City of San Buenaventura REQUEST FOR PROPOSAL No. P-130000512 Monday March 11, 2019

Notice is hereby given that sealed proposals will be received at the Purchasing and Contracts Division for LANDSCAPING SERVICES, in accordance with the attached Table of Contents, General Background and RFP Instructions, Mandatory Proposal Submittal Requirements and Proposal Format, General ITB/RFP Provisions for General Services Agreements and Living Wage Requirements, Evaluation Criteria, Scope of Services – Exhibit A, Exhibits B-V and Schedules of Work for Exhibits B-V, Submittal Forms A-W, Proposer Data Information and Financial Forms, Experience Statement, References, Proposal Summary and ATTACHMENT A – Standard Form General Services Agreement.

Mandatory Pre-Bid Meeting: A mandatory pre-proposal meeting will be held at City Hall in the Anacapa Conference Room on Wednesday March 27, 2019 at 10:00 AM. Attendance of this Pre-Proposal meeting is mandatory in order to submit a Bid. Bids submitted on which the meeting has not been attended will be considered non-responsive and rejected.

All questions and comments shall be submitted in writing, via email to Nicole Supan, Buyer, at [email protected], no later than Tuesday April 2, 2019, at 3:00 PM. Any response will be in the form of an Addendum.

Closing Time and Date Proposals shall be submitted in a sealed envelope clearly marked “RFP No. P-130000512” prior to:

Thursday April 25, 2019 at 4:00 PM

Sealed proposals shall be delivered by courier, express mail, or in person to:

Purchasing and Contracts Division City of San Buenaventura 501 Poli Street, Room 102 Ventura, CA 93001

One original marked “ORIGINAL” and bearing original signatures and one copy must be submitted, on or before, the submittal deadline date. If discrepancies are found between the copies, or between the original and copies, the original will provide the basis for resolving such discrepancies. If no document can be identified as the original, Proposer’s proposal may be rejected at the discretion of the City. No oral, telegraphic, electronic, facsimile, or telephonic proposals or modifications will be considered.

Proposals received after the scheduled submittal deadline will be returned unopened. Proposals postmarked prior to submittal deadline, but received after the deadline, will be returned unopened.

Proposals will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended to the City Council.

Any communication with City staff or the City Council, except for the Purchasing and Contracts Division, regarding this RFP is prohibited. Disregard of this provision could result in rejection of the proposal.

Copies of the proposal package and subsequent addenda may be obtained at www.cityofventura.ca.gov/bids.

1 of 150 REQUEST FOR PROPOSAL No. P-130000512 Landscaping Services

TABLE OF CONTENTS

COVER SHEET 1

TABLE OF CONTENTS 2

GENERAL BACKGROUND & RFP INSTRUCTIONS 3

MANDATORY PRE-PROPOSAL MEETING & SITE VISITS 4

MANDATORY PROPOSAL SUBMITTAL REQUIREMENTS 5

PROPOSAL FORMAT 7 CITY OF SAN BUENAVENTURA GENERAL PROVISIONS FOR STANDARD FORM CONTRACTS 8

EVALUATION CRITERIA 14

EXHIBIT A: Scope of Services / Specifications 17

EXHIBITS B – V: Site Locations / Schedules 30

Submittal Forms A – W 90

Proposer Data Information and Financial Forms 123

Experience Statement 128

References 129

Proposal Authorization Sheet 132

ATTACHMENT A – Standard Form General Services Agreement 133

2 of 150 GENERAL BACKGROUND

The City of Ventura, located in the State of , has a population of 110,000 and is located thirty (30) miles south of Santa Barbara, and sixty (60) miles northwest of Los Angeles. It is a coastal community known for its marina, pier, diverse flora, golf courses, beaches, parks, and passion for art and culture. The City operates under its own charter with the Council-Manager form of government. Ventura is a full-service city providing police and fire services, parks and recreation, public works, and community development in addition to water treatment and distribution, storm water processing, and wastewater management. The City employs approximately 600 full time employees and up to 450 temporary employees.

The City of San Buenaventura, California seeks proposals from qualified landscape maintenance contractors for providing landscape maintenance services to the City.

Services shall be performed to the satisfaction of the City of Ventura designated representatives. Failure to perform services in accordance with this proposal and to the satisfaction of the City of Ventura designated representatives shall be grounds for cancellation by the City of Ventura.

The City of Ventura anticipates that the selected qualified contractor will take great care in the designation of a lead individual as coordinator of the service for the City.

A copy of the City of Ventura “Standard General Services Agreement,” Attachment “A” is included herein, as it will be the document executed as the final contract between the City and the contractor.

RFP INSTRUCTIONS

The Maintenance Specifications outline the detailed specifications, site locations, frequency schedules, and Parks Division tree detail. This information should be used in determining and submitting your proposal. Site descriptions outlined in this document are general. Specific boundary questions should be directed to the City Purchasing and Contracts Division for clarifications. Purchasing staff will field all queries to the Parks Project Manager.

The Proposal Exhibits A – V and the subsequent twenty-three (23) Submittal Forms("A/B","C","C.1","C.2","D","E","E.1","F","G","H","I","J","K","L","M","N","O","P"," Q","R","S","T","U", "V") delineate each of the areas under twenty-four (24) Exhibits:

3 of 150 MANDATORY PRE-PROPOSAL MEETING & SITE VISITS

A mandatory pre-proposal meeting will be held at City Hall located at 501 Poli Street, Ventura CA 93001 in the Anacapa Conference Room on Wednesday March 27, 2019 at 10:00 AM. Vendors will have the opportunity to ask questions and receive a map of the sites at that time.

Vendors who do not attend this mandatory pre-bid conference will not be eligible to submit proposals for this project.

Mandatory Site Visits:

Between the dates of, bidders, unescorted, shall visit City landscaping sites per the locations identified in this RFP and the accompanying map(s). Please complete and sign the attached form substantiating your firm’s commitment to conducting site visits during the abovementioned date period.

Questions for the City: Bidders can ask the City of Ventura questions about the contract, procurement or technical aspects of the RFP until. The City will provide ALL bidders with copies of the questions and City responses within a reasonable time frame following the Questions due date and time. Please direct all questions to: [email protected]. Do not contact any other City personnel regarding this RFP. NO EXCEPTIONS.

Term of Agreement: The term of this Agreement shall be two (2) years, commencing on July 1, 2019, or the date both parties execute this Agreement (the “Effective Date”), and ending June 30, 2021. Option to Extend for Good Performance: The City, with the consent of the Contractor, shall have the option for (3) three consecutive (1) one-year extensions, in accordance with the scope of work and general terms and conditions of the General Services Agreement. Any price increases or decreases shall be negotiated at time of contract extension.

At any time during this anticipated contract the City may alter the Scope of Work, making changes to the duties and times indicated, and/or adding or deleting facilities as deemed necessary. The City and contractor will negotiate changes to the contract pricing accordingly.

4 of 150 MANDATORY PROPOSAL SUBMITTAL REQUIREMENTS

1. Proposal Submission – To be considered responsive, all Proposals must be submitted in the manner set forth in this RFP. It is the Responder’s responsibility to ensure that its/their Proposal arrives on or before the specified time.

2. All interested and qualified Responders are invited to submit a Proposal for consideration. Proposers shall provide one (1) original and two (2) copies of the proposal package.

Submission of a Proposal proves that the Responder has read and understands this entire RFP, to include all attachments, exhibits, schedules, and addenda (as applicable) and agrees that all requirements of this RFP have been satisfied.

3. Proposals must be submitted in the format described in this Section. Proposals are to be prepared in such a way as to provide a straightforward, concise description of capabilities to satisfy the requirements of the RFP. Expensive binding, colored displays, promotional materials, etc., are not necessary or desired. Emphasis is on conformance to the RFP instructions, responsiveness to the RFP requirements and on completeness and clarity of content.

4. Proposals must be complete in all respects as required in this Section. A proposal may not be considered if it is conditional or incomplete.

5. All Proposals and materials submitted become the property of the City.

6. Items to be returned:

Failure to return any the following items may result in the proposer’s response being deemed unresponsive:

1) Cover/Transmittal Letter

2) Proposer Qualifications

3) Submittal Forms:

a. Submittal Forms A/B b. Submittal Form C, C.1, C.2 c. Submittal Form D d. Submittal Form E, E.1, E.2 e. Submittal Form F f. Submittal Form G g. Submittal Form H h. Submittal Form I i. Submittal Form J

5 of 150 j. Submittal Form K k. Submittal Form L l. Submittal Form M m. Submittal Form N n. Submittal Form O o. Submittal Form P p. Submittal Form Q q. Submittal Form R r. Submittal Form S s. Submittal Form T t. Submittal Form U u. Submittal Form V v. Submittal Form W

4) Proposer’s Data Information

5) Financial Data

6) Experience Statement

7) References

8) Proposal Summary/Authorization

9) Bid Bond per General IFB/RFP Provisions, page 8, section 2.

10) Any exceptions to the RFP General Provisions and/or Standard General Services Agreement (ATTACHMENT A) must be in writing, submitted with the proposal.

6 of 150 PROPOSAL FORMAT

Each proposal must contain the following in the order listed:

1. Cover/Transmittal Letter

Letter is to be signed by a member of the organization having the authority to negotiate and execute contracts on behalf of the firm. Cover letter must acknowledge receipt of any and all addenda, if any were issued (if in doubt, contact Burris DeBenning, Senior Buyer at (805) 658-4716.

2. Proposer Qualifications, Experience and Resources

A. A summary of your firm’s experience with respect to the required landscaping maintenance services.

B. A general description of your company and the professional staff. How long has this business been operating in Ventura County, if applicable? If the company has operated in Ventura County under a different name, please list all names and when the name was changed. If multiple branches exist, how many and over what geographical area?

C. A discussion of the primary factors you believe the City should consider in selecting a landscape maintenance company.

3. ALL Submittals/forms/statements required per MANDATORY PROPOSAL SUBMITTAL REQUIREMENTS above.

4. Completed and Signed RFP Proposal Summary Form.

5. Exceptions to IFB/RFP General Provisions and/or Standard General Services Agreement (ATTACHMENT A).

6. Bid Bond

7 of 150 CITY OF SAN BUENAVENTURA GENERAL PROVISIONS FOR STANDARD FORM CONTRACTS

Please Read Carefully These provisions are part of your Bid/Proposal/Quotation and any resultant Agreement

Definitions: A. “Bidder’ is any individual, partnership, or corporation that submits a bid, proposal, or quotation. B. “Bid,” “Proposal,” or “Quotation” shall hereafter be referred to as “Bid.” C. “Assistant Finance Director” shall mean the Assistant Finance Director or designee. The Bidder agrees that: A. Bidder has carefully examined the specifications, and all provisions relating to the item(s) to be furnished or the work to be done; B. Bidder understands the meaning, intent, and requirements of the items to be furnished or work to be done; and C. Bidder will enter into a written contract and furnish the item(s) or complete the work required in the time specified, in strict conformity with the specifications of the City of San Buenaventura (“City”) for the prices quoted. 1. Prices: All prices and notations must be in ink or typewritten. Mistakes may be crossed out and corrections typed or written in with ink adjacent to the error. The person signing the bid must initial corrections in ink.

Bids shall indicate the unit price extended to show the total price for each item bid. Any difference between the unit price extended and the total price shown for all items bid shall be resolved in favor of the unit prices.

2. Bidder’s Security: REQUIRED A bid deposit in an amount equal to at least 10% of the bid may be required as a bid security by the City. The bid security may only be in cash, a cashier’s check, a certified check made payable to the City, or a bid bond. If the bid security is a bond, it shall be executed by an insurer authorized to issue surety bonds in the State of California. The bid security must be executed by the Bidder and enclosed with the bid in the sealed bid envelope.

3. Faithful Performance Bond: REQUIRED If required, the Bidder will furnish the City with a surety bond conditioned upon the faithful performance of the contract. This may take the form of a bond executed by a surety company authorized to do business in the State of California and approved by the City, an endorsed Certificate of Deposit, or a money order or a certified check drawn on a solvent bank. The bond shall be in a sum equal to one hundred percent (100%) of the amount of the contract price. Such bond or deposit shall be forfeited to the City in the event that bidder receiving the contract shall fail or refuse to fulfill the requirements and all terms and conditions of the contract.

4. Items Offered: If the item offered has a trade name, brand, and/or catalog number, such shall be stated in the bid. If the Bidder proposes to furnish an item of a manufacturer or bidder other than that mentioned on the face hereof, Bidder must specify maker, brand, quality, catalog number, or other trade designation. Unless such is noted on the bid form, it will be deemed that the item offered is that designated even though the bid may state “or equal.”

5. Brand Names: Whenever reference to a specific brand name is made, it is intended to describe a component that has been determined to best meet operational, performance, or reliability standards of the City, thereby incorporating these standards by reference within the specifications. These specifications are not meant to limit the Bidder. They are guidelines to minimum qualifications. The Bidder shall indicate their compliance or non-compliance for each line of the specification. Any deviations from the specifications, or where submitted literature does not fully support the meaning of the specifications, must be clearly cited in writing by the Bidder. An equivalent (“or equal”) may be offered by the Bidder, subject to evaluation and acceptance by the City. It is the Bidder’s responsibility to provide, at Bidder’s expense, samples, test data, or other documentation the City may require to fully evaluate and determine acceptability of an offered substitute. The City reserves the right to reject a substituted

8 of 150 component that will not meet or exceed City specifications.

6. Samples: Samples may be required for bid evaluation and testing purposes. Bidders agree to provide samples within forty-eight (48) hours upon request and at no additional cost to the City.

7. Verification of Quotations: Prices must be verified prior to bid submittal, as withdrawal or correction may not be permitted after the bid has been opened.

8. Firm Prices: Prices on bid shall be firm prices not subject to escalation. In the event the specifications provide for escalation, the maximum limit shall be shown, or the bid shall not be considered. In the event of a decline in market price below a price bid, the City shall receive the benefit of such decline.

9. Alternative Bids: To be responsive, Bidder must submit a bid that meets all specific bid requirements. Once Bidder has proposed a product which is responsive to the specification, Bidder may include with the bid any additional bids or alternative products that Bidder believes can meet or exceed the City’s requirements and that may offer additional advantages, benefits, or cost savings. The City reserves the right to evaluate, and accept or reject, such alternatives as though they were part of the original specifications without advertising for further bids, when in the best interests of the City. Any awards so made will be based on operational and cost analysis considerations that would result in the optimum economic advantage to the City.

10. Confidential Information: Any information deemed confidential or proprietary should be clearly identified by the Bidder as such. It may then be protected and treated with confidentiality only to the extent permitted by law. Otherwise the information shall be considered a public record. Information or data submitted with a bid will not be returned.

11. Quality: Unless otherwise required in the specifications, Bidder shall assume that all goods furnished shall be new and unused.

12. Tropical Hardwoods: Bidder shall not provide any tropical hardwood items to the City.

13. Modification or Withdrawal of Bids: Bids may be modified or withdrawn by written notice sent by regular U.S. mail or email and received by the Purchasing and Contracts Section of the City’s Finance & Technology Department prior to the exact hour and date specified for receipt of bid. A bid may also be withdrawn in person by a bidder, or bidder’s authorized representative, prior to the exact hour and date set for receipt of bids. Telephone withdrawals are not permitted.

14. Late Bids: Bids received after the exact time and date specified for receipt will not be considered.

15. Mistake in Bid: (a) If the Bidder discovers a mistake in the bid prior to the hour and date specified for receipt of bid, Bidder may correct the mistake by modifying or withdrawing the bid in accordance with Section 13 above.

(b) If prior to the issuance of a purchase order or a contract, the apparent low and best bidder discovers a mistake in the bid of a serious and significant nature which is unfavorable to Bidder, Bidder may request consideration be given to modify the bid if it remains the lowest, responsive, and responsible bid. The right is reserved by the City to reject any and all requests for correction of mistakes in bids received after the hour and date of the bid closing. The decision of the Assistant Finance Director is final with regard to acceptance or rejection of requests for correction of bids.

16. Signature: All bids shall be signed and the title and firm name indicated. A bid by a corporation shall be signed by an authorized officer, employee, or agent, and indicate his or her title.

17. Litigation Warranty: The Bidder warrants that Bidder is not currently involved in litigation or arbitration concerning the materials or

9 of 150 performance relative to the same or similar material or service to be supplied pursuant to this bid. Bidder further warrants that no judgments or awards have been made against Bidder on this basis. Disclosure to the City in the bid of pending litigation, arbitration, judgment, or award involving the same or similar material or service as to be supplied herein may disqualify the Bidder. The City reserves the right to consider the facts surrounding such disclosure and, in the event the bid is awarded to Bidder, to require Bidder to furnish the City with a surety bond pursuant to Section 2, above.

18. Royalties, Licenses and Patents: Unless otherwise specified, the Bidder shall pay all royalties, license fees, and patent fees. The Bidder warrants that the materials to be supplied do not infringe any patent, trademark, or copyright, and further agrees to defend any and all suits, actions, and claims for infringement that are brought against the City, and to defend, indemnify, and hold harmless the City from all loss or damages, whether general, exemplary or punitive, as a result of any actual or claimed infringement asserted against the City, the Bidder, or those furnishing materials to Bidder to meet the bid specifications.

19. Performance Standards: Performance of work and acceptability of equipment or materials supplied pursuant to any contract or award shall be to the satisfaction of the City.

20. Warranties: (a) All material, labor, or equipment provided under the contract shall be warranted by Bidder and/or manufacturer for at least twelve (12) months after acceptance by City. Greater warranty protection will be accepted. Lesser warranty protection must be indicated by Bidder on the bid as an exception.

(b) Bidder shall be considered primarily responsible to the City for all warranty service, parts, and labor applicable to the goods or equipment provided by Bidder under this bid, regardless of whether Bidder is an agent, broker, fabricator, or manufacturer’s dealer. Bidder shall be responsible for ensuring that warranty work is performed at a local agency or facility convenient to City and that services, parts, and labor are available and provided to meet City’s schedules and deadlines.

21. Addenda: Before submitting a bid, each bidder shall ascertain whether any addenda have been issued. Failure to cover in this bid any such addenda issued may render the bid non-responsive and result in its rejection.

22. Taxes: The City is exempt from Federal Excise Tax. The City is liable for State, City, and County Sales Taxes.

23. Living Wage Requirements: Bidder understands and agrees that if Living Wages are applicable subject to the provisions of Chapter 2.525 of the San Buenaventura Municipal Code (the “Code”) entitled, “Living Wages and Benefits for City Services” (a copy of which is available upon request), Bidder will pay and/or provide the wages and/or benefits required therein to all of its employees engaged in whole or in part in performing the services required pursuant to the solicitation.

Moreover, Bidder will require any of its successors, assigns, and subcontractors who receive any compensation or other emoluments arising out of the performance of the services required to similarly pay and/or provide such wages and/or benefits to all of their employees engaged in whole or in part in performing such services.

24. Prevailing Wage Requirements: Effective January 1, 2015, the payment of State prevailing rates of wages as designated for Ventura County for on-site work and delivery of materials shall apply to projects for alteration, demolition, repair, or maintenance work over $15,000. Prevailing wages are required to be paid to all workers, including subcontracted employees. For information, go to: https://www.dir.ca.gov/Public-Works/PublicWorksSB854FAQ.html

Use of Prevailing Wages vs. Living Wages: In the event that there is a difference between the amount of wages to be paid under the City’s local Living Wage requirements and the requirements of this provision, the wage rate that is the higher of the two shall be applicable to the contract. PLEASE NOTE, with respect to Federal contracts, other requirements may apply, in which case, the highest of the federal Prevailing Wage, state Prevailing Wage and local Living Wage prevails.

It is unlawful to split, or separate into small portions, work orders, projects, purchases, or public works projects for the purpose of evading these prevailing wage requirements.

10 of 150 25. Conflict of Interest: No City employee or elected or appointed member of City government, or member of the employee’s immediate family, may participate directly or indirectly in the procurement process pertaining to this bid if they:

(a) Have a financial interest or other personal interest that is incompatible with the proper discharge of their official duties in the public interest or would tend to impair their independence, judgment, or action in the performance of their official duties.

(b) Are negotiating for or have an arrangement concerning prospective employment with Bidder. The Bidder warrants to the best of his knowledge that the submission of the bid will not create such conflict of interest. In the event such a conflict occurs, the Bidder is to report it immediately to the Assistant Finance Director. For breach or violation of this warranty, the City shall have the right to annul this contract without liability at its discretion, and Bidder may be subject to damages and/or debarment or suspension.

26. Gratuities: The City may rescind the right of the Bidder to proceed under this agreement if it is found that gratuities in the form of entertainment, gifts, or otherwise are offered or given by the Bidder, or any agent or representative of the Bidder, to any officer or employee of the City with the intent of influencing award of this agreement or securing favorable treatment with respect to performance of this agreement.

27. Insurance: Prior to commencement of the services required by this bid, the Bidder shall procure and maintain in full force and effect all of the insurance required by Exhibit “C,” attached hereto and incorporated herein by this reference.

28. Indemnification: As a separate and independent covenant from BIDDER’s obligations under Section 27 hereof, BIDDER shall indemnify, protect, defend with counsel acceptable to the CITY, and hold CITY and CITY’s officers, employees, agents, and volunteers harmless and free from any and all claims, liabilities, or expenses, including attorney’s fees, arising out of or relating to any negligent act, negligent omission, or wrongful conduct related in any way to BIDDER’s performance of its services pursuant to this Agreement. In the event CITY and/or any of CITY’s officers, employees, agents, or volunteers are named in any lawsuit, or should any claim be made against it or any of them by lawsuit or otherwise arising out of or relating to such negligent act, negligent omission, or wrongful conduct, BIDDER shall indemnify them for any judgment rendered against them for such negligent act, negligent omission, or wrongful act, any sums paid out in settlement or otherwise, and all costs incurred by them in their defense, including but not limited to attorney’s fees.

BIDDER also understands and agrees that it is being employed to perform the services provided for by this Agreement because of BIDDER’s professed expertise and experience in performing such services. In addition, BIDDER understands and agrees that while CITY or CITY’s officers, employees, agents, or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by BIDDER pursuant to this Agreement except as otherwise expressly provided for by this Agreement. As a consequence, BIDDER waives any right of contribution against CITY or any of CITY’s officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by BIDDER pursuant to this Agreement.

The BIDDER’s obligations under this Section of the Agreement shall survive the termination of the Agreement.

29. Award of Contract: (a) Bids will be analyzed and award will be made to the lowest, responsive, and responsible bidder whose bid conforms to the solicitation and whose bid is considered to be most advantageous to the City.

(b) The City reserves the right to reject any item or items.

(c) The City reserves the right to award one or more contracts on the bids submitted, either by award of all items to one bidder or by award of separate items or groups of items to various bidders as the interests of the City may require, unless the bidder clearly specifies otherwise in his bid.

Upon acceptance by the City, the solicitation, bid, price quotation, and a purchase order issued to the successful bidder shall be deemed to result in a binding contract incorporating those terms and these General Provisions.

30. Request for Proposal (RFP) Submittals: The documents submitted by prospective bidders are competitive sealed proposals and not competitive sealed bids.

11 of 150 When proposals are opened, prices, and other information will not be made public until the proposal is awarded. There will be no disclosure of any bidder’s information to competing bidders prior to the award of the proposal. At that time, the executed contract and proposals will become public information.

31. Protests: Protests by unsuccessful bidders to the selection for award shall be submitted in writing to the Assistant Finance Director no later than ten (10) calendar days from the date of the letter of notice. Failure to submit a timely written protest to the Assistant Finance Director shall bar consideration of such protest. The Assistant Finance Director shall consider the merits of the protest and make a determination that shall be immediately communicated to the protesting bidder. Any appeal concerning the determination of the Assistant Finance Director shall be submitted in writing to the Finance & Technology Director no later than five (5) calendar days after the original determination is communicated to the Bidder. The Finance & Technology Director shall hear the documented arguments of the protest and a written determination will be made and returned to the affected bidder(s). Determinations by the Finance & Technology Director concerning protests are final.

32. Documentation: Due to the time constraints that affect contract performance, all required documents, certificates of insurance, and bonds shall be provided to the City within ten (10) calendar days following award or date of request by City, whichever is later. Any failure to comply may result in the bid being declared non-responsive and rejected, and at City’s option, if a bid bond was required, it may be attached for damages suffered.

33. Document Ownership: (a) All technical documents and records originated or prepared pursuant to this solicitation, including papers, reports, charts, and computer programs, shall be delivered to and become the exclusive property of the City and may be copyrighted by the City. Bidder assigns all copyrights to City by undertaking this agreement.

(b) All inventions, discoveries, enhancements, changes, or improvements of computer programs developed pursuant to this solicitation shall be the property of the City, and all patents or copyrights shall be assigned to City, unless otherwise agreed. Bidder agrees that City may make modifications to computer software furnished by Bidder without infringing Bidder’s copyright or any license granted to City.

34. Advertisements, Product Endorsements: City employees and agencies or organizations funded by the City are prohibited from making endorsements, either implied or direct, of their company, commercial products, or services, without prior written approval of the City Manager.

35. Optional Cooperative Purchase Agreement It is intended that any other public agency (i.e., city, district, public agency, municipality, or state agency) located within California shall have the option to participate in any award made as a result of this bid. The City shall incur no financial responsibility in connection with purchase orders or contracts made by the Bidder with another public agency resulting from this bid. The public agency shall accept sole responsibility for placing orders and making applicable payments to the Bidder. The option shall not be considered in the bid evaluation.

36. City Provisions to Prevail: The City’s General Provisions shall govern any contract award. Any standard terms and conditions submitted by Bidder may result in the rejection of the bid. To the extent not otherwise provided for by the contract documents, the California Commercial Code shall apply.

37. Invalid Provisions: In the event that any one or more of the provisions of this bid shall be found to be invalid, illegal, or unenforceable, the remaining provisions shall remain in effect and be enforceable.

38. Lawful Performance: Bidder shall abide by all Federal, State and Local Laws, Ordinances, Regulations, and Statutes as may be related to the performance of duties under this solicitation. In addition, all applicable permits and licenses required shall be obtained by the Bidder, at Bidder’s sole expense.

39. Venue: This agreement shall be governed by and interpreted according to the laws of the State of California, and venue for any proceeding shall be in the Superior Court of California, County of Ventura.

12 of 150

40. Small Local Business Purchasing Preference: In determining the lowest responsible bidder for any city purchase of goods or public works construction contract that is for $250,000 or less, and when responsibility and quality are equal, a credit of five percent (5%) of the bid submitted by the lowest responsible bidder meeting specifications shall be given to a bidder that meets the definition of a “Small Local Business,” as defined in Attachment “B.” Certification: Should Bidder meet the requirements of a Small Local Business, Attachment “B” must be completed and returned with a valid and authorized quotation. APPROVED AS TO FORM PER SBMC, SECTION 4.600.050 Gregory G. Diaz, City Attorney

13 of 150

EVALUATION CRITERIA

1. Award

This proposal will be awarded in accordance with the following criteria:

a. Proven Performance: Emphasis will be placed on the background, experience, and stability of the firm. The evaluation will focus on the firm's user references and their overall satisfaction with the item proposed.

b. Specifications: The ability of the item proposed to meet the specifications outlined herein will be evaluated in terms of technical capabilities, flexibility, reliability, maintainability, and operational cost.

c. Price: The City need not select the lowest cost proposal but may choose according to what is in the best interest of the City. Awards shall be made to the lowest responsive and responsible proposer whose proposal is determined to be the most advantageous to the City.

The City shall be the sole judge of the successful proposer hereunder. The City reserves the right to reject any or all proposals.

d. Weighted Scoring: A selection panel will evaluate proposals that satisfactorily meet the evaluation criteria. These proposals will be evaluated in the following areas:

Scoring Component % of Score Reference Evaluation Quantity and quality of work previously performed for similar projects, including names and contact information from previous 1. employers 40% Cost of Service An evaluation of the contractor’s fee schedule, the lowest proposed cost is a significant factor, but not the sole criterion for contract award. 2. 40% Quality and Completeness of Proposal Relevance and conciseness of request for proposal and statement of qualifications. 3. 10% Staff expertise/qualifications-10% Supervisors, crew leads, managers and technicians have knowledge and experience in their field of expertise. 4. 10%

14 of 150

2. Proposal Evaluation:

a. All proposals received shall be evaluated with the emphasis placed on the proposer’s ability to meet the City's requirements, the responsiveness of the proposals, quality of equipment quoted and cost. Other factors such as ability to meet delivery dates, quality of work performed in the past and general competence of the proposer shall be scrutinized very carefully. Cost shall be evaluated in relation to the other qualified proposers. The City need not select the lowest cost proposal but may choose according to what is in the best interest of the City. Awards shall be made to the lowest responsive and responsible proposer whose proposal is determined to be the most advantageous to the City.

Awards shall be made to the most responsible proposer based on, but not limited to, information provided in the required proposer forms. The City may award this contract to more than one vendor. Proposal may be awarded on individual site basis; the proposer may choose to withdraw their proposal before the opening bid date for the total affected exhibit without prejudice. Omission of any site costs may be basis for the rejection of the entire exhibit proposal. A copy of the Landscape Maintenance Request for Proposal is available for viewing at the Purchasing Division, address listed above.

b. It should be noted that this is a competitive sealed proposal and not a competitive sealed bid. When proposals are opened, prices and other information will not be made public until the proposal is awarded. There shall be no disclosure of any proposer’s information to competing proposers prior to the award of the proposal. At that time, the executed contract and proposals will become public information. Accordingly, each proposal should be submitted on the vendor's most favorable terms from a price and technical standpoint.

c. The City retains the right to combine various proposed items and/or alternates or to purchase separate items from any proposal when price and terms quoted are more favorable to the City unless proposer specifics "all or nothing." Alternates will only be considered if proposer has met all of the commercial and technical (specifications) of the requested item/service and offered a proposal thereto. Alternates will be compared to the requested requirements with a determination to purchase the solution that in the City’s opinion is the most advantageous to the City

d. If the unit price and the total amount named by any proposer for any item are not in agreement, the unit price alone will be considered as representing the proposer’s intentions and the total will be corrected to conform to the specified unit price.

e. Alterations by erasure or interlineations must be explained or noted in the proposal over the signature of the proposer. Proposers will not be released because of errors or mistakes in math or calculations.

15 of 150 f. Use of a brand name or specifications is for describing the standard of quality, performance, and characteristics desired by the City and is not intended to limit or restrict competition. Substantially equivalent products to those designated will be considered for award. The City does reserve the right to approve any other as being equivalent or acceptable. If an alternate “r "equivalent to" is offered, complete technical specifications must accompany this proposal.

3. Contract

Each bidder to whom an award is made shall be required to enter into a written contract with the City within five (5) days. of the award being sent by mail to the bidder at the address given in his/her proposal. The contract shall be in the form on file at the City Purchasing Division at 501 Poli Street, Room 102, VENTURA, CALIFORNIA 93001. Bidders may review and obtain a copy of the contract at that address. Currently, the Parks Division has contracts with two (2) different contractors. It has been the City of San Buenaventura’s practice to award contracts to more than one proposer

Term of Contract

The term of this Agreement shall be two (2) years, commencing on July 1, 2019, or the date both parties execute this Agreement (the “Effective Date”), and ending June 30, 2021. Option to Extend for Good Performance: The City, with the consent of the Contractor, shall have the option for (3) three consecutive (1) one-year extensions, in accordance with the scope of work and general terms and conditions of the General Services Agreement. Any price increases or decreases shall be negotiated at time of contract extension.

16 of 150

LANDSCAPE MAINTENANCE SERVICES SCOPE AND SPECIFICATIONS

EXHIBIT A

MAINTENANCE SPECIFICATIONS FOR ALL DESIGNATED AREAS. GENERAL CONDITIONS

It is the intent of these specifications to present and maintain all areas as outlined in a clean, orderly and value-centered manner for public use. As described in this document, the term “Parks Manager” shall mean the Parks Manager or the Manager’s designated representative.

1. Any conflict between EXHIBIT A and the ITB/RFP General Provisions shall be resolved by applying/blending/identifying the language, section(s), sentence (s), clause (s) or part (s) most favorable to the City.

2. OBLIGATIONS OF THE CONTRACTOR

The Contractor, at its sole cost and expense, shall perform all labor and services and furnish all the materials, tools, equipment, supplies, transportation, utilities, as necessary for the performance of the scheduled work in accordance with these specifications. Unscheduled work, except for an emergency, shall be authorized by the Parks Manager and shall be performed by the Contractor who then shall be compensated by the City on a time and material basis or by competitive bid. The time and material schedule submitted by the Contractor shall be a part of any agreement.

3. WORKMANSHIP

The Parks Manager may exercise such control of the work as is required to safeguard the interests of the City and private property.

4. SAFETY

The Contractor shall plan and conduct the work in a manner that will safeguard all persons from injury in accordance with CAL OSHA regulations and shall take precautions required by all other applicable governmental regulations.

5. INTERFERENCE

The Contractor shall conduct the work required in such a manner as to cause the least amount of interference to the public and the general operations of the City.

6. WORK SCHEDULES

All work schedules of the Contractor shall conform to all applicable City ordinances and designed in a manner to provide the desired level of service. All work schedules shall be approved in advance by the Parks Manager and may be modified at any time. No additional costs shall be incurred by the City for any work schedule modifications, which does not

17 of 150 increase frequencies. The Contractor shall provide a monthly work schedule showing days of week when each site is to be serviced. A copy of the specifications and work schedules shall be made available to maintenance workers and homeowners. A copy shall be kept on site or in the crew vehicle at all times. Contractor shall adjust work schedules to meet frequency specifications during periods of inclement weather and legal holidays. The Parks Manager shall approve this schedule.

7. LIABILITY FOR DAMAGES

The Contractor shall be fully responsible for any and all damage done to City property that resulted from the Contractor’s operations. This shall include, but not be limited to, the repair, removal and replacement, at Contractor’s expense, of shrubs, trees, vines, turf grass, groundcover or other landscape items that are lost or damaged due to negligence in pest and disease control practices; and/or due to improper watering, fertilizing, herbicide damage, or lack of proper maintenance and operations. This shall also include any damage done to buildings and other improvements due to Contractor’s negligence. The Parks Manager shall determine negligence. The City shall be responsible for replacing any plant material that has died because of acts of vandalism or theft.

8. PROTECTIONS AND SECURITY OF WORK SITES

The Contractor shall be responsible for the protection and securing of certain work sites. This may include opening and closing of said sites. The Contractor shall obtain the necessary keys from the Parks Manager for use in securing all gates and locks associated with said sites.

9. RESPONSE TO INQUIRIES. CALLS AND EMERGENCY SITUATIONS

The Contractor shall be required to respond immediately 24/7 (within 30 minutes) to any inquiries, telephone calls, and emergency situations emanating from City staff. The Contractor shall have the ability to be contacted by two-way radio service or paging service from Contractor’s office whenever such situations occur.

Should the Contractor fail to respond to emergency situations within 30 minutes, the City will, at its sole discretion, correct or have corrected the emergency. Any costs incurred by the City will be subtracted from the Contractor’s monthly compensation. Fallen tree limbs, broken glass or obstructions on pavement causing potential hazardous conditions, malfunctioning controllers, valves or otherwise unscheduled running of water are considered examples of emergency situations.

18 of 150

10. WORK DEFICIENCIES AND CORRECTIONS

a) Irrigation-related work deficiencies shall be corrected within twenty-four (24) hours of oral or written notification from the City or prior to the past scheduled watering; whichever is earlier. Malfunctions resulting in continuously running water or water going to waste shall be repaired within 2 hours of notification. All other work deficiencies of Contractor shall be corrected within two (2) days of oral or written notification from the City. Should the scheduled work activity frequencies be less than five days, the schedule of work to be performed shall take precedent and the notice of non- conformance repair reduced accordingly. Written notification may be e-mailed, hand delivered, faxed or post mailed. As soon as the Contractor has corrected the listed deficiencies, the Contractor shall notify the Parks Manager and request inspection of the corrective work. Deficiencies listed in the notice of deficiency shall not be considered as having been corrected until the Parks Manager has inspected the site to verify that the listed deficiencies have been corrected and has approved the corrective work in writing.

b) Failure to correct the deficiencies listed in the Notice of Work Deficiency within two (2) days (or within 24 hours in the case of irrigation-related deficiencies) may, in the City’s sole discretion, result in action being taken by the City, including, but not limited to, (a) correcting the deficiency (using the City’s own work force and/or by contracting out) and deducting any associated costs incurred thereby from the total monthly compensation due the Contractor; (b) deletion of site(s) from the Contract and reducing the corresponding compensation; (c) contracting with another Contractor to perform the maintenance and other services required of the Contractor for the remainder of the term of the Contract with respect to the site where the deficiencies exist and deducting from the Contractor’s total compensation under the contract any costs that City pays or becomes obligated to pay the new Contractor, including expenses City incurs over and above the monthly rate bid by the Contractor for that site; (d) terminating the agreement; (e) deduct from total monthly compensation prorated daily payment for each day the work has not been completed after notification of work deficiency and/or (f) taking any other action and exercising any other legal remedy available to City under law.

c) Three (3) Notices of Work Deficiencies to the contractor shall be grounds for termination of the contract or the removal of a specific site or exhibit from the contractor.

d) Two (2) Corrective Action Notices in a one-month period for an individual site shall result in a Notice of Work Deficiency. In the event a notification for non-compliance has been issued, all payment for services shall be discontinued for the site on a pro-rated basis until the site is brought into compliance

19 of 150

11. INCLEMENT WEATHER

During periods of inclement weather, the contractor shall maintain his workforce on the job site. If contractor’s crew cannot complete normal scheduled maintenance tasks, contractor shall deduct from the monthly billings all regularly scheduled maintenance tasks for all days that landscape maintenance services are not performed. Contractor shall not be compensated for inclement weather days not worked. Mowing schedules shall be adjusted to complete all mowing within the week.

B. SPECIFIC CONDITIONS

12. LITTER CONTROL

a) All areas, including drainage inlets, pipes and paved areas, shall be kept free of all leaf debris, trimmings, downed tree limbs, grass cuttings, and litter, including broken glass or other such debris. Debris shall not be blown into streets or onto adjoining properties. The City shall provide trash receptacles no larger than 55 gallons in size at various locations for the proper disposal of litter. The Contractor shall be responsible for emptying these containers on a specific schedule (see attached exhibit schedules). All individual trash receptacles shall be maintained in a clean, safe and sanitary condition at all times. Recycled containers, where available, shall be separated from trash and disposed of in an approved facility. Notify the Landscape Inspector of any damaged trash lids. All containers are to remain free of graffiti. The Contractor shall wipe down all lids.

b) Sybertech trash and waste containers are in several City Parks. It is an in-ground waste management system consisting of impermeable cylinders of plastic planted into the ground. Above ground, these containers look like regular trash cans. Inside the cylinder is a single, large thick plastic bag supported in a lifting harness. Each unit has a capacity far greater than a regular can. Due to the capacity, these require less frequent emptying. The Contractor shall be responsible for emptying these containers on a specific schedule (see attached exhibit schedules). An autocrine is needed to remove the trash bags out of the Sybertech containers. The bags are 8 feet in length and are supplied by the City

13. MATERIALS TO BE PROVIDED BY THE CONTRACTOR

The Contractor, at their own cost and expense, shall furnish all necessary equipment, supplies, and materials of good quality and in the amounts necessary to fulfill these specifications and to accomplish an acceptable and professional level of maintenance. These supplies and materials shall include, but not be limited to:

a) All necessary gas, oil and parts for all equipment.

b) All necessary pesticides including: fertilizers, herbicides, insecticides, fungicides and rodenticides

c) All necessary horticultural supplies.

20 of 150 d) All parts necessary for the repair and proper maintenance of all irrigation systems.

e) All “Sharp’s Containers” necessary for the proper disposal of sharps waste collected in City parks.

14. IRRIGATION

a) Irrigation shall be performed as required to maintain proper plant growth in all areas (except when directed in writing by the City). This shall include manual watering by use of hose bibs, quick couplers, skinner lines and/or drip systems, potable tank water system, in addition to, in with, or in absence of automatic irrigation systems. Watering shall be accomplished at times to ensure the health of all plants, and to minimize inconvenience to people using the area. Automatic irrigation shall normally take place at night or early morning hours. Any water runoff or overflow onto roadway, sidewalk and hard surface areas shall be kept at an absolute minimum so as not to cause any pedestrian and/or vehicular liability.

b) Irrigation water shall be carefully applied and in quantities required by the different plant species, time of the year, and other basic environmental factors. The Contractor shall check the effect of the watering program weekly. At least once every two weeks, this review shall consist of probing in at least one area covered by each sectional valve and ascertaining the anticipated water requirements and adjusting the system or watering schedule accordingly. The irrigation tech shall sign and date a controller log indicating a system test was performed. This log shall note any problems and the correction date.

c) Particular attention shall be given to avoid exceeding the soil absorption rate. Where more water is required than can be applied at one time, Contractor shall set the automatic timer for repeat cycles at short intervals to satisfy the water demand. In no case shall the holding capacity of the soil be exceeded to allow run-off of water to go to waste. All irrigation controllers shall be turned off during periods of rain by the Contractor and turned on and reprogrammed at the completion of each rainy period. Where computer controllers are used (Rainbird Maxi-com), the Contractor shall input the schedule into a centralized computer terminal at the City Corporation Yard. Where central computer control is not present, irrigation schedules shall be provided using a standard spreadsheet acceptable to the City. Schedules shall include duration, frequency, and timing for each controller and valve. Valve type and location shall also be identified. Irrigation schedules shall be provided on a schedule as determined by the Parks Manager.

d) The Contractor shall be responsible for the maintenance and/or replacement of all irrigation systems and their parts, excluding phone lines and electric pedestals and meters. Included in the system are: irrigation controllers, remote control valves and boxes, gate valves, quick coupling valves, main lines, control wiring, lateral lines, all fittings and riser assemblies, hose bibs, sprinkler heads, pumps, and vandal proof enclosures. All irrigation equipment shall be maintained in good working condition and shall function properly at all times. The City will replace irrigation controllers and vandal-proof enclosures, which are beyond economic repair. All supplies, equipment and parts shall be provided at the Contractor’s expense. All replacement parts shall be with same model/type. Substitutes must have prior approval from the Parks Manager.

21 of 150 The Contractor is required to adjust the height of sprinkler heads in turf and groundcover areas to ensure proper coverage. Vandal proof enclosures for backflow and controllers shall be chipped of rust and dirt and painted with an epoxy exterior paint (Hunter Green) a minimum of 1 x per year or as required to maintain good working order and appearance.

15. FERTILIZATION

Maintenance Assessment District Sites a) The Contractor shall fertilize all turf grass a minimum of four times a year on a schedule to be approved in advance by the Parks Manager. All shrubbery and groundcover shall be fertilized once a year. Fertilizer shall be delivered to the site in the original unopened container, bearing the manufacturer’s guaranteed analysis. Any fertilizer that becomes caked or damaged, making it unsuitable for use, will not be accepted. Immediately following application at each site, the fertilizer shall be thoroughly watered into the soil. The turf grass fertilizer shall be a complete commercial fertilizer, Best Turf Supreme 16-6-8 with micronutrients or approved equal, evenly broadcast at the rate of one (1) pound actual nitrogen per thousand square feet per application. The shrub/groundcover fertilizer shall be an organic urea coated slow release type fertilizer, with an analysis of 22-5-4 or approved equal, evenly broadcast at the rate of one (1) pound actual nitrogen per thousand square feet. Invoices for the applications shall be delivered to the Parks Division within one week following application. (MAD)

Non-Maintenance Assessment District Sites

a) The Contractor shall fertilize all turf grass a minimum of one time a year on a schedule to be approved in advance by the Parks Manager. All shrubbery and groundcover shall be fertilized once every 2 years. Fertilizer shall be delivered to the site in the original unopened container, bearing the manufacturer’s guaranteed analysis. Any fertilizer that becomes caked or damaged, making it unsuitable for use, will not be accepted. Immediately following application at each site, the fertilizer shall be thoroughly watered into the soil. The turf grass fertilizer shall be a complete commercial fertilizer, Best Turf Supreme 16-6-8 with micronutrients or approved equal, evenly broadcast at the rate of one (1) pound actual nitrogen per thousand square feet per application. The shrub/groundcover fertilizer shall be an organic urea coated slow release type fertilizer, with an analysis of 22-5-4 or approved equal, evenly broadcast at the rate of one (1) pound actual nitrogen per thousand square feet. Invoicing for the applications shall be delivered to the Parks Division within one week following the applications b) Fertilizer rates are for bid purposes only. Actual formulas and rates shall be based on annual soils report. The contractor shall collect the samples and deliver to an approved soils lab. The City shall pay for the actual lab costs.

16. PEST MANAGEMENT

a) The Contractor shall be responsible for the control and elimination of weeds, insects, rodents, pests and diseases negatively affecting plant material or causing an unsafe physical environment.

22 of 150 b) Integrated Pest Management (IPM) It is the intent of the City of Ventura’s Parks Division to minimize the use of chemical pest control. To meet this intent, the Contractor shall develop an Integrated Pest Management Plan (IPM). This plan shall be submitted within ninety (90) days of the start of maintenance. The IPM plan shall contain the following components:

• Identify and implement cultural practices that will assist in controlling pest problems, i.e. aerification, thatching, pruning, fertilization, and irrigation schedules that do not enhance conditions conducive to pest growth.

• The evaluation of the common pest problems and a sustainable long-term management plan to eliminate or manage them at an acceptable level.

• Damage thresholds that will be used to determine pest control methods and establish when pesticide use will be acceptable.

• Identify a monitoring program that will provide information related to pest populations to more effectively monitory, identify, and establish control methods.

c) Chemical Pesticide Application

The Contractor shall possess all permits and licenses required by the State of California, Department of Pesticide Regulation, prior to the application of any pesticide. Copies of all state licenses and permits to apply pesticides shall be provided to the City prior to beginning any pest control operations. These shall include, but not be limited to, state licensed certified applicator, licensed state Agricultural Pest Control Advisor written recommendation(s), county monthly use reports, and state Agricultural Pest Control Business License/maintenance gardener. Any pesticide used shall be listed on the State of California, Department of Pesticide Regulation approved list and submit all pesticide use reports to the Ventura County Agricultural Commissioner. Restricted materials, if used, shall be used and possessed only in accordance with a permit issued by the Ventura County Agricultural Commissioner. The Contractor shall notify the Parks Manager three days prior to application of pesticides. All applications of pesticides shall be made under the direct control of a licensed pesticide operator/applicator. Upon completion of the application, the Contractor shall submit to the Parks Manager a copy of all monthly pesticide use reports as reported to the County of Ventura. An indication dye shall be used when applying any pesticide.

17. WEED CONTROL

Maintenance Assessment District Sites

a) All planter bed, parkways, and hardscape areas shall be kept in a friable condition and free of weeds at all times. Weeds shall be treated or removed within two days of emergence. Weed control shall be based on the approved IPM program submitted to the city. Herbicides, which require more than three days to effectively irradiate weeds, shall not be approved for use. Hand weeding by mechanical means shall be the preferred method for weed control.

23 of 150

Non-Maintenance Assessment District Sites

a) Weeds shall be removed on a schedule determined by the frequency of service for each. b) All fence lines, light standard bases, tree wells, buildings and structures shall be free of all weeds at all times.

18. PRUNING AND EDGING

The Contractor shall be responsible for the pruning of all shrubs and groundcover. Shrubs shall be pruned on an as needed basis as directed by the Parks Division. Pruning of certain shrubs in medians and wall planters that restrict visibility of motorists shall be pruned by a method and on an as needed basis as determined by the Parks Manager. All groundcover shall be edged as needed to prevent overgrowth on curb or sidewalk line. All plant growth shall be prevented from entering onto walkways, roadways, hard surface areas, and along fences and walls. Edging shall not be done by chemical methods. Every two years, mow ivy, hypericum or lantana type ground covers to four-inches above ground in order to renew growth, reduce woody appearance and provide density and attractiveness. Vines growing on walls shall be maintained one block from top of wall to prevent vine from growing over wall into adjoining property. Plant material growing from adjoining property owner shall be trimmed to protect public space and plant material. Shrubs shall not be pruned or lifted at bases for the purpose of servicing planter areas unless directed by the Landscape Inspector by written means. The contractor at their sole expense shall replace shrubs, which are improperly pruned.

19. MOWING AND EDGING

Maintenance Assessment District Sites

a) The Contractor shall be responsible for mowing and edging all turf grass area. Turf grass shall be maintained and mowed at a height determined by specie as listed below:

Kikuyu grass -3–4 - 1” Bluegrass - 1- 2” Rye grass - 1 -2” Bermuda -1/2-1” Tall Fescue -–2 - 3”

Mowing shall normally occur once a week during the growing season to maintain the proper height. No more than one-third (1/3) the leaf blade shall be cut at one time to maintain proper turf height(s). All turf grass shall be edged along sidewalks, paved and hard surface areas as necessary to prevent an overgrowth. Edging shall not be done by chemical methods. Chemical spraying shall not be permitted around the base of trees in turf areas. Weed whipping shall only be used when tree guards are present, and removal of soil does not occur around the base of the tree. All turf areas shall be cleaned of all debris prior to mowing operations.

24 of 150 Non-Maintenance Assessment District sites

a) Mowing shall be scheduled by the frequency of service for each.

20. TREE MAINTENANCE

Pruning and trimming of trees shall be limited to removal and disposal of any dislodged broken branches and sucker growth located in, on and under/adjacent to the tree, and any branches hanging 10 feet or lower over sidewalks, pedestrian access areas or roadways.

The Contractor shall remove or loosen all tree stakes and/or ties to prevent damage to the trunk by girdling. Trees, which become girdled due to improper, tree tie loosening or removal shall be replaced at the Contractor’s expense.

21. ELECTRICAL SYSTEM LIGHTING

The Contractor shall be responsible for notifying the Parks Manager whenever damage or failure occurs to any lighting fixture, luminaries, ballast, or bulb located on the premises of the various work sites. The City shall have the responsibility to repair damages to the lighting system not caused by the Contractor.

22. VANDALISM AND THEFT

The City shall be responsible for costs arising from acts of vandalism and/or theft to City property, which has not been caused, by Contractor operations, Contractor, or their employees. The Parks Manager shall be notified immediately by the Contractor in regard to any committed acts of vandalism and theft to City properties. The contractor shall use a City Vandalism report form. Failure to report vandalism within 24 hours of occurrence / service observation shall result in a written notice for non-compliance. Safety issues must be reported immediately to the Parks Manager. The Parks Manager, prior to repairs by the Contractor must verify vandalism.

23. TENNIS COURT MAINTENANCE

a) Tennis Court Sites Number of Courts

Camino Real Parks 8 (8 lighted) Buena High School 8 (4 lighted) Ventura High School 6 (4 lighted) Anacapa Middle School 4 (2 courts currently non-operational) Balboa Middle School 4 Cabrillo Middle School 4 Harry A. Lyon Park 3 Juanamaria Park 2

TOTAL 39

25 of 150

b) Court services shall be kept clean of dirt, sand and any foreign debris. This shall include blowing, vacuum or hand removal. Camino Real Park courts shall be washed every other week and rolled dried weekly to prevent standing or pooled water. (Thursday's starting @ 7 AM). c) Trash and liter shall be picked up and trash receptacles emptied at all sites once a week. Trash receptacles shall be furnished by the City and installed by the Contractor d) In addition, special City/Community/School District tournaments will require additional maintenance, washings, and litter to be picked up (approximately two (2) times a year). Any required additional maintenance will be paid for at the hourly rate listed in the unscheduled work form. Schedules may be adjusted for extra cleanings provided prior arrangements have been approved by the Parks Manager.

e) Remove all weeds and foreign matter from tennis court surfaces. Notify the Parks Manager of any damage to hard surfaces.

f) Replace worn or damaged nets and center straps. The City will supply this equipment.

24. MEDIANS, WALL PLANTERS AND SIDEWALK MAINTENANCE

Maintenance shall include all horticultural, irrigation services and the hard-surface areas (asphalt concrete, stamped concrete, pavers) in a clean manner.

Traffic lane closures when trimming vegetation shall not take place between 7:00-9:00 a.m. or 4:00-6:00 p.m., Monday-Friday. Weekend work shall be completed prior to 10:00 a.m. In addition, high volume roads such as Victoria and Main Street shall not have the lanes closed between 11:30 a.m. to 1:00 p.m. Lane closure techniques shall utilize the standards set forth in the Work Area Traffic Control Handbook, published by BWI Books, Los Angeles, CA 90034, and approved by the City of Ventura.

The boundary for the sidewalk maintenance shall be from where the asphalt and curb/gutter meet to the back of the sidewalk away from the roadway. This includes parkways and tree wells also. There shall be no maintenance to parkways that businesses and residence have planted and are maintaining.

Sidewalk maintenance shall include both vertical clearance along the back edge of the sidewalk and the trees overhanging the sidewalk/roadway. Sidewalk clearance is to be a minimum of 8’ over the sidewalk.

Weeds, trash and debris are to be cleared, blown off and removed from the site. If there are any questions if an area is to be cleared, contact the Landscape Inspector prior for instructions.

Supplemental maintenance is to be provided and billable as a separate item. The wording for the billing of this item must read: MEDIANS MEASURE “O” or SIDEWALKS MEASURE “O”. Do not combine the MEASURE “O” billings.

26 of 150

25. DECORATIVE FOUNTAINS at California and Figueroa malls, MAD -17 and MAD-20

Fountains shall be scrubbed clean and algae preventative chemicals applied one (1) time per week. Cleaning shall include the outside tile. Debris shall be cleaned from rill and fountain catches at Figueroa mall one (1) time per week. Cleaning of the fountains shall be by a firm or person qualified in pool and fountain maintenance. The City will be responsible for any pump repairs not caused by negligence of Contractor. Contractor shall maintain the pump filters, screens and water levels.

26. MAINTENANCE INSPECTIONS

The Contractor shall meet on the site with the Parks Manager for periodic walkthrough inspections. Inspections shall be both visual and operational. This meeting typically occurs weekly. The Parks Manager will schedule additional meetings at the discretion of, and, in addition to the required inspections attended by the Contractor. The City Landscape Contracts Inspector will make regular routine inspections of sites. These site inspections may or may not be announced. Contractor attendance is not required at these inspections.

Any work deficiency corrections required as a result of either type of inspection shall be corrected under the terms of Exhibit “A,” item 10, “Work Deficiencies and Corrections.”

27. PLAY AREAS

All tot lot areas shall at all times maintain a minimum of 12 inches of sand or fiber beneath and around play equipment except where synthetic surfaces exist. The sand or fiber shall be kept in a loose condition through roto-tilling as required. Material added to maintain the necessary height requirement shall be at the contractor's expense. All areas shall be cleaned in such a manner as to eliminate broken glass, nails, sand on synthetic play surfaces and other harmful debris; these areas shall be cleaned per the schedule as shown in each exhibit.

28. GREEN WASTE AND RECYCLED MATERIAL

Green waste and recycled materials shall be diverted to a recycling facility or container. Reports containing the amount in weight or volume disposed shall be submitted to the Parks Manager.

29. PLANT AND MULCH REPLACEMENT

Maintenance Assessment District Sites a) Turf, shrubs, ground cover, and mulch, which die, are in decline, missing, or become overgrown during the term of the contract shall be replaced by the contractor at their expense to maintain the original design and specifications. Vandalism repairs and upgrades shall be performed at the predetermined rates.

27 of 150 Overgrown plant material shall be defined as a) Growing out of space where can’t maintain within designed boundaries without damaging health and appearance of plant b) Heading of plant does not maintain the original design, function or form c) Plant competes, interferes, or has an adverse effect on adjoining structures, rights-of way, or other plant material.

Non - Maintenance Assessment District Sites a) Mulch shall be maintained at 3” thick in all planter areas. 30. SUPERVISOR

All on site supervisory personnel engaged in directing the work to be accomplished under this contract shall possess at least two (2) years recent satisfactory experience (within the past (5) years) in landscape maintenance in a supervisory capacity for jobs similar in size to this contract. A supervisor, foreperson, lead, or lead worker must be on the jobsite each time work is performed under this contract. In addition, supervisors must speak, read, and write English, apply written rules and follow written instructions.

A detailed resume containing the information specified below must be submitted for approval prior to the assignment of any supervisors for this contract. Both new and replacement supervisors must meet these qualification standards a) The full name of supervisor b) The full name of the on-site foreperson, lead, lead worker or supervisor who speaks and understands English c) A detailed description of the previous five (5) years employment history of the proposed supervisor d)The name(s) and address(es) of the companies for whom the proposed supervisor worked for along with the name(s) and telephone number(s) of his/her immediate supervisor. d) Contractor will stipulate the Supervisor shall be vested with the authority to speak for the Contractor, and all notices, directions, and instructions given to the Supervisor shall be binding as if given to the Contractor.

31. CERTIFIED PAYROLL RECORDS

At least quarterly, the contractor shall furnish a certified copy of the latest payroll period prior to the date of said request. The request may be monthly to verify living wage. This record shall reflect payments for all of the Contractor’s employees working under this contract during the payroll period. The City may request copies of any or all such payrolls during the life of this contract.

32. BILLING

a) All extra bills must be pre-approved in advanced on the Ventura Parks Division work order form. Forms must be filled out, fully signed and attached to the invoices prior to payment b) Monthly billing shall be submitted in duplicate.

28 of 150

33. CONTRACTOR IDENTIFICATION

Persons or employees assigned to work in or on City properties shall be identifiable as an employee of said contractor. A typical method of identification would by the use of a uniform containing the name of the person and company logo and name. Additionally, all service vehicles shall be clearly marked as a contractor working for the City of Ventura Parks Division. A logo and telephone number of the company shall also be visible from 20 feet. At least one person on the crew shall be able to read and speak English sufficiently to answer inquiries from the public or take authorized work direction.

34. CEMETERY MEMORIAL PARK

Monument headstones in lawns at Memorial Park shall be kept clear of grass, weeds and any obstructions weekly.

29 of 150 EXHIBIT “B” SITE LOCATIONS DOWNTOWN & WEST END MAINTENANCE

The following list of areas represents the site locations:

1. Eastwood Park Located at the corner of Poli and Cedar Sts. and covers the slope areas facing both Ventura Ave. and Main St. This also includes the landscaped median, turf area, and parking lot on Poli St. at Cedar St. overlook and work to Albinger Dig site included in park and the stairs and walkways to Ventura Ave.

2. Valdez Alley A walkway and planter extending from Eastwood Park to Main St adjacent to the Albinger Archaeological Dig Site

3. Albinger Archaeological Dig Site Located east of Valdez Alley in an area completely enclosed by fence (Address: 113 West Main St) 4. Old Town and Mission Area Bounded by Figueroa Mall, Ventura Ave., Main St, and East Santa Clara St, excluding the County Historical Museum, Senior Housing and Clocktower Square landscaping, parkways from Holy Cross School to Ventura Ave. proceeding to S/W from Eastwood Park including the raised planters.

5. .Figueroa Mall Walkway and landscaped planters, which extend from Main St to Santa Clara St. 6. Downtown Mini-Park South side of Main St. between Oak. and Palm Sts.

7. Parking District Nos. I, II and III Parking lot landscaped planters as per attached Map.

8. Seaside Wilderness Area

Emma Wood State Park between railroad tracks and mean high tide adjacent to estuary.

9. California Street Mini Park N/E corner of Thompson Blvd. and California St.

10. South Seaward Median Located on Seaward Ave. between Pierpont Blvd. and the beach.

11. South Seaward Parking Lot Landscaping Located at the end of Seaward Ave. adjacent to the beach.

12. Ventura Adult Center North East corner of Ventura Ave. and Center St.

30 of 150 13. San Miguel Chapel Historic Site South West corner of Thompson Blvd. and S. Palm St.

14. Downtown/California St. Parking Structure and Santa Clara Street Includes parking area corners of California St. exiting on S. Chestnut St.

15. Grant Park Pistol Range Located at the top of Grant Park. Inside of chain link fence only.

16. City Hall and Alleyway 501 Poli St.

17. The WAV Corner of Ventura Ave. and Thompson Blvd, parkway only

31 of 150 SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "B" DOWNTOWN & WEST END MAINTENANCE

TRASH DRINKING LOCATION SWEEPING CONTAINERS FOUNTAINS RAILINGS BENCHES M.S. 1. Eastwood Park and Median 1XWk 3XWk 3XWk 2. Valdez Alley 1XWk 3XWk 1XWk 3XWk 3. Albinger Archaeological Dig 1XWk 1XWk Site 4. Old Town and Mission Area 2XMo 3XWk 2XMo 2XMo 1XWk 5 Figueroa Mall 3XWk 2XWk 1XWk 6. Main Street Mini-Park 3XWk 2XWk 1XWk 7. Parking District Nos. I, II, and 1XMo 1XMo III 8. Seaside Wilderness On call 9. California Street Mini Park 3XWk 1XWk 3XWk 10. South Seaward Median On call 11. So. Seaward Parking Lot 1XWk 1XWk 12. Ventura Ave. Adult Center 2XMo 2XMo 2XMo 13. San Miguel Chapel Historical 2XMo Site 14. Downtown/CA St. Parking 1XWK 1XWk Structure 15. Grant Park Pistol Range* On Call 16. City Hall & Alleyway 1XWk/2XMo 2XWk 2XMo 2XMo 17. The WAV 1XWk 1XWk 1XWk Wk = Weekly Mo = Monthly

* Grant Park Pistol Range: Weed removal 1X per month *M.S.-Maintenance Services – Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

32 of 150

EXHIBIT "C” SITE LOCATIONS BEACH FRONT MAINTENANCE

The following list of areas represents the site locations.

1. Pier Harbor Blvd. west of Sanjon Rd.

2. Beaches Pier to Surfers Point

3. Harbor Blvd. planters and parkways California St. to Figueroa St.

4. Train Platform Harbor Blvd. west of Figueroa St. across from the railroad tracks palm tree planters and creeping ficus on wall.

5. Promenade Pier to Surfers point ending at the Ventura County Fairgrounds parking lot

6. Promenade Park End of Figueroa St.

7. Surfers Point End of Figueroa St. to the Ventura County Fairgrounds parking lot at the Promenade

8. Paseo De Playa planters Planters in parking lot at Paseo De Playa including turn around

9. California St. Mall End of California St. to Promenade between Crowne Plaza Hotel and parking structure

10. Harbor Cove Beach End of Spinnaker Dr. adjacent to the beach at jetty

11. Beach Parking Structure Harbor Blvd. at California St.

12. Beach Parking Structure planters Planters in parking lot between parking structure and Harbor Blvd.

33 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT"C" BEACH FRONT MAINTENANCE

MAINTENANC TRASH DRINKING E SERVICES LOCATION BLOWING CONTAINERS FOUNTAINS RAILINGS BENCHES

1. Pier and adjoining 3XWk- 7x/Wk + 1XWk 1XWk 1XWk 1XWk planters Ramps Peak Season /to lot 2. Beaches 7XWk-Peak 1XWk Season 3Wk-Off Season 3. Harbor Blvd planters 1X /Wk and Parkways 4. Train Platform planters 1X/Wk

5 Promenade 3XWk 7XWk + 1XWk 1XWk 1XWk 1XWk (Sweeping Peak Season Excluded) 6. Promenade Park 7XWk + 1X/Wk Peak Season 7. Surfer’s Point Park 3XWk 7XWk + 1XWk 1XWk 1XWk Peak Season 8. Paseo De Playa 1XMo 7X/Wk + 1XWk planters Peak Season 9.California Mall 3XWk 7XWk + 1x/Wk 1x/Wk 1XWk Peak Season 10. Harbor Cove Beach 3X-Peak 1XWk Season 2X-Off season 11. Beach Parking Clean stair 7X/Wk + 1XWk structure wells Peak Season 1XWk 12. Beach Parking 1x/Wk 1XWk structure planters

Wk = Weekly Mo = Monthly D-Daily (7 days a week) *Peak Season- 5-1 through 9-30 additional trash service weekends & holidays starting at 1:00 PM *Maintenance Services – Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

34 of 150

EXHIBIT “C.1” SITE LOCATIONS PIERPONT & SOUTH SEAWARD TRASH CAN SERVICE

1. San Pedro End of street at beach

2. Sharon End of street at beach

3. Woodstock End of street at beach

4. Waterbury End of street at beach

5. Brockton End of street at beach

6. Driftwood End of street at beach

7. Belfast End of street at beach

8. Bangor End of street at beach

9. Dover End of street at beach

10. Bath End of street at beach

11. Montauk End of street at beach

12. Pittsfield End of street at beach

13. Winthrop End of street at beach

14. Shelburn Ln. End of street at beach

15. Cornwall End of street at beach

35 of 150

16. Kingston End of street at beach

17. Brunswick End of street at beach

18. Norwich End of street at beach

19. New Bedford End of street at beach

20. Martha’s Vineyard End of street at beach

21. Sagamore End of street at beach

22. Devon End of street at beach

23. Weymouth End of street at beach

24. Hanover End of street at beach

25. Camden End of street at beach

26. Nathan End of street at beach

27. Greenock End of street at beach

28. South Seaward Harbor Blvd. to beach turn-a-round

36 of 150 SCHEDULE OF WORK TO BE PREFORMED FOR EXHIBIT “C.2” PIERPONT & SOUTH SEAWARD TRASH CAN SERVICE

LOCATION TRASH CONTAINERS PEAK SEASON OFF SEASON st th st th May 1 to Sept 30 Oct 1 to April 30

S. Seaward M-W-F Sat & Sun M-Thu-Sat

*Streets/Lanes M-W-F Sat & Sun M-Thu-Sat P *Peak Season- 5-1 through 9-30 additional trash service weekends & holidays starting at 1:00 PM

37 of 150

EXHIBIT "D" SITE LOCATIONS

1. Arroyo Verde Gate & restrooms Foothill and Day Rds.

2. Camino Real Gate(s) & restrooms Dean Dr. and Varsity St.

3. Transportation center Telegraph and Mills Rds.

4. Blanche Reynolds restroom & Softball field gate Preble and Sunvale Aves., single gate closest to the playground

5. South Seaward restrooms South Seaward Ave.

6. Marina Park gate & restrooms South end of Pierpont Blvd.

7. Surfers Point restrooms Figueroa St. at the Promenade

8. Plaza Park restrooms Santa Clara and Chestnut Sts.

9. Mission Park restrooms Main St. and Figueroa St. mall

10. Ortega Adobe gate & building doors 215 W. Main St.

11. Grant Park gates 2 sets Ferro Dr. and Summit

12. entrance and courtyard gates & restrooms 4200 Olivas Park Dr.

13. Thille Park restrooms Thille St. and Saratoga Ave.

14. Marion Cannon bathrooms Saratoga Ave. between Ralston and Shenandoah Sts.

38 of 150 15. Montalvo Hill Park restrooms Tanager St. off Hill Rd behind Montalvo Square

15. Barranca Vista Park restrooms 7050 E. Ralston St.

16. Juanamaria restrooms Loma Vista and Kimball Rds.

17. Hobert Park restrooms Telegraph Rd at Petit and Cambria Aves.

18. Fritz Huntsinger Youth Sports Complex restrooms Telephone Rd. and Saticoy Ave.

19. Chumash Park restrooms Petit Ave. at Waco St.

20. Westpark gate and restrooms 450 W. Harrison Ave., by 7:30 AM.

21. Ventura Community Park entrance gate, field and trailer restrooms 901 S. Kimball Rd.

22. Arroyo Corto Reservation Area Foothill and Day Rds. in Arroyo Verde Park

23. Redwood Glen Reservation Area Foothill and Day Rds. in Arroyo Verde Park

24. Vista Bluff Reservation Area Foothill and Day Rd. in Arroyo Verde Park

25. Camino Real #1 & #2 Reservation Area Dean Dr. and Varsity St.

26. Harry Lyons softball field Gate & restroom DeAnza Dr. at Cameron St.

27. Promenade Parking structure elevator gate Harbor Blvd. and California St. at the Promenade

28. Kellogg Park – Restroom (Portland Loo) opening weekends and holidays Corner of Kellogg St. and Ventura Ave.

29. Pier Gate Opening T, W & Th by 6:30 AM

39 of 150

EXHIBIT "E" SITE LOCATIONS MEDIANS , WALL PLANTERS AND SIDEWALK MAINTENANCE

The following list of areas represents the site locations:

1. Victoria Ave. Median Median strip between Telegraph Rd. and the 101 Freeway

2. Victoria Ave. Planter Planter located at northeast corner of Victoria Ave. and Walker St., dirt area at signal light controller cabinets (in front of 2192 S. Victoria Ave.)

3. Victoria Avenue Wall Pocket Planters Located on the east side of Victoria Ave. on the north and south sides of Ralston St.

4. Telephone Rd. Median Median strips between Transport St. and Wells Rd.

5. Thille Street Medians

A. Median strips west of Victoria Ave. to County Square Linear Park. B. Median strips from Hill Rd. east of Johnson Dr. to dead end at orchard.

6. Telegraph and Kimball Road Medians and planters Median strips on Kimball Rd. from Telephone Rd. to Thille St. and from the Hwy. 126 to Foothill Rd. Medians are located on Telegraph from Harding to Mara. Also included are the planters on the n/e and n/w sides of Kimball Rd. between Telegraph Rd. and Foothill Rd. Planters fronting Telegraph Rd. on the north side and up from Truman Ave. to Crocker Ave and on the west side of Crocker Ave. to Costa Mesa St. side.

7. Johnson Dr. Medians and Wall Planters (2) (includes North Bank median extension)

A.Medians between Telephone Rd. and Thille S. B.Medians between Bristol Rd. and the 101 Freeway C.Medians between Elba and the 101Freeway. D.Wall planters on Bristol Rd. from Sunridge Dr. South side E. Wall planters on Bristol Rd. between lemon packing plant and Grand Ave. F. Wall planter between Sunridge Dr. and Hill Rd. northside

40 of 150

8. North Bank Dr. Median and Planters Planters are located along the north and south sides of North Bank Dr., and the medians are from Potomac Ave. to Petit Ave.

9. Mendocino Court Wall Planter Corner of Saticoy Ave. and Telegraph Rd.

10. Concord Planters South side of Telegraph Rd. west of Petit Ave.

11. Grove Median Median from Foothill Rd. to Hilltop Dr.

12. Hilltop Median Median from Foothill Rd. to Breaker Dr.

13. Nightingale Wall Planter Nightingale St. from Scoter Ave. to Peacock Ave.

14. Petit Wall Planter Petit Ave. from Waco St. to the Stop-N-Go parking lot on the west side.

15. Sperry Dr. Wall Planter Planter from Valentine Rd. to Colt St. on east side.

16. Telegraph Rd. Median and Wall Planters Median from 5-Points to Brookshire Ave. and planters on north side from Bryn Mawr to Hill Rd.

17. Telephone Rd. / Petit Ave. Wall Planter Telephone Rd. west of Petit Ave. on north side of Telephone Rd.

18. Telephone Rd./ Rubicon Ave. Wall Planter South side of Telephone Rd. between Rubicon Ave. and Gardner Ave.

19. Strong Court Wall Planter Located on Foothill Rd. at Court Ave.

20. Walnut Dr. Wall Planter Located on Foothill Rd. at Walnut Dr.

21. Skyline Rd. Wall Planter Located on Foothill Rd. west of Skyline Rd.

22. Crestwood Ave. Planter Located on Foothill Rd. south side and east and west of Crestwood Ave.

23. Marymount Ct. Wall Planter Located on Foothill Rd. east and west of Marymount Ct.

41 of 150

24. Imperial Ave. Wall Planter Located on Foothill Rd. west of Imperial Ave.

25. Amador Ave. Planter Located on Foothill east and west of Amador Ave.

26. Del Norte St. Median Located on Del Norte St. west of Wells.

27. Wells Rd. Median Located north of Citrus Dr.

28. Stoney Glen Wall Planter Located on Telegraph between Nevada and Linden.

29. Stone Hedge Median and Wall Planters Medians located on Telegraph Rd. west of Petit to San Mateo Aves. Petit Ave. N/W side of wall planters located and fronting Telegraph Rd. west 620 Ft. to end of tract wall.

30. Telephone Wall Planter Located on north side of Telephone Rd., east and west of Jasper Ave.

31. Amherst Medians Located north and south of Amherst St. off Wake Forest Ave.

32. Leland Drive Fence Line Located on north side of Leland St. fronting Auto Center Dr.

33. Callens Planters Located on Main St. south side at Callens Rd. east and west sides

34. Blackburn Wall Planter Corner of Blackburn Rd. and Petit Ave. east and west sides

35. Saticoy Wall Planter S/W side of Saticoy Ave. between Telephone Rd. and railroad tracks.

36. Concordina Wall Planters Corner of Telegraph Rd. and Pistachio Ave. east and west sides

37. Paloma Parkway, Median and Wall Planters East side of Saticoy Ave. below railroad tracks. North and south side of North Bank Dr. east of Saticoy Ave.

38. Dunning Street Wall Planter End of Dunning St. at Main St. adjacent to wall.

39. Transportation Center Telegraph Rd. at Buena Ventura Pacific View Mall/Fashion Place.

42 of 150 40. Montalvo Metro Link Train Station Inez St. and Ventura Rd. fronting Nightingale and planters at corner of Peacock Ave.

41. Weston West Wall Planters and Medians Medians on Thille St. from Portola Rd. to dead end. Planters fronting Thille St. from Donizetti Ave. to West of Tarlow Ave. and North to Mascagni St. on West side of Donizetti Ave.

42. Weston East Wall Planters and Medians Thille St. median from 190 Ft west of Bennett Ave. to Seamist Ave. Medians on: 1. Benjamin Ct., Hubbell Ct., Walcott Ave. 2.North/So. Saratoga Ave. 3. Total from Telephone Rd. to Linear Park, Dresden Ct., Livingston Ave., Bennett Ave. Wall planters on Thille from Bennett to Seamist Ave.

43. Victoria Triangle planter Victoria Ave. at Ventura Rd. and dirt triangle area at electrical ped on corner

44. Blackburn Slopes East side of Kimball Rd. North and South of Blackburn

45. Bayview Ave. Bulbouts Bayview Ave.

46. Copeland Planters East and West side of Copland Dr. at Telephone Rd.

47. Telegraph/ San Mateo/ N Petit Wall Planters East and West side of San Mateo Ave. northside of Telegraph Rd.

48. Chapel Lane Medians Medians on Los Angeles Ave. from Aster St. to Snapdragon St. and on Snapdragon St. to Jonquil Ave.

49. Brodiea/Artemesia Median Planter Triangle planter at the intersection of Brodiea and Artemesia

50. Thompson/Laurel Median Planter Triangle planter at the intersection of Thompson and Laurel

51. Thompson/Front Street Median Planter Small median at the intersection of Thompson Blvd. and Front St.

52. Oak Street Planter Located at Oak St. and the 101 Freeway on-ramp

53. Pacific/Poli St. Median Planter Triangle planter at the intersection of Pacific Ave. and Poli St.

43 of 150 54. Encinal Way Medians (2) Located between Poli St. and Main St.

55. Thompson Blvd. Wall Planter Located at Sanjon Rd. from school property line to Sanjon Rd. (lower section only)

56. Sanjon Rd. Medians (2) On Sanjon Rd. located between the entrance of the demolished Joe’s Crab Shack (formerly the Chart House) and Harbor Blvd.

57. Harbor Blvd. Fence Lines Located between Sanjon Rd. and San Pedro along the 101

58. Harbor Blvd. Median Located between Beachmont St. and City limit south of Olivas Park Dr./Spinnaker Dr.

59. Ventura Ave./Seneca Planters East side of Ventura Ave.; north and south of Seneca

60. West Main St. Medians and Planters/Parkways Located from west of Peking St. to Ventura Ave. This includes Olive St. median, Lost Arrow overflow parking lot, Ortega Adobe, Garden St. planters and small planter west side of Ventura Ave. at Main St.

61. Buena Vista Fence Line Brodiea Ave. east to the dead end

62. Seaward Ave. Planters Located at the east and west sides of Seaward Ave. between the 101 Freeway and Ocean Ave. This includes slopes on the northeast side of Seaward Ave. adjacent to Vista Del Mar Dr. and Alessandro Dr.

63. Spinnaker Dr. Median and Planters Located between Harbor Blvd. and turn around at Channel Islands Visitor’s Center. The planter is located on the south side of Spinaker Dr. from Navigator Dr. to first Harbor Cove Beach parking lot exit.

64. Schooner Dr. Median Median from Harbor Blvd. to Anchors Way

65. Pierpont Blvd. Medians Marina Park to San Pablo St.

66. Navigator Dr. Median North of Spinnaker Dr. at Harbor Blvd.

67. Mills St. Median Between Loma Vista Rd. and Main St.

44 of 150

68. Main St. Median Between Thompson Blvd. and Telephone Rd.

69. Ventura High School Bus Turnout On Main St. in front of the high school

70. Front St. Median

71. Oak St. Median

72. Laurel St Median

73. Brodiea Median

74. Victoria and Telegraph Median (Un landscaped)

75. Victoria and Olivas Park Median (Un landscaped)

76. Olivas and Harbor Blvd. (Un landscaped)

77. Seaward and Alessandro Median (Un landscaped)

78. Seaward and Vista Del Mar Median (Un landscaped)

45 of 150 SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "E" MEDIANS & PLANTERS MAINTENANCE

LOCATION MAINTENANCE MEASURE O SERVICES 1. Victoria Ave. Medians 1X Mo 1 X MO 2. Victoria Ave. Planter 1X MO 1X Mo 3. Victoria Ave. Wall Pocket Planter 1X Mo 1X Mo 4. Telephone Rd. Medians 1X Mo 1X Mo 5. Thille St. Medians 1X Mo 1X Mo 6. Kimball Rd. Medians 1X Mo 1X Mo 7. Johnson Dr. Medians 1X Mo 1X Mo 8. North Bank Median and Planters 1X Mo 1X Mo 9. Mendocino Crt. Wall Planter 1X Mo 1X Mo 10. Concord Planters 1X Mo 1X Mo 11. Grove Medians 1X Mo 1X Mo 12. Hilltop Medians 1X Mo 1X MO 13. Nightingale Wall Planter 1X Mo 1X Mo 14. Petit Wall Planter 1X Mo 1X Mo 15. Sperry Dr. Wall Planter 1X Mo 1x Mo 16. Telegraph Median & Wall Planters 1X Mo 1X Mo 17. Telephone/Petit Wall Planter 1X Mo 1X Mo 18. Telephone/Rubicon Wall Planter 1X Mo 1X Mo 19. Strong Crt. Wall Planter 1X Mo 1X Mo 20. Walnut Wall Planter 1X Mo 1X Mo 21. Skyline Wall Planter 1X Mo 1X Mo 22. Crestwood Planter 1X Mo 1X Mo 23. Marymount Wall Planter 1X Mo 1X Mo 24. Imperial Wall Planter 1X Mo 1X Mo 25.Amador Planter 1X Mo 1X Mo 26.Del Norte Medians 1X Mo 1X Mo

46 of 150

LOCATION MAINTENANCE MEASURE "O" SERVICES 27. Stoney Glen Wall Planter 1X Mo

28.Stone Hedge Median and Wall 1X Mo Planters 29.Telephone Wall Planter 1X Mo 30.Amherst Medians 1X Mo 31.Leland Dr. Fence Line 1X Mo 32.Ethan Allen Planters 1X Mo 33.Blackburn Wall Planter 1X Mo 34.Saticoy Wall Planter 1X Mo 35.Concordia Wall Planter 1X Mo 36.Paloma Parkway Median & Wall 1X Mo Planters 37.Dunning Street Wall Planter 1X Mo 38. Bus Transportation Center 3X Wk/1 Sat.

39. Montalvo Metro Link Train Station 3X Wk 40. Weston West Wall Planters & Medians 2X Mo

41. Weston East Wall Planters & Medians 2X Mo

42. Victoria Triangle Planter 2X Mo 43. Blackburn Slopes 1X Mo 44. Bayview Bulb outs 2X Mo 45. Copeland Planter 1X Mo 46. Telegraph/ San Mateo / N. Petit Wall 1X Mo planter 47. Chapel Lane Median 1X Mo 48. Brodiea/Artemesia Media Planter 1X Mo 1X Mo 49. Pacific/Poli St. Median Planter 1X Mo 50. Encinal Way Medians (2) On Call 1X Mo 51. Thompson Blvd. Wall Planter 1X Mo 52. Sanjon Rd Medians (2) 1X Mo 1X Mo 53. Harbor Blvd. Fence Lines 1X Mo 54. Harbor Blvd. Fence Lines 1X Mo 1X Mo

47 of 150 55. Harbor Blvd Median 1X Mo 2X Mo 56. Ventura Avenue/Seneca Planters 1X Mo 57. West Main St. Medians & 1X Mo Planters/Parkways 58. Buena Vista Fence Line 1X Mo 59. Seaward Ave. Planters 1X Mo 60. Spinnaker Dr. Median and Planters 1X Mo 1X Mo 61. Schooner Dr. Median 1X Mo 1X Mo 65. Pierpont Blvd. Medians 1X Mo 66. Navigator Dr. Median 1X Mo 1X Mo 67. Mills St. Median 2X Mo 68. Main St. Median 2X Mo 69. Ventura High School Bus Turnout 1X Mo 70. Front St. Median On call 1X Mo 71. Oak St. Median On call 1X Mo 72. Laurel St. Median On call 1X Mo 73. Brodiea Median On call 1X Mo 74. Valentine Median 1X Mo 1X Mo 75. Victoria & Telegraph (Un landscaped) 1X Mo 76. Victoria & Olivas Park (Un landscaped) 1X Mo 77. Olivas & Harbor Blvd (Un landscaped) 1X Mo 78. Seaward & Alessandro (Un 1X Mo landscaped 79. Seaward & Vista Del Mar (Un 1X Mo landscaped)

*Wk = Weekly Mo = Monthly *MAINTENANCE SERVICES – Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

48 of 150 EXHIBIT “E.1” SIDEWALKS MAINTENANCE MEASURE “O”

1. Telephone Rd. Transport St. to Well Rd.

2. Victoria Ave. Foothill Rd. to Valentine

3. Telegraph Rd. 5 Points to N. Petit Ave.

4. Main St. Fir St. to Telephone Rd.

5. Loma Vista Rd. Main St. to Day Rd.

6. Thompson Blvd. Ventura Ave. to 5 Points

7. Santa Clara Ave. Main St. to Garden St.

8. Kimball Rd. Telephone Rd. to Foothill Rd.

9. Foothill Rd. Hamilton St. to N. Wells Rd.

10. Seaward Ave. Pierpont Blvd. to Poli St.

11. Sanjon Rd. Harbor Blvd. to Thompson Blvd.

12. Harbor Blvd. San Pedro to Olivas Park Dr.

13. Saticoy Ave. Northbank Dr. to New Haven St.

14. North Wells Rd. Foothill Rd. to Telegraph Rd.

49 of 150

SCHEDULE OF FREQUENCY OF SIDEWALK MAINTENANCE FOR EXHIBIT “E.1” MEASURE “O”

LOCATION MAINTENANCE SERVICES FREQUENCY 1. Telephone Rd. Yes 2X Mo 2. Victoria Ave. Yes 2X Mo 3. Telegraph Rd. Yes 2X Mo 4. Main St. Yes 1X Mo 5. Loma Vista Rd. Yes 1X Mo 6. Thompson Blvd. Yes 1X Mo 7. Santa Clara Ave. Yes 1X Mo 8. Kimball Rd. Yes 1X Mo 9. Seaward Ave. Yes 1X Mo 10. Foothill Rd. Yes 1X Mo 11. Sanjon Rd. Yes 1X Mo 12. Harbor Blvd. Yes 1X Mo 13. Saticoy Ave. Yes 1X Mo 14. North Wells Rd. Yes 1X Mo

Mo- Monthly *MAINTENANCE SERVICES – Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

50 of 150 EXHIBIT “F” SITE LOCATIONS SANITATION & WATER DIVISION MAINTENANCE

The following list of areas represents the Utilities Division site locations:

1. Water Purification Plant 5895 North Ventura Ave.

2. Hall Canyon Reservoir Located on the north side of Hall Canyon Rd., north of Poli St.

3. Seaward Avenue Water Conditioning Plant Located on Alessandro Dr., west of Seaward Ave.

4. Golf Course Tank East end of Olivas Park Dr.

5. Bailey Reservoir Located between the 6300 block of Loma Vista Rd and the 6300 block of Fremont St.

6. Montalvo Tank Site East end of Inez St.

7. McWherter Corner Garden Poli Street at Hall Canyon Rd.

8. Willis Tank Northeast foothills in Arroyo Verde Park.

9. Ondulando Tank North end of Colina Vista St.

10. Ondulando Pump Foothill Road west of Kimball Rd.

11. Saticoy Treatment Plant Telephone Road at Wells Rd.

12. Seaward/Poli Pumping Station Seaward Ave. at Poli St.

13. Mariano Tank North end of Lincoln Dr.

51 of 150

14. McElrea Tanks North end of Mint Ln.

15. Kalorama Pump Station Southeast corner of Kalorama and Church Sts.

16. Kalorama Tanks North end of Kalorama St.

17. Grant Park Reservoir Located in Grant Park on Summit Dr. Facility is inside of chain link fences and across the street on irrigated slopes and perimeter areas.

18, Modella Pump Station Wall St. and Park Row Ave.

19. Valley Vista Tanks North end of Garland St.

20. Buena Vista Pump Station Buena Vista St. and Brodiea Ave.

21. Sexton Canyon Reservoir Sexton Canyon Rd. north of Foothill Rd.

22. Gosnell Bend Pump Station Ventura Ave. north of Dakota Dr.

23. Seneca Tank Southeast end of Seneca St.

24. Corbett Tank Foothill Rd east of Kimball Rd.

25. Kimball Tank Foothill Rd northwest of Kimball Rd., north of Ondulando Pump Station.

26. Nob Hill North end of Colina Vista St. north of Ondulando Tank.

27. View Park Tanks End of Breakers Dr.

52 of 150

28. Foothill Tank End of Island View Dr.

29. Wastewater Reclamation Facility (Currently under construction) 1400 Spinnaker Dr. Includes planters fronting complex on Harbor Blvd. and Spinnaker Dr.

30. Long Canyon Foothill Rd and Elizabeth Rd, 501 Elizabeth Rd

31. 5-Points Booster Station Corner of Porter Ln and Frances St.

32. Victoria Well 2 Corner of Victoria Ave. and Webster St.

33. Saticoy Pump Station Telephone Rd. west of Saticoy treatment plant.

34. Mound Well Corner of Wester St. and Hill Rd.

35. Valley Vista II East End of Floral Dr.

36. Johnson Dr. Lift Station Leland St. and Johnson Dr. at the 101Freeway

37. Elizabeth TANK II Elizabeth and Foothill Rds., 800 Elizabeth Rd.

38. The Groves Lift Station Northbank Dr. next to park on Rio Grande St.

39. Aster Pump Station 1183 Aster St.

53 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "F" SANITATION & WATER DIVISION MAINTENANCE

FENCE LINE TREE MANUAL ROAD LOCATION M.S. CLEARANCE PRUNING WATERING CLEARANCE

1. Water Purification Plant Wk Mo 2. Hall Canyon Reservoir Wk Mo

3. Seaward Avenue Water Mo Mo Mo Conditioning Plant

4. Golf Course Tank Mo Mo

5. Bailey Reservoir Wk Mo 6. Montalvo Tank Site Mo Mo

7. McWherter Corner Garden 3XWk Mo

8. Willis Tank Mo Mo Mo Mo 9. Ondulando Tank 2XMo 2X Mo Mo

10. Ondulando Pump Mo Mo

11. Saticoy Treatment Plant Wk Mo 12. Seaward/Poli Pumping Mo Mo Station 13. Mariano Tank Mo Mo Wk Mo

14. McElrea Tanks Mo Mo Mo 15. Kalorama Pump Station Mo

16. Kalorama Tanks Mo Mo Mo

17. Grant Park Reservoir Wk Mo 18. Modella Pump Station Mo Mo Mo 19. Valley Vista Tanks Mo Mo Mo

20. Buena Vista Pump Station Mo Mo Wk

21. Sexton Canyon Reservoir Mo Mo Mo Mo 22. Gosnell Bend Pump Mo Mo Mo

23. Seneca Tank Mo Mo Mo

54 of 150

FENCE LINE TREE MANUAL ROAD LOCATION M.S. CLEARANCE PRUNING WATERING CLEARANCE

24. Corbett Tank Mo Mo

25. Kimball Tank Mo Mo

26. Nob Hill Mo Mo Mo

27. View Park Tanks Mo Mo

28. Foothill Tank Mo Mo

29. Wastewater Reclamation Wk Wk Facility

30. Long Canyon Mo Mo

31. 5-Points Booster Station Wk

32. Victoria Well II Mo

33. Saticoy Pump

34. Mound Well

35. Valley Vista II Mo YR Wk

36. Johnson Dr Lift Station

37. Elizabeth Tank II Mo YR Wk 38. The Grove Lift Station Mo Mo

39. Aster Pump Station Mo Mo

Wk = Weekly Mo = Monthly YR = Yearly M.S. - MAINTENANCE SERVICES – Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

55 of 150

EXHIBIT "G" SITE LOCATIONS FACILITIES & TENNIS COURTS MAINTENANCE

The following list of areas represents the tennis court site locations:

1. Camino Real Park Located at Dean Dr and Varsity St.

2. Buena High School Located at Woodland St. and Victoria Ave.

3. Ventura High School Located at Main St. and Catalina St.

4. Anacapa Middle School Located at Telegraph and Mills Rds.

5. Balboa Middle School Located at Woodland St. and Hill Rd.

6. Cabrillo Middle School Located between Main St. and Thompson Blvd. between Crimea St. and Chrisman Ave.

7. Harry A. Lyon Park Located at De Anza Dr. and Cameron St.

8. Juanamaria Park Corner of Loma Vista and Kimball Rds.

56 of 150 EXHIBIT "G" SCHEDULE OF WORK TO BE PERFORMED FACILITIES & TENNIS COURTS MAINTENANCE

LOCATION NUMBER OF MAINTENANCE WASH COURTS SERVICES Camino Real Park 8 2X Mo Every other week Buena High School 8 2X Mo N/A Ventura High School 6 2X Mo N/A Anacapa Middle 4 1X Mo N/A School Balboa Middle 4 1X Mo N/A School Cabrillo Middle 4 1X Mo N/A School Harry A Lyon Park 3 1X Mo N/A Juanamaria Park 2 1X Mo N/A Mo- Monthly MAINTENANCE SERVICES – Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

57 of 150

EXHIBIT "H" SITE LOCATIONS LINEAR PARKS AND TRAILS MAINTENANCE

The following list of areas represents the site locations:

1. Webster St. Linear Park Landscaped areas located between Victoria Ave. and east of Johnson Dr., bordered by the bicycle path to Hill St., crossing Webster St.; then bordered by condos and the Hwy. 126 fence.

2. Police/Fire Facility 1425 Dowell Dr. Includes the potted plants inside the atrium as you enter the front of the building immediately to the left. There is not an automated irrigation system and will require hand watering as needed.

3. County Square Linear Park Located west of County Square Dr. between Telephone Rd. and Victoria Ave. This area also includes the cul-de-sac planter at the north end of County Square Dr.

4. Cypress Point Linear Park South of Telephone Rd. off Cypress Point Ln. terminating south at Ralston St. and the end of the asphalt bike path.

5. Bristol Bay Linear Park and Wall Planters The linear park is located adjacent to Wildcat Ave., south of Bristol Rd.. The wall planters are located along the south side of Bristol Rd between the Harmon Barranca and Ermine Ave.

6. River View Linear Park Located adjacent to Montgomery Ave., Kennebec and Arroyo Seco Sts., south of North Bank Dr. from Rogue River CI. to S. Petit Ave.

7. North Bank Linear Park Located along Harmon Barranca adjacent to Elba St., from the railroad tracks south to Johnson Dr.

8. Stone Hedge Linear Park West and east of Kimball Rd. immediately north of Thille St., continuing between Hwy 126 and housing tract wall continuing east across Henderson Rd. terminating at block wall to the east. Kimball Rd. median from Thille St. to Hwy 126 is included in the linear park.

58 of 150

9. Strathmore Linear Park Linear park is located adjacent to Seagull Dr. and Harmon Barranca from Bristol Rd. to railroad tracks.

10. Henderson Linear Park Located on Henderson Rd. between Cachuma Ave. and terminating 50’ west of entrance to Citrus Glen School.

11. West Woodside Linear Park Located on west side of Brown Barranca at Nevada St. between Telegraph and Foothill Rds.

12. East Woodside Linear Park Fronting east bank of Brown Barranca between Foothill and Telegraph Rds. Includes undeveloped area below Loma Vista Rd. Excludes area adjacent to apartments at Del Norte St..

13. Brock Linear Park Located on Shoshone St. between Ventura Ave. and Cedar S. from Shoshone St. to dead end at De Anza School.

14. Cherry Linear Park Located on west side of Tyler St. adjacent to Barranca from Loma Vista Rd. to Roosevelt Ct.

15. Chumash Linear Park Located across from Chumash Park south of Waco St. crossing Denver St. terminating at Telephone Rd.

16. Todd Ranch Linear Park Located between Telephone and Ralston on the east side of the Barranca at Antelope.

17. Rancho Ventura Linear Park Located between Telephone Rd. and Ralston St. on the west side of the Barranca next to Cornucopia Garden on Telephone Rd.

18. Antelope Linear Park Located on the west side of Antelope Ave. south of Ralston St. adjacent to the Barranca.

20. Bel Air Linear Park Located on the east side of Petit Ave. south of Telephone Rd. to railroad tracks.

21. Arundell Linear Park Located on Arundell Ave. from Market St. to Harbor Blvd.

59 of 150 22. Aurora Linear Park Located on Aurora Dr., adjacent to Barranca to Camino Real Park.

23. LDS Linear Park Located at 10400 Henderson Rd.

24. North Bank Greens Located on North Bank Dr. east of Petit Ave. 100’ west of Burnside Dr. to dead end, wall planter north side of street; linear park south side of street and medians.

25. Saticoy Linear Park Located on the corner of Saticoy Ave. and Henderson Rd.

26. Ventura River Trail Fronting the 33 freeway from Rex St. to Foster Park.

27. Weston West Linear Park Fronting Hwy 126 between Parrish and Chadwick Pls.

28. Weston East Linear Park Fronting Hwy 126 between Bennett and Walcott Aves.

29. Pacific Skateboard Park Corner of Dean and Chapel Drs.

30. Power Storage Linear Park Off Victoria Ave. adjacent to storage center then turning left and running behind WalMart to Walker St.

31. Cemetery Memorial Park Between Main and Poli Sts. west of Aliso St. Includes parkway on Main St. fronting the park

32. Ocean Ave. Park West end of Ocean Ave.

33. Juanamaria Park Corner of Kimball and Loma Vista Rds.

34. Montalvo Hill Park Corner of Hill Rd. and Tanager St.

35. Thille Park Corner of Saratoga Ave. and Thille St.

36. Fritz Huntsinger Youth Sports Complex Corner of Telephone Rd. and Saticoy Ave.

60 of 150

37. Vanoni Linear Park Off of Telephone Rd. next to the VA Hospital terminating at railroad tracks

38. Enclave Linear Park Northbank Dr. and Dogwood

39. Kellogg Park Corner of Kellogg and Ventura Ave

61 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "H" LINEAR PARKS & TRAILS MAINTENANCE

TRASH M.S. DRINKING PARKING RESTROOM LOCATION CONTAINERS FOUNTAINS LOT OPENING SWEEPING

1.Webster St. Linear 1XWk Park 2. Police/Fire 1XWk 2XMo Facility 3. County Square 1XWk Linear Park 4. Cypress Point 2XMo Linear Park 5. Bristol Bay Linear 1XWk Park 6. River View Linear 1XWk 1XWk 2XMo Park 7. North Bank Linear 2XMo Park 8. Stone Hedge Linear 1XWk 1XWk Park 9. Strathmore Linear 1XWk 1XWk Park 10. Henderson Linear 1XWk 1XWk Park 11. Woodside West 2XMo Linear Park 12. Woodside East 2XMo Linear Park 13. Brock Linear Park 1XWk 1XWk 14. Cherry Linear Park 1XMo 15.Chumash Linear Park 1XMo 16.ToddRanch L.P 2XMo 17. Rancho Ventura 2XMo Linear Park 18. Antelope Linear 1XWk

62 of 150 TRASH M.S. DRINKING PARKING RESTROOM LOCATION CONTAINERS FOUNTAINS LOT OPENING SWEEPING

Park 20. Bel Air Linear Park 1XWk 1XWk 21. Arundell Bike Path 2XMo 22. Aurora Linear Park 1XWk 23. LDS Linear Park 2XMo 24. North Bank Greens 2XMo 25. Saticoy Linear 2XMo Park 26. Ventura River Trail 2XMo 1XMo 2XMo 27. Weston West Linear 1XWk 2XMo Park 28. Weston East Linear 1XWk 2XMo Park 29. Pacific Skateboard 2XWk 2XWk 2XWk Park 30. Power Storage 1XMo 31. Cemetery Memorial 3XWk 3XWk 3XWk Park (Including parking lot) 32. Ocean Ave Park 3X Wk 3X Wk 3XWk (including parking lot) 33. Juanamaria Park 3XWk 3XWk 1XWk 34. Montalvo Hill Park 3XWk 3XWk 1XWk 7XWk 35. Thille Park 3XWK 3XWk 1XWk 7XWk

36. Fritz Huntsinger 3XWk 3XWk Youth Sports Complex 37. Vanoni Linear Park 1XMo 38. Enclave Linear Park 4XWk 3XWk 1XWk 39. Kellogg Park 2XWk 2XWk M-F Wk = Weekly Mo = Monthly M.S. - MAINTENANCE SERVICES – Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

63 of 150

EXHIBIT "I" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 2 "BEAZER"

1. Kimball West Side Planters, Parkways and Pedestrian Walk Hwy 126 to Telegraph Rd., Pedestrian Walk from Kimball Rd. to Wilson St.

2. Telegraph South Side Planters and Parkways Harding Av to Kimball Rd

3. Hoover Parkways and Planter Between Telegraph Rd and Coolidge St

4. Harding Medians, Pedestrian Walk and Parkways Between Telegraph Rd and Coolidge St., Pedestrian Walk is at the east end of Coolidge to Wilson Sts.

5. Colton Medians and Parkways Kimball Rd. to Ford Ave.

6. Kennedy Parkways and Medians On Kennedy Ave. from Telegraph Rd. to Wilson St.

64 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "I" MAINTENANCE ASSESSMENT DISTRICT 2 "BEAZER"

LOCATION MAINTENANCE SERVICES 1. Kimble West Side Planter, 1XWk Parkways and Pedestrian Walk 2. Telegraph South Side Planters 1X k and Parkways 3. Hoover Parkways and planter 1XWk 4. Harding Medians, Pedestrian Walk 1XWk and Parkways 5. Colton Medians and Parkways 1XWk 6. Kennedy Medians and Parkways 1XWk Wk = Weekly Mo = Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

65 of 150

EXHIBIT "J" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 3 "BIRD OF PARADISE"

1. Victoria Medians, Parkways, and Slopes Victoria Ave. from Foothill Rd. to Santa Susanna Ct.

2. Foothill Planters and Emergency Vehicle Access Foothill Rd. North side from Victoria Ave. to Santa Lucia Ct.

3. Victoria Storm/Bio Filter Basin North West corner of Santa Lucia Ct. and Victoria Ave.

4. Bird of Paradise Ranch Linear Park West side of Santa Lucia Ct. from Foothill Rd. to Victoria Ave. between Sexton Barranca and street.

66 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "J" MAINTENANCE ASSESSMENT DISTRICT 3 "BIRD OF PARADISE"

LOCATION MAINTENANCE STORM SERVICES BASIN 1. Victoria Avenue Median, 1XWk Parkways, and Slopes 2. Foothill Planters & Emergency 1XWk Vehicle Access 3. Victoria Avenue Storm/Bio Filter 1XWk 1XWk Basin 4. Bird of Paradise Ranch Linear 1XWk Park Wk = Weekly Mo = Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

67 of 150

EXHIBIT "K" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 4, 4a,4b "SYCAMORE VILLAGE"

The following is a list of areas representing the site locations:

1. Planters, parkways and medians on Shoshone St. west

2. Parkways on Pacos St.

3. Parkways on Potawatomi St.

4. Parkways on Kipana Ave.

5. Parkways on Kehala Ave.

6. Linear Park between Ventura River Trail and Kehala Ave.

68 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT “K” MAINTENANCE ASSESSMENT DISTRICT 4, 4a, 4b "SYCAMORE VILLAGE"

TRASH MAINTENANCE LOCATION SWEEPING CONTAINERS SERVICES

1. Maintenance 3XWk 3XWk 1XWk Assessment District 4, 4a, 4b Wk = Weekly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

69 of 150

EXHIBIT "L" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 6 "THE GROVES"

The following list of areas represents the site locations:

1. Parkways, Planters and medians on North Bank Dr. from Petit Ave. east to Burnside Ave.

2. Linear Park facing Salt River Ave. and Rio Grande St.

3. Pocket Park planters and parkway next to 9865 Rhone St.

4. Planters east side of Petit Ave. south of railroad tracks to North Bank Dr.

70 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "L" MAINTENANCE ASSESSMENT DISTRICT 6 "THE GROVES"

MAINTENANCE TRASH DRINKING SERVICES LOCATION SWEEPING CONTAINERS FOUNTAINS RAILINGS BENCHES

1.Maintenance 3XWk 3XWk 1XWk 1XWk 1XWk 1XWk Assessment District 6 WK = Weekly Mo=Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

71 of 150

EXHIBIT "M" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 8 "CAMDEN / GREYSTONE"

The following list of areas represents the site locations:

1. Thille St. Medians, Parkways and Planters Medians from Seamist Pl. to linear park pedestrian crossing

2. Ringo St. Medians, Parkways and Planters Parkways, Planters and median on Ringo St. between Thille St. and Quinn St.. Parkways and Planters east and west of Ringo St. from 5445 Thille St. to linear park pedestrian crossing

3. Camden Linear Park Fronting Hwy 126 and Tull St. from 400’ west of pedestrian entrance off Tull St. to 425’ East of entrance. Also includes Eucalyptus tree row from Hwy 126 to Thille St. west of County Square Dr. linear park turf areas.

72 of 150 SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "M" MAINTENANCE ASSESSMENT DISTRICT 8 "CAMDEN / GREYSTONE"

TRASH DRINKING - LOCATION SWEEPING CONTAINERS FOUNTAINS MAINTENANCE SERVICES

1.Maintenance 3XWk 3XWk 1XWk 1XWk

Assessment

District 8

Wk= Weekly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

73 of 150

EXHIBIT "N" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 8a "HENDERSON RANCH" (HOLIDAY)

The following list of areas represents the site locations:

1. Parkways, median and entrance planters On Holiday Ave. off of Saratoga Ave. and parkway on Saratoga Ave.

2. Landscape area On Telephone Rd. next to mobile home park to Gillespie St. (pvt)

74 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "N" MAINTENANCE ASSESSMENT DISTRICT 8a "HENDERSON RANCH" (HOLIDAY)

Location TRASH MAINTENANCE SWEEPING SERVICES 1. Parkways, medians, and entrance 3XWk 1XWk 3XWk planters On Holiday Ave. off of Saratoga Ave. and parkway on Saratoga Ave.

2. Landscape area 3X Wk 1XWk 3XWk On Telephone Rd. next to mobile home park to Gillespie St. (pvt)

Wk=Weekly Mo=Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

75 of 150

EXHIBIT "O" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 10b "SARATOGA RANCH" (HARMONY)

The following list of areas represents the site locations:

1. Entrance planters and turf On Desmond Ave. (pvt) between Telephone Rd. and Dorsey St. (pvt)

2. Parkways On Thille St. 135’ east of Seamist Pl. to linear park pedestrian crossing

3. Eucalyptus tree row Between Thille St. and Telephone Rd. west side of County Square Dr. linear park

76 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "O" MAINTENANCE ASSESSMENT DISTRICT 10B "SARATOGA RANCH" (HARMONY)

LOCATION TRASH MAINTENANCE TRASH SWEEPING SERVICES CANS 1. Entrance planters 3XWk 1XWk 3XWk and turf On Desmond Ave. (pvt) between Telephone Rd. and Dorsey St. (pvt) 2. Parkways 3XWk 1XWk on Thille St. 135’ east of Seamist Pl. to linear park pedestrian crossing 3. Eucalyptus tree row 3XWk 1XWk Between Thille St. and Telephone Rd. west side of County Square Dr. linear park

Wk=Weekly Mo=Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

77 of 150 EXHIBIT "P" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 11 "ARCHSTONE"

The following list of areas represents the site locations:

1. Parkways& planters Telephone Rd. from Saticoy Ave. to Cosmos Ave.

2. Parkways & planters Saticoy Ave. from Telephone Rd. to Daisy Dr.

3. Parkways & planters Cinerara St. between Saticoy Ave. and Honeysuckle Ave. (including turnabout)

4. Parkways &planters Daisy St. between Saticoy Ave. and Honeysuckle Ave.

5. Pedestrian walk From Saticoy Ave to Bluebonnet St. (including small parkway strip in front of backflow on Bluebonnet St.)

78 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "P" MAINTENANCE ASSESSMENT DISTRICT 11 "ARCHSTONE"

LOCATION MAINTENANCE TRASH TRASH SWEEPING SERVICES CANS Archstone 1XWk 3XWk 3XWk

Wk=Weekly Mo=Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

79 of 150

EXHIBIT Q SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 14 "CITRUS GLEN" (SANTA ROSA WALK)

The following list of areas represents the site locations:

1. Linear Park Henderson Rd. & Chesapeake Pl.

2. Planters and Turf Darling Rd. and Ann Arbor Ave.

3. Wall Planter Next to 567 Charleston Pl. & 675 Charleston Pl.

80 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "Q" MAINTENANCE ASSESSMENT DISTICT 14 "CITRUS GLEN" (SANTA ROSA WALK)

LOCATION MAINTENANCE TRASH TRASH SWEEPING SERVICES CANS Citrus Glen 1XWk 3XWk 3XWk 3XWk

Wk=Weekly Mo= Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

81 of 150

EXHIBIT "R" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 12 "MONTALVO HILL" (PROMONTORY POINT)

The following list of areas represents the site locations:

1. Paseo 1 Next to 1791 Tanager St.

2. Paseo 2 Next to 1891 Tanager St.

3. Vista Park On Moon Dr. from Hill Rd, to 6191 Moon Dr.

4. Medians Hill Rd. & Canary St., Moon Dr. & Hill Rd., Canary St.& Goldeneye St. (includes adjacent slope), Hill Rd. & Tanager St.

5. Moon Dr Rear Slope South side of Moon Dr. between 6212 Moon Dr. and 6390 Moon Dr.

82 of 150 SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "R" MAINTENANCE ASSESSMENT DISTRICT 12 "MONTALVO HILL" (PROMONTORY POINT)

LOCATION MAINTENANCE TRASH SWEEPING SERVICES CANS Montalvo Hill 1XWk 3XWk 3XWk

Wk=Weekly Mo=Monthly MAINTENANCE SERVICES - Defined as: Maintenance Services – Defined as Edging, trimming, litter/trash pickup, weed and rodent control

83 of 150 EXHIBIT "S" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 16 "HENDERSON COTTAGES"

The following list of areas represents the site locations:

1. Linear Park on Henderson Rd. and Boston Ave.

2. Rear slope along Saticoy Ave.

3. Raised planter on Saticoy Ave., south of detention basin

4. Detention Basin at Saticoy Ave.& New Haven St.

5. Sound wall on Henderson Rd. across from Boston Ave.

84 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "S" MAINTENANCE ASSESSMENT DISTRICT 16 "HENDERSON COTTAGES"

LOCATION MAINTENANCE TRASH SWEEPING SERVICES CANS Henderson 1XWk 3XWk 3XWk Cottages Wk=Weekly Mo= Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

85 of 150 EXHIBIT "T" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 17 "CITRUS WALK"

The following list of areas represents the site locations:

1. Linear Park – Henderson Rd. and Cobalt Ave.

2. Sound wall – Henderson Rd. and Cobalt Ave.

3. Silver Circle Central Park

4. Aquamarine Ave. and Quartz St. – Park

5. Gold Circle and Medford St. – Park

6. Linear Park at Montgomery Ave. and Medford St.(Northside)

7. Parkway turf Sterling Ave. & Medford St. west side

8. Roundabout Medford and Sterling

9. Roundabout Medford and Montgomery

86 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "T" MAINTENANCE ASSESSMENT DISTRICT 17 "CITRUS WALK"

LOCATION MAINTENANCE TRASH CANS SWEEPING SERVICES Citrus Walk 1XWk 3XWk 3XWk Wk=Weekly Mo=Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

87 of 150

EXHIBIT "U" SITE LOCATIONS MAINTENANCE ASSESSMENT DISTRICT 18 "CITRUS PLACE"

The following list of areas represents the site locations:

1. Parkways/Bioswales (both sides of streets)

a. 11234 Citrus Dr. to Peach Ave

b. South of 353 Peach Ave. to Mimosa St.

c. Myrtle Av between Citrus Dr. and Mimosa St.

d. Mimosa St between Myrtle Ave. and Pear Ave.

e. Pear Ave. from Mimosa St. north to alleyway

2. Park/Detention basin (excludes community center), includes basketball court and turf east behind apartments to alleyway

3. Sound wall On the Hwy. 126 side

88 of 150

SCHEDULE OF WORK TO BE PERFORMED IN ADDITION TO LANDSCAPE MAINTENANCE FOR EXHIBIT "U" MAINTENANCE ASSESSMENT DISTRICT 18 "CITRUS PLACE":

LOCATION MAINTENANCE TRASH SOUNDWALL SERVICES CANS Citrus Place 1XWk 3xWk 1XMo Wk=Weekly Mo=Monthly MAINTENANCE SERVICES - Defined as: Edging, trimming, litter/trash pickup, weed and rodent control

89 of 150 SUBMITTAL FORM "A" LANDSCAPE MAINTENANCE SERVICES PROPOSAL NO. P-130000512

TO THE CITY OF SAN BUENAVENTURA:

I have personally visited the sites as described in the attached EXHIBITS, and have reviewed the contractual maintenance criteria, as outlined in “MAINTENANCE SPECIFICATIONS FOR ALL DESIGNATED AREAS,” Exhibits "A","B", "C", "C.1", “C.2”, "D", "E", “E.1", “” "F", "G", "H", "I", "J", "K", "L", "M","N","O", "P", "Q", "R","S", "T", “U" & "V". I am acquainted with the premises and the maintenance requirements to be contracted. I have read the Request for Proposals for Landscape Maintenance. I propose to perform maintenance services for the City of San Buenaventura, California, as set forth in the attached EXHIBITS, to be paid in equal monthly payments. The term of this contract shall be two (2) years, beginning July 1, 2014, and ending June 30, 2016.

As evidence of my qualifications to merit the granting of a contract for said maintenance operations, I have completed and attached the Proposal Forms and the required Proposer’s Data Information.

I agree to be personally interviewed to further establish my qualifications, if such an interview is deemed necessary.

In the event my proposal is accepted, I understand and agree:

1. That I will enter into an Agreement in the form on file in the City’s Purchasing Office.

2. That clerical, mathematic, or other errors made in this proposal will not act to void any Agreement or relieve me of my obligations to enter into it.

3. That I will provide the City with all necessary insurance coverage as stipulated. Said policy shall name the City as additional insured and shall meet all other requirements set forth in City’s standard insurance certificate form.

4. That I will adhere to all requirements for licenses, permits, workers’ compensation insurance, and all other requirements of an employer and business in the City of San Buenaventura.

For bidding purposes the proposer shall assume and include a 3% annual COLA adjustment in proposal pricing. The COLA percent may be adjusted to actual rates when and if the agreement is extended for good performance.

Signature: Date:

90 of 150 SUBMITTAL FORM "B" DOWNTOWN & WEST END MAINTENANCE

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “B.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Eastwood Park $______2. Valdez Alley $______3. Albinger Archaeological Dig Site $______4. Old Town and Mission Area $______5. Figueroa Mall $______6. Downtown Mini-Park $______7. Parking District Lots I, II, III (Landscaping Only) $______8. Seaside Wilderness $______9. California St. Mini Park $______10. South Seaward Parking Lot $______11. Ventura Avenue Adult Center $______12. San Miguel Chapel Historical Site $______13. Downtown/California St. Parking Structure and $______Santa Clara St. 14. Grant Park Pistol Range $______15. City Hall $______16. The WAV $______

TOTAL $______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

91 of 150 SUBMITTAL FORM "C" BEACH FRONT MAINTENANCE

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “C.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Pier $______2. Beaches $______3. Harbor Blvd Planters and Parkways $______4. Train Platform planters $______5. Promenade $______6. Promenade Park $______7. Surfers Point $______8. Paseo De Playa planters $______9. California St. Mall $______10. Harbor Cove $______11. Beach Parking Structure $______12. Beach Parking Structure Planters $______

TOTAL $______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

92 of 150 SUBMITTAL FORM "C.1" PIERPONT & SOUTH SEAWARD TRASH CAN SERVICE

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “C.a.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. San Pedro $ ______2. Sharon $ ______3. Woodstock $ ______4. Waterbury $ ______5. Brockton $ ______6. Driftwood $ ______7. Belfast $ ______8. Bangor $ ______9. Dover $ ______10. Bath $ ______11. Montauk $ ______12. Pittsfield $ ______13. Winthrop $ ______14. Shelburn Ln. $ ______15. Cornwall $ ______16. Kingston $ ______17. Brunswick $ ______18. Norwich $ ______19. New Bedford $ ______20. Martha's Vineyard $ ______21. Sagamore $ ______22. Devon $ ______23. Weymouth $ ______24. Hanover $ ______25. Camden $ ______26. Nathan $ ______27. South Seaward $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

93 of 150 SUBMITTAL FORM "C.2" TRASH CAN SERVICE

I propose to perform weekend and holiday opening and closing and reservation maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “C.2.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

PREVAILING WAGE RATES

1. S. Seaward $ ______2. Streets/Lanes $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

94 of 150 SUBMITTAL FORM "D" PARK AND RESTOOM OPENING AND CLOSING

I propose to perform weekend and holiday opening and closing and reservation maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “D.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates 1. Arroyo Verde Gate and restrooms $ ______2. Camino Real Gate(s) and restrooms $ ______3. Transportation center $ ______4. Blanche Reynolds restroom and $ ______softball field gate 5. South Seaward restrooms $ ______6. Marina Park gate and restrooms $ ______7. Surfers Point restrooms $ ______8. Plaza Park restrooms $ ______9. Mission Park restrooms $ ______10. Ortega Adobe gate and building doors $ ______11. Grant Park gates (2 sets) $ ______12. Olivas Adobe gates and restrooms $ ______13. Thille Park restrooms $ ______14. Marion Cannon bathrooms $ ______15. Montalvo Hill Park restrooms $ ______16. Barranca Vista Park restrooms $ ______17. Juanamaria restrooms $ ______18. Hobert Park restrooms $ ______19. Fritz Huntsinger Youth Sports Complex restrooms $ ______20. Chumash Park restrooms $ ______21. Westpark gate and restrooms $ ______22. Ventura Community Park gate $ ______and restrooms 23. Arroyo Corto Reservation Area $ ______24. Redwood Gen Reservation Area $ ______25. Vista Bluff Reservation Area 26. Camino Real #1 & #2 reservation Area $ ______27. Harry Lyons softball field Gate and restroom $ ______when reservations take place 28. Promenade Parking structure elevator gate $ ______29. Kellogg Park – Restroom (Portland Loo) $______30. Pier Gate Opening $______

TOTAL $ ______

95 of 150 The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

96 of 150

SUBMITTAL FORM "E" MEDIANS, WALL PLANTERS AND SIDEWALK MAINTENANCE

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “F.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Victoria Ave. median $______2. Victoria Ave. planter $ ______3. Victoria Ave. wall pocket planters $ ______4. Telephone Rd. median $ ______5. Thille St. median $______6. Telegraph & Kimball Rd. medians $______7. Johnson Dr. medians (incl. N. Bank Dr. extension) $______8. North Bank Dr. median and planters $______9. Mendocino Ct. wall planter $______10. Concord planters $______11. Grove median $______12. Hilltop median $______13. Nightingale wall planter $______14. Petit wall planter $______15. Sperry Dr. wall planter $______16. Telegraph median and wall planters $______17. Telephone/Petit wall planter $______18. Telephone/Rubicon wall planter $______19. Strong Ct. wall planter $______20. Walnut Dr. wall planter $______21. Skyline Rd. wall planter $ ______22. Crestwood Ave. planter $______23. Marymount wall planter $______24. Imperial wall planter $______25. Amador planter $______26. Del Norte median $______27. Stoney Glen wall planter $______28. Stone Hedge median & wall planter $______29. Telephone Rd. wall planter $ ______30. Amherst medians $______31. Leland Dr. fence line $______32. Callens planters $ ______33. Blackburn wall planter $______34. Saticoy wall planter $______35. Concordia wall planter $______36. Paloma parkway, median, & wall planters $______37. Dunning St. wall planter $______38. Transportation Center $______

97 of 150 39. Montalvo Metro Link Train Station $______40. West Weston medians and wall planters $______41. East Weston medians and wall planters $______42. Victoria triangle planter $______43. Blackburn slopes $______44. Bayview bulb outs $______45. Copeland planters $______46. Telegraph San Mateo/Petit wall planter $______47. Chapel Ln. medians $ ______48. Brodiea/Artemesia Median Planter $ ______49. Thompson/Laurel Median Planter $______50. Thompson/Front St. Median Planter $______51. Oak St. Planter $ ______52. Pacific/Poli St. Median Planter $______53. Encinal Way Medians (2) $______54. Thompson Blvd. Wall Planter $______55. Sanjon Rd. Medians(2) $______56. Harbor Blvd. Fence Lines $______57. Harbor Blvd. Median $______58. Ventura Ave./Seneca Planters $______59. West Main St. Medians and Planters/Parkways $______60. Buena Vista Fence Line $ ______61. Seaward Avenue Planters $ ______62. Spinnaker Dr. Median and Planters $ ______63. Schooner Dr. Median $______64. Pierpont Blvd. Medians $______65. Navigator Dr. Medians $______66. Mills St. Median $______67. Main St. Median $______68. Ventura High School Bus Turnout $______69. Oak St. Median $______70. Laurel St. Median $______71. Brodiea Median $______72. Victoria and Telegraph Median $______73. Victoria and Olivas Park Median $______74. Olivas and Harbor Blvd. Median $______75. Seaward and Alessandro Median $______76. Seaward and Vista Del Mar Median $______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

98 of 150

SUBMITTAL FORM "E.1" SIDEWALK MAINTENANCE MEASURE "O"

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “F.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Telephone Rd. $ ______2. Victoria Ave. $ ______3. Telegraph Rd. $ ______4. Main St. $ ______5. Loma Vista Rd. $ ______6. Thompson Blvd. $ ______7. Santa Clara Ave. $ ______8. Kimball Rd. $ ______9. Foothill Rd. $ ______10. Seaward Ave. $ ______11. Sanjon Rd. $ ______12. Harbor Blvd. $ ______13. Saticoy Ave $ ______14. North Wells Rd. $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

99 of 150

SUBMITTAL FORM "F" SANITATION & WATER DIVISION MAINTENANCE

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “G.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments. Prevailing Wage Rates

1. Water Purification Plant $ ______2. Hall Canyon Reservoir $ ______3. Seaward Avenue Water Conditioning $ ______4. Golf Course Tank $ ______5. Bailey Reservoir $ ______6. Montalvo Tank Site $ ______7. McWherter Corner Garden $ ______8. Willis Tank $ ______9. Ondulando Tank $ ______10. Ondulando Pump $ ______11. Saticoy Treatment Plan $ ______12. Seaward/Poli Pumping Station $ ______13. Mariano Tank $ ______14. McElrea Tanks $ ______15. Kalorama Pump Station $ ______16. Kalorama Tanks $ ______17. Grant Park Reservoir $ ______18. Modella Pump Station $ ______19. Valley Vista Tanks $ ______20. Buena Vista Pump Station $ ______21. Sexton Canyon Reservoir $ ______22. Gosnell Bend Pump Station $ ______23. Seneca Tank $ ______24. Corbett Tank $ ______25. Kimball Tank $ ______26. Nob Hill $ ______27. View Park Tanks $ ______28. Foothill Tank $ ______29. Wastewater Reclamation Facility $ ______30. Long Canyon $ ______31. 5-Points Booster Station $ ______32. Victoria Well II $ ______33. Saticoy Pump $ ______34. Mound Well $ ______35. Valley Vista II $ ______36. Johnson Dr. Lift Station $ ______37. Elizabeth Tank II $ ______38. The Groves Lift Station $ ______39. Aster Pump Station $ ______

100 of 150 TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

101 of 150 SUBMITTAL FORM "G" TENNIS COURTS MAINTENANCE

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “H.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Camino Real Park $ ______2. Buena High School $ ______3. Ventura High School $ ______4. Anacapa Middle School $ ______5. Balboa Middle School $ ______6. Cabrillo Middle School $ ______7. Harry A. Lyon Park $ ______8. Juanamaria Park $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

102 of 150 SUBMITTAL FORM "H" LINEAR PARKS & FACILITIES MAINTENANCE

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “I.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Webster Linear Park $ ______2. Police/Fire Facility $ ______3. County Square Linear Park $ ______4. Cypress Point Linear Park $ ______5. Bristol Bay Linear Park $ ______6. River View Linear Park $ ______7. North Bank Linear Park $ ______8. Stone Hedge Linear Park $ ______9. Strathmore Linear Park $ ______10. Henderson Linear Park $ ______11. Woodside West Linear Park $ ______12. Woodside East Linear Park $ ______13. Brock Linear Park $ ______14. Cherry Linear Park $ ______15. Chumash Linear Park $ ______16. Todd Ranch Linear Park $ ______17. Rancho Ventura Linear Park $ ______18. Antelope Linear Park $ ______19. Kindercare Linear Park $ ______20. Bel Air Linear Park $ ______21. Arundell Bike path $ ______22. Aurora Linear Park $ ______23. LDS Linear Park $ ______24. North Bank Greens $ ______25. Saticoy Linear Park $ ______26. Ventura River Trail $ ______27. Weston West Linear Park $ ______28. Weston East Linear Park $ ______29. Pacific Skateboard Park $ ______30. Power Storage Linear Park $ ______31. Cemetery Memorial Park $ ______32. Ocean Ave. Park $ ______33. Juanamaria Park $ ______34. Montalvo Hill Park $ ______35. Thille Park $ ______36. Fritz Huntsinger Youth Sports Complex $ ______37. Vanoni Linear Park $ ______

TOTAL $ ______

103 of 150 The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

104 of 150

SUBMITTAL FORM "I" MAINTENANCE ASSESSMENT DISTRICT 2 "BEAZER"

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “J.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Kimble west side of planters, parkways $ ______and pedestrian walk 2. Telegraph south side planters and parkways $ ______3. Hoover parkways and planter $ ______4. Harding medians, pedestrian walk and parkways $ ______5. Colton medians and parkways $ ______6. Kennedy medians and parkways $ ______

TOTAL $______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

105 of 150

SUBMITTAL FORM "J" MAINTENANCE ASSESSMENT DISTRICT 3 " BIRD OF PARADISE "

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “K.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Victoria medians, parkways & slopes $ ______2. Foothill planters & emergency vehicle access $ ______3. Victoria storm/bio filter basin $ ______4. Bird of Paradise Ranch Linear Park $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

106 of 150 SUBMITTAL FORM "K" MAINTENANCE ASSESSMENT DISTRICT 4, 4a, 4b " SYCAMORE VILLAGE"

I propose to perform maintenance services for the following areas as described in the “Maintenance Specifications for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “L”. The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Planters parkways and medians on $ ______Shoshone St. west 2. Parkways on Pacos St. $ ______3. Parkway on Potawatomi St. $ ______4. Parkway on Kipana Ave. $ ______5. Parkway on Kehala Ave. $ ______6. Linear Park between Ventura River Trail $ ______and Kehala Avenue.

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

107 of 150 SUBMITTAL FORM "L" MAINTENANCE ASSESSMENT DISTRICT 6 "THE GROVES"

I propose to perform maintenance services for the following areas as described in the “Maintenance Specifications for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “M”. The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Maintenance Assessment District 6

A. Linear Park $ ______B. North Bank medians, wall planters & turf $ ______C. Enhanced greenbelt on Rhone St. $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

108 of 150

SUBMITTAL FORM "M" MAINTENANCE ASSESSMENT DISTRICT 8 "CAMDEN GREYSTONE"

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “N.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments. Prevailing Wage Rates

1. Thille medians, parkways and planters $ ______2. Ringo medians, parkways and planters $ ______3. Camden Linear Park $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

109 of 150 SUBMITTAL FORM "N" MAINTENANCE ASSESSMENT DISTRICT 8a "HENDERSON RANCH" (HOLIDAY)

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “O”. The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rates

1. Parkways, median/entrance planter $ ______2. Landscape area on Telephone & mobile homes $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

110 of 150 SUBMITTAL FORM "O" MAINTENANCE ASSESSMENT DISTRICT 10b- "SARATOGA RANCH" (HARMONY)

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “P.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rate

1. Entrance planters and turf Telephone $ ______2. Parkways on Thille $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

111 of 150 SUBMITTAL FORM "P" MAINTENANCE ASSESSMENT DISTRICT 11 - ARCHSTONE

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “Q.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rate

1. Parkways, planters and pedestrian walkway $ ______2. Median and parkway on Bluebonnet St. $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

112 of 150 SUBMITTAL FORM "Q" MAINTENANCE ASSESSMENT DISTRICT 14 "CITRUS GLEN" (SANTA ROSA WALK)

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “R.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rate

1. Linear Park - Henderson & Chesapeake Place $ ______2. Planters and turf at Darling and Ann Arbor $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

113 of 150 SUBMITTAL FORM "R" MAINTENANCE ASSESSMENT DISTRICT 12 "MONTALVO HILL" (PROMONITORY POINT)

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “S.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rate

1. Paseo 1 Tanager and Canary $ ______2. Paseo 2 Tanager and Goldeneye $ ______3. Vista Park Moon Dr. $ ______4. Medians Hill & Canary, Moon & Hill, Canary $ ______& Goldeneye (includes adjacent slope), Hill & Tanager 5. Rear slope between 6212 & 6390 Moon Dr. $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

114 of 150 SUBMITTAL FORM "S" MAINTENANCE ASSESSMENT DISTRICT 16 "HENDERSON COTTAGES"

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “T.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rate 1. Linear Park Henderson and Boston $ ______2. Rear slope Saticoy Ave $ ______3. Raised planter Saticoy S/ New Haven $ ______4. Detention Basin Saticoy & New Haven $ ______5. Sound wall Henderson and Boston $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

115 of 150 SUBMITTAL FORM "T" MAINTENANCE ASSESSMENT DISTRICT 17 "CITRUS WALK"

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “U.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rate 1. Linear Park Henderson and Cobalt $ ______2. Sound wall Henderson and Cobalt $ ______3. Silver Circle Central Park $ ______4. Aquamarine and Quartz Park $ ______5. Gold Circle and Medford Park $ ______6. Montgomery and Medford (Northside) $ ______7. Parkway turf Sterling & Medford west side $ ______8. Roundabout Medford and Sterling $ ______9. Roundabout Medford and Montgomery $ ______

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

116 of 150 SUBMITTAL FORM "U" MAINTENANCE ASSESSMENT DISTRICT 18 "CITRUS PLACE"

I propose to perform maintenance services for the following areas as described in the “Maintenance Specification for All Designated Areas,” Exhibit “A,” and Site Locations, Exhibit “V.” The following are monthly amounts and are to be paid to the proposer in equal monthly payments.

Prevailing Wage Rate

1. Parkways/Bioswales: Citrus Dr., Peach, $ ______Myrtle, Mimosa, Pear (both sides of streets) 2. Park/ Detention Basin $ ______(excludes community center)

TOTAL $ ______

The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

117 of 150 SUBMITTAL FORM "V" RATE SCHEDULE COMPLETION INSTRUCTIONS

The following rate sheet is for submission of Contractors proposed loaded hourly rates for each Job Classification for performance of the work specified. In addition, Contractor is requested to provide the unloaded hourly wage for each Job Classification and data regarding dollar value(s) of various loaded rate components as follows:

JOB CLASSIFICATION/TITLE – Title of Contractor’s employee.

BASE LABOR RATE (UNLOADED) – Hourly wage paid to Contractor’s employee. Compliance.

BENEFITS – Hourly rate that represents costs associated with benefits (insurance, vacation pay, etc.).

BUSINESS INSURANCE & TAXES (DIRECT EXPENSES) – Hourly rate that represents expenses such as: FICA, SPIA, state unemployment insurance, advertising, sick pay, drug testing, credit check, state clearance, permits, etc.

BURDEN OVERHEAD (INDIRECT EXPENSES) – Hourly rate that represents expenses such as: office rent, utilities, sales commissions, management benefits, management sales, etc.

MARK UP – Hourly rate that represents profit margin to Contractor.

TOTAL HOURLY RATE (LOADED) – Hourly rate that represents:

Base Labor Rate Benefits Direct Overhead Expenses Indirect Overhead Expenses + Profit Margin Total Hourly Rate

118 of 150 SCHEDULE OF CONTRACTOR’S LABOR BILLING RATES BY LABOR CLASSIFICATION PREVAILING WAGE

Job Rate Base Benefits Tax & Ins Burden Mark Total Class Type Labor Overhead Up Hourly Title Rate (Direct (Indirect Rate Expenses) Expenses) (Loaded) Straight Overtime Straight Overtime Straight Overtime Straight Overtime Straight Overtime

SCHEDULE OF CONTRACTOR’S LABOR BILLING RATES BY LABOR CLASSIFICATION NON-PREVAILING WAGE

Job Class Rate Base Benefits Tax & Ins Burden Mark Up Total Title Type Labor Overhead Hourly Rate Rate (Direct (Indirect Expenses) Expenses) (Loaded) Straight Overtime Straight Overtime Straight Overtime Straight Overtime Straight Overtime

119 of 150 ITEM LOCATION HOURS PER WEEK 1 EXHIBIT A BUDGET HOURS*

2 EXHIBIT B

3 EXHIBIT C EXHIBIT C.1 EXHIBIT C.2 4 EXHIBIT D 5 EXHIBIT E EXHIBIT E.1 6 EXHIBIT F

7 EXHIBIT G

8 EXHIBIT H 9 EXHIBIT I 10 EXHIBIT J 11 EXHIBIT K 12 EXHIBIT L 13 EXHIBIT M

14 EXHIBIT N

15 EXHIBIT O 16 EXHIBIT P 17 EXHIBIT Q 18 EXHIBIT R 19 EXHIBIT S 20 EXHIBIT T 21 EXHIBIT U

22 EXHIBIT V

*Will be used to adjust prevailing wage increase(s) each year.

120 of 150

SUBMITTAL FORM "W" UNSCHEDULED WORK FORM

Prevailing Wage Rates

Irrigation Maintenance Hourly Rate $ ______

Landscape Maintenance Hourly Rate $ ______

Landscape Construction (remedial) $ ______

Labor and Materials

1” Brass Valve Installed w/box & lid $ ______One 1 ½” Brass Valve Installed w/box & lid $ ______One (1) gallon Shrub installed $ ______Five (5) Gallon Shrub installed $ ______Flat groundcover installed $ ______15 Gallon Tree installed $ ______24” Box Tree installed $ ______100’ Trench 18” deep maximum pipe to 1” diameter $ ______Extra Services Park maintenance per acre including mowing, $ ______edging, shrub and groundcover pruning, irrigation and trash/litter. TOTAL $ ______

All installed irrigation and plant material shall have a one (1) year guarantee for replacement.

121 of 150 The undersigned hereby respectfully submits this proposal, including all required attachments.

______Signature Signature

______Address Address

122 of 150 PROPOSER DATA INFORMATION

PROPOSER

1) Name of Proposer______

2) Address of Proposer ______3) Proposer intends to operate the business with which this proposal is concerned as a Sole Proprietorship ; Partnership ; Corporation ; Joint Venture ; or ______

Explain: ______

______

Signature

SOLE PROPRIEORSHIP STATEMENT

If a Sole Proprietorship, furnish the following:

1. Name in full

2. Address

3. Birth date Place of Birth

4. Social Security No.

5. State Driver’s License No:

PARTNERSHIP STATEMENT

If a Partnership, answer the following:

1. Date of organization

2. General Partnership Limited Partnership

123 of 150

3. Statement of Partnership recorded: Yes No

Date Book Page County

4. Certificate of limited Partnership recorded: Yes No

______Date Book Page County 5. Has the partnership done business in Ventura County?

Yes No Explain:

______

______

6. Name, address, and partnership share of each general partner:

Name of Partner Address Share

7. Furnish the birth date, place of birth, Social Security No., and State driver’s license number of each person shown above.

8. Attach a complete copy of Partnership Agreement.

9. Is the partnership now involved, or has it been involved, in any business enterprise whatsoever?

If so, give full details (attach extra pages if necessary): ______

124 of 150 CORPORATION STATEMENT

If a corporation, answer the following:

1. When incorporated?

2. Where incorporated?

3. Is the corporation authorized to do business in California? Yes No If so, as of what date? ______

4. The corporation is held: Publicly Privately

5. If privately held, provide the following:

Name of Partner Address % of Stock Owned

6. If publicly held, how and where is the stock traded:

______7. List the following:

Authorized Issued Outstanding Number of voting shares Number of non-voting shares Number of shareholders Par Book Market Value of share of Common Stock

8. Furnish the name, title, address, and the number of voting and non-voting shares of stock held by each officer, director, and any person holding more than 10% of the outstanding stock.

9. Furnish the birth date, place of birth, Social Security No. and State driver’s license number for each person shown under Item No. 5 above.

125 of 150 10. Is the corporation now involved, or has it ever been involved, in any business enterprise whatsoever? If so, attach full details.

JOINT VENTURE STATEMENT

If a Joint Venture, answer the following:

1. Date of organization

2. Joint Venture Agreement or Statement recorded? Yes No

Date Book Page County

3. Has the Joint Venture done business in Ventura County? Yes No When? ______

4. Name and address of each individual involved in the joint venture:

Name Address

5. Furnish the birth date, place of birth, Social Security No. and State driver’s license number for each person shown under Item No. 4 above.

6. Attach a complete copy of the Joint Venture Agreement.

7. Is the Joint Venture now involved, or has it ever been involved, in any business enterprise whatsoever?

If so, give full details:

126 of 150 FINANCIAL DATA

FINANCIAL STATEMENT

Attach a complete report, prepared in accordance with acceptable accounting practice, reflecting your current financial condition. The report must include a balance sheet and income statement. Be prepared to substantiate all information shown.

SURETY INFORMATION

Has any surety or bonding company ever been required to perform upon your default?

Yes No

If yes, attach a statement naming the surety or bonding company, date, amount of bond, and the circumstances surrounding said default and performance.

BANKRUPTCY INFORMATION

Have you ever been declared bankrupt? Yes No

If yes, state date, court jurisdiction, amount of liabilities, and amount of assets.

PENDING LITIGATION

Provide detailed information regarding present or threatened litigation, liens, or claims involving any participant in the proposal. If there are none, state that there is no existing or threatened litigation, lien or claims against any participant in the proposal.

127 of 150 EXPERIENCE STATEMENT

Enumerate in detail the duration and extent of your business experience with special emphasis upon experience with business of the type to which this proposal relates. Also enumerate in detail the pertinent experience of all persons who will be directly involved in development and management of the business to which this proposal relates.

Please provide any other information, which you feel, will be helpful in evaluating your ability to successfully operate the business.

______

______

______

______

______

______

______

______

______

______

128 of 150 REFERENCES

List three (3) persons or firms with whom you have performed similar maintenance services during the past three years. At least two (2) of the references named are to have knowledge of your debt payment history.

REFERENCE NO. 1

Firm:

Name:

Title:

Address:

Telephone:

Nature and magnitude of purchase, sale, loan, business association, etc.:

REFERENCE NO. 2

Firm:

Name:

Title:

Address:

Telephone:

Nature and magnitude of purchase, sale, loan, business association, etc.:

129 of 150 REFERENCE NUMBER 3:

Firm:

Name:

Title:

Address:

Telephone:

Nature and magnitude of purchase, sale, loan, business association, etc.:

REFERENCE NUMBER 4:

Firm:

Name:

Title:

Address:

Telephone:

Nature and magnitude of purchase, sale, loan, business association, etc.:

130 of 150 REFERENCE NUMBER 5:

Firm:

Name:

Title:

Address:

Telephone:

List the nature and magnitude of purchase, sale, loan, business association, etc.:

______

______SIGNATURE DATE

131 of 150

PROPOSAL AUTHORIZATION SHEET- RFP NO. P-130000512

1. If awarded, services can begin in how many days: ______

2. City of Ventura Business License No. ______

3. Contractors License No. ______(C-27 Required)

4. Department of Industrial Relations (DIR) No.______

5. Price, terms and any other conditions quoted shall remain valid and in effect from proposal due date to June 30, 2019.

6. This is to certify that I have carefully reviewed the City of San Buenaventura’s Proposal Terms and Conditions and attached specifications on REQUEST FOR PROPOSAL NO. P-130000512 (Landscape Maintenance Services) and have clearly indicated in writing any exceptions my firm is making to these specifications. Therefore, I, the undersigned, hereby agree to both furnish and deliver the Proposal in this quotation complete as specified, if awarded, within the time specified and at the price quoted therein and without any additional charges to the City of San Buenaventura.

______COMPANY NAME

______PHONE NUMBER FAX NUMBER

______COMPLETE MAILING ADDRESS

______EMAIL ADDRESS

______C-27 STATE LANDSCAPE CONT. LIC# AGRICULTURAL PEST LIC #

______NAME AND TITLE OF AUTHORIZED COMPANY OFFICIAL

______SIGNATURE DATE

132 of 150 ATTACHMENT A

By this General Services Agreement (“Agreement”), the City of San Buenaventura (“CITY”) agrees to engage the services of CONTRACTOR (identified below), and CONTRACTOR agrees to perform the services for CITY as herein described, for the compensation, during the term, and otherwise subject to the covenants and conditions herein set forth. CITY and CONTRACTOR may be individually referred to as “Party” or collectively as the “Parties.”

1. SUMMARY DESCRIPTION OF SERVICES. ______

2. PARTIES.

CITY OF SAN BUENAVENTURA (“CITY”), a charter city and municipal corporation of the State of California, located at 501 Poli Street, Ventura, CA 93002

______(“CONTRACTOR”), [capacity] , located at ______

3. TERM OF AGREEMENT: From (Date): ______To (Date): ______

Optional Extension (initial term, plus any option to extend, shall not exceed a total of five (5) years): ______

4. AGREEMENT AMOUNT: $______

5. DESIGNATED REPRESENTATIVES.

The Designated Representatives listed below shall be authorized to act on behalf of the named Party, be responsible for negotiations and contractual matters, and coordinate with each other to perform the services under this Agreement. Additionally, CONTRACTOR’s services shall be performed or immediately supervised by the CONTRACTOR’s Representative:

CITY:

Designated Representative: Name: Title: Phone: Email: Mailing Address (if differs from above):

CONTRACTOR:

Designated Representative: Name: Title: Phone: Email: Mailing Address (if differs from above):

133 of 150

6. CONTRACTUAL PREREQUISITES.

6.1. This Agreement must first be approved as to form by the City Attorney, then executed by the CONTRACTOR, after which the Agreement may be executed by an authorized person on behalf of the CITY.

6.2. A request for modification of the terms herein must be made in writing and presented to the Designated Representative of the CITY prior to the time this Agreement is executed.

6.3. All proof of business license, insurance, and W-9 forms is required prior to execution of this Agreement.

7. CONTRACTOR'S SERVICES.

CONTRACTOR shall perform/agrees to perform the tasks, obligations, and services set forth in the “Scope of Services,” attached to and incorporated into this Agreement as “Exhibit A.” Once this Agreement is executed, the Scope of Services may only be modified by written Amendment pursuant to Section 18 of this Agreement.

8. COMPENSATION.

CITY shall pay CONTRACTOR for the services performed pursuant to the terms of this Agreement in the time and manner set forth in the “Schedule of Compensation,” attached to and incorporated into this Agreement as “Exhibit B.” Once this Agreement is executed, the Schedule of Compensation may only be modified by written Amendment pursuant to Section 18 of this Agreement.

9. PAYMENT.

The CITY shall pay all undisputed portions of any applicable invoice within thirty (30) days after receipt of an invoice. In the event the CITY disputes one or more items in an invoice, the CITY shall, within thirty (30) days after receipt of such invoice, notify the CONTRACTOR of the item(s) being disputed and the reason(s) therefore. The CITY may withhold payment for such disputed items until resolution of the dispute.

10. COMMENCEMENT OF PERFORMANCE.

CONTRACTOR shall not perform any work under this Agreement until: (i) CONTRACTOR furnishes proof of insurance as required under Section 21 of this Agreement, and (ii) CITY provides CONTRACTOR a signed General Services Agreement, which shall serve as a Notice to Proceed. All services required of CONTRACTOR under this Agreement shall be completed on or before the end of the term of the Agreement.

134 of 150

11. STATUS OF CONTRACTOR.

The Parties agree that CONTRACTOR (and any subcontractors), in performing the services herein specified, shall act as an independent contractor and shall have control of all work for which CONTRACTOR is responsible, and the manner in which it is performed. CONTRACTOR shall be free to contract for similar service to be performed for other employers while under contract with CITY, provided that such work does not create a conflict of interest. CONTRACTOR shall have no right or power to bind the CITY to any contracts or agreements with third parties. CONTRACTOR is not an agent or employee of the CITY and is not entitled to participate in any pension plan, insurance, bonus, or similar benefits CITY provides for its employees. However, the CITY retains the right to provide general instructions to and observe the CONTRACTOR in the performance of all services done on behalf of the CITY.

In the event CONTRACTOR or an employee, agent, or subcontractor of CONTRACTOR providing services under this Agreement is determined by a court of competent jurisdiction with the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the CITY, CONTRACTOR shall indemnify, protect, defend, and hold harmless the CITY for the payment of any employee and/or employer contributions for PERS benefits on behalf of CONTRACTOR or their employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which might otherwise be deemed the responsibility of the CITY.

12. LAWFUL PERFORMANCE.

CONTRACTOR shall abide by all Federal, State, and Local Laws and Regulations as may be related to the performance of duties under this Agreement. CONTRACTOR, at its sole expense, shall obtain and maintain during the term of this Agreement, all appropriate permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement.

13. SAFETY REQUIREMENTS.

CONTRACTOR shall not perform any services for the CITY when the CONTRACTOR is impaired by alcohol or a controlled substance. When there is reasonable cause to believe that any person has violated this provision, that person shall be immediately removed from the premises and be subject to any applicable civil and/or criminal penalties under the CITY’s Code and/or under state law. All work performed under this Agreement shall be performed in such a manner as to provide safety to the public. The CITY reserves the right to issue restraining or cease and desist orders to CONTRACTOR when unsafe or harmful acts are observed or reported relative to the performance of the work under this Agreement. The acceptance of CONTRACTOR's work by CITY shall not operate as a release of the CONTRACTOR from such standard of care and workmanship.

135 of 150

14. OWNERSHIP OF CONTRACTOR’S WORK PRODUCT.

CITY shall be the owner of any and all technical documents and records, including, computations, plans, correspondence, and/or other pertinent data and information, both hard copy and electronic, gathered or prepared by CONTRACTOR in performance of this Agreement and shall be entitled to immediate possession of the same upon completion of the work under this Agreement, or at any earlier or later time when the same may be requested by CITY.

14.1. Records and Inspections. The CONTRACTOR shall maintain full and accurate records, with respect to all services and matters covered under this Agreement. The CITY shall have free access at all reasonable times to such records, both hard copy and electronic, and the right to examine and audit the same and to make transcripts therefrom, and to inspect all program data, documents, proceedings, and activities.

14.2. Deliverables. CONTRACTOR shall deliver to the CITY the studies, plans, specifications, or other documents as are identified in the Scope of Services; and CONTRACTOR shall, upon completion of all work, submit to the CITY all information developed in the course of the CONTRACTOR's services. CONTRACTOR shall, in such time and in such form as the CITY may require, furnish reports concerning the status of services required under this Agreement. CONTRACTOR shall, upon request by CITY and upon completion or termination of this Agreement, deliver to the CITY all material furnished to CONTRACTOR by the CITY.

14.3. Ownership – Generally. All inventions, discoveries, enhancements, changes, or improvements of computer programs developed pursuant to this Agreement shall be the property of the CITY, and all patents or copyrights shall be assigned to the CITY, unless otherwise agreed. CONTRACTOR agrees that CITY may make modifications to computer software furnished by CONTRACTOR without infringing CONTRACTOR’s copyright or any license granted to CITY, unless otherwise agreed.

14.4. Ownership of Documents. Every report, draft, work product, map, record, and other document reproduced, prepared, or caused to be prepared by the CONTRACTOR pursuant to or in connection with this Agreement shall be the exclusive property of the CITY.

14.5. Confidentiality. CONTRACTOR may be granted access to information that is exempt from disclosure to the public (Government Code Section 6254 and 6254.16) and may contain “trade secrets” (see Government Code Section 6254.7) when it is necessary for CONTRACTOR to perform its obligations pursuant to this Agreement. If CONTRACTOR is granted such access to confidential information, CONTRACTOR shall not be considered to be a member of the public as that term is used in Government Code Section 6254.5.

14.6. Disclosure of Information. CONTRACTOR shall not disclose, publish, or authorize others to disclose or publish, design data, drawings, specifications, reports, or other information pertaining to the projects assigned to CONTRACTOR

136 of 150 by the CITY or other information to which the CONTRACTOR has had access during the term of this Agreement without the prior written approval of the CITY’s Designated Representative during the term of this Agreement and for a period of two (2) years after the termination of this Agreement.

15. NON-APPROPRIATION OF FUNDS.

Payments due and payable to CONTRACTOR for current services are within the current budget and within an available, unexhausted, and unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient funds for payment of CONTRACTOR’s services beyond the current fiscal year, and if no funds are legally available from other sources to lawfully make the payments, this Agreement may be terminated at the end of the original term or renewal term and the CITY shall not be obligated to make further payments beyond the current original or renewal term. The CITY will provide notice of its inability to continue the Agreement at such time as the CITY’s Designated Representative is aware of the non-appropriation of funds. However, failure to notify does not renew the term of the contract.

16. TERMINATION OF AGREEMENT.

At any time, with or without cause, the CITY shall have the right, in its sole discretion, to terminate this Agreement by giving written notice to CONTRACTOR pursuant to Section 31 of this Agreement, and such termination shall be effective immediately upon giving notice. There shall be no period of grace after giving the notice of termination. Upon termination, CITY shall be liable to CONTRACTOR only for work done by CONTRACTOR up to and including the date of termination of this Agreement unless the termination is for cause, in which event CONTRACTOR need be compensated only to the extent required by law. CONTRACTOR may terminate this Agreement at any time during the term of the Agreement by giving the CITY sixty (60) days’ written notice.

17. OPTION TO EXTEND AGREEMENT.

When in the CITY’s best interest, this Agreement may be extended on a daily, month-to-month, annual, or other basis by modification pursuant to Section 18 of this Agreement. The initial term, plus any option to extend, shall not exceed a total of five (5) years.

18. MODIFICATION OF AGREEMENT.

This Agreement may be amended, modified, or otherwise altered, or its provisions waived, only upon mutual consent of the Parties by written amendment, and as authorized by the San Buenaventura Municipal Code, sections 4.600.190 and 4.600.200.

19. ASSIGNMENT.

This Agreement is for the non-professional services of CONTRACTOR. Any attempt by CONTRACTOR to assign the benefits or burdens of this Agreement without the prior written approval of CITY shall be prohibited and shall be null and void. CONTRACTOR's services pursuant to this Agreement shall be provided by the CONTRACTOR’s Designated

137 of 150 Representative or directly under his/her supervision, and CONTRACTOR shall not assign another to supervise the CONTRACTOR's performance of this Agreement without the prior written approval of CITY, by and through the CITY’s Designated Representative.

20. INDEMNIFICATION & HOLD HARMLESS.

As a separate and independent covenant from CONTRACTOR’s obligations under Section 21 hereof, CONTRACTOR shall indemnify, protect, defend with counsel acceptable to the CITY, and hold CITY and CITY’s officers, employees, agents, and volunteers harmless and free from any and all claims, liabilities, or expenses, including attorney’s fees, arising out of or relating to any negligent act, negligent omission, or wrongful conduct related in any way to CONTRACTOR’s performance of its services pursuant to this Agreement. In the event CITY and/or any of CITY’s officers, employees, agents, or volunteers are named in any lawsuit, or should any claim be made against it or any of them by lawsuit or otherwise arising out of or relating to such negligent act, negligent omission, or wrongful conduct, CONTRACTOR shall indemnify them for any judgment rendered against them for such negligent act, negligent omission, or wrongful act, any sums paid out in settlement or otherwise, and all costs incurred by them in their defense, including but not limited to attorney’s fees.

CONTRACTOR also understands and agrees that it is being employed to perform the services provided for by this Agreement because of CONTRACTOR’s professed expertise and experience in performing such services. In addition, CONTRACTOR understands and agrees that while CITY or CITY’s officers, employees, agents, or volunteers may elect to do so, they have no duty to review, inspect, monitor, or supervise the work performed by CONTRACTOR pursuant to this Agreement except as otherwise expressly provided for by this Agreement. As a consequence, CONTRACTOR waives any right of contribution against CITY or any of CITY’s officers, employees, agents, or volunteers arising out of such failure to inspect, review, monitor, or supervise the work performed by CONTRACTOR pursuant to this Agreement.

The CONTRACTOR’s obligations under this Section of the Agreement shall survive the termination of the Agreement.

21. INSURANCE.

Prior to commencing the services required by this Agreement, and at all other times this Agreement remains in effect, the CONTRACTOR shall procure and maintain in full force and effect all of the insurance required by Exhibit “C,” attached hereto and incorporated herein by this reference.

22. LIVING WAGE REQUIREMENTS.

During the term of this Agreement, CONTRACTOR understands and agrees that if Living Wages are applicable subject to the provisions of Chapter 2.525 of the San Buenaventura Municipal Code (the “Code”) entitled, “Living Wages and Benefits for City Services” (a copy of which is available upon request), CONTRACTOR will pay and/or provide the wages and/or benefits required therein to all of its employees engaged in whole or in part in performing the services provided for by this Agreement.

138 of 150 23. PREVAILING WAGE REQUIREMENTS.

23.1. Application. The payment of State prevailing rates of wages as designated for Ventura County for on-site work and delivery of materials shall apply to public works construction projects over $25,000 and projects for alteration, demolition, repair, or maintenance work over $15,000. Prevailing wages are required to be paid to all workers, including subcontracted employees.

23.2. Compliance with California Department of Industrial Relations (DIR). To determine if this Agreement is subject to compliance monitoring and enforcement, go to: https://www.dir.ca.gov/Public-Works/PublicWorksSB854FAQ.html

23.3. Contract Splitting. It is unlawful to split, or separate into small portions, work orders, projects, purchases, or public works projects for the purpose of evading these prevailing wage requirements.

23.4. Use of Prevailing Wages vs. Living Wages. In the event that there is a difference between the amount of wages to be paid under the CITY of Ventura’s local Living Wage requirements and the requirements of this provision, the wage rate that is the higher of the two shall be applicable to this Agreement.

24. COVENANTS AND CONDITIONS.

Each term and each provision of this Agreement to be performed by CONTRACTOR shall be construed to be both a covenant and a condition.

25. NOTICE OF BREACH AND OPPORTUNITY TO CURE.

Neither Party will be deemed to be in breach of this Agreement based on a breach that is capable of being cured until it has received written notice of the breach from the other Party. The Party charged with breach will have fifteen (15) days from the date of receiving such notice in which to cure the breach or otherwise respond. If the circumstances leading to the charge that the Agreement was breached have not been cured or explained to the satisfaction of the other Party within fifteen (15) days from the date on which the Party received notice of breach, the non-breaching Party may terminate this Agreement.

26. WAIVER.

CITY’s review or acceptance of, or payment for, work product prepared by CONTRACTOR under this Agreement will not be construed to operate as a waiver of any rights CITY may have under this Agreement or of any cause of action arising from CONTRACTOR’s performance. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character.

139 of 150 27. DISPUTES.

Except as otherwise provided in these provisions, any dispute concerning a question of fact arising under this Agreement, shall be decided by the CITY’s Designated Representative, who shall reduce this decision to writing and mail a copy to the CONTRACTOR. The decision of the CITY’s Designated Representative shall be final and conclusive unless CONTRACTOR requests mediation within ten (10) calendar days. Pending final decision of a dispute, the CONTRACTOR shall proceed diligently with the performance of the Agreement and in accordance with the decision of the CITY’s Designated Representative.

28. DISPUTE RESOLUTION.

Should an unresolved dispute arise out of this Agreement, any Party may request that it be submitted to mediation. The Parties shall meet in mediation within a reasonable time not to exceed forty-five (45) days of a request. The mediator shall be agreed to by the mediating Parties. In the absence of an agreement on a mediator, the Parties shall each submit one name from mediators listed by the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed-upon service. The mediator shall be selected by a “blindfold” process. The cost of mediation shall be borne equally by both Parties. Neither Party shall be deemed the prevailing Party. No Party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the Parties but not more than sixty (60) days, unless the maximum time is extended in writing by both Parties.

29. TAXPAYER IDENTIFICATION NUMBER.

CONTRACTOR shall provide CITY with a complete Request for Taxpayer Identification Number and Certification as issued by the Internal Revenue Service.

30. USE OF THE TERM “CITY.”

Reference to “CITY” in this Agreement includes the CITY, its City Manager, or any authorized representative acting on behalf of the CITY.

31. NOTICES.

All notices given or required to be given pursuant to this Agreement shall be in writing and may be given by personal delivery or by first-class mail. Notice sent by mail shall be addressed to each Party’s Designated Representative as set forth above in Section 5. When addressed in accordance with this Section, such notice shall be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices shall be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this Section.

32. FORCE MAJEURE.

140 of 150 Neither the CONTRACTOR nor the CITY shall be responsible for any delay caused by any contingency beyond their control, including, but not limited to, war or insurrection, walkouts by the Party’s own employees, fires, natural calamities, riots, or demands or requirements of governmental agencies other than the CITY.

33. GOVERNING LAW.

The terms of this Agreement shall be interpreted according to the laws of the State of California. Should litigation occur, venue shall be in the Superior Court of California, County of Ventura.

34. SEVERABILITY.

If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect and be enforceable.

35. INTEGRATED AGREEMENT.

This Agreement and the attached exhibits to this Agreement represent the entire understanding between the Parties. No verbal agreement or implied covenant shall be held to vary the provisions of this Agreement. This Agreement shall bind and inure to the benefit of the Parties to this Agreement and any subsequent successors and assigns.

36. NO THIRD-PARTY BENEFICIARY.

This Agreement shall not be construed to be an agreement for the benefit of any third-party or parties, and no third party or parties shall have any claim or right of action under this Agreement.

37. AUTHORITY TO EXECUTE.

Each Party hereto expressly warrants and represents that through its Designated Representative it has the authority to execute this Agreement on behalf of its corporation, partnership, business entity, or governmental entity, and warrants and represents that the Designated Representative has the authority to bind each Party to the performance of its obligations hereunder.

38. EXECUTION – COUNTERPARTS.

This Agreement may be executed in any number of counterparts and each such duplicate counterpart shall constitute an original, but they shall not be effective nor enforceable unless and until it is executed with the handwritten signature of an authorized representative of each of the relevant Parties. No counterpart shall be deemed to be an original or presumed delivered unless and until the counterpart executed by the other Party to this Agreement is in the physical possession of the Party seeking enforcement thereof.

141 of 150

39. INCONSISTENT OR CONFLICTING TERMS.

In the event of any contradictions or inconsistencies between any attached documents or exhibits incorporated by reference herein and the provisions of the Agreement itself, the terms of the Agreement shall control. Any exhibit that is attached and incorporated by reference shall be limited to the purposes for which it is attached, as specified in this Agreement. Any contractual terms or conditions contained in such exhibit imposing additional obligations on the CITY are not binding upon the CITY’s Designated Representative unless specifically agreed to in writing, and initiated by CITY’s Designated Representative, as to each additional contractual term or condition.

40. ACKNOWLEDGEMENT.

By signing below, CONTRACTOR acknowledges that it has reviewed the CITY’s General Services Agreement terms and conditions and insurance requirements and that CONTRACTOR hereby agrees to full compliance.

Signatures Follow

142 of 150

In witness whereof, the Parties have entered this Agreement on the date last signed below (“Effective Date”).

CITY OF SAN BUENAVENTURA [CONTRACTOR NAME]

______Name: Name: Title: Title:

______Date Date

______Name: Title:

______Date

______Tax Identification Number

APPROVED AS TO FORM GREGORY G. DIAZ, CITY ATTORNEY PER SBMC, SECTION 4.600.050

Any modification to this pre-approved Standard Form requires further review and approval by the City Attorney.

143 of 150

EXHIBIT A

GENERAL SERVICE AGREEMENT (City of San Buenaventura and )

SCOPE OF SERVICES

144 of 150

EXHIBIT B

GENERAL SERVICE AGREEMENT (City of San Buenaventura and )

SCHEDULE OF COMPENSATION

145 of 150

EXHIBIT C

GENERAL SERVICES AGREEMENT (City of San Buenaventura and )

INSURANCE REQUIREMENTS

Prior to contract approval, CONSULTANT/CONTRACTOR/SELLER/BIDDER (hereafter referred to as “Contractor”) must procure, agree to maintain and supply evidence of insurance at the levels listed and in accordance with the other provisions listed in this document.

1. Coverage Types and Limits

a) Commercial General Liability (ISO CGL CG 00 01) - including coverage for bodily injury, property damage, products & completed operations, and personal injury arising from the contractor’s activities. Commercial General Liability (CGL) per Occurrence $1 million Commercial General Liability Aggregate or Combined Single Limit $2 million (CSL)

b) Auto Liability for owned, hired, and non-owned vehicles per $1 million Occurrence (or non-owned & hired if contractor has no autos). Auto Liability Aggregate or Combined Single Limit $2 million

c) Worker's Compensation with a Waiver of Subrogation in favor of the Statutory Limits City Employer's Liability $500,000

d) Crime/Employee Dishonesty Policy N/A The Crime policy shall name The City of San Buenaventura as Loss Payee. Pertains to IT and Financial contracts. Contact Risk Manager for specific requirements.

e) Professional Liability Policy N/A See item (q) below for examples of Contractors that may need to supply evidence of this coverage.

f) Cyber Liability Policy with Network Security/Data Privacy Coverage N/A Pertains to contracts with IT component. Contact Risk Manager for specific requirements.

g) Technology E&O/Technology Professional Liability N/A Contact Risk Manager for specific r equirements.

146 of 150

2. Insurance Policy Provisions, Endorsements, and other Requirements

Contractor agrees to comply with the following additional requirements with respect to the insurance: a) Liability Coverage shall apply on a primary non-contributing basis in relation to any other insurance or self-insurance, primary or excess, available to City or any officer, employee, agent, or volunteer of City. As such, a Primary and Non-Contributory Endorsement (with coverage at least as broad as ISO CG 2001 04 13) is required on all liability policies. b) Contractor waives its right of subrogation against the City. As such, a Waiver of Subrogation Endorsement is required on the Contractor's Worker's Compensation policy. c) A "Blanket" Additional Insured Endorsement (a/k/a "automatic additional insured endorsement"), attached to the Commercial General Liability policy covering premises liability, ongoing operations, product liability, and completed operations is required. If a "Blanket" endorsement is not available, Contractor may submit a combination of the following endorsements: An Additional Insured Endorsement covering Premises and Ongoing Operations CG 20 10 04 13 or its equivalent (CG 20 26, CG 20 33, or CG 20 38) AND and Additional Insured Endorsement covering Completed Operations CG 20 37 04 13. d) Insurance Policies must be issued by an insurance company licensed to do business in the State of California with an AM Best rating of not less than A:VII. e) Each insurance policy required above shall provide that coverage shall not be canceled except with 30 days’ notice to the City. f) The Description section of the Certificate must include the following language:

The City of San Buenaventura, its officers, officials, agents, employees and volunteers shall be named as an additional insured under the General Liability and Auto Liability policies. All Liability policies are primary and Non-Contributory. Waiver of Subrogation applies to the Worker’s Compensation policy. 30 day notice of cancellation will be provided to the Certificate Holder. g) A Certificate of Insurance must include the following language in the Certificate Holder section:

City of San Buenaventura, its officers, officials, agents, employees and volunteers 501 Poli Street Ventura, CA 93002 h) Contractor will provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Such proof will be submitted to the City within 10 days of renewal.

147 of 150 i) Contractor shall provide evidence of the insurance required herein, satisfactory to City, consisting of certificate(s) of insurance and any required endorsements evidencing all of the coverages required. Any failure on the part of City or any other additional insured under these requirements to obtain proof of insurance required under this Agreement in no way waives any right or remedy of City or any other additional insured in this or any other regard. j) Contractor shall ensure that coverage provided to meet these requirements is applicable separately to each insured, and that there will be no cross liability exclusions that preclude coverage for any legal action between Contractor and City, between Contractor and any other named insureds or additional insureds under the insurance policy, or between City and any party associated with City or City’s officers, officials, employees, agents, or volunteers. k) Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. There shall be no cross liability exclusion and no Contractor limitation endorsement. In addition, there shall be no endorsement or modification limiting the scope of coverage for liability arising from pollution, explosion, collapse, underground property damage, or employment-related practices, except for a provision or endorsement limiting liability arising from pollution to liability caused by sudden or accidental pollution. l) Any umbrella liability insurance over primary insurance provided to meet primary limits shall apply to bodily injury, personal injury, and property damage, at a minimum. Coverage shall be as broad as any required underlying primary coverage, and shall include a “drop down” provision providing primary coverage for liability not covered by primary policies but covered by the umbrella policy. Coverage shall be provided with defense costs payable in addition to policy limits. Coverage shall have starting and ending dates concurrent with the underlying coverage. m) Coverage shall be written on an “occurrence basis” if such coverage is available, or on a “claims made” basis if not available. When coverage is provided on a “claims made” basis, Contractor shall continue to maintain the insurance in effect for a period of three (3) years after this Agreement expires or is terminated. Such insurance shall have the same coverage and limits as the policy that was in effect during the term of this Agreement, and shall cover Contractor for all claims made by City arising out of any errors or omissions of Contractor, or the officers, employees or agents of Contractor during the time this Agreement was in effect. n) Contractor shall require all sub-contractors or other parties hired by Contractor to perform any part of the services required by this Agreement to purchase and maintain all of the insurance specified above and submit evidence of all such insurance. Contractor shall obtain certificates evidencing such coverage and make reasonable efforts to ensure that such coverage is provided as required herein. o) No contract used by any Contractor, or contracts Contractor enters into on behalf of City,

148 of 150 will reserve the right to charge back to City the cost of insurance required by this Agreement. When requested, Contractor shall provide City with all agreements with sub- Contractors or others with whom Contractor contracts on behalf of City, and with all certificates of insurance obtained in compliance with this paragraph. Failure of City to request copies of such documents will not impose any liability on City, or its employees. p) In the event any policy of insurance required under this Agreement does not comply with these requirements or is canceled and not replaced, City has the right, but not the duty, to obtain the insurance it deems necessary to meet the requirements of this Agreement, and any premium paid by City for such insurance will be promptly reimbursed by Contractor, or, if not promptly reimbursed, deducted from any compensation to be paid by City to Contractor pursuant to this Agreement. q) Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only and is not intended by any party to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. Coverage shall not be limited to the specific location, individual, or entity designated as the address of the project or services provided for by this Agreement. Insurance coverage limits are subject to change based on the unique liability associated with each project over and above standard coverage limits at the discretion of the City's Risk Manager or their designee. r) Contractor shall provide immediate notice to City of any claim against Contractor or any loss involving Contractor that could result in City or any of City’s officers, employees, agents, or volunteers being named as a defendant in any litigation arising out of such claim or loss. City shall not incur any obligation or liability by reason of the receipt of such notice. However, City shall have the right, but not the duty, to monitor the handling of any such claim or loss that is likely to involve City. s) In the event of any loss that is not insured due to the failure of Contractor to comply with these requirements, Contractor will be personally responsible for any and all losses, claims, suits, damages, defense obligations, and liability of any kind attributed to City, or City’s officers, employees, agents, or volunteers as a result of such failure.

Please note: t) Automobile Liability insurance is not required if the Vendor and its employees does NO traveling in providing services for completion of the Agreement (e.g. telecommuting). If the Vendor has employees but no vehicles registered to the business (personal vehicles only), the non-owned and hired automobile liability coverage should be included in the Vendor's Commercial Auto Liability policy u) Workers Compensation insurance is not required if the Contractor is a sole proprietor/partner/corporate officer with no employees. Otherwise, Worker’s Compensation

149 of 150 is required under CA Labor Code Section 3700. A Workers Compensation Insurance Waiver is required stating Contractor is a sole proprietor/partner/corporate officer with no employees. This waiver is to be included with the other submitted documents. v) Professional Liability may be required for the following types of contractors. These are only examples and not an all-inclusive list. Contact Risk Manager for clarification and requirements. Examples: Appraisers, notaries, imaging of records, EOC plan, Fair Housing assessments, trainers

Chemists, auditors, insurance agents and brokers, lawyers, laboratories, surveyors, building inspectors, traffic engineering services.

Ambulance services, actuaries, counselors, medical providers. Also includes engineers, architects, construction managers, hazardous materials evaluators, environmental impact evaluators. All IT related projects, contractors and consultants.

w) Cyber Liability and Network Security/Data Privacy Coverage and Technology E&O/Technology Professional Liability coverage may be required in agreements that have an IT or data component. Contact Risk Manager for clarification and requirements.

150 of 150