Memorial at Depot Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
20. Yorba Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
2,561.90
Two thousand five hundred sixty-one and 90/100 dollars
30,742.80
Thirty thousand seven hundred forty-two and 80/100 dollars
3,559.63
Three thousand five hundred fifty-nine and 63/100 dollars
42,715.56
Forty-two thousand seven hundred fifteen and 56/100 dollars
5,473.63
Five thousand four hundred seventy-three and 63/100 dollars
65,683.56
Sixty-five thousand six hundred eighty-three and 56/100 dollars
617.23
Six hundred seventeen and 23/100 dollars
7,406.76
Seven thousand four hundred six and 76/100 dollars
5,540.72
Five thousand five hundred forty and 72/100 dollars
66,488.64
Sixty-six thousand four hundred eighty-eight and 64/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
21. Santiago Creek Bike Trail: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
22. Plaza Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
23. Cerro Villa Open Space: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
24. Olive Park Parking Lot: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
Total Contract Area Park Sites Year 2 Proposal Contract Amount:
Total Cost for Year 2, twelve (12) months of contract for Park Sites:
$___________________________________
(_________________________________________________________________)
Word Form
2,231.24
Two thousand two hundred thirty-one and 24/100 dollars
26,774.88
Twenty-six thousand seven hundred seventy-four and 88/100 dollars
706.37
Seven hundred six and 37/100 dollars
8,476.44
Eight thousand four hundred seventy-six and 44/100 dollars
65.18
Sixty-five and 18/100 dollars
782.16
Seven hundred eighty-two and 16/100 dollars
309.40
Three hundred nine and 40/100 dollars
3,712.80
Three thousand seven hundred twelve and 80/100 dollars
963.778.20
Nine hundred sixty-three thousand seven hundred seventy-eight and 20/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Full-Time Park Sites: Year 3 (July 1, 2026-June 30, 2027)
1. Belmont Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
2. Eisenhower Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
3. El Camino Real Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
4. El Modena Basin Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
5. El Modena Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
1,526.04
One thousand five hundred twenty-six and 04/100 dollars
18,312.48
Eighteen thousand three hundred twelve and 48/100 dollars
7,529.51
Seven thousand five hundred twenty-nine and 51/100 dollars
90,354.12
Ninety thousand three hundred fifty-four and 12/100 dollars
5,356.30
Five thousand three hundred fifty-six and 30/100 dollars
64,275.60
Sixty-four thousand two hundred seventy-five and 60/100 dollars
1,024.54
One thousand twenty-four and 54/100 dollars
12,294.48
Twelve thousand two hundred ninety-four and 48/100 dollars
4,084.44
Four thousand eighty-four and 44/100 dollars
49,013.28
Forty-nine thousand thirteen and 28/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
6. Fred Barrera Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
7. Grijalva Park and Sports Center: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
8. Handy Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
9. Hart Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
10. Killefer Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
1,237.65
One thousand two hundred thirty-seven and 65/100 dollars
14,851.80
Fourteen thousand eight hundred fifty-one and 80/100 dollars
6,648.69
Six thousand six hundred forty-eight and 69/100 dollars
79,784.28
Seventy-nine thousand seven hundred eighty-four and 28/100 dollars
4,084.44
Four thousand eighty-four and 44/100 dollars
49,013.28
Forty-nine thousand thirteen and 28/100 dollars
10,843.59
Ten thousand eight hundred forty-three and 59/100 dollars
130,123.08
One hundred thirty thousand one hundred twenty-three and 08/100 dollars
2,743.16
Two thousand seven forty-three and 16/100 dollars
32,917.92
Thirty-two thousand nine hundred seventeen and 92/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
11. La Veta Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
12.McPherson Athletic Facility: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
13.Olive Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
14.Pitcher Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
15. Santiago hills Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
1,017.68
One thousand seventeen and 68/100 dollars
12,212.16
Twelve thousand two hundred twelve and 16/100 dollars
5,741.47
Five thousand seven hundred forty-one and 47/100 dollars
68,897.64
Sixty-eight thousand eight hundred ninety-seven and 64/100 dollars
3,568.26
Three thousand five hundred sixty-eight and 26/100 dollars
42,819.12
Forty-two thousand eight hundred nineteen and 12/100 dollars
1,068.52
One thousand sixty-eight and 52/100 dollars
12,822.24
Twelve thousand eight hundred twenty-two and 24/100 dollars
3,960.27
Three thousand nine hundred sixty and 27/100 dollars
47,523.24
Forty-seven thousand five hundred twenty-three and 24/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
16. Serrano Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
17. Shaffer Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
18. Steve Ambriz Memorial Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
19. Veterans Memorial at Depot Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
20. Yorba Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
2,613.14
Two thousand six hundred thirteen and 14/100 dollars
31,357.68
Thirty-one thousand three hundred fifty-seven and 68/100 dollars
3,630.82
Three thousand six hundred thirty and 82/100 dollars
43,569.84
Forty-three thousand five hundred sixty-nine and 84/100 dollars
5,583.14
Five thousand five hundred eighty-three and 14/100 dollars
66,997.68
Sixty-six thousand nine hundred ninety-seven and 68/100 dollars
629.57
Six hundred twenty-nine and 57/100 dollars
7,554.84
Seven thousand five hundred fifty-four and 84/100 dollars
5,651.53
Five thousand six hundred fifty-one and 53/100 dollars
67,818.36
Sixty-seven thousand eight hundred eighteen and 36/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
21. Santiago Creek Bike Trail: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
22. Plaza Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
23. Cerro Villa Open Space: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
24. Olive Park Parking Lot: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
Total Contract Area Park Sites Year 3 Proposal Contract Amount:
Total Cost for Year 3, twelve (12) months of contract for Park Sites:
$___________________________________
(_________________________________________________________________)
Word Form
2,275.86
Two thousand two hundred seventy-five and 86/100 dollars
27,310.32
Twenty-seven thousand three hundred ten and 32/100 dollars
720.50
Seven hundred twenty and 50/100 dollars
8,646.00
Eight thousand six hundred forty-six and 00/100 dollars
66.48
Sixty-six and 48/100 dollars
797.76
Seven hundred ninety-seven and 76/100 dollars
315.59
Three hundred fifteen and 59/100 dollars
3,787.08
Three thousand seven hundred eighty-seven and 08/100 dollars
983,054.28
Nine hundred eighty-three thousand fifty-four and 28/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Full-Time Park Sites: Year 4 (July 1, 2027-June 30, 2028)
1. Belmont Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
2. Eisenhower Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
3. El Camino Real Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
4. El Modena Basin Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
5. El Modena Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
1,556.56
One thousand five hundred fifty-six and 56/100 dollars
18,678.72
Eighteen thousand six hundred seventy-eight and 72/100 dollars
7,680.10
Seven thousand six hundred eighty and 10/100 dollars
92,161.20
Ninety-two thousand one hundred sixty-one and 20/100 dollars
5,463.43
Five thousand four hundred sixty-three and 43/100 dollars
65,561.16
Sixty-five thousand five hundred sixty-one and 16/100 dollars
1,045.03
One thousand forty-five and 03/100 dollars
12,540.36
Twelve thousand five hundred forty and 36/100 dollars
4,166.13
Four thousand one hundred sixty-six and 13/100 dollars
49,993.56
Forty-nine thousand nine hundred ninety-three and 56/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
6. Fred Barrera Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
7. Grijalva Park and Sports Center: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
8. Handy Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
9. Hart Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
10. Killefer Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
1,262.40
One thousand two hundred sixty-two and 40/100 dollars
15,148.80
Fifteen thousand one hundred forty-eight and 80/100 dollars
6,781.66
Six thousand seven hundred eighty-one and 66/100 dollars
81,379.92
Eighty-one thousand three hundred seventy-nine and 92/100 dollars
4,166.13
Four thousand one hundred sixty-six and 13/100 dollars
49,993.56
Forty-nine thousand nine hundred ninety-three and 56/100 dollars
11,060.46
Eleven thousand sixty and 46/100 dollars
132,725.52
One hundred thirty-two thousand seven hundred twenty-five and 52/100 dollars
2,798.02
Two thousand seven hundred ninety-eight and 02/100 dollars
33,576.24
Thirty-three thousand five hundred seventy-six and 24/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
11. La Veta Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
12. McPherson Athletic Facility: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
13. Olive Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
14. Pitcher Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
15. Santiago hills Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
1,038.03
One thousand thirty-eight and 03/100 dollars
12,456.36
Twelve thousand four hundred fifty-six and 36/100 dollars
5,856.30
Five thousand eight hundred fifty-six and 30/100 dollars
70,275.60
Seventy thousand two hundred seventy-five and 60/100 dollars
3,639.63
Three thousand six hundred thirty-nine and 63/100 dollars
43,675.56
Forty-three thousand six hundred seventy-five and 56/100 dollars
1,089.89
One thousand eighty-nine and 89/100 dollars
13,078.68
Thirteen thousand seventy-eight and 68/100 dollars
4,039.48
Four thousand thirty-nine and 48/100 dollars
48,473.76
Forty-eight thousand four hundred seventy-three and 76/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
16. Serrano Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
17. Shaffer Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
18. Steve Ambriz Memorial Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
19. Veterans Memorial at Depot Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
20. Yorba Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
2,665.40
Two thousand six hundred sixty-five and 40/100 dollars
31,984.80
Thirty-one thousand nine hundred eighty-four and 80/100 dollars
3,703.44
Three thousand seven hundred three and 44/100 dollars
44,441.28
Forty-four thousand four hundred forty-one and 28/100 dollars
5,694.80
Five thousand six hundred ninety-four and 80/100 dollars
68,337.60
Sixty-eight thousand three hundred thirty-seven and 60/100 dollars
642.16
Six hundred forty-two and 16/100 dollars
7,705.92
Seven thousand seven hundred five and 92/100 dollars
5,764.56
Five thousand seven hundred sixty-four and 56/100 dollars
69,174.72
Sixty-nine thousand one hundred seventy-four and 72/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
21. Santiago Creek Bike Trail: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per twelve (12) months: $___________________________________
(________________________________________________________________)
Word Form
22. Plaza Park: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
23. Cerro Villa Open Space: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
24. Olive Park Parking Lot: Sub-total proposal contract amount.
Total cost per month: $______________________________________________
(________________________________________________________________)
Word Form
Total cost per Twelve (12) months: $______________________________________
(________________________________________________________________)
Word Form
Total Contract Area Park Sites Year 4 Proposal Contract Amount:
Total Cost for Year 4, twelve (12) months of contract for Park Sites:
$___________________________________
(_________________________________________________________________)
Word Form
2,321.38
Two thousand three hundred twenty-one and 38/100 dollars
27,856.56
Twenty-seven thousand eight hundred fifty-six and 56/100 dollars
734.91
Seven hundred thirty-four and 91/100 dollars
8,818.92
Eight thousand eight hundred eighteen and 92/100 dollars
67.81
Sixty-seven and 81/100 dollars
813.72
Eight hundred thirteen and 72/100 dollars
321.90
Three hundred twenty-one and 90/100 dollars
3,862.80
Three thousand eight hundred sixty-two and 80/100 dollars
1,002,715.32
One million two thousand seven hundred fifteen and 32/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
GRAND TOTAL 4 -Year Program Contract
All Landscape Maintenance Services for City Parks, a four year program total proposal contract amount; sum total
the grand total of all four years, for all categories of landscape maintenance services presented throughout this section
herein above.
Grand total 4-year program of all landscape maintenance services for City Parks:
$___________________________________
(_________________________________________________________________)
Word Form
3,894,428.28
Three million eight hundred ninety-four thousand four hundred twenty-eight and 28/100 dollars
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
LANDSCAPE MAINTENANCE SPECIFICATIONS FOR CITY PARKS
INTRODUCTION
The work and services to be provided by the contractor selected through the proposal process will include
all plant care, surface drainage care, hardscape care, grounds maintenance care, and tot lot/sandlot care
generally depicted on the attached park site landscape inventories.
SERVICE & PARK SITES LISTINGS
A) Yearly Full-time Park Sites
1. Belmont Park
4536 E. Via Escola Avenue
12. La Veta Park
3705 E. La Veta Avenue
2. Cerro Villa Open Space
Southwest Corner of Goldenrod Lane
And Crest de Ville Avenue
13. McPherson Athletic Facility
333. S. Prospect Avenue
3. Eisenhower Park
2894 North Tustin Street
14. Olive Park
2841 N. Glassell Street
4. El Camino Real Park
400 N. Main Street
15. Pitcher Park
204 S. Cambridge Avenue
5. El Modena Park
555 S. Hewes Street
16. Santiago Hills Park
8040 E. White Oak Ridge
6. El Modena Basin Park
4343 East Jordan Avenue
17. Serrano Park
2349 Apache Creek Drive
7. Fred Barrera Park
8511 E. Serrano Avenue
18. Shaffer Park
1930 N. Shaffer Street
8. Grijalva Park and Sports Center
368 N. Prospect Avenue Bldg. A
19. Steve Ambriz Memorial Park
611 Riverbend Parkway
9. Grijalva Park Sports Center
368 N. Prospect Avenue Bldg. B
20. Veterans Memorial at Depot Park
100 N. Atchison Street
9. Handy Park
2143 E. Oakmont Avenue
21. Yorba Park
190 S. Yorba Drive
10. Hart Park
701 S. Glassell Street
22. Santiago Creek Bike Trail
22 Freeway. to Prospect & Collins Ave. Curve;
Wanda and Collins Ave. intersection to Trail
In intersection at Santiago Creek Hewes & Villa Park
Rd/Santiago Canyon Rd to Orange County Trail Staging
Area on Cannon St. including vacant lot across from 2905
Walnut.
11. Killefer Park
615 N. Lemon Street
24. Plaza Park
Orange Plaza
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
SCOPE OF WORK
The aforementioned park site locations may be referred to herein collectively and interchangeably as the
“Contract Area” or the “park sites”. The corresponding landscape inventories included combined with
specific work tasks, listed below, are to be maintained for the entire Contract Area. Refer to the contract
specifications contained further on in this document for general procedures and specified park landscape
maintenance requirements.
1. Contract Area Maintenance Services
The Contractor shall provide, but not limited to, the following maintenance services:
1. Weed Control
2. Turf Care
3. Ground Cover Care
4. Tree Care
5. Shrub and Vine Care
6. California Native Plant Material Care
7. Native Weeds and Grass Clearing
8. Pest/ Vertebrate/ Disease Control
9. Grounds Maintenance Care
10. Litter/Trash Collection and Disposal
11. Walkways and Hardscape Cleaning
12. Surface Drainage Facilities
13. Seasonal Color Care
14. Tot Lot and Sandlot Care
The Contractor shall perform various work tasks on a daily basis five (5) days per week, (Monday
through Friday), or more often as necessary, between the hours of 7:00 a.m. – 3:30 p.m., in order to
provide a complete service level of park landscape maintenance for each Park Site.
2. Maintenance Services on Saturdays, Sundays, and Holidays
The Contractor shall provide limited park landscape maintenance services on Saturdays, Sundays and
Holidays, between the hours of 7:00 a.m.–10:00 a.m. Litter/trash collection and disposal, and Tot Lot
and Sandlot care shall be completed by 9:00 a.m. Other maintenance services are as follows:
1. Grounds Maintenance Care
2. Litter/Trash Collection and Disposal
3. Walkways and Hardscape Care
4. Tot Lot and Sandlot Care
3. Seasonal Additional Landscape Maintenance Services at El Camino Park, Hart Park,
Eisenhower Park.
The Contractor shall provide additional park landscape maintenance services on Sundays and
Mondays during summer months, Holidays, and the day following each Holiday, between the hours
of 7:00 a.m. – 10:00 a.m. Holidays and summer month weekends observed under this specification
are Easter Weekend, Memorial Day Weekend, all weekends from June through August, inclusive, and
Labor Day Weekend. Maintenance service is limited to litter/trash collection and disposal, cleaning
picnic shelters, washing picnic tables, and air sweeping. All work shall be completed by 10:00 a.m.
of each workday.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
PARK SITE LANDSCAPE INVENTORY
NOTE: Park site landscape inventories documented herein are estimates only. The Contractor shall be
responsible for determining actual quantities and costs for providing park landscape maintenance services
to the City of Orange.
A) Yearly Full-time Park Sites:
1. SITE: Belmont Park
LOCATION: 4536 E. Via Escola Avenue
Plant Material:
Turf: 66,212 sq. ft. /1.52 acres
Groundcover/Shrubs: 13,068 sf /0.3 acres
Hardscape:
Walks/Paving/Picnic Slabs: 8,135 sq. ft. /0.18 acre
Tot Lot/Wood Chips: 4125 sq. ft./.09 acre
Belmont Park Total Park Site Area:108,900 sq. ft. /2.5 acre
2. SITE: Cerro Villa Open Space
LOCATION: Southwest Corner of East Goldenrod Lane and Crest de Ville Avenue
Open Space:
11 acres (daily litter control only per M-16 Grounds Maintenance Care)
3. SITE: Eisenhower Park
LOCATION: 2894 N. Tustin Street
Plant Material:
Turf: 509,497 sq. ft. /11.7 acres
Groundcover/Shrubs: 156,893 sq. ft. /3.6 acres
Hardscape
Walks/Paving/Picnic Slabs: 109,426 sq. ft. /2.52acres
Tot Lot Wood Chips: 6,270 sq. ft. /0.14 acres
Eisenhower Park Total Park Site Area: 993,604 sq. ft. /22.81 acres
2.6-acre water feature not included in this contract
4. SITE: El Camino Park
LOCATION: 400 N. Main Street
Plant Material:
Sports Turf: 140,742 sq. ft. /3.23 acres
Passive Turf: 231,414 sq. ft. /5.31 acres
Groundcover/Shrubs: 2,613 sq. ft. /0.06 acres
Hardscape:
Walks/Paving/Shelter/Sports Court 194,815 sq. ft. /4.47acres
Tot Lot Wood Chips: 4,773 sq. ft. /0.11 acres
El Camino Park Total Park Site Area: 813,265 sq. ft. /18.67 acres
5. SITE: El Modena Park
LOCATION: 555 S. Hewes Street
Plant Material
Sports Turf: 91,966 sq. ft. /2.11 acres
Passive Turf: 221,378 sq. ft. /5.08 acres
Groundcover/Shrubs: 13,112 sq. ft. /0.301
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Hardscape
Walks/Paving/Concrete/Parking Lot 56.069 sq. ft. /1.29 acres
Tot Lot Rubberized: 3,176 sq. ft. / 0.7 acres
El Modena Park Total Park Site Area: 405,979 sq. ft. /9.32 acres
6. SITE: El Modena Basin
LOCATION: 4343 E. Jordan Avenue
Plant Material
Turf: 300,956 sq. ft. /6.91 acres
El Modena Basin Total Park Site Area: 321,037 sq. ft. /7.37 acres
Does not include the water retention basin managed by Irvine Ranch Water District
7. SITE: Fred Barrera Park
LOCATION: 8511 E. Serrano Avenue
Plant Material
Turf: 19,732 sq. ft. / 0.45 acres
Groundcover/Shrubs: 25,268 sq. ft. / 0.58 acres
Hardscape
Walks/Paving/Parking Lot Total: 18,245 sq. ft. / 0.42 acres
Tot Lot Rubberized: 3,944 sq. ft. / 0.09acres
Fred Barrera Park Total Park Site Area: 130,680 sq. ft. / 3.0 acre
8. SITE: Grijalva Park
LOCATION: 368 N. Prospect Avenue
Plant Material
Sports Turf: 437,176 sq. ft. /10.04 acres
Passive Turf: 236,260 sq. ft. /5.42 acres
Groundcover/Shrubs: 40,340 sq. ft./0.93 acres
Hardscape
Walks/Paving/Pkg. Lot Total: 177,124 sq. ft. / 4.07 acres
Basketball Court: 177,124 sq. ft./4.07 acres
Sand Volleyball Court: 2,800 sq. ft./ 0.06 acres
Tot Lot/Wood Chips: 6,900 sq. ft. / 0.16 acres
Grijalva Park Total Park Site Area: 653, 400 sq. ft. /15.0 acres
9. SITE: Grijalva Sports Center
LOCATION: 368 N. Prospect Avenue
Plant Material
Turf: 136,700 sq. ft. / 3.1 acres
Groundcover/Shrubs: 69,320 sq. ft. / 1.6 acres
Wildflower Fields: 347,950 sq. ft. / 8.0 acres
Hardscape
Pavers/Pavement: 41,920 sq. ft. / 0.96 acres
Parking Lot: 62,590 sq. ft. / 1.4 acres
DG Paths/Drives: 26,400 sq. ft. / 0.6 acres
Grijalva Sports Center Total Park Site Area: 684,880 sq. ft. / 16.26 acres
10. SITE: Handy Park
LOCATION: 2143 E. Oakmont Avenue
Plant Material
Sports Turf: 79,303 sq. ft. /1.82 acres
Passive Turf: 167,243 sq. ft. /3.84 acres
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Groundcover/Shrubs: 8,800 sq. ft. /0.202 acres
Hardscape
Walks/Paving/Bleachers/Pkg. Lot Total: 60,984 sq. ft. /1.40 acres
Sand Volleyball Court: 5,600 sq. ft. / 0.12 acres
Tot Lot: 5,695 sq. ft. /0.13 acres
Handy Park Total Park Site Area: 318,427 sq. ft. /7.31 acres
11. SITE: Hart Park
LOCATION: 701 S. Glassell Street (including armory)
Plant Material
Sports Turf: 187,852 sq. ft. /4.31 acres
Passive Turf: 1,096,201 sq. ft. /25.16 acres
Sand Volleyball Courts: 5,600 sq. ft/ 0.12 acres
Groundcover/Shrubs: 68,739 sq. ft. /1.58 acres
Hardscape
Walks/Paving/Parking/Sports Court Total: 461,757 sq. ft. /10.6 acres
Tot Lot: 7,164 sq. ft. /0.16 acres
Hart Park Total Park Site Area: 1,819,066 sq. ft. /41.76 acres
12. SITE: Killefer Park
LOCATION: 615 N. Lemon Street
Plant Material
Turf: 174,240 sq. ft. /4.00 acres
Groundcover/Shrubs: 1,002 sq. ft. /0.023 acres
Hardscape
Walks/Paving/Sports Courts/Parking Lot Total: 25,768 sq. ft. /0.59 acres
Tot Lot: 3,441 sq. ft. /0.08 acres
Killefer Park Total Park Site Area: 215,622 sq. ft. /4.95 acres
13. SITE: La Veta Park
LOCATION: 3705 E. La Veta Avenue
Plant Material
Turf: 54,960 sq. ft. /1.26 acres
Groundcover/Shrubs: 3,456 sq. ft. /0.08 acres
Tot Lot/Wood Chip: 5,742 sq. ft. /0.13 acres
Hardscape
Walks/Paving/Shelter/Sports Courts Total: 11,260 sq. ft. /0.26 acres
La Veta Park Total Park Site Area:70,567 sq. ft. /1.62 acres
14. SITE: McPherson Athletic Facility
LOCATION: 333 S. Prospect Street
Plant Material
Passive Turf: 26,136 sq. ft. / 0.61 acre
Sports Turf: 447,913 sq. ft. /10.28 acres
Groundcover/Shrubs: 13,504 sq. ft. /0.31 acre
Hardscape
Walks/Paving/Parking Lot Total: 99,450 sq. ft. /2.28 acres
Bullpens/Batting cages: 4,356 sq. ft. /0.1 acre
Jogging Path: 11,235 sq. ft./0.26
Tot Lot/Woodchips: 9,003 sq. ft. /0.21 acre
McPherson Athletic Facility Total Park Site Area: 584,140 sq. ft. /13.41 acres
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
15. SITE: Olive Park
LOCATION: 2841 N. Glassell Street
Plant Material
Sports Turf: 124,430 sq. ft. /2.86 acres
Passive Turf: 73,484 sq. ft. /1.69 acres
Groundcover/Shrubs: 5,663 sq. ft. /0.13 acres
Hardscape
Walks/Paving/Shelter/Bleachers Total:162765 sq. ft. /3.74 acres
Tot Lot/Wood Chips: 3118 sq. ft. /0.07 acres
Parking Lot Base Material 23,635 sq. ft./0.54 acres
Olive Park Total Park Site Area: 349,351 sq. ft. / 8.02 acres
16. SITE: Pitcher Park
LOCATION: 204 S. Cambridge Avenue
Plant Material
Turf: 1,792 sq. ft. /0.04 acres
Groundcover/Shrubs: 13,309 sq. ft. /0.31 acres
Hardscape
Walks/Paving/Shelter/ Total: 6,236 sq. ft. /0.14 acres
Pitcher Park Total Park Site Area: 21,780 sq. ft. /0.05 acres
17. SITE: Santiago Hills Park
LOCATION: 8040 E. White Oak Ridge
Plant Material
Turf: 283,576 sq. ft. /6.51 acres
Groundcover/Shrubs: 9,583 sq. ft. /0.22
Hardscape
Walks/Paving/Sports Ct./Shelter/ Parking Lot/Sand Volleyball Court 2,800 sq. ft./ 0.06 acres
Tot Lot/Wood Chip: 3,850 sq. ft. /0.09 acres
Santiago Hills Park Total Park Site Area: 346,302 sq. ft. /7.95 acres
18. SITE: Serrano Park
LOCATION: 2349 Apache Creek Drive
Plant Material
Turf: 123,038 sq. ft. / 2.82 acres
Sand Volleyball pit: 1,900 sq. ft. / 0.04 acres
Groundcover/Shrubs: 9,389 sq. ft. / 0.22 acres
Hardscape
Walks/Paving/Parking Lot Total: 37,734 sq. ft. / 0.87 acres
Rubberized Tot Lot:,955 sq. ft. / 0.1 acres
Serrano Park Total Park Site Area: 174,240 sq. ft. / 4.0 acres
19. SITE: Shaffer Park
LOCATION: 1930 N. Shaffer Street
Plant Material
Sports Turf: 101,050 sq. ft. /2.32 acres
Passive Turf: 164,666 sq. ft. /3.78 acres
Groundcover/Shrubs: 15,682 sq. ft. /0.36 acres
Hardscape
Walks/Paving/Shelters/Bleacher Total: 46,500 sq. ft./1.06 acres
Tot Lot/Wood Chip: 10,530 sq. ft. /0.24 acres
Shaffer Park Total Park Site Area: 318,859 sq. ft. /7.32 acres
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
20. SITE: Steve Ambriz Memorial Park
LOCATION: 610 Riverbend Parkway
Plant Material
Sports Turf: 200,068 sq. ft. /4.59 acres
Passive Turf: 69,270 sq. ft. /1.59 acres
Groundcover/Shrubs: 89,883 sq. ft. /2.06 acres
Hardscape
Walks/Paving/Shelters/Bleacher Total: 52,052 sq. ft./1.19 acres
DG Path 5 ft. wide: 2481 sq. ft. / 0.056 acres
Tot Lot Rubberized: 11,088 sq. ft. /0.25 acres
Steve Ambriz Memorial Park Total Park Site Area: 457,380 sq. ft. /10.5 acres
21. SITE: Veterans’ Memorial at Depot Park
LOCATION: 100 N. Atchison Street
Plant Material
Turf: 16,117 sq. ft. /0.37acres
Groundcover/Shrubs: 3,049 sq. ft. /0.07 acres
Hardscape
Walks/Paving/Parking Lot Total: 14,549 sq. ft. /0.48 acres
Veterans’ Memorial at Depot Park Total Park Site Area: 19,166 sq. ft. /0.44 acres
22. SITE: Yorba Park
LOCATION: 190 S. Yorba Street
Plant Material
Sports Turf (Dog Park): 98,922 sq. ft./2.27 acres
Passive Turf 168,337sq. ft./3.86 acres
Groundcover/Shrubs: 36,201 sq. ft./.83 acres
Hardscape
Walks/Paving/Parking Lot Total: 52,708 sq. ft./1.21 acres
Yorba Park Total Park Site Area: 372,003 sq. ft. /8.54 acres
23. SITE: Santiago Creek Bike Trail
Trail Tread: 6 miles paved bike trail
Plant Material: 7.27 Acres Wildflower Total: 316,800 sq. ft.
Vacant Lot: 20,000 sq. ft.
24. SITE: Plaza Park
LOCATION: Orange Plaza
Plant Materials
Turf: 8,675 sq. ft./.16 acres
Groundcover/Shrubs 8,950/.21 acres
Hardscape
Walkways 9,945 sq. ft./.23 acres
Plaza Park Total Park Site Area: 27,570 sq. ft./.63 acres
Yearly Full-time Park Sites (1 through 23);
Square Footage and Acreage Totals
I. Plant Material Totals
A. Turf sub-total: 6,059,306 sq. ft. / 139.10 acres
B. Passive Turf Total: 4,149,884 sq. ft. / 95.26 acres
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
C. Sports Turf Total: 1,909,422 sq. ft. / 43.83 acres
D. Groundcover/Shrubs sub-total: 924,274 sq. ft. / 21.22 acres
E. Wild Flower Fields 347,950 sq. ft. / 7.99 acres
F. Plant Material Total: 1,272,224 sq. ft. / 29.21 acres
II. Hardscape Totals
A. Walks/Paving/etc. sub-total: 1,799,997 sq. ft. / 41.32 acres
B. Play/Tot Lot sub-total: 85,649 sq. ft. / 1.97 acres
C. Vacant Lot sub-total: 20,000 sq. ft./ .46 acres
D. Hardscape Total: 1,929,281 sq. ft. / 44.29 acres
E. Open Space 19.7 acres
GENERAL REQUIREMENTS
The Contractor shall comply with the General Requirements described herein including, but not limited to,
the following:
G-1 Terms and Definitions
A. Agency: The City of Orange, California, also herein called “City”.
B. Park Sites: Selected City of Orange Park Sites, (see section herein entitled INTRODUCTION for
a complete listing of selected Park Sites and the respective landscape maintenance service level
categories).
C. Annual, Full-time Park Sites: Park and Recreation Trail Sites of which shall be maintained on a
daily, weekly and monthly basis on a full-time schedule throughout the current calendar year of the
contract period, per landscape maintenance specifications as stated herein.
D. The use of the word “Contractor” shall be held to mean the Contractor and/or any person employed
by him and working under this contract.
E. The use of the words “shall” and “may” shall be held to mean “Mandatory” and “permissive”
respectively.
G-2 Areas to be Maintained
The City makes no representation about the order or condition of the Contract Area nor does the City
warrant that the user Contract Area will be free of defects, either apparent or hidden, at the
commencement of, or at any time during the term of contract.
Park and Recreation Trail Sites may include hardscape, medians, parkways, slopes, greenbelt areas,
vacant lot or natural areas.
An identification of the areas to be maintained is provided in this bid document.
Inventories supplies with this bid package are only approximate and may contain errors. By entering
into contract, the Contractor shall be deemed to have agreed to accept the condition of the Park and
Recreation Trail Sites in an “as is” condition with the intent to upgrade or modify existing deficiencies
to contract specifications.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
G-3 Working Hours
Normal working hours shall be between the hours of 7:00 a.m. and 3:30 p.m., Monday through
Sunday.
Working hours for daily litter and trash pick-up shall be between the hours of 7:00 a.m. and 9:00 a.m.,
with the exception of daily litter and trash pick-up at Yorba Park must be complete by 7:00 a.m. 7 days
a week except on Wednesday when it can be later than 7:00a.m.
Working hours for Saturdays, Sundays and Holidays shall be between the hours of 7:00 a.m. and 10:00
a.m.
Contractor must observe City enforced curfew on mechanical equipment – do not operate mechanical
equipment any earlier than 8:00 AM, Monday through Saturday, and no earlier than 9:00 AM, on
Sundays and all Holidays.
G-4 Landscape License
The Contractor shall hold a valid and current California C-27 License and submit a copy thereof. The
Contractor must also maintain a California State Licensed Pest Control Operator and a California State
Licensed Pest control Advisor. The name and permit number will be supplied to the City at the
beginning of contract, and any changes forwarded within 24 hours of said change.
G-5 Contractor’s Office
Contractor is required to maintain an office within a (1) one-hour response time of the job site and
provide the office with phone services during normal working hours. During regular working hours,
Monday through Friday, a responsible person(s), employed by the Contractor, shall be available and
have the ability to take necessary action regarding all inquiries and/or complaints received from the
City of Orange. During all other times, the contractor shall have a maximum response time of one (1)
hour to all emergencies. For emergencies, the contractor must be available via a telephone answering
service that is capable of contacting the Contractor by telephone, cellar phone, or pager. The contractor
must be available for emergencies on a 24-hour and seven days per week basis. There will be no on
site storage of equipment or materials. Contractor will have full responsibility for maintaining an office
and yard.
G-6 Supervision and Contractor Personnel
The Contractor shall provide sufficient supervisory and working personnel to perform all work in
accordance with the specifications set forth herein. The Contractor shall furnish supervisory and
working personnel capable of promptly accomplishing on schedule, to the satisfaction of the City, all
work required under this contract during the prescribed hours.
The Contractor’s supervisor and foreman shall have the following minimum work experience for public
agency or similar projects in supervision, maintenance operations, and irrigation management and
repairs:
Supervisor 3 years
Foreman 2 years
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
The Contractor shall submit a resume of work experience and education for these employees to the
City for approval and thereafter during the performance of the contract for any change in contract
personnel during the duration of the contract.
The Contractor shall have both a competent supervisor and foreman on the job at all times that
work is being performed. The supervisor and foreman must be capable of communicating
effectively both in written and oral English , and discuss matters pertaining to this contract.
Supervisors must be able to demonstrate to the satisfaction of the City that they possess adequate
technical background, education and experience in public facilities maintenance of the type found in
the City of Orange. Adequate and competent supervision shall be provided for all work done by the
Contractor's employees to ensure accomplishment of high quality work that will be acceptable to the
City. Any order or communication given to the supervisor shall be deemed as delivered to the
Contractor.
The Contractor and his employees shall conduct themselves in a proper and efficient manner at all
times and shall cause the least possible annoyance to the public. The City may require the Contractor
to remove from the Park Sites any employee(s) deemed careless, incompetent, or otherwise
objectionable, whose continued employment on the job is considered to be contrary to the best interest
of the City.
The City may request the Contractor to provide the same supervisor to supervise landscape
maintenance operations at all Park Sites. The Contractor shall not transfer or share landscape/technical
personnel from a specific work site to another Park Site without written notification to the City’s
representative and approval by the City.
G-7 Additional Personnel and Equipment
The City reserves the right to require the Contractor to provide additional landscape personnel and
equipment at no additional cost to the City in the event the Contractor fails to adhere to the maintenance
schedule or provide and perform landscape work as specified herein the General Requirements and
Maintenance Specifications of the contract.
G-8 Reporting Safety Hazards, Damage or Malfunction and Graffiti
It shall be the Contractor's daily responsibility to inspect work sites and identify any condition(s),
hazards, or potential hazards that render any Park Site or portion thereof within this contract unsafe, as
well as unsafe practices occurring thereon. These work sites are to include but not be limited to all
hardscape walkways, turf areas, parking areas, trails/DG pathways, picnic areas, sport courts, and
general amenities.
The Contractor shall notify the City immediately of any unusual and hazardous conditions in the Park
Sites, including but not limited to any damage to, or malfunction of, or any item that creates a hazard
or prevents the public's use of City facilities. This includes any damaged or malfunctioning portions
of the irrigation system.
The Contractor shall be responsible for making minor corrections including, but not limited to, filling
holes in landscape areas and paving, using barricades or traffic cones to alert persons of the
existence of hazards, replacing valve box covers and securing City facilities to protect all persons for
injury.
Contractor shall notify the City immediately of irrigation malfunction that may damage or stress
existing plant material.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
The Contractor shall report any graffiti observed in the Contract Area to the City, (714)744 -
7279, within twenty-four (24) hours of its appearance.
G-9 Cooperation/Collateral Work
The Contractor shall recognize that during the course of the contract other activities and operations will
be conducted by the City and other contractors. These activities will include but are not limited to:
landscape refurbishment, irrigation system modification or repair, construction, emergencies and storm
related operations.
The Contractor may be required to modify or curtail certain operations and shall promptly comply with
any request by the City to cooperate.
G-10 Specialty Operations
Written notification of all "specialty type" maintenance operations shall be given to the City forty-
eight (48) hours PRIOR to each of these operations by the Contractor. "Specialty type" maintenance
operations are defined as: fertilization, pre-emergence weed control, turf aerification, turf dethatching,
seeding, preventive and curative application of turf fungicide, all pesticide applications and plant
replacements.
G-11 Emergency Numbers and Response
The Contractor will provide the City with names and telephone numbers of qualified persons who can
be called by the City when emergency conditions occur. The Contractor shall provide the capability
to receive and respond immediately to calls of an emergency nature during working hours and during
hours when the contractor's normal work force is not present. There will be no extra cost to the City
during normal business hours between 7:00 a.m. and 4:00 p.m., Monday through Sunday.
During normal working hours the Contractor shall have the ability to contact their field crews within
one (1) hour of notification by the City.
The Contractor shall be available twenty-four (24) hours a day, seven (7) days a week to respond
to all emergencies within one (1) hour of notification or "attempted notification". If Contractor
cannot be notified or does not respond in a timely manner, the City will respond and all costs will be
deducted from the monthly billing.
The Contractor shall notify the City within one (1) hour when any emergency work has completed.
G-12 Schedules (See Appendix ‘A’)
Refer to Appendix ‘A’, for Table of Parks Yearly Landscape Maintenance Tasks Schedule; therein is
a chart of required maintenance practices and frequencies.
A. Annual Schedule - The annual maintenance schedule, shall indicate the time-frames when items of
work shall be accomplished per the performance requirements. The Contractor shall complete the
schedule for each facility and in a manner that shall correspond to the weekly schedules.
The Contractor shall submit revised schedules when actual performance differs substantially from
planned performance. Changes or variations in scheduling may be necessitated by City special
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
events, emergencies or other landscape work. The Contractor shall adapt any or all schedules to
the City requests.
B. Monthly Schedules - The monthly schedule shall indicate the major items of work to be performed
in accordance with the contracted performance requirements and further delineate the time frames
for accomplishment by day of the week and by morning and afternoon. The Contractor shall
complete the schedule for each item of work and each area of work. The initial schedule shall be
submitted five (5) days prior to the first day of each month. The City shall receive changes to the
schedule at least 2 weeks prior to the scheduled time for the work. Work duties to be listed in
monthly schedules to indicate, but not be limited to, day’s and locations of broadleaf spraying, all
mowing (sport and passive turf), Tot Lot roto tilling, weed spraying, detailing, sport court cleaning,
aeration, fertilizing, top dressing, pre-emergent application, and de thatching.
C. Performance On Schedule - The Contractor has been provided the maximum latitude in establishing
work schedules that correspond to its manpower and equipment resources. The Contractor has also
been provided the opportunity and procedure for adjusting those schedules to meet special
circumstances. Therefore, all work shall be completed on the day scheduled, as shown on the
monthly schedule. Failure to notify of a change and/or failure to perform an item or work on a
schedule day may result in deduction of payment for that date or week.
Failure to notify of a change and/or failure to perform an item or work on a scheduled day may
result in deduction of payment for that date or week.
G-13 Contract Payment
The Contractor will be paid monthly for satisfactory work performed under this contract. On or about
the first of each month, the Contractor shall submit a detailed invoice and all reports required in the
contract for work performed in the prior month.
A. This invoice shall be in accordance with the contract price and shall become the basis for payment.
B. This invoice shall be subject to review and approval by the City’s representative.
C. All submitted shall be paid within 30 days of approval by the City.
D. Any charges in the invoice not approved by the City’s representative shall not be paid by the City.
E. The Director may delete a portion of or the entire work site from contractual maintenance during a
construction period or any period where the Director determines that work cannot be scheduled.
The deletion of this portion of work will be reflected as a reduction in the monthly payment to the
Contractor. The amount of reduction will be based on the percentage of area involved and agreed
upon by the City and the Contractor in writing.
G-14 Contract Non-performance
If the Contractor fails to execute the work in the manner and at such locations as specified, or fails to
maintain the work schedule which will insure the City’s interest, or if the Contractor is not carrying out
the interest of the Contract, the City shall notify the Contractor both verbally and in writing demanding
satisfactory compliance with the Contract. The Contractor will have one (1) hour to respond to said
issue and begin correction. If the Contractor does not perform the work in question within the time
specified in said notice or fails to continue to comply, the City may then complete the work by City
forces, by letting the unfinished work to another contractor, or by a combination of such methods. In
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
any event, the cost of completing the work shall be charged against the Contractor and may be deducted
from any money due or becoming due from the City. In the event the Contractor does not perform the
work in question, the City has no obligation to pay the contractor for work not performed. The City
may, in addition, withhold from monies due to the Contractor the sum of Three Hundred Dollars
($300.00) per day for each and every calendar day delay in finishing the work within the time specified.
The City has the authority to penalize the Contractor $300.00 for each ‘failure to perform’ without the
obligation of first giving notice to the Contractor of issue or needed correction.
If the sums due under the Contract are insufficient for completion, the Contractor shall pay to the City
within five (5) days after the completion, all costs in excess of the sums due. The provisions of this
section shall be in addition to all other rights and remedies available to the City under law.
G-15 Payments Withheld
The City may withhold entire or partial payment for reasons as follows:
A. Work required by the specifications that is defective, incomplete or not performed.
B. Claims against the City that are filed.
C. Contractor’s failure to make payments properly to subcontractors, or for materials and/or labor.
D. A reasonable doubt that the Contractor will not complete his required performance for the
remaining balance of the term of the contract.
E. Reports, records or written documentation required of the Contractor to be delivered to the City’s
representative which are incomplete or not performed.
G-16 Additional Penalties
The City may impose additional monetary penalties in the amount of $300.00 per day for each instance
of Non-Performance as defined herein.
G-17 Performance During Inclement Weather
During the periods when inclement weather hinders normal operations, the Contractor shall adjust his
work force in order to accomplish those activities that are not affected by weather.
A. Failure to adjust the work force to show good progress on the work shall result in deduction of
payments to reflect only the work actually accomplished.
B. The Contractor shall immediately notify the City when the work force has been removed from the
job site due to inclement weather, or other reasons.
C. Contractor shall stake and re-tie trees as required.
D. The Contractor shall remove all branches and debris resulting from inclement weather as directed
by the City.
E. Drains shall be checked and cleaned as necessary.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
F. The Contractor may be required to perform clean-up tasks as requested by the City during inclement
weather.
G. The Contractor will spread City supplied wood chips in planters and around trees throughout the
parks.
G-18 Protection and Restoration of Existing Improvements
All damage incurred to existing facilities and improvements by the Contractor's operations shall be
repaired or replaced at the Contractor's expense. The Contractor shall complete corrective action within
the following time frames subsequent to verbal notification:
A. All damage to irrigation systems shall be reported to the City’s representative within the hour of
occurrence to determine an appropriate repair schedule and begin repair work immediately.
B. General landscape and facility repairs shall be complete within three (3) days per the following
guidelines:
1. Damage to turf shall be repaired by replacement with the appropriate variety of sod. Re-seeding
shall not be considered as an adequate repair unless approved by the City’s representative.
2. Damage to ground cover shall be repaired by replacement with the appropriate variety of plant
material. Size and spacing shall be determined the City.
3. Damage to shrubs may be corrected by appropriate pruning however, if in the opinion of the
City’s representative the damage is severe, the shrub shall be removed and replaced with a
similar variety and size.
4. Damage to trees shall be repaired at the expense of the Contractor, in the following manner:
a) Minor damage, such as bark lost from mechanical equipment, shall remedied by a qualified
Tree Surgeon or Arborist.
b) If the damage results in the loss of the tree, or a recommendation of removal, the damaged
tree shall be removed and replaced with a similar variety and size at the Contractor’s
expense. If the tree in question is of a large specimen size not available from normal nursery
stock, a replacement ratio of trees will be determined by the City Representative to be
supplied and planted by the Contractor at his own expense.
5. Hardscape facilities damaged shall be repaired with materials approved by the City.
6. All damage resulting from chemical application and/or operation, either by spray-draft,
improper application, lateral leaching, or other means, shall be corrected in accordance with the
previous provisions and the soil conditioned to ensure its ability to support plant life.
7. All landscape repairs will comply with current City Landscape Standards and Specifications.
The Contractor is responsible for all repair related maintenance such as, but not limited to,
watering and fertilizing of replaced plant materials until accepted by the City.
G-19 Underground Excavations
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
If the City requests or directs the Contactor to perform work in a given area, in any Park Site, it will be
the Contractors responsibility to verify and locate any underground utility lines. This does not release
the Contractor of the responsibility for taking reasonable precaution when working in these areas.
Contractor shall immediately notify the City and contact the Underground Service Alert, call 1-(800)
227-2600, before commencing any excavation to locate underground utility systems. Any damage or
problems shall be reported immediately to the City.
Unless otherwise indicated in the contract documents, all utility lines, conduits, wires or structures shall
be maintained by the Contractor and shall not be disturbed, disconnected or damaged by Contractor
during the progress of the work, provided that should the Contractor, in the performance of the work,
disturb, disconnect or damage any of the above, all expense arising from such disturbance or in the
replacement or repair thereof, shall be borne by the Contractor.
G-20 Vandalism/Theft
The Contractor shall be responsible for performing maintenance, repairs, and replacement of existing
landscape areas that are to be maintained under this contract and of those that are damaged or altered
in any way as a result of theft and/or mysterious damages as well as those that are damaged by the
performance of the Contractor.
Additional compensation will be provided only for the cost of parts that are directly related to the theft
and/or vandalism; the Contactor at no additional cost shall provide labor to the City.
G-21 Sound Control Requirements
The Contractor shall comply with all local sound control and noise level rules, regulations, and
ordinances that apply to any work performed pursuant to the contract.
A noise level limit of 86 dba at a distance if fifty feet (50’) shall apply to all construction and/or
maintenance equipment on or related to the job whether owned by the Contractor or not. The use of
excessively loud warning signals shall be avoided except in those cases required for the protection of
personnel.
No maintenance functions that generate excess noise that would cause annoyance to resident of any
Park Site shall commence before 7:00 a.m. Monday through Friday, and 8:00 a.m. on Saturdays,
Sundays and Holidays.
Each internal combustion engine used for any purpose on the job or related to the job shall be equipped
with a muffler of a type recommended by the manufacturer of such equipment. No internal combustion
engine shall be operated on the project without said muffler.
Full compensation for conforming to the requirements of this section shall be considered as included
in the prices paid for the various contract items of work involved and no additional compensation will
be allowed therefore.
G-22 Locks and Keys/Key Cards
Where City of Orange locks and keys/key cards are required as part of this contract, the Contractor
shall:
A. Not duplicate any coded City key or key card furnished by the City for access to City facilities.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
B. Surrender all keys or key cards furnished by the City promptly at the end of the contract period,
or any anytime deemed necessary to prevent loss to the City.
C. Protect the security of City property by keeping all facilities doors and enclosure doors locked at
all times.
D. Refrain from using premises behind locked doors for storage of materials, supplies or tools, except
as approved by the City.
G-23 Storage Facilities
The City of Orange will not provide any storage facilities for the Contractor without written City
approval.
G-24 Complaints from City
All complaints shall be abated as soon as possible after notification; but in all cases within twenty-four
(24) hours, to the satisfaction of the City. If any complaint is not abated within twenty-four (24) hours,
the City shall be notified immediately of the reason for not abating the complaint, followed by a written
report to the City’s representative within five (5) days.
If the complaints are not abated within the time specified, or to the satisfaction of the City, the City’s
representative may correct the specific complaint and the total cost incurred by the City will be
deducted and forfeited from the payment owing to the Contractor form the City.
Public Health and Safety issues (Risk Management) shall be corrected immediately upon
notification from the City.
G-25 Parking
The Contractor shall park his vehicles and equipment within designated parking areas or in such
locations as allows normal vehicular, pedestrian and bicycle traffic. The Contractor’s vehicles and
equipment shall not be parked or set in such a manner that they block pedestrian access or vehicular
right-of-way except as required to comply with all standards of OSHA or CAL-OSHA.
G-26 Signs
The Contractor shall not post signs or advertising matter upon the areas under maintenance or
improvements thereon, unless prior written approval is obtained from the City.
The Contractor shall, at all times, remove all unauthorized signs and advertising matter in the contract
area under maintenance.
G-27 Additional Park Sites
Contractor shall maintain at an agreed upon unit price comparable to other existing landscape areas,
any additional landscape areas that the City adds to this contract.
In the event that notification is made of a new installation other than at the beginning of a monthly
period, the unit cost negotiated and agreed upon by the parties, shall be pro-rated from the day the
Contractor is notified to start of maintenance.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
The City may elect to delete work sites, or portions thereof, within this contract at a unit price
comparable to the bid price of said work sites.
G-28 NO SMOKING
No employee of the contractor shall smoke or use any tobacco product within any public park (or any
portion thereof) or any building thereon or in an outdoor area within 20 feet of a public park within the
City of Orange owned and maintained by the City as a public park.
II. MAINTENANCE SPECIFICATIONS
SCOPE
Notwithstanding the requirements of these specifications, it is the intent of this document to ensure that the
landscape, plant life, irrigation system and contract area be maintained in a healthy vigorous growth and
well-groomed state at all times.
Contractor performance shall present a professional image, a high standard of quality and technical
competence. The Contractor's prime responsibility will be to integrate innovative and progressive elements
of high landscape maintenance standards and the objectives as set forth in this specification. The
requirements and specifications of this document do not supersede any other applicable standards for public
works contracts. Where there are differences, the more stringent shall apply, and the City shall be notified
of any necessary changes to the specified operations and materials.
The Contractor shall be responsible for providing a continuing improvement program of all Park Sites within
the contract area that are deficient in landscape maintenance services and not in conformance with these
specifications.
M-1 Materials
All materials and subsequent change orders used shall conform to the available Park Sites development
documents and specifications, or as approved in writing by the City.
M-2 Submittals
A. As required by Law, Contractor must submit to the County Agricultural Commissioner's office, a
monthly record of all Disease Control, Insecticides, Rodenticides, and Herbicides used on each
Park Sites. A copy of this report shall be submitted to the City by the tenth day of the month
following the application.
B. Soils test shall be performed on an as needed basis. All soil sampling locations shall be approved
by the City’s representative, with results submitted to the City. Soils testing shall be performed by
an approved soils agronomic testing firm, of which, such firm shall be approved by City’s
representative before testing is undertaken. Contractor shall be required to pay costs of tests if
negative results are related to incorrect maintenance practices.
C. Any substituted products or equipment being used which do not conform to the original Contract
Area working drawings, job specification or as specified herein shall be approved by the City in
writing prior to use or installation.
M-3 General Maintenance care and Procedures
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
A. All necessary licenses, permits and/or approvals shall be obtained by the Contractor from the City of
Orange. Licenses shall be kept current.
B. The Contractor shall furnish all labor, materials, equipment, tools, office with telephone, equipment storage
and service facilities.
C. Work done in any Park Site that may affect existing utility improvements shall be done only after the
notification of the affected utility company by the Contractor and in strict conformance with such utility
company direction, specifications and/or supervision. The City shall be notified of any such work
impacting existing utility improvements prior to commencement of such work.
D. The Contractor shall refer to the Special Conditions contained herein for Weekly Maintenance Review
procedures and Yearly Maintenance Scheduled Work Notification requirements.
E. Contractor personnel are not to take any direction from individual homeowners or members of the
community unless the request is of an emergency nature. Contractor’s personnel shall inform the
individual to contact the City’s Representative.
M-4 Safety
All work performed under this contract shall be performed in such a manner as to provide maximum
safety to the public and comply with all safety standards required by OSHA or CAL-OSHA. The City
reserves the right to issue restraint or cease and desist orders to the Contractor when unsafe or harmful
acts are observed or reported relative to the performance of the work under this contract.
A. Reporting Safety Hazards, Damage or Malfunction: It shall be the Contractor's responsibility to
inspect daily all Park Sites and identify any condition(s) that renders any areas within this contract
unsafe, as well as unsafe practices occurring thereon and report any deficiencies immediately to the
City representative.
1. Notify the City immediately of any unusual and hazardous conditions in the Contract Area
including, but not limited to, restroom plumbing, sewer backups, fallen branches, areas that
may cause a ‘slip/fall’ condition, or any item that creates a hazard or prevents the public's use
of the parks/facilities.
2. Notify City within one (1) hour of malfunctioning facilities or conditions that may break,
malfunction or interrupt the public's use of the parks/facilities.
3. All playground and sports equipment shall be inspected for vandalism, safety and serviceability
daily.
4. Inspect all hardscape playing surface areas for safety hazards, including tripping hazards, holes,
or other conditions daily.
5. Contractor shall be responsible to report any unsafe conditions observed for all structures and
fixtures, including but not limited to:
a. Tot Lot areas and play structures within
b. Light standards and fixtures
c. Walls, seat walls, fences, and gates
d. Trash receptacles and dumpsters
e. Signage
f. Graffiti
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
g. Buildings, restrooms and concession stands
h. Sports playfields and turf areas
i. Backstops, dugout areas, bases and foul posts
j. Basketball standards and nets
k. Volleyball nets and posts
l. Picnic shelters, tables, Barbecues and concrete slabs.
m. Decomposed Granite (DG) walkways and pathways.
B. Walkways, Stairways, and Hardscape Areas: Care shall be taken so that maintenance does not
inhibit or endanger pedestrians utilizing walkways, stairways, and hardscape areas. This work
should be scheduled to coincide with mowing or other landscape work in the Park Sites. Adequate
safety procedures should be followed including signing and roping off areas as necessary. Should
work be disrupting to the public or regular traffic flow, it shall be rescheduled to a more convenient
time.
C. Work Site: The Contractor shall maintain all Park Sites free of hazards to persons and/or property
resulting from their operations. Any hazardous condition noted by the Contractor, which is not a
result of normal contract operations, shall be immediately reported to the City.
D. Street Closures, Detours, Barricades: If work is to be conducted in the public right-of-way, the
Contractor shall adhere to all safety rules, using cones, signboards, or other required safety
equipment, and obtain all necessary permits and approvals per Work Area Traffic Control
Handbook requirements (WATCH book).
If the Contractor fails to provide and install any of the signs or traffic control devices required
hereby or ordered by the City representative, may cause such signs or traffic control devices to be
placed by others, charge the costs therefore against the Contractor, and deduct the same from the
next progress payment.
E. Safety Equipment: All required and recommended safety devices for all power equipment shall be
maintained at all times. Failure to maintain safety devices will result in the temporary interruption
of work as directed by the City.
F. Safety Meeting: A weekly safety meeting shall be conducted by the Contractor for all employees
involved in maintenance of City contract areas. Minutes of the weekly meeting shall be published
with all attendee signatures thereon. A copy of the minutes shall be submitted to the City each
week of the contract period.
M-5 Pesticide Use and Safety (See Appendix ‘A’)
All materials shall be in strict accordance and applied within the EPA regulations and the California
Food and Agricultural Code, and current County of Orange Agriculture Commission Regulations.
Contractor is required to adhere to the City’s Integrated Pest Management program.
Refer to Appendix ‘A’, for Table of Parks Yearly Landscape Maintenance Tasks Schedule; therein is
a chart of required maintenance practices and frequencies.
A. General Requirements: The application of pesticides and other chemicals used on the contract areas
shall be recorded and submitted monthly to the County Agricultural Commissioner's Office and
City. Contractor shall be responsible for accurately maintaining all pesticide application records.
1. There shall be no application of a pesticide without approval by the City.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
2. Application of all pesticides shall be only by a properly State Licensed Pest Control Operator.
3. In additional to the monthly submittals described in section M-2, the Contractor shall submit to
the City of Orange an Annual Use Report in June of each year that shall have the total amount
of pesticides, including fertilizers, used on Contract Area (City property) per National Pollution
Discharge Elimination Systems (NPDES) requirements.
4. The Contractor shall submit to the City of Orange copies of current P.C.A., P.C.O., Q.A.L./C.
and Orange County P.C.A. registration upon annual renewal(s) in January of each year. It is the
Contractor’s responsibility to insure that all employees have current permits or licenses for work
being performed.
5. Non-restricted chemicals shall be used whenever possible to perform pesticide control in
landscape areas.
6. All pesticides and/or chemicals to be used for pest control shall be approved by the City's
representative prior to use. A written recommendation of the proposed chemicals to be used
shall be prepared by a licensed California Pest Control Advisor, and accompanied with a Notice
of Intent Form to apply restricted materials. A written recommendation shall contain all
specified information required for the application of pesticides. The Contractor shall pay for
and obtain all recommendations. A copy of all written recommendations shall be supplied to
the City Representative.
B. Application of Pesticides
1. Timing: Pesticides shall be applied at times which limit the possibility of contamination from
climatic or other factors and the proper life cycle of the pests. Early morning application shall
be used when possible to avoid contamination from drift. Applicator shall monitor forecast
weather conditions to avoid making application prior to inclement weather to eliminate
potential runoff of treated areas.
Adjustments to irrigation scheduling in preparation for pesticide application or to increase
pesticide efficacy, shall be implemented as prescribed in the pesticide literature and/or label.
Irrigation water applied after treatment shall be controlled to eliminate runoff. When water is
required to increase pesticide efficiency, it shall be applied in quantities in which each area is
capable of receiving without runoff.
2. Handling of Pesticides: Care shall be taken in transferring and mixing pesticides to prevent
contaminating areas outside the target area. Application methods shall be used which ensure
that materials are confined to the target area. Spray tanks containing leftover materials shall
not be drained on the site to prevent any contamination. Disposal of pesticides and tank rinsing
materials shall be within the guidelines established in the California Food and Agricultural
Code, EPA and Orange County Agriculture Commission regulations.
3. Equipment and Methods: Application equipment shall be in good operating condition, quality
and designed to efficiently apply materials to the target area. Drift will be minimized by
avoiding high pressure applications and using water soluble drift agents. Appropriate nozzles,
pressure, and calibration shall be implemented and adjusted for each individual chemical and
piece of equipment used to apply pesticides.
4. Selection of Materials: Pesticides shall be selected from those materials, which
characteristically have the lowest residual persistence. Use of emulsifiable concentrates shall
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
be used when possible to limit windblown particles. The use of adjuvants will be to increase
pesticide efficiency, thereby reducing the total amount of technical material required to gain
control.
5. Substitutions: Wherever a specific type of material is specified, no substitutions shall be
allowed without the written consent of the City's representative.
6. Certification of Materials: All materials shall be delivered to the Park Site in original unopened
containers. Materials shall be subject to inspection prior to mixing by the City's representative.
All materials must be accompanied by MSDS.
M-6 Weed Control (See Appendix ‘A’)
The Contractor shall be responsible for providing a continuous weeding program for all Park Sites.
Weeds shall be inspected for and removed weekly, and shall include “any undesirable or misplaced
plant." In addition, all walls, fences and other structures that do not have cultivated beds adjacent
thereto shall be sprayed for weed control.
A. Turf: The use of any chemicals for weed control shall be done by a State Licensed Pest Control
Operator who shall follow all guidelines governing his license.
1. A continual chemical program shall be adopted for control of broadleaf, crabgrass, and noxious
weeds.
2. All herbicides shall be applied in accordance with laws and regulations of the City of Orange,
County of Orange, State and Federal Agencies.
3. Use extreme caution when using selective weed killers not to damage other plants.
4. The Contractor shall keep all turf, passive and sports turf, free of all turf type weeds, especially,
but not limited to, Dallisgrass, Goosegrass, Crabgrass, Smutgrass, Nutsedge and broadleaf
weeds at all times. The Contractor shall, along with the monthly Pesticide use report, submit a
written schedule for weed abatement in turf specifying the method, day and location where
weed abatement will be performed. The Director’s Representative will review and approve
written schedule taking into consideration the park’s use.
a. Contractor shall apply approved pre-emergent herbicides to all turf areas in
order to control the germination of noxious weeds i.e. Dallisgrass, Goosegrass,
Crabgrass, Nutsedge, Plantain, Oxalis, etc.
b. Should turf type or broadleaf weeds germinate, the Contractor shall control the
weeds immediately upon recognition by way of selective/and/or broad-
spectrum post emergent herbicides approved by the Director.
5. City approval must be obtained prior to applying any herbicide and all applications shall be
done at a time when there is no wind. At first indication of Crabgrass infestation, apply affected
areas with an approved herbicide. Apply Crabgrass killer only on cool days when lawns are in
a moist condition. Removal of all weeds shall be a continuous program. Noxious weeds shall
not be permitted to grow within the areas assigned as part of this contract, and shall be
completely removed and bare turf areas re-sodded. Crabgrass shall not be allowed to become
established in any landscape area maintained by Contractor. Contractor shall apply Dimension
Pre-Emergent or a City approved Crabgrass pre-emergence herbicide to all turf areas between
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
March 15th and March 30th. Dimension application shall be per the label rate for turfgrass in
the South that is cut low.
B. Ground Cover: All ground cover shall be inspected weekly for weed growth. Weeds may be
controlled with pre-emergent herbicides, preferably, but may also be controlled with post-emergent
herbicides, mechanically and/or by hand pulling.
Weeds shall be removed completely, on a regular basis no less than weekly or more often as
necessary. Weeds shall not be allowed to remain growing for longer than one (1) week without
complete removal to include roots, rhizomes and stolons. Bermuda grass or other noxious weeds
shall not be allowed to become established in any ground cover area. Cultivating of ground cover
areas shall be held to a minimum and cultivated only as necessary to remove weeds. Excessive
cultivation will result in root damage to ground covers and shrubs. Care shall be given to avoid
overspray of chemicals that may damage existing ground cover plant material. All plant material
damaged by the contractor in an effort to control weeds will be replaced by the contractor, at the
contractor’s expense.
C. Trees: All trees in ground cover areas shall have open soil maintained immediately around the base
of the trunk. Keep this area free of weeds at all times and avoid frequent soil cultivation that
destroys shallow roots. Tree wells shall be free of weeds at all times.
D. Shrubs: Weeds shall be inspected and removed weekly or more often as necessary from beds
regularly chemically, mechanically, or manually. Bermuda grass and other noxious weeds shall
not be allowed to become established. Weeds may be controlled with pre-emergent and/or post
emergent herbicides.
E. Walkways, Parking Lots and Hardscape: Contractor shall be responsible for controlling weeds
weekly or more often as necessary by mechanical or chemical means, growing in cracks, curb &
gutter, or expansion joins and areas contiguous to the Park Sites.
F. Recreational Trails: Weeds shall be removed from recreation trails and adjacent areas (minimum
of 12’ on either side of trail tread) monthly or more often as necessary, chemically, mechanically
or manually. The wild flower landscape on either side of the of trail section going from the
Wanda/Collins intersection to the Santiago Creek shall be flail mowed two times per year, or more
often if necessary, as directed by the City Representative. Noxious weeds and all undesirable or
invasive species shall be manually removed from this area.
G. Seasonal Color: All seasonal color beds shall be inspected and weeds removed weekly or more
often as necessary. Weeds may be controlled with pre-emergent and/or post-emergent herbicides.
H. Adjacent Perimeter Areas: Any on-site areas adjoining Park Sites that are not improved shall be included
in the weeding program so as not to infest contracted landscaping improvements. Such adjoining perimeter areas
shall be treated with a systemic post-emergent herbicide as needed to maintain a continuous three-foot (3') width
of weed-free clear area monthly or more often as necessary. The City shall be responsible for obtaining all
required permission, permits and approvals for such treatment on adjacent property owned by others.
I. Open area/fields north and south of the Grijalva Park: Weeds shall be flail mowed a minimum of
two times a year, or more often if necessary, as directed by the City Representative. Noxious weeds
and all undesirable or invasive species shall be removed/cut down by any means necessary.
M-7 Turf Care (See Appendix ‘A’)
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Lawns shall be maintained to be in the healthiest growing condition possible. Supply the necessary
services as follows:
A. Maintenance Schedules: Scheduling of mowing and turf care maintenance time shall be submitted
to the City for approval. Passive turf area mowing shall be required for (40) forty weeks per
annum – between the months of April and October mowing shall be performed at all park sites
once per week minimum – between the months of November and March mowing shall be
performed at all park sites every other week minimum. During the (12) twelve alternate weeks,
between the months of November and March, when mowing is not required, the contractor shall
provide all mowing crew(s) personnel for labor assistance work at a park site, or sites, as selected
by the City’s representative. Work schedules for mowing, aeration and dethatching operations
shall be changed as determined by the City's representative to accommodate public use by various
user groups and recreation activities, and climatic conditions. Refer to Appendix ‘A’; therein is a
chart of required maintenance practices and frequencies.
B. All athletic sports fields, softball fields, football fields, soccer fields shall be mowed two (2) times
per week, April 1st through October 31st. Mowing schedule will be on Monday and Thursday, or
Tuesday and Friday. Mowing shall be once weekly November 1 through March 31.
C. Mowing: Turf in this contract shall be mowed with power-propelled mowers. Rotary mowers
shall be used to mow passive turf areas and cool season turf areas. Seven-blade Reel mowers
equipped with rollers will be required to mow Bermuda grass and Kikuyu grass, in sports field
turf areas. All visible grass clippings shall be removed. Labor and materials shall be provided
by the Maintenance Contractor for re-seeding or re-sodding of any failing turf areas, as becomes
necessary due to contractor neglect.
Care shall be exercised during the mowing operation to prevent damage to trees and other physical
obstacles located within the turf areas. Do not mow wet areas. Contractor shall alternate mowing
patterns whenever possible to prevent wheel ruts. If ruts are made, Contractor will make repairs
at his own expense. Contractor shall mow at the appropriate speed for the mower. Mowers are to
be kept sharp and properly adjusted at all times.
All trash, litter and debris shall be removed from the landscape prior to mowing.
The 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.
1. Passive Turf Areas (Cool Season Grass): Turf shall be mowed (maintained) with rotary type
mowers at a height of three inches (3") or as directed by City representative during spring,
summer and fall. In the winter months, turf areas shall be mowed at a height of two inches (2")
or as directed by City representative. All turf areas shall be cut at regular weekly intervals from
March through October, and every other week November through February. The turf should
never be cut more than one/third (1/3) of the top growth or approximately three-quarter inch
(3/4") at any one mowing. Avoid Scalping at all times. Passive Turf Areas with Warm Season
Grass shall be cut at 2” during summer months and 2” during winter months.
2. Active/Sports Turf (Warm Season Grass): Sports Turf shall be mowed (maintained) with seven-
blade reel type mowers at a height of three quarter inch (3/4") year around. All sports turf
areas shall be cut two (2) times per week, April 1 through October 31 and once per week
November 1 through March 31.
.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
3. Additional Mows: On occasion, special circumstances may exist which dictate that the
frequency of mowing required in certain areas is greater than that specified in these documents.
On these occasions, the City may require the Contractor to perform additional mows as directed
by City representative.
a. Contractor shall include, within the scope of this contract, all costs for furnishing all labor,
equipment, transportation and overhead costs for performing any additional mowing.
b. Additional mows will include scalping athletic fields in preparation for over seeding as
needed. Overseeing preparation will consist of scalping the athletic field turf area to be over
seeded to a cut height of 3/8 inches. Sweep, rake, vacuum up the clippings that are generated
from the scalping operation. This operation may require multiple passes in different
directions to achieve the desired results.
4. Dog Droppings: Shall be removed when found during daily maintenance operations.
D. Edging and Trimming: Turf edges adjacent to walkways, curbs, paving mow strips, walls, fences,
poles, valve boxes, buildings, shrub areas and other physical obstructions shall be trimmed at
regular weekly intervals from March through October, and every other week November through
February, with additional edgings as needed for a neat appearance during the Winter months.
1. Grass shall be neatly trimmed away from sprinkler heads, valve boxes and other appurtenances
to ensure proper coverage and operation. Trim turf immediately adjacent to sprinkler heads, as
directed by the City's representative, and under no circumstances remove an area larger than
the head diameter. Trimming around sprinkler heads or cutouts in the turf area with an edger
will not be permitted. Weed or turf killer shall not be used.
2. All trimming or edging around trees and shrubs shall be accomplished by manual or
mechanical means twelve inch (12") minimum width not to exceed twelve inches (12”)
maximum width area around the plant.
3. In lieu of trimming, chemical edging with herbicides may be applied adjacent to fences,
buildings and asphalt walkways. Herbicides used along fences and buildings shall not exceed
six inches (6") away from the object being sprayed. Only apply herbicides, which have been
approved by the City's representative.
4. All sports field infield turf and back radius of softball fields shall be edged to maintain a neat,
clean edge that defines a clear delineation between turf and infield surface. Straight runs of
infield turf shall be edged and maintained in a straight (Not Curving) line. The contractor
shall use a string line to ensure the straight edge is maintained. All grass clippings and
Bermuda runners are to be removed and infield mix retained and raked back to edge of turf.
Proper field dimensions for baseball and softball infields shall be maintained as directed by
City Representative at all times. If the straight line of infield turf or proper ball field
dimensions are not maintained, the contractor will reestablish the straight line or proper field
dimensions with new sod. The new sod will match the existing turf conditions. Old turf will
be removed to the extent necessary to allow the repairs to be completed using a full width cut
of new sod. This repair work will be at the direction and timing of the City Representative.
E. Equipment Cleaning: To help prevent contamination of turf areas, thoroughly "wash off" all
equipment that was used at another site prior to mowing or edging any areas on the site.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
F. Equipment Condition: Machinery and equipment used by the Contractor shall be clean and well
maintained at all times to ensure proper operation under this Agreement.
All mowing and trimming equipment shall be properly adjusted and blades shall be maintained in
a sharp manner. The reel blade adjustment shall provide a uniform level cut without ridges or
depressions. Reel to bed knife contact shall be maintained to ensure a quality “Scissor” cut.
Mowers shall be maintained to provide a smooth even cut without tearing of the leaf blade.
Always keep mower blades sharp, to cut the tips, not tear them off. Torn grass blades, which have
a brown “haze appearance”, are not acceptable. All equipment shall be subject to inspection and
approval by the City's representative.
G. Clipping Control: All grass clippings shall be minimized or eliminated during the mowing event.
Contractor shall cross-mow clippings when there are distinct rows, clumps, and/or long clippings
appearing on the surface of the fresh cut turf area. City representative will require Contractor’s
mowing crew to immediately return to a Park Site that is deemed to have excess clippings, to
eliminate or reasonably reduce clippings on the surface of the turf. Curbs, gutters, sidewalks,
walkways, parking lots etc., shall be cleaned after each mowing and edging by blowers, vacuum
or other approved methods. Refer to Section M-17 of this specification.
H. Sports Turf Areas: Sports turf shall be fertilized four times per year. The March fertilizer application
will be Best 16-6-8 at the application rate of 250 pounds per acre. This application will be
completed between March 15 and March 30. This synthetic fertilizer product may be substituted
with an equivalent product if approved by the City representative. This synthetic fertilizer product
may be a combination product that also contains Dimension pre-emergent if approved by the City
representative. The April fertilizer application will be Best 16-6-8 at an application rate of 270
pounds per acre. The May fertilizer application will be Best Super Turf 25-5-5 at the application
rate of 260 pounds per acre. The September fertilizer application will be 25-5-10 with 3% iron at
an application rate of 200 pounds per acre. All fertilizer application schedules must contain number
of bags to be used per site and must be approved by the City representative prior to any
applications. A City representative will count bags used at each site and contractor shall dispose
of empty bays before proceeding to the next site.
A separate price will be included in the proposal for topdressing. Topdressing will include all sports
turf using Washed Plaster Sand at the rate of 15 tons per acre. Sand will be applied evenly over the
turf area using a conveyer belt or broadcast type spreader such as a Tycrop Top dresser. Top dress
of all sports turf will be completed in the month of July. Washed plaster sand will contain no
organic impurities and conform to the following gradations:
Top dress sand will be worked in to the turf matt by dragging a drag matt over the entire turf area
after the sand is applied to the turf. Several passes of the drag mat may be required to achieve the
US Sieve Sieve Size % Passing Range
#4 100
#8 95-100
#16 70-95
#30 35-70
#50 0-35
#100 0-10
#200 0-5
Washed Plaster Sand
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
proper sand infill within the turf matt. Proper infill will be determined and approved by the City
representative.
I. Passive Turf Areas: All Passive Turf Areas shall be fertilized twice annually during the months
of April using Best 16-6-8 at 270 pounds per acre and 25-5-10 with 3% iron at 200 pounds per
acre in September. All fertilizer application schedules must contain number of bags to be used
per site and must be approved by the City representative prior to any applications. A City
representative will count bags used at each site and contractor shall dispose of empty bays before
proceeding to the next site.
Contractor must have City’s written approval before any alternate fertilization mix or product is
used. Contractor’s requests for deviations must be supported with climate data, agricultural,
agronomic and/or botanical information and findings.
1. Due to the broad geographical area of the Contract, the City may from time to time adjust or
change the fertilization specifications contained herein as a result of consultation with the
Contractor or recommendations of a soils agronomic report for each site.
2. All fertilization shall be included with the landscape maintenance of each Contract Area. The
Contractor shall supply and transport all required fertilizers as a part of his cost included in the
bid to the City.
J. Core Aeration Sports Field Turf Areas: All sports turf areas shall be aerated by removing half inch
(1/2") to five-eights (5/8”) diameter hollow tine cores to a depth of 2½” to 3” with spacing between
cores not to exceed four inches (4”), using a piston type aeration machine operated at a speed that will
not cause tearing or lifting the turf. ALL cores must be pulverized using a core pulverizer, flail mower,
vertical mower, or other City approved piece of equipment to work the soil of the core back into the
turf profile. ALL cores must be removed/ pulverized on the same day aeration takes place and the
sports field must be left clean at the end of the workday. The sports turf area may require several
passes with a top dress drag mat as a final cleaning of the field.
This is the minimum requirement for aeration. If the contractor fails to meet this requirement, the
City will have the turf aerated by a different contractor and the expense will be deducted from payment
due to the contractor. Aerate compacted or stressed areas additionally as required to increase water
penetration and reduce runoff. Contractor shall flag all irrigation sprinkler components prior to
commencement of work. In addition, the tops of all mounds and localized compacted dry spots shall
again be aerated between the intervals above as necessary. All damaged areas larger than four inches
by four inches (4" x 4") shall be seeded on an as needed basis at no additional cost to the City.
Solid Tine Aeration of Sports Field Turf Areas: All sports turf areas shall be aerated by using a solid
tine aerator to fracture the soil profile to a depth of six inches (6”). Aeration holes shall be spaced no
more than five inches (5”) apart. An AerWay Shatter Tine style aerifyer shall be used to provide the
proper soil penetration and soil profile facture to improve air and water penetration. A roller
attachment shall be in place on the aerifyer to reduce turf and soil mounding. The aerifyer must be
operated at the proper ground speed to achieve the specified depth of penetration.
Core Aeration of Passive Turf Areas: All turf areas shall be aerated by removing half-inch (1/2")
diameter by four inches (4") deep cores with an aerator machine at not more than six inch (6") spacing.
Aerate compacted or stressed areas as required to increase water penetration and reduce runoff.
Contractor shall flag all irrigation sprinkler components prior to commencement of work. Cores shall
be removed and dumped in an approved manner or pulverized as described above, after completion
of aeration. In addition, the tops of all mounds and localized compacted dry spots shall again be
aerated between the intervals above as necessary. All damaged areas larger than four inches by four
inches (4" x 4") shall be seeded on an as needed basis at no additional cost to the City.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
Solid Tine Aeration Passive Turf Areas: All passive turf areas shall be aerated by using solid tine
aerator to fracture the soil profile to a depth of six inches (6”). Aeration holes shall be spaced no more
than five inches (5”) apart. An AerWay Shatter Tine style aerifyer shall be used to provide the proper
soil penetration and soil profile facture to improve air and water penetration. A roller attachment shall
be in place on the aerifyer to reduce turf and soil mounding. The aerifyer must be operated at the
proper ground speed to achieve the specified depth of penetration.
1. Passive Turf Areas: Aerify park sites turf twice (2) per year; one solid tine aeration in February
and one hollow tine core aeration in August.
2. Sports Turf Areas: Aerify sports field turf four (4) times per year; one solid tine aeration each
in February and July and one hollow tine core aeration each in April and September.
K. Dethatch:
1. Sports Turf Section
a. All Warm Season Sports Turf shall be dethatched annually in the fall or winter as needed
as directed by the City Representative based on field closure schedules.
b. Dethatching shall be accomplished by use of a "vertical cut type" dethatch machine
approved by the City's Representative.
c. Contractor shall flag all sprinkler components prior to dethatching.
d. Contractor shall immediately remove all thatch and debris upon completion at
no additional cost to the City.
e. All dethatched sports turf will be mowed after the dethatching and cleaning process to
leave the turf ready for athletic activity.
2. Passive Areas
a. Dethatching passive turf areas will not be required as part of this proposal. Any dethatching
work requested by the City will be based on per square foot pricing already included and
indicated on page 19 of 53 within attachment number 3 of bidder’s proposal.
L. Contractor Damage and Neglect: The Contractor shall be responsible for the repair/replacement of
any and all plant materials, sprinklers, fixtures, or facilities damaged by turf care maintenance and
operations (as described herein Section M-7, or actions carried-out by Contractor performing turf care)
at Contractor’s own expense.
M-8 Groundcover Care
Ground cover beds shall be maintained in an attractive condition at all times. All ground cover shall
be inspected daily and all debris including leaves; branches, paper, bottles, etc. shall be removed weekly
or more often as necessary. Contractor shall supply the necessary services as follows:
A. Edging and Trimming: "Weed Eaters" shall not be used to edge ground cover unless approved by
the City. All ground covers shall be pruned weekly or more often as necessary, sheared or thinned
neatly away from shrubs, trees, walks, curbs, header boards, etc. All ground cover shall continually
be trimmed back 6” from the trunk of all trees and shrubs. Any stray or undesirable ground cover
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
growth into shrubs shall be pruned or removed as necessary. Ground covers shall not be trimmed
vertically unless approved by the City and shall be thinned out, as needed, to avoid matting and to
achieve an overall even appearance. Keep ground cover trimmed back from all controller units,
valve boxes, quick couplers or other appurtenances. Ground cover shall be trimmed six inches (6")
back from all walkways, buildings, walls, fixtures, signs, shrubs, etc.
All ground cover is to be neatly trimmed away from sprinkler heads to ensure proper coverage and
operation at all times. Trim ground cover away from sprinkler heads with cutouts and tapering
away from head. As ground covers grow in height, risers may need to be extended to properly clear
top of ground covers.
Lonicera japonica ‘Halliana’, Honeysuckle: Ground cover shall be pruned weekly or more often
as necessary by selectively cutting branches at the top of the plant mass a minimum height of twelve
inches (12”) tapering down to an area four inches (4”) to six inches (6”) behind curb, walkways,
walls or turf areas by cutting the branches off at the soil level.
B. Parking Lot Plantings: All ground cover pruning shall be performed as a continuous weekly
operation. Ground covers shall be maintained and trimmed not to exceed a maximum height of
twelve inches (12”) about the curb at all times.
C. Fertilization: Vigorous growth and good color must be maintained at all times. All ground cover
beds shall be fertilized two (2) times per year, more often or as necessary. Fertilize during the
months of April and October using ‘Best Products’ 15-15-15 or approved equal at the rate of six
pounds (6 lbs.) per 1,000 square feet, or approved equivalent program. When soils tests indicate
deficiency, the soil laboratory's recommendations shall be followed. Also, refer to the Yearly
Landscape Maintenance Schedule.
D. Insect Disease and Pest Control: Refer to Section M-13, Pest Control, of this specification for
approved methods of pesticide control.
E. Plant Material Replacement: It shall be the Contractor's responsibility to maintain all plant material
in a satisfactory manner and to replace, at Contractor's expense, dead or severely damaged plant
material with equal size and quality materials at City's direction. The Contractor, after notification
of City's authorization, shall remove and replace, at no cost to the City, any tree, shrub, turf or
ground cover which is damaged or lost due to the Contractor or his employee's negligence through
improper use of pesticides, watering, failure to control rodents and insects or improper use of
equipment.
F. Wildflower Areas: Irrigated and non-irrigated wildflower areas shall be Flail mowed (2) times per
year at the direction of the city representative.
G. Any ground cover, tree and/or shrub that appears to have more than one/half (1/2) of its foliage in a
declining state shall be brought to the City’s attention immediately. Check plant for root over-watering
or drainage problems and repair the problem prior to replacement. Replacement plant shall be of a
size, condition and variety acceptable to the City. The Contractor shall pay for all replacement plants,
including materials, transportation and labor unless the City determines that the plant was lost due to
“Acts of God”, damaged by others, or as a result of an event without control or negligence by the
Contractor. Contractor shall notify the City on a weekly basis of any irrigation issues that may cause
damage to plant material.
M-9 Tree Care
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
All trees shall be checked weekly for any damage, special water needs, pest problems, etc. and treated
as necessary. Undesirable conditions shall be eliminated per accepted landscape maintenance
practices. The Contractor shall maintain all trees, whether specifically mentioned or not, in a healthy
condition at all times.
A. Pruning: The Contractor is responsible for maintenance pruning of trees to a height of ten feet (10)
above the ground. Pruning shall be performed as an on-going operation by the Contractor, and
shall be done ONLY with the approval of the City’s representative. Prune trees to select and
develop permanent branches that have a smaller diameter than the trunk or branch to which they
are attached. Remove all dead, diseased or damaged growth; eliminate narrow V-shaped branch
forks. Reduce topping and wind damage by removing crossover branching and by thinning out
crowns. Prune to control growth within the trees' space limitation, to maintain a natural form and
to allow head clearance. Prune two sample trees of each genus and species under the direction of
the City’s representative for approval and control purposes, prior to proceeding with balance of tree
pruning work.
1. Young Tree Pruning: Lower branches shall remain in a "tipped back" or pinched condition,
leaving as much foliage as possible to promote caliper trunk growth. Stripping of lower
branches will not be allowed unless approved by the City’s representative. Lower branches
shall be cut flush with the trunk only when the tree is able to stand without support.
2. Evergreen Tree Pruning: Evergreen trees (trees that are not deciduous) can be pruned or
thinned at any time when necessary. Prune for appearance and safety and remove dead or
broken branches. Prune especially during the months of September and October to prepare the
trees for the windy season. For safety reasons remove any part that may become a hazard by
falling.
a. Deodar Cedars and Pines: Deodar Cedars and Pines shall not be pruned except as corrective
or preventative maintenance. Removal of lower branches for turf maintenance is allowable,
but in no case shall branches be removed to expose more than 3 ft. of the trunk.
b. Eucalyptus Tree Pruning: Eucalyptus trees shall be trimmed to remove crossing branches
and thinned to increase trunk caliper. Trees should be pruned or thinned prior to seasonal
heavy winds. Trees shall not be topped.
3. Deciduous Tree Pruning: The pruning of deciduous trees shall be done during the dormant
season, December, January and February except for blooming trees which will be pruned after
blooming. However, if a tree becomes damaged or constitutes a health or safety hazard, it shall
be pruned at any time as required. All pruning cuts shall be made flush with the trunk, lateral
branches or buds. "Stubbing" of branches will not be allowed.
B. Insect, Disease and Pest Control: Refer to Section M-13, Pest Control, of this specification for
approved methods of pesticide control.
C. Staking and Guying: Tree stakes, ties and guys shall be checked at least monthly and adjusted as
necessary. Tree ties shall be inspected to prevent bark wounds caused by abrasion and ties shall be
adjusted to prevent girdling. Before any stakes are removed, remove tree ties and allow the tree to
remain without support for a period of time to observe structural stability of the tree. The tree must
retain its upright position and this position must be held regardless of moisture content of the soil.
Remove tree stakes only when tree has proven to be structurally stable. Any re-staking shall be
done with originally specified materials. Stakes shall not be placed closer than eight inches (8")
from trunk of tree. Guying will, over time, stretch or loosen. Adjust as needed to retain a taut
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
position, until such time when guying is removed. Any tree that is damaged due to improper staking
or guying shall be replaced at the Contractor's expense. Replace broken stakes and damaged guys
as required. Damaged trees shall be staked within twenty-four (24) hours of identification of
damage by Contractor, City or the public's notification to Contractor. Replacement stakes or new
staking shall be completed within five (5) days. (Materials only will be paid for by the City as
"Extra Work".)
D. Tree Guards: Trees in turf areas shall be inspected at the base of the trunk for tree guards weekly.
Contractor shall report any missing tree guards to the City immediately.
E, Plant Replacement: Refer to Section M-8, Plant Replacement, of this specification.
F. Fertilization: 20% of all trees shall be deep-fed during the month of February by means of one inch
(1") diameter holes drilled two feet (2') deep at six foot (6') intervals around the drip line filled with
organic spec fertilizer, or approved equivalent program.
G. Clearance and Visibility: Prune trees to allow necessary clearance for the safety of pedestrian traffic,
vehicle circulation and signage, etc. Prune trees along walkways to allow ten feet (10') clearance
for pedestrians and fourteen feet (14') above curb and gutters for vehicular traffic, and two feet (2’)
from walls and structures in February or more often as necessary as directed by the City’s
representative.
H. Contractor shall notify the City on a weekly basis of any irrigation issues that may cause damage to
plant materials.
M-10 Shrub and Vine Care
Shrub and vine care for parks shall be performed on a four (4) week interval or more often as necessary.
All shrubbery shall be checked weekly for any breakage or damage, special watering needs, pest
problems, etc., and treated as necessary. All undesirable conditions shall be eliminated per accepted
landscape maintenance practices. All shrubs shall be maintained in a healthy vigorous condition.
Remove all spent flowers, flower spikes, all leaves and debris, soot and accumulated dirt from plant
areas regularly as needed.
A. Shrub Pruning: Pruning shall be performed weekly as an on-going operation, and shall be done
under the direction of the City’s representative, not allowing plants to develop stray, undesirable
growth. Trimming, pruning, thinning and training are functions to be done as needed to maintain
a pleasing appearance. Any shrub under stress should be trimmed to reduce evaporation. The
design intent is to have naturalistic shrub masses not individual shrub forms or standards.
Accomplish pruning by selectively removing woody stems from inside shrubs on an as needed
basis as directed by the City. Excessive pruning or stubbing back will not be permitted. Top shrubs
only when necessary for appearance; and after interior, selective branch pruning has been
completed, or as directed by the City’s representative.
B. Vine Pruning: Vines shall be maintained in their intended form. Pruning shall be performed as a
continuous weekly operation under the direction of the City’s representative for containment so
plants do not develop stray, undesirable growth. Vine ties shall be inspected weekly and re-tied or
adjusted as necessary.
C. Insect Disease and Pest Control: Refer to Section M-13, Pest Control, of this specification for approved
methods of pesticide control.
D. Plant Replacement: Refer to Section M-8, Plant Replacement, of this specification.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
E. Fertilization: Shrubs located in ground cover areas will not require additional fertilizing.
See Section M-8, Fertilization, for fertilization application in ground cover areas.
F. Clearance and Visibility: Where shrubs occur in close proximity to sidewalks, curbs, roadways
and parked cars, prune to allow movement without interference from branches and foliage. Prune
shrubbery to allow necessary clearance for the safety of pedestrian traffic, vehicle circulation,
signage, and two feet (2’) from walls and structures or as directed by the City’s representative.
G. Contractor shall notify the City on a weekly basis of any irrigation issues that may cause damage
to plant material.
M-11 California Native Plant Material Care
A. Varieties: California Native Plant material has been planted in the Sports Center at Grijalva Park.
B. Watering: California Native Plant material has adapted to our Mediterranean type climate’s
seasonal distribution of rainfall with definite wet and dry seasons where most rainfall occurs from
late fall through the end of March. Most California Native Plant material cannot tolerate excessive
moisture during the summer months. This seasonal rainfall cycle has resulted in native plants
having a winter growth and spring blooming period with a rest or dormancy period in the hot, dry
summer. Understanding the California Native Plant’s growth cycle and proper supplemental
irrigation water sequencing will insure the plants are being maintained in a healthy and vigorous
condition.
City is responsible for irrigation of all landscapes, however, the Contractor is responsible to notify
the City on a weekly basis regarding any irrigation issues that may be damage to plant material.
C. Pruning: Refer to Section M-10, Shrub and Vine Care, of this specification for shrub pruning.
Refer to Section M-9, Tree Care, of this specification for tree pruning.
D. Fertilization: Refer to Section M-8, Fertilization, of this specification.
E. Plant Replacement: Refer to Section M-8, Plant Replacement, of this specification.
F. Tree Pest Control: Refer to Section M-13, Pest Control, of this specification for tree pesticide
control.
G. Shrub Pest Control: Refer to Section M-13, Pest Control, of this specification for shrub pesticide
control.
H, Contractor shall notify the City on a weekly basis of any irrigation issues that may cause damage
to plant material.
M-12 Native weeds and Grass Clearing
The Contractor shall clear the weeds and grasses in the unimproved Park Sites, parkways, vacant lot,
including vacant lot across from 2905 Walnut and a six foot (6’) wide strip along the curb on
unimproved streets in February, May, August and November or more often as necessary each year.
The Contractor shall spray with a non-selective herbicide and remove the re-vegetation to within three
inches (3”) of the finish grade. All vegetation shall then be collected and removed from the site.
M-13 Pest Control (See Appendix ‘A’)
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
The Contractor shall regularly inspect (on a weekly basis) all park sites in the Contract Area for
presence of disease, insect or rodent infestation. The Contractor shall advise the City within forty-eight
(48) hours if disease, insect or rodent infestation is found; he shall identify the disease, insect or rodent
and specify control measures to be taken using legally approved materials and methods. Upon written
approval of the City the Contractor shall implement the approve control measures. The Contractor shall
select and supply proper materials and personnel to comply with all City, County, State and Federal
laws and regulations. The use of any chemicals for insect and disease control shall be done by a State
Licensed Pest Control Operator who shall follow all guidelines governing his license.
A. Insect, Disease and Pest Control: The Contractor shall provide complete and continuous control of
all plant pests or diseases. Contractor will assume responsibility of use of all chemical controls.
Pests and diseases to include, but not be limited to, all insects, mites, other invertebrates, pathogens,
nematodes and vertebrates. Chemical controls shall include necessary use of herbicides and plant
growth regulations. Pests may be controlled by mechanical and chemical means.
1. Extreme caution shall be used when spraying insecticides and fungicides. Only apply when
there is no wind. City approval must be obtained prior to spraying pesticides.
2. Approved control measures shall be continued until the disease, insect or rodent is controlled
to the satisfaction of the City. The Contractor shall utilize all safeguards necessary during
disease, insect or rodent control operations to ensure the safety of the public and the employees
of the Contractor.
B. Rodent Control: When rodent infestation becomes evident, the Contractor shall at once proceed to
eradicate and provide a regular rodent control program as necessary.
C. Snails and Slugs: Treat for snails and slugs as necessary. Treatment shall be approved by the City and
may vary from one park site to another. In general, broadcast an approved granule, pellet or meal at the
recommended rate of three (3) times a year minimum; Spring, late Fall and Winter and/or apply an
approved insecticide as needed for complete snail and slug control based upon a program designed by a
State Licensed Pest Control Operator.
D. Trees: All trees should be inspected weekly for fungus or insect infestation and treated accordingly
as necessary. Upon notification by City, Contractor shall provide labor, equipment and materials
to apply pesticides by a State Licensed Pest Control Operator.
E. Shrubs and Vines: Check all plant material in landscaped areas weekly and apply pesticides at the
first sign of infestation.
F. Seasonal Color: Look for susceptible plants during the autumn months when leaf color is changing
and apply pesticides as required to prevent or control disease and insect problems.
M-14 Irrigation Systems Inspection (See Appendix ‘A’)
A. Irrigation Repair and Operation: Prior to initiating mowing operations the Contractor shall inspect
each site for broken sprinklers, malfunctioning or leaking valves, excessive wet turf areas, or any other
condition which may interfere with the performance of work. The Contractor shall notify the City’s
representative the same day of discovery of damage to irrigation system components cause by
vandalism, “Acts of God”, vehicular damage, theft or mysterious damages that do not result from the
performance of the work by the Contractor. Failure to report any damages or unusual site conditions
will constitute Contractor making repairs at this own expense, regardless of responsibility for cause
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
of damage. Any replacement of irrigation system component shall be original types and approved by
the City’s representative.
B. Irrigation system components damaged as a result of Contractor’s neglect during mowing
operations shall be repaired or replaced by the Contractor at no cost to the City.
C. Plaza Park Irrigation System: Contractor shall monitor and schedule the irrigation system at Plaza
Park. Irrigation system components damaged as a result of Contractor's neglect, shall be repaired
and/or replaced by the Contractor at no cost to the City. Normal wear and tear, vandalism, accidental
breakage by others, or so-called "Acts of God” shall be considered conditions under which the
contractor is not directly responsible; such repairs (including control valve repair and/or re-build)
shall be made and billed for cost of materials only (see section M-1). All mainline repairs up-to and
including control valve replacement shall be made and billed for labor and materials in accordance
with contractor’s unit pricing stated herein (see section IX). The Contractor shall notify the City the
same day of discovery of damage to irrigation system components caused by vandalism, "Acts of
God", vehicular damage, theft or mysterious damages that do not result from the performance of the
work by the Contractor. Upon receipt of the City's written authorization, repair said damage as soon
as possible after discovery, billing the City for the cost of such repair on the subsequent monthly
billing statement. Failure to report any damages will constitute Contractor making repairs at his own
expense. Any replacement of irrigation system component under this sub-paragraph A shall be
original equipment types where known. Any substitutions for replacement equipment shall be
approved, in writing, from the City prior to doing work.
M-15 Surface Drainage Care (See Appendix ‘A’)
A. All surface drainage devices such as concrete 'V' ditches, bench drains, swales, inlets, and other
surface drains shall be inspected weekly or more often as necessary and kept free of all algae,
debris, vegetation, soil, etc., which would preclude their proper intended function at all times.
B. All landscape drainage devices shall be routinely inspected and foreign matter removed in order to
maintain their proper, intended function.
M-16 Grounds Maintenance Care (See Appendix ‘A’)
A. General Maintenance: The Contractor shall provide grounds maintenance at each park site and
recreation trail daily.
1. All Park Sites shall be inspected daily and maintained in a neat, clean, and safe condition at all
times.
2. All broken glass and sharp objects shall be removed daily.
3. All animal droppings or other materials detrimental to human health shall be removed from the
park sites daily.
4. Decomposed granite areas shall be kept level and at grade at all times, free of weeds, trash and
debris.
B. Barbecue Grills: All barbecue grills shall be emptied of all ashes daily.
C. Drinking Fountains: All drinking fountains shall be inspected, kept clean and operational at all
times.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
D. Park Amenities: Benches, bleachers, picnic tables and play equipment shall be inspected and
cleaned daily or more often as necessary. Picnic areas in parks, including concrete slabs and tables,
shall be washed daily using soapy water. Tables and patio surfaces within reserved picnic/ pavilion
areas are to be cleaned by 9:00 AM daily. All other tables and patio surfaces are to be cleaned by
11:00 AM or more often as necessary.
E. Litter/Trash Collection and Disposal: The Contractor shall inspect all parks prior to 9:00 a.m. at
least once daily, seven (7) days per week, including Holidays, (with the exception of Yorba Park
be inspected by 7:00 a.m., on Mondays, Tuesdays, Thursdays, and Fridays). Trash removal from
trash containers and any other debris within reserved picnic/ pavilion areas are to be emptied,
removed and cleaned by 9:00 AM daily. All other trash containers are to be emptied and cleaned
by 11:00 AM or more often as necessary, removing all litter from turf, planters, tot lots, walkways,
parking lots, receptacles and dumpster enclosures. All recreation trails shall be inspected and trash
removed daily but may be done anytime during normal working hours.
1. All litter and trash, including debris deposited by blowing wind or persons passing by shall be
collected (from the Contract Area) and disposed of at park site dumpsters.
2. The Contractor shall respond within an hour during regular working hours to the City's direction
regarding litter pick-up. If litter and trash is not removed during daily site visit, it shall be
considered an emergency and removed immediately upon notification by the City. Failure of
said removal may result in deduction of payment for that date or week.
3. Leaves, grass clippings, branches, weeds and any other landscape refuse accumulated from the
Contact Area shall be disposed of off-site the same day the landscape refuse is accumulated.
F. Trash Containers: Trash containers provided by the City shall be inspected and emptied daily, by
9:00 a.m. and more often as necessary, with the exception of Yorba Park trash containers be emptied
by 7:00 a.m., daily except on Wednesdays . (refer to M23). Trash containers shall be washed after
emptying (when necessary) as determined by the City's representative. Contractor shall provide
approved plastic liners (40" x 48" x 74 mil. minimum) for all trash containers at Contractor's own
expense. Trash liners shall be changed daily or more often as necessary. Contractor shall provide
doggie bags a minimum of .80 mil thick at City doggie bag dispensers. There are additional doggie
bag stations inside the dog park that the contractor will only need to dump on a daily basis, the Dog
Park Association provides bags for the dispensers.
G. Green waste/Land Diversion Programs: The Contractor shall comply with any adopted City
programs for waste reduction/recycling effective during the period of the Contract. All organic
waste (including leaves, grass clippings, brush, branches, and tree parts) resulting from work
performed under this contract shall be disposed of pursuant to the requirements of the State of
California. Organic waste cannot be taken to a landfill. Every month, the Contractor shall submit
receipts from licensed compositors/green waste recycling facilities, to the City Representative
listing the tons of organic waste recycled and the names and addresses of the composting or
processing companies.
M-17 Walkways and Hardscape Care (See Appendix ‘A’)
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
A. General: Walkways and hardscape care shall include, but not be limited to, all concrete and asphalt paving
surfaces, driveways, parking lots, sidewalks, curbs & gutters, stairways & ramps, and picnic area slabs,
and paved recreation trails.
1. All walkways and hardscape areas shall be inspected daily and maintained in a neat, clean, and
safe condition at all times. Leaves, branches and other debris shall be collected and disposed
of off-site.
2. During each Park Site visit all walkways and hardscape areas shall be inspected and cleaned.
Work shall be scheduled so as to not interfere with normal park site use activity.
3. All Park Sites shall be swept daily or more often as necessary to remove all deposits of silt
and/or sand and glass from all walkways and hardscape areas. Expansion joints and cracks shall
be kept free of weeds at all times.
4. All walkways and hardscape areas shall be kept free of litter and trash, including debris
deposited by blowing wind or deposited by persons passing by or visiting the park site. Debris
shall be collected daily; all paper, trash, etc. should be disposed of at a park site dumpster. Over-
sized or excessively large amounts of refuse, debris and/or trash shall be taken off park site for
dumping elsewhere in a legal manner at no additional cost to the City of Orange.
5. All walkways and hardscape areas shall be hosed off as required by the City, or as necessary.
Care shall be taken so that this does not inhibit or endanger pedestrians utilizing walks and
stairways. This work should be scheduled to coincide with mowing or other maintenance work
in the area. Walkways and hardscape at Steve Ambriz Park to be hosed off every Tuesday and
Friday.
6. Sports courts shall be blown off daily, removing and leaves, debris and standing water. They
shall be washed once per month. A mild detergent of 4 parts water, 2 parts trisodium phosphate
(TSP) and 1 part household bleach shall be used once per year or more often as needed.
B. Sweeping, Vacuuming and Blowing: All walkways and hardscape areas shall be swept, vacuumed,
or blown off weekly or more often as necessary. In no case shall blowing be used in place of
sweeping or vacuuming trash, leaves or other noticeable debris.
1. Vacuums, blowers, sweepers or other approved means may be used to clean hardscape areas.
However, debris shall not under any circumstance be blown or otherwise swept onto adjacent
streets or property. All debris must be picked up by the Contractor and removed off site.
2. Work may be coordinated with mowing or other maintenance work in the park site. All gutters
within the maintenance area shall be kept clean of litter, trash and all other debris.
3. Contractor shall hose off, up to and including power-washing, all soils, spills and stained
surfaces within Park Site as necessary. Said soils, spills and stains shall be removed daily and
as immediately noticed by Contractor upon regular inspections of walkways and hardscape
areas within each park site. Contractor shall adhere to all NPDS requirements.
C. Dog Droppings: Shall be removed when found during daily maintenance operations. Walks shall
be hosed off after droppings are removed.
D. Street Clean-Up: Street sweeping is maintained under a separate contract and is not a part of this
maintenance work. The Contractor shall remove and dispose of off site, at an approved dump site, all
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
miscellaneous debris or trash blown into the parking lot and streets by the wind or deposited by persons
passing by or visiting the site.
M-18 Tot Lot and Sand Lot Care (See Appendix ‘A’)
A. General: These areas shall be referred to as play areas, which include, but are not limited to, tot
lots, sand lots, volleyball courts, etc.
1. All play areas shall be raked to remove leaves and debris daily. All woodchip areas shall be
raked level (especially fall zones of play equipment) and kept free of any forei gn debris, by
9:00 AM daily. All sand areas to be raked and kept free of any foreign debris by 11:00 AM
daily.
2. Woodchips/Sand in play areas shall be kept clean and maintained for safe playing. Each play
area shall have trash and glass removed and depressions filled in daily. All play areas shall be
maintained weed free.
3. Woodchips/Sand around the edge of play areas shall be swept daily, using a push broom, and
the material shall be put back in the lot.
4. Contractor shall inspect daily levels of woodchips/sand in all play areas within each park site.
The Contractor shall be responsible to notify the City’s representative of the need to replenish
woodchips or sand in order to maintain a safe level above footings in all play areas.
Woodchips/Sand shall be replenished by the City as necessary to maintain optimum levels.
Contractor shall be responsible to verify final levels with the City's representative.
5. In the event of inclement weather if at any time the sand court areas become flooded and there
is standing water, it will be the Contractor's responsibility to remove water immediately.
B. Play Area:
The Contractor shall perform, but not limited to, the following maintenance procedures:
1. Contractor shall roto-till all play areas, annually and as required (after rain storms) to the
maximum depth that will allow complete loosening of the sand, but that will not cause lower
base materials to be mixed in with the play area material.
2. Contractor shall rake level all play areas on a daily basis, or more often as necessary.
3. Contractor shall maintain all play areas to be weed free.
C. Rubberized Surface Care: Where rubberized surfaces are found in Park Site, Contractor shall
perform, but not limited to, the following maintenance procedures:
1. Contractor shall inspect and keep all rubberized play surfaces clean and clear of foreign debris,
including woodchips or sand.
2. Contractor shall blow or sweep all rubberized play surfaces weekly and wash them monthly
using a hose and spray nozzle to remove all sand, soil, or other foreign debris and/or material.
3. Contractor is responsible to maintain a safe (rubberized) playing surface on a daily basis, or
more often as necessary.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
M-19 DRESS CODE AND APPEARANCE
The Contractor shall be required to provide uniforms for personnel assigned to the Contract Area.
Sufficient changes shall be provided to present a neat and clean appearance of landscape personnel at
all times. Contractor's personnel shall wear uniforms with company name at all times. The proper
uniform includes:
A. Safely Equipment: All employees, when operating power equipment, shall have the proper Personal
Protective Equipment (PPE) in place such as face shields, ear protectors, eye goggles, dust masks,
etc.
B. Shoes: Leather work boots, or shoes, shall be in good condition and worn at all times. No sandals
or tennis shoes shall be worn on the job. In the event that tennis shoes or sandals are worn the City
may suspend the Contractor's employee from work for that day.
C. Company Shirts, Vests or Hats: Shirts or vests with the company name shall be worn by Contractor's
personnel at all times. Hats, if provided, shall also have the company name. Company name shall
be displayed on clothing and visible to the public at all times.
M-20 Extra Work
The City may, from time to time, need additional landscape maintenance services which shall only be
authorized by the City's representative as stipulated in the contract and upon execution of the contract
documents. Extra work shall be performed by the Contractor or by competitive bid option at the
discretion of the City.
A. General Procedures: In the event the Contractor is required by the City and agrees to perform extra
work, the following procedure shall govern such work:
1. When required by the City, a written estimate of cost will be submitted to the Department of
Community Services for approval prior to work being done. The Contractor shall maintain
records sufficient to distinguish the direct cost of other operations. He shall furnish reports of
extra work on forms furnished by the Contractor, itemizing all costs for labor, materials and
equipment rental. The report shall include hours worked. The following procedure will govern
such extra work.
2. Work will be executed under the direction of the City's representative on a time and materials
basis or an agreed lump sum price depending on the nature of the work.
3. City will issue a written work request for such extra work to be performed.
4. Extra work will not be initiated without written authorization, except in emergency call-out
situations. Contractor agrees that any services performed which are not authorized by the
delegated City's representative, as stipulated in the contract, may result in non-payment by the
City.
5. All extra work authorized by the City shall be performed by separate personnel that are not
employed to perform the maintenance work under this contract.
B. Extra Work Tasks: Extra work may include, but not be limited to, the following:
1. Replacement of plant materials due to failures beyond the Contractor's control.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
2. Replacement of worn out damaged sprinkler heads, valves, quick couplers, etc.
3. Additional treatment required for planting or soil as not set forth specifically in this
Specification.
4. Remedial landscaping.
5. Repairs or replacements due to vandalism or "Acts of God".
C. Labor Costs: Labor costs shall be based on the proposed wage scale for each type of workman.
D. Field Change Order: Contractor shall submit invoices for Extra Work separate from regular
monthly maintenance billing and shall detail: a) site location, b) services performed, and c) amount,
as authorized by City’s Representative.
M-21 Weekly Maintenance Review (See Appendix ‘A’)
A. Inspections by the City of Orange: The City shall inspect the work every week to ensure adequacy
of maintenance and methods of performing the work are in compliance with the contract. However,
such inspection or failure of City to inspect shall not relieve the Contractor of the duty to provide
continuous inspection of the work area.
B. Weekly Inspection Meetings: The Contractor's representative shall meet weekly with the City's
Representative to review the Contractor's schedules and performance, resolve problems and
perform field inspections as required. Should such inspections find deficient performance or
service failure, the liquidated damage clauses of this contract will be enacted.
C. Prerequisite for Monthly Payment: Weekly maintenance site review meetings followed by a
satisfactory completion of any or all punch list items generated thereof is a required prerequisite
for payment of monthly invoices.
M-22 Schedules and Reports (See Appendix ‘A’)
The Contractor, as part of this agreement, will submit schedules and reports as requested. Failure to
submit schedules and reports in a timely manner may result in a delay of monthly payments. Refer to
Appendix ‘A’, for Table of Parks Yearly Landscape Maintenance Tasks Schedule; therein is a chart of
required maintenance practices and frequencies.
Such schedules and reports must be detailed, thorough and may include, but not limited to, the items
listed below.
A. Weekly Maintenance Schedule(s): The Contractor shall be responsible for the following:
1. Contractor shall provide a weekly maintenance schedule(s) to the City. The schedule(s) shall
indicate the frequency of time and days of the week services are to be performed.
2. Contractor shall notify the City representative of all changes in work schedule at least forty-
eight (48) hours prior to commencement of scheduled change work. The Contractor may not
change schedule of work without written permission from City.
3. Contractor shall adjust his work schedule to compensate for all special events, holidays and
inclement weather. City representative will notify Contractor of all special events and holiday
dates.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2
B. Maintenance Reports: The Contractor shall be responsible for the following:
1. Pesticide Use Reports.
2. Hazards Reports.
3. Cost information to perform extra work for upgrading specific areas.
4. Suggestions for improving problem areas.
5. All forms and schedule(s) shall be of a format supplied by or approved by the City.
6. Daily Tot Lot Inspection Reports.
M-23 Dog Park Area Care at Yorba Park
Litter and trash pick-up at Yorba Park on every day except Wednesdays shall be completed by 7:00
a.m. The Dog Park remains closed to public use for the entire day each Wednesday of every week in
the calendar year, unless otherwise noted by the City’s representative. It is imperative for the Contractor
to perform all weekly maintenance tasks each Wednesday. Those weekly tasks include, but not limited
to, the following:
A. Turf mowing;
B. Turf edging;
C. Weed whip trimming;
D. Gopher and/or rodent baiting;
E. Fence line chemical spray edging (as necessary);
F. All usual daily duties and tasks that apply, and described herein this contract, and;
G. Any other required task not listed herein, but advised by City’s representative to perform.
M-24 National Pollutant Discharge Elimination System (NPDES) Requirements:
A. The Contractor shall comply with Local, State and Federal National Pollutant Discharge Elimination
System (NPDES) regulations including the County Drainage Area Management Plan (DAMP) and the
City’s Local Implementation Plan (LIP) at all times while providing landscape maintenance services for
the City.
B. The Contractor shall apply Storm Water Best Management Practices (BMP’s) for all pollution
prevention of the discharge of pesticides and fertilizers, landscape waste, trash, debris and other pollutants
to the storm drain and receiving waters.
M-25: Company Vehicles
All vehicles used by Contractor’s employee for the purposes of performing this work are to be identified
with magnetic door signs (approx.. 20” x 16”) or equivalent with the company name and phone number.
These need to be visible from both sides of said vehicle.
Docusign Envelope ID: 6D963161-D5B3-4834-980E-91AE1E078FD2