Loading...
HomeMy WebLinkAboutItem #12b Landscape Maintenance Contract with Valley Crest AGENDA ITEM COVER SHEET Meeting Date: September 5, 2006 I~ b. ~:~::~~~irector: ~~ Subject: $184,737 for Landscape Maintenance Contract with Valley Crest. Item # Contact Name: Contact Number: Stephen C. Krug 6002 Background Summary: The City has terminated the mowing and landscape maintenance contract with the previous contractor due to nonperformance. Due to the emergency nature of securing reliable continued service, the landscaping portion of the contract has been separated out for pricing by a contractor specializing in this type of high profile maintenance. Staff made inquiries of private and public owners for a reputable landscape contractor in the Ocoee vicinity. The Valley Crest company was highly recommended and able to meet our needs. The contractor requested a one-year contract to provide the emergency work at the best possible price. The City will begin the re-bid process for this work in six months. Part of this process will involve Public Works determining a competitive cost to perform the maintenance in house to determine if out sourcing is still the best option for the City. Issue: Award a 12-month contract to give City the benefit of lower rates on the emergency purchase order. Recommendations Recommend award of a 12-month landscape maintenance contract with Valley Crest, an Orlando, Florida company with corporate offices located at 4777 Old Winter Garden Road. Attachments: Agreement For General Mowing & Landscaping Term Contract. Financial Impact: This work will be funded by the unfilled PW positions that were proposed for a landscape maintenance crew in the 06/07 budget. The positions will remain vacant until such time as it is determined that PW can provide the same or better services at a financial benefit to the City. Type of Item: o Public Hearing o Ordinance First Reading o Ordinance First Reading o Resolution o Commission Approval o Discussion & Direction For Clerk's Deot Use: o Consent Agenda o Public Hearing [8] Regular Agenda o Original Document/Contract Attached for Execution by City Clerk o Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) cg] N/A o N/A o N/A City Manae-er Robert Frank Commissioners Danny HowelL District 1 Scott Anderson. District 2 Rusty Johnson. District 3 Nancy J. Parker. District 4 Mayor S. Scott Vandere-rift STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Stephen C. Krug, Director of Public Works DATE: September 5, 2006 RE: $184,737.00 for Landscape Maintenance Contract with Valley Crest ISSUE Should the Honorable Mayor and City Commission approve a one-year landscape maintenance contract with Valley Crest? BACKGROUNDIDISCUSSION The City has terminated the mowing and landscape maintenance contract with the previous contractor due to nonperformance. Due to the emergency nature of securing reliable continued service, the landscaping portion of the contract has been separated out for pricing by a contractor specializing in this type of high profile maintenance. Staff made inquiries of private and public owners for a reputable landscape contractor in the Ocoee vicinity. The Valley Crest company was highly recommended and able to meet our needs. The contractor requested a one-year contract to provide the emergency work at the best possible price. The City will begin the re-bid process for this work in six months. Part of this process will involve Public Works developing a competitive cost to perform the maintenance in house and determine if out sourcing is still the best option for the City. This work will be funded by the unfilled PW positions that were proposed for a landscape maintenance crew in the 06/07 budget. The positions will remain vacant until such time as it is determined that PW can provide the same or better services at a financial benefit to the City. The maintenance areas covered under this contract are the following: . Fire Station Nos. 1,2 & 3. . Ocoee Cemetery . Clarke Road Medians . Maguire Road Medians . Silver Star Road Medians - Clarke Road east to City limit. . Ocoee Crown Point Medians . Old Winter Garden Road Medians . City Hall Complex - City Hall, Police Station, Community Center, Maguire House, Water Park & Starke Lake Park. Mayor S. Scott Vandergrift center of Good L . <\.~e If7i~ Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 City Manae-er Robert Frank AGREEMENT FOR GENERAL MOWING & LANDSCAPING TERM CONTRACT THIS AGREEMENT FOR GENERAL MOWING & LANDSCAPING TERM CONTRACT (this "Agreement") is made this 21 st day of August. 2006, by and between the CITY OF OCOEE, a Florida municipal corporation, whose mailing address is 150 North Lakeshore Drive, Ocoee, Florida 34761 (hereinafter referred to as the "City") and Valley Crest Landscape Maintenance, a Florida corporation, whose mailing address is 4777 Old Winter Garden Road (hereinafter referred to as the "Contractor"). WITNESSETH: WHEREAS, the City desires to enter into an Agreement with the Contractor to perform the work set forth in that certain Invitation to Bid #B05-15 (the "Work"), and any amendments thereto being attached hereto as Exhibit "A"; and WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work pursuant to the terms of this Agreement, and for the amounts specified in the Contractor's Bid, the Contractor's Bid and any amendments thereto being attached hereto as Exhibit "B". NOW THEREFORE, in consideration of the premises and other good and valuable considerations exchanged between the parties hereto, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Scope of Agreement. The terms and conditions of Exhibit "A attached hereto as well as the terms and conditions of Exhibit "B" attached hereto are incorporated by reference herein as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, labor, supervision, and consumables to complete the Work. Section 2. Term of Agreement. This Agreement shall consist of one (1) consecutive one (1) year term (12 months), with the first one (1) year term beginning on August 21. 2006 (the "Effective Date"). City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 656-8504. www.ci.ocoee.fl.us Section 3. Compensation. Contractor agrees to provide the services and materials as specified in Exhibit "A" for the amount specified in Exhibit "B". The amount as specified in Exhibit "B" may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement, will remain firm for the initial one (1) year tt;;rm of this Agreement. After the initial one (1) year term of this Agreement, price adjustments will be allowed pursuant to the Price Adjustment provision of this Agreement. Section 4. Payment. All invoices received by the City are payable within (30) days from receipt, provided they have first been approved by the City, and the City has accepted the Work for which payment is sought. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor. All invoices shall be in duplicate and directed to: City of Ocoee, Accounts Payable, 150 North Lakeshore Drive, Ocoee, Florida 34761-2258. All invoices must be clearly marked: City Agreement #B05-15, General Mowing & Landscaping Term Contract. Section 5. General Conditions. A. Patents and Copyrights. The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Termination for Default. 1) The performance of Work under this Agreement may be terminated by the City, in whole or in part, in writing, whenever the City shall determine that the Contractor has failed to meet the performance requirements of this Agreement. 2) The City has a right to terminate for default if the Contractor fails to perform the Work, or if the Contractor fails to perform the Work within the time specified in the Agreement, or if the Contractor fails to perform any other provisions of the Agreement. 3) Failure of a Contractor to perform the required Work within the time specified, or within a reasonable time as determined by the City or failure to redo the Work when so requested, immediately or as directed by the City, shall constitute authority for the City to hire another contractor to perform the Work. In all such cases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of the Agreement prices. 4) Should public necessity demand it, the City reserves the right to utilize services which are substandard in quality, subject to an adjustment in price to be determined by the City. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the City that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. 5) Termination for Convenience. The City may terminate this Agreement at its convenience with thirty (30) days advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 2 the effective date of termination and other reasonable costs associated with the termination. c. Warranty. The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in-effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either redo such portions of the Work to correct such fault, defect or error, at no additional cost to the City or refund to the City the charge paid by the City which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for obtaining another Contractor to redo the Work. ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE MERCHANT ABLE AND BE FIT FOR THE PURPOSE INTENDED. THE CONTRACTOR SHALL BE INCIDENTAL OR CONSEQUENTIAL RESULTING FROM ANY WORK AGREEMENT. LIABLE FOR SECONDARY, DAMAGES OF ANY NATURE PERFORMED UNDER THIS D. Time of Completion. The parties understand and agree that time is of the essence in the performance of this Agreement. The Contractor agrees that all Work shall be performed regularly, diligently, and uninterrupted within the time specified. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City may at its discretion, cancel this Agreement for the convenience of the City. E. Indemnification. To the fullest extent provided by law, Contractor shall indemnify, defend and hold harmless the City and all of its officers, agents and employees from all claims, loss, damage, cost, charges or expense including, but not limited to reasonable attorneys' fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor, its agents, employees, or subcontractors during the performance of the Agreement. The City shall use its best efforts to promptly notify the Contractor in writing of any Claims and shall provide the Contractor with information regarding the Claims as the Contractor may reasonably request, but the failure to give such notice or provide such information shall not diminish the obligations of the BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 3 Contractor under this Section. No Claims whatsoever shall be made or asserted against the City by the Contractor for or on account of anything done or as a result of anything done or omitted to be done in connection with this Agreement. F. Correction of Work. The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the Work. The Contractor shall bear all costs of correcting such rejected Work. In the event that Contractor fails to timely mow or otherwise maintain a portion of the work, then the City, at its sole discretion and without waiving any other rights or remedies under this Agreement, may deduct from any amounts due under this Agreement, the actual cost paid by the City to a third party to perform the work. If the City performs such work with its own personnel then the City may deduct from any amounts due under this Agreement such amount equal to what the Contractor would have charged for doing the work, plus 15% of such amount. G. Right to Audit Records. The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of this Agreement or any sub-contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under this Agreement and by the sub-contractor for a period of three (3) years from the date of final payment under the sub-contract unless a shorter period is otherwise authorized in writing. H. Information. All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents. 1. Safety Measures. The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workers and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site. J. Extra Work. The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement. K. Price Adjustments. For the second and third one (1) year terms of this Agreement, the contract prices will be automatically adjusted up 3% upon each renewal. If the Contractor proposes to make a price adjustment higher than 3%, the Contractor shall first give the City written notice thereof, with explanations stated for the price adjustment, and such notice shall be given at least one hundred-twenty (120) calendar days prior to the one (1) year term for which the price adjustment is sought. Nothing contained herein shall affect the City's right to terminate this Agreement for Convenience as provided herein. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 4 L. Familiarity With The Work. The Contractor by executing this Agreement, acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof. The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Agreement by the Contractor serves as the Contractor's stated commitment to fulfill all the conditions referred to in this Agreement. Section 6. Miscellaneous Provisions. A. The Contractor shall not employ subcontractors without the advance written permission of the City. B. Assignment of this Agreement shall not be made without the advance written consent of the City. C. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement. D. No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the City. E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement. F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by its operations, and promptly remove any such materials to an approved disposal location. G. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. H. This Agreement is considered a non-exclusive Agreement between the parties. 1. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. J. Any litigation arising out of this Agreement shall be had in the Courts of Orange County, Florida. K. The undersigned hereby certify that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that it is authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor. L. This Agreement, including Exhibit "A" and Exhibit "B", contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto. BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 5 IN WITNESS WHEREOF, Contractor and the City have caused this Agreement to be executed by their duly authorized officers as of the day and year first above written. Print Name: CONTRACTOR: Valley Crest Landscape Maintenance , a Florida corporation By: Name: Title: (SEAL) STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this _ day of , 2006 by as of , a Florida corporation, on behalf of the corporation. He/she 0 is personally known to me, or D has produced as identification. Signature of Notary Public - State of Florida Name of Notary (Print, Type, or Stamp) Commission Number (if not legible on seal):. My Commission Expires (if not legible on seal):_ BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 6 CITY: CITY OF OCOEE, a Florida municipal corporation By: S. Scott Vandergrift, Mayor Attest: Beth Eikenberry, City Clerk (SEAL) FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA; APPROVED AS TO FORM AND LEGALITY this day of , 2006. APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON N/A UNDER AGENDA ITEM NO. NIA FOLEY & LARDNER, LLP By: City Attorney STATE OF FLORIDA COUNTY OF ORANGE I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State and County aforesaid to take acknowledgments, personally appeared S. Scott Vandergrift and Jean Grafton well known to me to be the Mayor and City Clerk, respectively, of the CITY OF OCOEE, a Florida municipal corporation, and that they severally acknowledged executing the same in the presence of two subscribing witnesses freely and voluntarily under authority duly vested in them by said municipality. They are personally known to me. WITNESS my hand and official seal in the County and State last aforesaid this _day of ,2006. Signature of Notary Name of Notary (Typed, Printed or Stamped) Commission Number (if not legible on seal): My Commission Expires (if not legible on seal): BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 7 Exhibit A 1 Fire Station 1 Fire Landscape $984 $11 ,808 Valley Crest 2 Fire Station 2 Fire Landscape $464 $5,568 Valley Crest 3 Fire Station 3 Fire Landscape $437 $5,244 Valley Crest 77 City Hall Complex-City Hall, Parks Landscape $3,498 $41,976 Valley Crest Police station, Community Center, Maguire House, Water Park, Starke Lake Park 78 Ocoee Cemetery Parks Landscape $1,968 $23,616 Valley Crest 80 Clarke Road Medians, SR 50 to SR Parks Landscape $3,717 $44,604 Valley Crest 438 81 Ma uire Road Medians from Parks Landsca e $2 185 $26 220 Valle Crest 82 Silver Star Road Medians, Clarke Parks Landscape $1,312 $15,744 Valley Crest Road east to City limit 97 Ocoee Crown Point Medians Public Works Landscape $1,530 $18,360 Valley Crest 98 Old Winter Garden Road Public Works Landscape $1,499 $17,988 Valley Crest $17,594 $211,128 BID B05-15, GENERAL MOWING & LANDSCAPING TERM CONTRACT 8 (r Va II eyCrest Landscape Maintenance August 22, 2006 PROPOSAL FOR LANDSCAPE MANAGEMENT SERVICES for City ofOcoee (Per Attached Spreadsheet) C/O City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761 Attention; Tonya A. Elliott, Assistant Director of Public Works 4777 Old Winter Garden Road Orlando, Florida 32811 tel: 407.292.9600 fax: 407.291.4966 www.valleycrest.coln We appreciate the opportunity to propose to you how ValleyCrest Landscape Maintenance, Inc., can help you enhance the quality of your landscape. Our team is committed to integrating the specific landscape needs of your property with your service expectations and budget considerations. Giving careful consideration to the individuality of each landscape, ValleyCrest Landscape Maintenance, Inc., provides competitive pricing which may include landscape maintenance, irrigation, tree care, and seasonal color programs. Our Proposal includes Scope of Work, Practical Specifications for Landscape Management and General Terms and Conditions. An effective landscape management program is sustainable and provides value. We are confident that your property would benefit greatly from our efforts to create beauty in the appearance of your landscape while our operational efficiencies create value to your budget. We hereby propose the following for your review: Exterior Landscape Manal!ement Client's Initials Service Price Per Year Price Per Month Base Mana ement Price Sales Tax Total Base Mana ement Price $15g,3eQ.OQ $2-l~0 ~ ~ 7...1\ $11 ,n 8.89' Additional Services Client's Category Service Frequencies Service Price Sales Tax Total Price Initials Per Year Per Per Year Occurrence J Page 1 of8 Landscape De\ clopment Landscape Malntcnance Calf Course Ma11ltenance 1 Iec Company ~TOW Billing for additional services will be included in your monthly maintenance invoice. Extra Services Included in the Base Contract Additional scope of services that have been included in the base management price include the following: Disease, Pest & Fertilization is included in base maintenance per the properties noted on the attached spread sheet.. Monthly Irrigation Inspections and Adjustments included in base maintenance per the properties noted on the attached spreadsheet. ValleyCrest Landscape Maintenance, Inc., agrees to furnish all Horticultural Supervision, Labor, Equipment, Materials and Transportation, as described hereinabove, necessary to maintain the landscape per the above and per the attached Practical Specifications for Contract Landscape Management and the General Terms and Conditions. This proposal is withdrawn unless executed and received within 30 days of the date ofthis document. Period of Service Ae:reement This agreement shall be in effect for the period stated: w'ZII04o to ~'&rlOl. Unless terminated pursuant to Article IV of the General Conditions, at the expiration of the initial term, this Agreement shall be automatically extended on a month-to-month basis. You should receive your first invoice within 30 days of our service commencement date, and can expect to receive them montWy thereafter by the lOth of each month. All billings are due and payable 15 days following the date of the invoice. Owner/Client agrees to pay any and all cost incurred by ValleyCrest Landscape Maintenance, Inc., in the collection of the same. If our proposal meets with your approval, please initial the services in the block provided for each item selected indicating that you are authorizing that service and sign both originals below. Return one fully executed original to our office, and retain the second original for your files. This proposal, including the attached Practical Specifications and the General Terms and Conditions, together are the Service Agreement. Again, thank you for the opportunity to submit this proposal. We look forward to serving as your landscape management professionals. Sin~_ Susan Chapman Business Developer ValleyCrest Landscape Maintenance, Inc. Client Approval: Date: Page 2 of8 (, Printed Name: Contractor VCM Branch Manager Title: Date: Page 30[8 ~CTICAL SPECIFlCATIONS FOR CONTRACT LANDSCAPE MANAGEMENT I. Scope of Work: Contractor shall furnish all horticultural supervision, labor, material, equipment and transportation required to maintain the landscape throughout the contract period, as specified herein. The scope of our services shall be based exclusively on those items approved and initialed on Page One (1) of our Proposal document. II. Lawn Care: A. Mowinf! and Edging: Lawns shall be mowed more frequently during the active growing season and as needed during other seasons. During extended rainy or dry periods mowing will take place as conditions dictate. Mowing height will be based on what is horticulturally correct for the turf variety taking into account the season. Clippings shall not be caught and removed from lawn area unless they are lying in swaths which may damage the lawn. Edges shall be trimmed to maintain a neat appearance. B. Fertilization: Lawns shall be fertilized as warranted with a commercial fertilizer. The number of applications will be dependent on the type of nitrogen used and the type of turfgrass. C. Fungicide: Apply recommended, legally approved fungicides to control disease-causing damage when necessary. D. Pesticide: Apply recommended, legally approved pesticides to control disease-causing damage when necessary. E. Weed Control: Pre-emerge: This type of control should be used only if a known weed problem warrants its use. Post-emerge: Control broad1eafweeds with selective herbicides. The chosen chemical will be recommended and legally approved for the specific weed problem. III. Ground Cover Areal Shrub Areas: A. Edf!ing: Edge ground cover as needed to keep within bounds and away from obstacles. B. Pruning: Shrubs shall be pruned only as necessary to maintain the natural form of the plant, to maintain growth within space limitations, and to eliminate damage or diseased wood. This excludes pruning necessitated by storm damage, disease, neglected overgrowth or winterkill. Page 4 of8 Q Weed Control: Keep beds reasonably free of broad leaf or grassy weeds, preferably with pre-emergent and/or selective post-emergent/contact herbicides. Cultivating or hoeing weeds is not a recommended practice. Pre-emerge: This type of control should be used only if a known weed problem warrants its use. Post-emerge: Control broadleafweeds with selective herbicides. The chosen chemical will be recommended and legally approved for the specific weed problem. ' D. Fertilization: Apply fertilizer as warranted. The number of applications will be dependent on the type of nitrogen used and the type of plant material. E. Fungicide: Apply recommended, legally approved fungicides to control disease-causing damage to ornamentals when necessary. F. Pesticide: Apply recommended, legally approved pesticides to control insects causing damage to ornamentals when necessary. IV. Slope Care (if applicable): A. Edging: Edge as needed to keep plant material within bounds and away from obstacles. B. Weed Control: Maintain slopes so they are reasonably free of weeds. Use recommended, legally approved herbicides to control weed growth in open areas whenever possible, and if necessary. Avoid soil cultivation to maintain pre-emergent herbicide effectiveness and root health. Pre-emerge: This type of control should be used only if a known weed problem warrants its use. Post-emerge: Control broad1eafweeds with selective herbicides. The chosen chemical will be recommended and legally approved for the specific weed problem. C. Fertilization: Apply fertilizer as warranted. The number of applications will be dependent on the type of nitrogen used and the type of plant material. D. Fungicide: Apply recommended, legally approved fungicides to control disease-causing damage to slope area when necessary. E. Pesticide: Apply recommended, legally approved pesticides to control insects causing damage to slope area when necessary. Page 5 of8 A v. -_ree Care: A. Pruning: Height limitation for tree pruning covered in the specification is 12 feet. On trees over 12 feet in height only low-hanging branches that present a hazard to pedestrian or vehicular traffic will be raised. Trees under 12 feet are scheduled to be pruned in the winter months except for safety-related pruning, which will be done only if necessary. Evergreen trees under 12 feet shall be thinned out and shaped only if necessary to minimize wind and storm damage. B. Staking: Stakes are to be inspected and adjusted or removed as necessary. When trees attain a trunk caliper of 4" or substantial root development stability, removal will be discussed with client. VI. Mulched Areas/ Granite Areas: Mulched or decomposed granite areas will be inspected on our days of service. Weeds and grasses shall be controlled with recommended, legally approved herbicides only if necessary. In those areas with excessive mulch build up alternatives will be discussed with the client. VII. Irrie:ation Svstem (if applicable): Watering shall be scheduled with automatic controllers to supply quantities and frequencies consistent with seasonal requirements of the plant materials in the landscape. In some circumstances, water scheduling may be limited by local watering restrictions. Where practical, watering shall be done at night or early morning if the system is automatic, unless notified otherwise by the owner. Any damages to the irrigation system caused by the Contractor while carrying out maintenance operations shall be repaired without charge. Where practical, repairs shall be made within one watering period. Faulty equipment, vandalism or accidental damage caused by others shall be reported promptly to owner. Cost of labor and material to perform repair is an extra and shall be paid for by the owner upon authorization. Whenever possible, owner's representative shall be instructed on how to turn off system in case of emergency. Our office is to be advised at once or by next business day. If the Contractor is required to make emergency repairs or adjustments other than regularly scheduled visits, a minimum charge will apply. VIII. Debris Cleanup: All landscape areas shall be inspected on days of service and excess debris removed. Gardening debris, generated from our work, shall be removed from paved areas on days of service. This excludes leaf fall pickup from parking areas, sidewalks, pools, etc. Page 60f8 (r GENERAL TERMS AND CONDITIONS I. Contractor's Responsibilitv: The contractor shall recognize and perform in accordance with written terms, written specifications and drawings only, contained or referred to herein. Contractor reserves the right to renegotiate the contract when price or scope of work is affected by changes to any local, state, or federal law, regulation or ordinance that goes into effect after the Agreement is signed. A. Workforce: Contractor shall designate a qualified representative with experience in the services being provided. The workforce is to be personab1y presentable at all times. All employees shall be competent and qualified, and shall be U.S. citizens or legal residents, and authorized to work in the United States. B. Materials: All materials shall conform to bid specifications. Contractor will meet all Agricultural licensing and reporting requirements. C. Licenses and Permits: Contractor to maintain a Landscape Contractor's license, if so required by State or 10ca11aw, and will comply with all other license and permit requirements of the City, State and Federal Governments, as well as all other requirements oflaw. D. Taxes: Contractor agrees to pay taxeS applicable to it's work under this contract, including sales tax on material supplied where applicable. E. Insurance: Contractor agrees to provide General Liability Insurance, Automotive Liability Insurance, Worker's Compensation Insurance, and any other insurance required by law or owner/client. F. Liabilitv: It is understood and agreed that the Contractor is not liable for any damage of any kind whatsoever that is not caused by the negligence of the Contractor, it's agents or employees. G. Subcontracts: Contractor reserves the right to hire qualified subcontractors to perform specialized functions or work requiring specialized equipment. H. Invoicinf!: Contractor will submit monthly service invoices for the amount set forth under the prices and terms shown on page I of this Agreement. Any services rendered, that are in addition to or beyond the scope of work required by this Agreement shall be separately billed. Page 7 of8 A .'wner's/Client's Responsibilitv: A. Utilities: All utilities shall be provided by the Owner/Client. B. Access to Jobsite: Owner/Client shall furnish access to all parts of jobsite where Contractor is to perform work as required by this Agreement or other functions related thereto, during normal business hours and other reasonable periods of time, and in the case of after hours emergencies. C. Pavment: Owner/Client shall review invoices submitted by Contractor and payment shall be due 15 days following the date of the invoice and delinquent if not paid by that date. Contractor may cancel Agreement by giving 7 days written notice for nonpayment, after the payment is delinquent. D. Notice of Defect: Owner/Client shall give Contractor at least 7 days written notice to correct any problem or defect discovered in the performance of the work required under this Agreement. Contractor will not accept any deduction or offset unless such written notice is given. III. Other Terms: II. The Owner/Client and the Contractor respectively, bind themselves, their partners, successors, assignees and legal representative to the other party with respect to all covenants of this Agreement. Neither the Owner/Client nor the Contractor shall assign or transfer any interest in this Agreement without the written consent of the other. The parties agree that in the interest of economy, speed and insuring continued good relationships, any questions arising out of the operation of this Agreement which the parties cannot resolve between themselves shall be referred to binding arbitration under the rules of the American Arbitration Association. IV. Termination: This agreement may be terminated by either party with or without cause, upon thirty (30) days written notice to the other party. This agreement may be terminated by the Owner/Client for non-performance by Contractor, upon thirty (30) days written notice. This agreement may be terminated by Contractor for non-payment by Owner/Client, upon seven (7) days written notice as stated above. Either party shall be entitled to cure any deficiencies of performance on payment within seven (7) days of being notified of deficiency(s). Ifthe Owner/Client makes payment in full within seven (7) days of receipt of the written notice, the grounds for termination shall be deemed cured. If Contractor corrects the deficiency identified in the written notice within seven (7) days of receipt of the notice, or if the deficiency is of such a nature that it cannot reasonably be corrected within seven (7) days and the Contractor commences a good faith effort to correct the deficiency within seven (7) days of receipt of notice, the grounds for the termination shall be deemed cured. For the convenience of Owner/Client only, the monthly charge under this contract is an average of the total charge for all work to be performed under the contract divided by the number of calendar months included in the payment period of the contract. In the event this contract is terminated early by either party, the Contractor shall be entitled to recover his unrecovered costs incurred through the date of termination, including a reasonable amount of overhead and profit, and any amount in excess of the monthly charges paid by the Client through the date of termination. This is because substantial portions of the work for the year, may be performed in the early months of each year of the contract including potentially significant mobilization costs in start-up and the cost of the work will not be fully recovered by the Contractor until all monthly payments under the contract have been received. End Page 80f8 -~:@ ~s ,\ ~ - -~ -..0 ~ ~k I" /-;.' -.,A -C ~ ~ ~ - ~ '-.S' ,~ ~ - --:-- N 3 3 t ~ ~ t, q {~ - ~ ~ !I - -J t/') ~ l-~ I , "- fA' -' ..D ..J .,. UJ ..J) \ . I I "1 ~ .J;. ....\ ~ f II 9\- (' -I o s- - C" DJ en a> c. o ~ ..a. N :s: o ~ .... ::T en o is: ~-I -.0 as- a> - .., C" G)DJ DJ en .., a> c.c. a> 0 ~ ~ :::C..a. o N ~:s: :s:g a> .... c.::T -. en c: 3 en ~ ~ .... I) ~ ~~ CD I. O'e!) o 'C) ~ ~ - .... ~~ ~ -rl ~~ c c. CD c. z ~ 11 I~ ~ ~ ~ ~ :15 I~~~ ~ ~ ~ ~ ~...~ ~ ~ [ ~ ~ ') I<::~~ .......... ~[~~~~~[~~~~~$ ~ c C C C C c C cQ' ~ ~ ~ ~ ~ ~ ~ ~t\: ~ ~ ~ \ '~~t\/ g .:JQ:R];Zl.:r-J ~ (JJ ~ I~ o 0 = 0 :s: I~ g ~ < a> DJ 1= O '" ~ a> a> to ..,- ... .., 0 c: ." ." n a> "CJ'J _. _. _.'" a> o 0 0 .... Dr .., .., .., :;. a> -. -. DJ .., a> a> a> a> a>~a"'''':::cCJ'JCJ'JCJ'J o....,.,:::ca>oS-S-~. "'.......O:::cDJ........1U ... DJ 0 DJ 0 C. -. -. ~ 3 DJc.DJ,ggo a>oc.:s:c.::. ~ Cito:S:a>:s:~=It=lt=lt ~ 3 ~ c. a> c' to) N ..a. "C -. c: c. 3 [ 3 3 C:3-. en en en en " "" ~ '" ~~~~~~ ....w........w~~~ (a~btw~:.a..Ilo.llo Cl)CDW........COWCl) cocoO~....,"'....,.Ilo 00000000 00000000 Z::::l::::lZS'S'S'S' :J>~n:J>nnn~ c C C C C c c. c. c. c. c. c. CD CD CD CD CD CD C. C. C. C. C. C. , .~ ~ .' - L- ;- > r . gv '" I :; ~ ~ " - - <:l ~:> :::. ;..: I ~ - ~ ~~~ ~0 a~ ~o '<~ 00 g 0 ....0 "CD ~ CD "r .., Q) .g :J a>Q. ~~ Q) "0 CD s: Q) -. :J ~ CD :J Q) CD:J DJ 0 ~ CD > to .., o ~ o 3 -. n