Loading...
HomeMy WebLinkAbout07-05-2023 City Council Agenda Packet, amended 07-10-2023Saratoga City Council Agenda July 5, 2023 – Page 1 of 4 SARATOGA CITY COUNCIL REGULAR MEETING JULY 5, 2023 AMENDED AGENDA • 07/10/2023 ITEM 1.5 SUPPLEMENTAL MEMO ADDED • 07/10/2023 NON-AGENDIZED ITEMS, WRITTEN COMMUNICATION ADDED Public Participation Information In accordance with Saratoga City Council’s Remote Public Participation Policy, members of the public may participate in these meetings in person at the locations listed below or via remote attendance (if applicable) using the Zoom information below. Members of the public can view and participate in the 6:00 p.m. Closed Session by: 1. Attending the meeting in person at the City Hall Linda Callon Conference Room, located at 13777 Fruitvale Avenue, Saratoga CA 95070; OR 2. Accessing the meeting through Zoom • https://us02web.zoom.us/j/89527052458 • Webinar ID 895 2705 2458 OR • Calling 1.408.638.0968 or 1.669.900.6833 Members of the public can view and participate in the 7:00 p.m. Regular Session by: 1. Attending the meeting in person at the Civic Theater, Council Chambers located at 13777 Fruitvale Avenue, Saratoga CA 95070; OR 2. Accessing the meeting through Zoom • Webinar URL: https://us02web.zoom.us/j/81627041223 • Webinar ID: 816 2704 1223 • Call In: 1.408.638.0968 or 1.669.900.6833; OR 3. Viewing the meeting on Saratoga Community Access Television Channel 15 (Comcast Channel 15, AT&T UVerse Channel 99 and calling in following the direction above; OR 4. Viewing online at www.saratoga.ca.us/watch and calling in following the direction above. Written Communication Comments can be submitted in writing at www.saratoga.ca.us/comment. Written communications will be provided to the members of the City Council and included in the Agenda Packet and/or in supplemental meeting materials. Public Comment Members of the public may comment on any item for up to three (3) minutes. The amount of time for public comment may be reduced by the Mayor or by action of the City Council. Public Comment will begin with speakers attending in-person first followed by those attending via Zoom. Meeting Recording Information In accordance with the Saratoga City Council’s Meeting Recording Policy, City Council Study Sessions, Joint Meetings, Joint Sessions, Commission Interviews, Retreats, meetings with the Planning Commission, and Regular Session Meetings are recorded and made available following the meeting on the City website. Saratoga City Council Agenda July 5, 2023 – Page 2 of 4 6:00 PM CLOSED SESSION City Hall, Linda Callon Conference Room | 13777 Fruitvale Avenue, Saratoga, CA 95070 PUBLIC EMPLOYEE PERFORMANCE EVALUATION (Gov’t Code Section 54957); Title: City Manager CONFERENCE WITH LABOR NEGOTIATORS (Gov’t Code Section 54957.6); Agency Designated Representatives: City Attorney Richard Taylor; Unrepresented Employee: City Manager 7:00 PM REGULAR SESSION Civic Theater, Council Chambers | 13777 Fruitvale Avenue, Saratoga, CA 95070 PLEDGE OF ALLEGIANCE ROLL CALL REPORT ON POSTING OF THE AGENDA The agenda for this meeting was properly posted on June 30, 2023. REPORT FROM CLOSED SESSION ORAL COMMUNICATIONS ON NON-AGENDIZED ITEMS Any member of the public may address the City Council on matters not on the Agenda. The law generally prohibits the City Council from discussing or taking action on such items. However, the Council may instruct staff accordingly. Non Agendized, Written Communication ANNOUNCEMENTS 1. CONSENT CALENDAR The Consent Calendar contains routine items of business. Items in this section will be acted on in one motion, unless removed by the Mayor or a Council Member. Any member of the public may speak on an item on the Consent Calendar at this time, or request that the Mayor remove an item from the Consent Calendar for discussion. 1.1. City Council Meeting Minutes Recommended Action: Approve the Minutes for the June 21, 2023 City Council Regular Meeting. Staff Report Attachment A - Minutes for the June 21, 2023 City Council Regular Meeting 1.2. Review and Accept Accounts Payable Check Registers Recommended Action: Review and accept the 06/15/2023 and 06/22/2023 accounts payable vendor payment check registers. Staff Report Attachment A - Check Register 06-15-2023 Attachment B - Check Register 06-22-2023 Saratoga City Council Agenda July 5, 2023 – Page 3 of 4 1.3. Treasurer’s Report for the Month Ended May 31, 2023 Recommended Action: Review and accept the Treasurer’s Report for the month ended May 31, 2023. Staff Report 1.4. Nine-month extension of contract for street sweeping services in the amount not-to- exceed $200,000.00 Recommended Action: Extend the street sweeping contract with SCA of CA, LLC. for an additional nine-month term in the amount of $185,530.50 for scheduled sweeping and authorize an additional $14,469.50 for unscheduled sweeping services for a total not-to-exceed $200,000.00. Staff Report Attachment A - First Contract Amendment and Original Contract Attachment B - Second Contract Amendment 1.5. Resolution Authorizing the City Manager to Execute Administering Agency-State Master Agreements for State and Federal-Aid Funded Projects and Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project Fiscal Year 2023/24 Budget Adjustment Resolution Recommended Action: 1. Adopt a resolution authorizing the City Manager to execute administering agency-state master agreements for State and Federal-Aid funded projects, including the Fund Transfer Agreement (FTA) of $1.2 million of Priority Legislative Budget Projects (PLBP) funding for the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad (UPRR) Project. 2. Adopt a resolution to accept PLBP funding for the Blue Hills Elementary Pedestrian Crossing at UPRR Project and adjust the Fiscal Year 2023/24 budget. Staff Report Attachment A - Resolution Authorizing CM for FTA PLBP FUNDS 2023- Blue Hills Project Attachment B - Budget Resolution To Accept PLBP Funding for FY 23-24, Revised 07-05- 2023 Attachment C - Funds Transfer Agreement Supplemental Memo (Added 07-10-2023) 1.6. Authorize Purchase of Irrigation Controllers in the amount of $84,032.11 and Approve a Budget Amendment Resolution for Beauchamps LLA Zone-16 Recommended Action: 1. Approve purchase of new irrigation controllers in the amount of $84,032.11. 2. Adopt budget Resolution to increase the FY23-24 budget for the Beauchamps LLA Zone 16 by an additional $1,000. Staff Report Attachment A - Quote Attachment B - Budget Resolution 1.7. Designation of Authorized Agents - Federal Emergency Management Agency Recommended Action: Approve the Designation of Applicant’s Agents Resolution. Staff Report Attachment A – Designation of the Applicant’s Agents Resolution Saratoga City Council Agenda July 5, 2023 – Page 4 of 4 2. GENERAL BUSINESS 2.1. Two-Year Landscape Maintenance Service Contract with Dinsmore Landscape Company in the amount of $841,594.38 Recommended Action: Approve a two-year Landscape Maintenance Service Contract with Dinsmore Landscape Company, with an option to extend the contract for an additional year and authorize the City Manager to execute the same. Staff Report Attachment A - Contract Attachment B - Bid Summary COUNCIL ASSIGNMENTS Council Assignments CITY COUNCIL ITEMS COUNCIL COMMUNICATIONS CITY MANAGER'S REPORT ADJOURNMENT CERTIFICATE OF POSTING OF THE AGENDA, DISTRIBUTION OF THE AGENDA PACKET, COMPLIANCE WITH AMERICANS WITH DISABILITIES ACT I, Britt Avrit, City Clerk for the City of Saratoga, declare that the foregoing agenda for the meeting of the City Council was posted and available for review on June 30, 2023 at the City of Saratoga, 13777 Fruitvale Avenue, Saratoga, California and on the City's website at www.saratoga.ca.us. Signed this 30th day of June 2023 at Saratoga, California. Britt Avrit, MMC, City Clerk In accordance with the Ralph M. Brown Act, copies of the staff reports and other materials provided to the City Council by City staff in connection with this agenda, copies of materials distributed to the City Council concurrently with the posting of the agenda, and materials distributed to the City Council by staff after the posting of the agenda are available on the City website at www.saratoga.ca.us and are available for review in the office of the City Clerk at 13777 Fruitvale Avenue, Saratoga, California. In compliance with the Americans with Disabilities Act and the Governor’s Executive Order, if you need assistance to participate in this meeting, please contact the City Clerk at bavrit@saratoga.ca.us or calling 408.868.1216 as soon as possible before the meeting. The City will use its best efforts to provide reasonable accommodations to provide as much accessibility as possible while also maintaining public safety. [28 CFR 35.102-35.104 ADA title II] From:noreply@civicplus.com To:Chuck Page; Yan Zhao; Belal Aftab; Tina Walia; Kookie Fitzsimmons; James Lindsay; Britt Avrit; Crystal Bothelio; Leslie Arroyo Subject:Online Form Submittal: Council Comments Form Date:Wednesday, July 5, 2023 6:18:52 PM CAUTION: This email originated from outside your organization. Exercise caution when opening attachments or clicking links, especially from unknown senders. Council Comments Form Your Name Leanne McAuliffe Phone Number Email Address Subject Public Comment for Council Meeting July 5, 2023 Comments Please accept this email as public comment in support of the YCats in their request for a moratorium on artificial grass at today's council meeting. I'm a parent of 4 children in the Los Gatos school district. I was at Creekside Sports Complex (managed by Los Gatos town) this week and am concerned and ashamed that our kids are having to play in these blackened, dusty, tire crumb infilled plastic fields. My hope is that Saratoga and Los Gatos towns will stop installing artificial fields and also place a moratorium on the installations of artificial turf in residential and ornamental applications. To my knowledge, no longer does any federal or state government deem these plastic fields safe for children to play on due to previous data gaps. Even data from current studies by the likes of the EPA will be questionable given that they only studied crumb rubber to 140F. Fields with crumb rubber can easily reach 200F. Please don’t be fooled by alternative infills like TrueBlend which is the substitute for crumb rubber in the replacement Saratoga High School football field. This product hasn't even been tested for PFAS according to a FieldTurf rep. because no governing body has requested it be done. The LGSUHSD was asked by community members to have it tested but to our knowledge this wasn't done. The irony of that is that the EPA has tasked local governments with reducing the addition of PFAS to the environment. School Boards are local government. Saratoga City Council is also local government. Even if infill is not used at all, as is the case with many residential, ornamental applications, the blades can still be made 5 with PFAS. The PFAS on CA PROP 65 linked to cancer and infertility have been found in artificial turf sports fields.( Data from one meta-analysis covering 1975 to 2011 indicated ½ of males in the US will be infertile by 2045 owing in part to chemical exposures. That is half of today's schoolboys.) Artificial turf also contains many other PFAS for which the health effects have yet to be studied. And even if PFAS were no longer necessary in manufacturing, the product is still petrochemical plastic which break down into the environment. A common defence by advocates for artificial turf is that it's not against the law. This is true right now. But that doesn't mean we are being protected by governing bodies. In fact, the industry isn't even regulated at all. And growing evidence strongly indicates it should be, and likely will be. Industry can also hide ingredients as confidential business information. So, researchers have to waste consumer money, time, and resources reverse discovering the ingredients so that consumers may have the knowledge and ability to make fully informed decisions. This was how PFAS in artificial turf was discovered as it wasn't being disclosed by the industry. Here is an opportunity for local government to be proactive rather than reactive. Get ahead of the game and put a moratorium on artificial turf until it has been deemed safe for our children and their environment by scientific evidence provided by experts independent of the artificial turf industry. Please don't allow further installations of plastic grass which may, in the very near future, not meet regulations that protect the environment and our children's health. The two are intrinsically linked. We can't have healthy children without a healthy, environment free of unnecessary hazardous chemicals, PFAS and micro/nano plastics. Is artificial turf the sole source of concern when it comes to hazardous chemicals. Absolutely not. But is it a great place to start turning off the tap. Absolutely yes. Because every instalment of plastic grass allows petrochemicals, PFAS and micro/nano plastics to pollute our environment (and our kids) for generations to come. Email Subscription Subscribe Email not displaying correctly? View it in your browser. 6 SARATOGA CITY COUNCIL MEETING DATE:July 5, 2023 DEPARTMENT:City Manager’s Department PREPARED BY:Britt Avrit, MMC, City Clerk SUBJECT:City Council Meeting Minutes RECOMMENDED ACTION: Approve the Minutes for the June 21, 2023 City Council Regular Meeting. BACKGROUND: Draft City Council Minutes for each Council Meeting are taken to the City Council to be reviewed for accuracy and approval. Following City Council approval, minutes are retained for legislative history and posted on the City of Saratoga website. The draft minutes are attached to this report for Council review and approval. ATTACHMENT: Attachment A -Minutes for the June 21, 2023 City Council Regular Meeting 7 Saratoga City Council Minutes ~ June 21, 2023 ~ Page 1 of 8 MINUTES WEDNESDAY, JUNE 21, 2023 SARATOGA CITY COUNCIL REGULAR MEETING At 5:30 p.m., the City Council held a Closed Session in the Linda Callon Conference Room. Mayor Fitzsimmons invited public comment. No one requested to speak. Mayor Fitzsimmons called the Regular Session to order at 7:00 p.m. ROLL CALL PRESENT:Mayor Kookie Fitzsimmons, Vice Mayor Yan Zhao, Council Members Belal Aftab, Chuck Page, Tina Walia ABSENT:None ALSO PRESENT:James Lindsay, City Manager Richard Taylor, City Attorney Leslie Arroyo, Assistant City Manager Nick Pegueros, Administrative Services Director Britt Avrit, City Clerk David Dorcich, Associate Civil Engineer Macedonio Nunez, Engineering Services Manager/City Engineer REPORT ON POSTING OF THE AGENDA The City Clerk reported the agenda for this meeting was properly posted on June 16, 2023. REPORT FROM JOINT SESSION Mayor Fitzsimmons stated the City Council met in Closed Session prior to the Regular Session to discuss labor negotiations and conduct the City Attorney’s annual review with no reportable action. ORAL COMMUNICATIONS ON NON-AGENDIZED ITEMS Mayor Fitzsimmons invited public comment. No one requested to speak. ANNOUNCEMENTS Mayor Fitzsimmons shared information about the Saratoga Safety Fair, Summer Movie Nights, the Saratoga Classic & Cool Car Show and the “America the Beautiful” decorating project. Council Member Page shared information about a concert in Wildwood Park July 15, 2023. 8 Saratoga City Council Minutes ~ June 21, 2023 ~ Page 2 of 8 SPECIAL PRESENTATION Special Presentation - Midpeninsula Regional Open Space District Recommended Action: Receive presentation from Midpeninsula Regional Open Space District (Midpen). Mayor Fitzsimmons stated Midpeninsula Regional Open Space District was unable to attend the meeting this evening. 1.CONSENT CALENDAR Mayor Fitzsimmons invited public comment. No one requested to speak. The City Manager stated Staff’s Recommendation for Item 1.12 includes adopting a Resolution and requested that the City Council include verbiage in the motion for the item. Council Member Page requested Item No.’s 1.8 and 1.12 be removed for separate discussion. 1.1. City Council Meeting Minutes Recommended Action: Approve the Minutes for the June 7, 2023 City Council Regular Meeting. AFTAB/ZHAO MOVED TO APPROVE THE MINUTES FOR THE JUNE 7, 2023, CITY COUNCIL REGULAR MEETING.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.2. Review and Accept Accounts Payable Check Registers Recommended Action: Review and accept the 06/01/2023 and 06/08/2023 accounts payable vendor payment check registers. AFTAB/ZHAO MOVED TO REVIEW AND ACCEPT THE 06/01/2023 AND 06/08/2023 ACCOUNTS PAYABLE VENDOR PAYMENT CHECK REGISTERS. MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.3. Adopt Additional Findings to Justify Local Modifications to the 2022 California Green Building Standards Code Recommended Action: Adopt the resolution making the additional required findings justifying the City’s modifications to the 2022 California Green Building Standards Code. RESOLUTION 23-053 9 Saratoga City Council Minutes ~ June 21, 2023 ~ Page 3 of 8 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION MAKING THE ADDITIONAL REQUIRED FINDINGS JUSTIFYING THE CITY’S MODIFICATIONS TO THE 2022 CALIFORNIA GREEN BUILDING STANDARDS CODE.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.4. Authorize Withdrawal from the Revised Natural Gas Agreement with ABAG POWER Recommended Action: Adopt the resolution terminating interests in the Core Natural Gas Sales and Aggregation Agreement with (Association of Bay Area Governments) ABAG POWER; authorize the City Manager to execute terminating documentation; authorize the Facilities Manager to send a letter of intent to terminate its agreement; and approve the refund of the City’s Working Capital Deposit in the amount of $2,691.57. RESOLUTION 23-054 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION TERMINATING INTERESTS IN THE CORE NATURAL GAS SALES AND AGGREGATION AGREEMENT WITH (ASSOCIATION OF BAY AREA GOVERNMENTS) ABAG POWER; AUTHORIZE THE CITY MANAGER TO EXECUTE TERMINATING DOCUMENTATION; AUTHORIZE THE FACILITIES MANAGER TO SEND A LETTER OF INTENT TO TERMINATE ITS AGREEMENT; AND APPROVE THE REFUND OF THE CITY’S WORKING CAPITAL DEPOSIT IN THE AMOUNT OF $2,691.57. MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.5. Landmark Designation for 14275 Saratoga Avenue Application No. LNDMRK23- 0001 Recommended Action: Waive the second reading and adopt the attached ordinance designating the property at 14275 Saratoga Avenue as a historic landmark. ORDINANCE 397 AFTAB/ZHAO MOVED TO WAIVE THE SECOND READING AND ADOPT THE ORDINANCE DESIGNATING THE PROPERTY AT 14275 SARATOGA AVENUE AS A HISTORIC LANDMARK.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.6. Final Map Approval for Two Lots Located at 20625 Brookwood Lane Recommended Action: Adopt the Resolution granting final map approval of parcel map application No. ULS22- 0010 for two lots located at 20625 Brookwood Lane (APN: 503-23-066). RESOLUTION 23-055 10 Saratoga City Council Minutes ~ June 21, 2023 ~ Page 4 of 8 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION GRANTING FINAL MAP APPROVAL OF PARCEL MAP APPLICATION NO. ULS22-0010 FOR TWO LOTS LOCATED AT 20625 BROOKWOOD LANE (APN: 503-23-066).MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.7. Transportation Development Act (TDA) Article 3 Application for the Saratoga Avenue Walkway Project. Recommended Action: Adopt a resolution supporting the Metropolitan Transportation Commission’s Transportation Development Act Article 3 Pedestrian/Bicycle Grant Application for the Saratoga Avenue Walkway Project. RESOLUTION 23-056 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION SUPPORTING THE METROPOLITAN TRANSPORTATION COMMISSION’S TRANSPORTATION DEVELOPMENT ACT ARTICLE 3 PEDESTRIAN/BICYCLE GRANT APPLICATION FOR THE SARATOGA AVENUE WALKWAY PROJECT.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.8. Santa Clara County FireSafe Council Agreement Recommended Action: Authorize the City Manager to execute a new agreement with the Santa Clara County FireSafe Council. PAGE/AFTAB MOVED TO AUTHORIZE THE CITY MANAGER TO EXECUTE A NEW AGREEMENT WITH THE SANTA CLARA COUNTY FIRESAFE COUNCIL. MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.9. Resolution Establishing the Appropriations Limit for Fiscal Year 2023-24 Recommended Action: Adopt the Resolution establishing the City’s appropriations limit for Fiscal Year 2023-24 RESOLUTION 23-057 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION ESTABLISHING THE CITY’S APPROPRIATIONS LIMIT FOR FISCAL YEAR 2023-24.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.10. Resolution Establishing the Fiscal Year 2023-24 Tax Levy Rate for the Library Series 2011 General Obligation Bonds Debt Service Recommended Action: Adopt the Resolution establishing the Fiscal Year 2023-24 Tax Levy Rate for the Library Series 2011 General Obligation Bonds Debt Service at $0.0042 per $100 of Secured Assessed Value. 11 Saratoga City Council Minutes ~ June 21, 2023 ~ Page 5 of 8 RESOLUTION 23-058 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION ESTABLISHING THE FISCAL YEAR 2023-24 TAX LEVY RATE FOR THE LIBRARY SERIES 2011 GENERAL OBLIGATION BONDS DEBT SERVICE AT $0.0042 PER $100 OF SECURED ASSESSED VALUE.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.11. Resolution Establishing the Fiscal Year 2023-24 Property Tax Levy for Debt Service Payments on the Arrowhead Community Facility District 2018 Bond Recommended Action: Adopt the attached resolution that sets the Fiscal Year 2023-24 property tax levy rate for the Arrowhead Community Facility District’s 2018 Bond debt service payment at $6,000 per parcel for the remaining eighteen (18) participating property owners. RESOLUTION 23-059 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION THAT SETS THE FISCAL YEAR 2023-24 PROPERTY TAX LEVY RATE FOR THE ARROWHEAD COMMUNITY FACILITY DISTRICT’S 2018 BOND DEBT SERVICE PAYMENT AT $6,000 PER PARCEL FOR THE REMAINING EIGHTEEN (18) PARTICIPATING PROPERTY OWNERS.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.12. Fiscal Year 2023-24 Investment Policy Recommended Action: Adopt the Resolution adopting the City of Saratoga’s Fiscal Year 2023-24 Investment Policy. RESOLUTION 23-060 PAGE/AFTAB MOVED TO ADOPT THE RESOLUTION ADOPTING THE CITY OF SARATOGA’S FISCAL YEAR 2023-24 INVESTMENT POLICY.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 1.13. Budget Adoption for the Fiscal Year Beginning July 1, 2023 Recommended Action: Approve a Resolution adopting the City’s Budget for the fiscal year beginning July 1, 2023. RESOLUTION 23-061 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION ADOPTING THE CITY’S BUDGET FOR THE FISCAL YEAR BEGINNING JULY 1, 2023.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 12 Saratoga City Council Minutes ~ June 21, 2023 ~ Page 6 of 8 1.14. Salary Schedule effective July 1, 2023 Recommended Action: Approve a Resolution amending the City Council approved salary schedule effective July 1, 2023. RESOLUTION 23-062 AFTAB/ZHAO MOVED TO ADOPT THE RESOLUTION AMENDING THE CITY COUNCIL APPROVED SALARY SCHEDULE EFFECTIVE JULY 1, 2023.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 2.GENERAL BUSINESS 2.1. Community Event & Street Closure Grant Program Policy Recommended Action: Adopt the resolution amending the Community Event and Street Closure Grant Program Policy. Crystal Bothelio, Consultant, presented the staff report. Mayor Fitzsimmons invited public comment. The following individual spoke: Bill Dalton RESOLUTION 23-063 PAGE/WALIA MOVED TO ADOPT THE RESOLUTION AMENDING THE COMMUNITY EVENT AND STREET CLOSURE GRANT PROGRAM POLICY. MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 2.2. Services Agreement for City Manager’s Department Program Support Recommended Action: Authorize the City Manager to execute an agreement with Crystal Bothelio to provide program support for the City Manager’s Department for an amount not to exceed $126,000. James Lindsay, City Manager, presented the staff report. Mayor Fitzsimmons invited public comment. No one requested to speak. WALIA/PAGE MOVED TO AUTHORIZE THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH CRYSTAL BOTHELIO TO PROVIDE PROGRAM SUPPORT FOR THE CITY MANAGER’S DEPARTMENT FOR AN AMOUNT NOT TO EXCEED $126,000. MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. 13 Saratoga City Council Minutes ~ June 21, 2023 ~ Page 7 of 8 2.3. Resolution Updating Unrepresented Employees’ Compensation & Terms of Employment Recommended Action: Move to adopt the Resolution approving compensation and terms of employment for Unrepresented Employees. James Lindsay, City Manager, presented the staff report. Mayor Fitzsimmons invited public comment. No one requested to speak. RESOLUTION 23-064 PAGE/AFTAB MOVED TO ADOPT THE RESOLUTION APPROVING COMPENSATION AND TERMS OF EMPLOYMENT FOR UNREPRESENTED EMPLOYEES. MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. COUNCIL ASSIGNMENTS Council Member Tina Walia Silicon Valley Clean Energy Authority Board of Directors -stated the Board held a Study Session on Energy Emissions Accounting and discussed financial reserves. Council Member Chuck Page Saratoga Chamber of Commerce Board –stated the Board discussed mixed-use and the Housing Element. West Valley Sanitation District Board of Directors –stated the Board discussed the outcome of a lawsuit involving the Sanitation District. Council Member Belal Aftab Hakone Foundation Board of Trustees –stated the Board elected Emily Lo as Chair, election of the Vice Chair will take place at the next meeting and the Board approved the Fiscal Year Budget. Association of Bay Area Governments –stated the group discussed RHNA numbers, the structural deficit and a fee increase for the next Fiscal Year. Vice Mayor Yan Zhao Nothing to report. Mayor Kookie Fitzsimmons Council Finance Committee –stated the Committee discussed the 2024 Investment Policy. CITY COUNCIL ITEMS Page/Aftab requested an update in the newsletter regarding the City’s 2022 letter to San Jose regarding the Costo project. Page/Aftab requested contacting representatives from Costco and/or San Jose to consider holding a public forum to discuss the project. 14 Saratoga City Council Minutes ~ June 21, 2023 ~ Page 8 of 8 COUNCIL COMMUNICATIONS None CITY MANAGER'S REPORT None CITY ATTORNEY'S REPORT None ADJOURNMENT PAGE/WALIA MOVED TO ADJOURN THE MEETING AT 7:46 P.M.MOTION PASSED BY THE FOLLOWING VOTE: AYES: AFTAB, PAGE, WALIA, ZHAO, FITZSIMMONS. NOES: NONE. ABSTAIN: NONE. RECUSED: NONE. ABSENT: NONE. Minutes respectfully submitted: Britt Avrit, City Clerk City of Saratoga 15 SARATOGA CITY COUNCIL MEETING DATE: July 5, 2023 DEPARTMENT: Administrative Services PREPARED BY: Vivian Lu, Accounting Technician SUBJECT: Review and Accept Accounts Payable Check Registers RECOMMENDED ACTION: Review and accept the 06/15/2023 and 06/22/2023 accounts payable vendor payment check registers. BACKGROUND: The accounts payable check registers report payments to vendors for goods and services properly procured and approved for payment in accordance with the City’s administrative purchasing policy. The information listed below lists vendor payments exceeding $20,000 and any checks that were voided during the time period. The complete check register(s) and summary by Fund are provided as attachments to this report. ATTACHMENTS: Attachment A - Check Register Reports Dated 06-15-2023 Attachment B - Check Register Reports Dated 06-22-2023 REPORT SUMMARY: Attached are Check Registers for: Date Ending Check # 06/15/2023 147633 147689 57 888,558.64 06/15/2023 06/08/2023 147632 06/22/2023 147690 147737 48 285,799.45 06/22/2023 06/15/2023 147689 Accounts Payable checks issued for $20,000 or greater: Date Check #Dept. Amount 06/15/2023 147650 FD Construction CIP Street Projects Fund PW Sobey Road Drainage Remediation 21,000.00 06/15/2023 147651 FD Construction CIP Street Projects Fund PW Oak Place/Park Place Drainage Remediation 20,061.00 06/15/2023 147652 FD Construction CIP Street Projects Fund PW Allendale Ave Sidewalk Repair 24,300.00 06/15/2023 147666 SCC Off of the Sheriff General Fund ASD June 2023 Law Enforcement 612,754.50 06/15/2023 147667 Oscar's Tree Services 2023 Storm Fund PW Storm Project - Allendale Ave 24,900.00 06/15/2023 147674 SCA of CA LLC General Fund PW May 2023 Citywide Street Sweep 20,614.50 06/22/2023 147697 Daco Construction CIP Street Projects Fund PW Horseshoe Dr. Storm Line Repair Project 24,900.00 06/22/2023 147714 Orchard Keepers Inc General Fund PW May 2023 Orchard Maintenance 23,225.73 06/22/2023 147732 Villalobos & Associates Park in-Lieu Fees Fund PW Quito Park Pickleball Court Project 65,140.00 06/22/2023 147736 Villalobos & Associates CIP Street Projects Fund PW Pierce Road Regrade & Repave Project 24,950.00 Accounts Payable checks voided during this time period: AP Date Check #Amount N/A Fund Purpose StatusReason Issued to Issued to Checks ReleasedTotal Checks Amount Accounts Payable Accounts Payable Ending Check # Starting Check #Type of Checks Date 16 SUNGARD PUBLIC SECTOR PAGE NUMBER: 1 DATE: 06/15/2023 CITY OF SARATOGA VENCHK11 TIME: 13:10:04 CHECK REGISTER - FUND TOTALS ACCOUNTING PERIOD: 12/23 FUND FUND TITLE AMOUNT 111 GENERAL FUND 724,117.88 214 2023 STORM FUND 24,900.00 252 PRIDES CROSSING LANDSCAPE 7,735.00 256 ALLENDALE LANDSCAPE 1,080.05 411 CIP STREET PROJECTS FUND 86,940.16 412 CIP PARKS PROJECT FUND 19,688.70 435 ARPA/SLFRF FUND 1,641.65 611 LIABILITY /RISK MGMT FUND 1,563.48 612 WORKERS COMP FUND 33.24 622 IT SERVICES 5,706.05 623 VEHICLE & EQUIPMENT MAINT 556.70 624 BUILDING MAINTENANCE 5,245.81 632 IT EQUIPMENT REPLACEMENT 5,474.92 713 WVCWP AGENCY FUND 3,875.00 TOTAL REPORT 888,558.64 17 SUNGARD PUBLIC SECTOR PAGE NUMBER: 1 DATE: 06/15/2023 CITY OF SARATOGA VENCHK11 TIME: 13:08:19 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147633 11111 06/15/23 1130 ABLE SEPTIC TANK SVC 64549 SCULLY AVE PLUMBING 488.75 147634 11111 06/15/23 500 ANNIE SZU 43481 TREE REF TRP23-0296 130.00 147635 11111 06/15/23 1212 BATTERIES PLUS BULBS #475 61361 AUTO PARTS 252.51 147636 11111 06/15/23 1137 BEAR ELECTRICAL SOLUTIONS 64537 STREETLIGHTS MAINT 680.00 147637 11111 06/15/23 781 BOTHELIO, CRYSTAL 65114 MAY 23 CONSULTING SVC 19,239.68 147638 11111 06/15/23 500 BROOKE GRUPE 24211 DEP REFUND FACILITY 500.00 147639 11111 06/15/23 130 CDW GOVERNMENT 61211 PROJECTOR BULBS 57.69 147640 11111 06/15/23 130 CDW GOVERNMENT 61271 LAPTOP REPLACEMENTS 4,994.20 147640 11111 06/15/23 130 CDW GOVERNMENT 61271 RECYCLE FE 25.00 147640 11111 06/15/23 130 CDW GOVERNMENT 61271 SALES TAX 455.72 TOTAL CHECK 5,474.92 147641 11111 06/15/23 1779 CINTAS CORPORATION NO.2 61133 FIRST AID/SAFETY SPPL 208.93 147641 11111 06/15/23 1779 CINTAS CORPORATION NO.2 61133 FIRST AID/SAFETY SPPL 179.78 147641 11111 06/15/23 1779 CINTAS CORPORATION NO.2 61133 FIRST AID/SAFETY SPPL 235.52 TOTAL CHECK 624.23 147642 11111 06/15/23 1569 COMCAST 63213 COMCAST (PRIMARY) 571.67 147643 11111 06/15/23 1369 COMCAST CORPORATION 63213 COMCAST (P2P) 675.92 147644 11111 06/15/23 250 COTTON SHIRES AND ASSOCIA 22119 GEO22-0029 (S6023) 1,350.00 147644 11111 06/15/23 250 COTTON SHIRES AND ASSOCIA 22119 GEO23-0013 (S6133) 675.00 147644 11111 06/15/23 250 COTTON SHIRES AND ASSOCIA 22119 GEO23-0019 (S6163) 1,896.55 147644 11111 06/15/23 250 COTTON SHIRES AND ASSOCIA 22119 GEO22-0023 (S6172) 2,574.83 147644 11111 06/15/23 250 COTTON SHIRES AND ASSOCIA 22119 GEO22-0033 (S6242) 810.00 TOTAL CHECK 7,306.38 147645 11111 06/15/23 1598 DACO CONSTRUCTION 81161 RAVINE STORM LINE RPR 19,200.00 147646 11111 06/15/23 1717 DINSMORE LANDSCAPE COMPAN 81161 CSP ENHANCEMENT 19,688.70 147647 11111 06/15/23 1798 EMPOWER RETIREMENT, LLC 64163 RETIREMENT PLAN SVCS 325.00 147648 11111 06/15/23 500 ERIK SWANSON 68536 MLK JR DAY EVENT RMB 850.00 147649 11111 06/15/23 419 EVENT SERVICES 81161 WILDWOOD PK SEWER SVC 941.65 147650 11111 06/15/23 1797 FD CONSTRUCTION 81161 SOBEY RD DRAINAGE 21,000.00 147651 11111 06/15/23 1797 FD CONSTRUCTION 81161 OAK PLACE PROJECT 20,061.00 147652 11111 06/15/23 1797 FD CONSTRUCTION 81161 ALLENDALE AVE PROJECT 24,300.00 147653 11111 06/15/23 1521 FRANCISCO ALVAREZ 66214 TUITION RMB SPRING 23 158.00 147654 11111 06/15/23 455 GARDENLAND POWER EQUIPMEN 61341 LANDSCAPE SUPPLIES 50.20 147654 11111 06/15/23 455 GARDENLAND POWER EQUIPMEN 61341 LANDSCAPE SUPPLIES 37.17 TOTAL CHECK 87.37 18 SUNGARD PUBLIC SECTOR PAGE NUMBER: 2 DATE: 06/15/2023 CITY OF SARATOGA VENCHK11 TIME: 13:08:19 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147655 11111 06/15/23 1608 GREEN HALO SYSTEMS INC. 64323 JUN TRACKING FEE 192.00 147656 11111 06/15/23 563 HEID, W JEFFREY 64549 PRIDES CROSSING IMP 1,750.00 147657 11111 06/15/23 14 HYDROTEC IRRIGATION EQUIP 64549 CSP VALVE INSTALL 544.40 147657 11111 06/15/23 14 HYDROTEC IRRIGATION EQUIP 64549 HARLEIGH SPRINKLER 206.29 147657 11111 06/15/23 14 HYDROTEC IRRIGATION EQUIP 64549 HARLEIGH IRRIGATION 873.76 TOTAL CHECK 1,624.45 147658 11111 06/15/23 19 IAN GEDDES TREE CARE, INC 64581 FRUITVALE TREE RMV 2,900.00 147658 11111 06/15/23 19 IAN GEDDES TREE CARE, INC 64581 BROOKGLEN TREE RMV 3,700.00 TOTAL CHECK 6,600.00 147659 11111 06/15/23 500 JEONG YOUNG JOON & SUKWON 43481 TREE REF TRP23-0244 130.00 147660 11111 06/15/23 123 KELEX SECURITY 64513 ADMIN BLDG FIRE ALARM 169.55 147660 11111 06/15/23 123 KELEX SECURITY 64513 CITY HALL FIRE ALARM 169.55 147660 11111 06/15/23 123 KELEX SECURITY 64513 CIVIC THTR FIRE ALARM 169.55 147660 11111 06/15/23 123 KELEX SECURITY 64513 SENIOR CTR FIRE ALARM 229.55 147660 11111 06/15/23 123 KELEX SECURITY 64513 FRIENDSHIP HALL FIRE 169.55 147660 11111 06/15/23 123 KELEX SECURITY 64513 GRACE BLDG FIRE ALARM 169.55 147660 11111 06/15/23 123 KELEX SECURITY 64513 MUSEUM FIRE ALARM 169.55 147660 11111 06/15/23 123 KELEX SECURITY 64513 LIBRARY FIRE ALARM 169.55 TOTAL CHECK 1,416.40 147661 11111 06/15/23 1563 LOGAN & POWELL, LLP 65282 WVCWP LEGAL SVC-APR 2,450.00 147662 11111 06/15/23 1563 LOGAN & POWELL, LLP 65282 WVCWP LEGAL SVC-MAY 1,425.00 147663 11111 06/15/23 1572 NBBM SERVICES, INC 64511 JANITORIAL SERVICES 1,400.00 147664 11111 06/15/23 1324 READYREFRESH 62614 DRINKING WATER SVC 112.10 147665 11111 06/15/23 1732 NWESTCO LLC 62144 MAY UST INSPECT 230.00 147666 11111 06/15/23 1 OFF OF SHERIFF-FISCAL SVC 64811 JUN 2023 LAW ENFORCE 612,754.50 147667 11111 06/15/23 1087 OSCAR URVIZO TELLEZ/OSCAR 64581 STORM PROJ-ALLENDALE 24,900.00 147668 11111 06/15/23 1087 OSCAR URVIZO TELLEZ/OSCAR 64581 WILDWOOD PK TREE RMV 3,050.00 147669 11111 06/15/23 610 PACIFIC DISPLAY, INC 64221 MAY VIL PED LIGHTING 900.00 147670 11111 06/15/23 173 PACIFIC GAS & ELECTRIC 63111 PARKS/OPEN SPACE 185.56 147671 11111 06/15/23 1092 PALACE ART & OFFICE SUPPL 66111 COUNCIL MTG EXP-WATER 144.84 147672 11111 06/15/23 500 PAULINE WONG 24211 DEP REFUND FACILITY 300.00 147673 11111 06/15/23 1619 RICHARDSON CONSULTING 22119 ENV19-0005 4,290.00 147673 11111 06/15/23 1619 RICHARDSON CONSULTING 65411 MAY ADR PROJ REVIEWS 4,030.00 TOTAL CHECK 8,320.00 147674 11111 06/15/23 1746 SCA OF CA. LLC 64531 MAY CITYWIDE ST SWEEP 20,614.50 19 SUNGARD PUBLIC SECTOR PAGE NUMBER: 3 DATE: 06/15/2023 CITY OF SARATOGA VENCHK11 TIME: 13:08:19 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147675 11111 06/15/23 160 SIERRA PACIFIC TURF SUPPL 61341 LANDSCAPE SUPPLIES 769.33 147675 11111 06/15/23 160 SIERRA PACIFIC TURF SUPPL 61341 RYEGRASS 3,273.75 TOTAL CHECK 4,043.08 147676 11111 06/15/23 1394 ST. FRANCIS ELECTRIC, LLC 64211 ALLENDALE STREETLIGHT 14,825.00 147677 11111 06/15/23 884 STAPLES CONTRACT & COMMER 61111 OFFICE SUPPLIES 79.78 147678 11111 06/15/23 248 STATE OF CA FRANCHISE TAX 21252 DED:2011 FTB W/H 50.00 147679 11111 06/15/23 253 STEVE BENZING ARCHITECT 81161 PARK RESTROOM UPGRADE 700.00 147680 11111 06/15/23 500 SUSAN WONG 24211 DEP REFUND FACILITY 300.00 147681 11111 06/15/23 976 URBAN TREE MANAGEMENT INC 64549 COMPOST MEMORIAL ARCH 405.00 147682 391 US BANK PURCHASING CARD P VOID: MULTI STUB CHECK 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61133 FACILITIES SUPPLIES 1,339.08 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61132 JANITORIAL SUPPLIES 354.00 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61111 OFFICE SUPPLIES 69.91 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61167 PRC MTG EXP - MEALS 78.11 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61162 TSC MTG EXP - MEALS 135.49 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61354 CERT SUPPLIES 224.68 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 62131 MARKETING EXPENSES 115.00 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 68651 MOVIE NIGHT EVENT 2,286.75 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66112 MTG EXPENSES - MEALS 771.21 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66111 MTG EXPENSES - MEALS 363.59 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66111 MTG EXPENSES - MEALS 97.59 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66112 MTG EXPENSES - SNACKS 149.78 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66111 NOTARY SERVICES 143.75 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 68655 PUBLIC SAFETY EVENT 438.86 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61278 SOFTWARE 359.95 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61341 LANDSCAPE SUPPLIES 267.14 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66111 MTG EXPENSES - MEALS 71.80 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61313 UNIFORMS 137.50 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 64221 VILLAGE REPAIR SPPL 572.10 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61112 POSTAGE 29.41 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61192 EMPLOYEE WELLNESS 33.24 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61191 NPELRA CONF - LODGING 1,130.84 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61191 NPELRA CONF - MEALS 28.32 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61191 NPELRA CONF - TRAVEL 404.32 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66311 RECRUITMENT SERVICES 378.85 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66111 MTG EXPENSES - MEALS 393.60 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66111 MTG EXPENSES - DRINKS 40.00 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61111 OFFICE SUPPLIES 283.20 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61164 HPC BOOKS 96.01 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61111 OFFICE SUPPLIES 77.44 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61166 PC MTG EXP - SNACKS 105.34 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61211 IT PARTS & SUPPLIES 680.76 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61212 IT SMALL TOOLS 212.03 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 66212 MISAC CONFERENCE 174.15 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61116 EMPLOYEE RECOGNITION 25.00 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61331 CHARGER CABLE 13.08 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 81121 CIP SPPL-CURB RAMPS 2,272.00 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61312 SMALL TOOLS 74.19 20 SUNGARD PUBLIC SECTOR PAGE NUMBER: 4 DATE: 06/15/2023 CITY OF SARATOGA VENCHK11 TIME: 13:08:19 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 62112 PLUG N PLAY FEE 15.00 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 81121 STREETS SUPPLIES 107.16 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 61113 ICC BOOKS & MATERIALS 274.72 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 62251 ICC MEMBERSHIP 180.00 147683 11111 06/15/23 391 US BANK PURCHASING CARD P 64323 LICENSES SUPPORT 54.00 TOTAL CHECK 15,058.95 147684 11111 06/15/23 395 VERIZON WIRELESS 63212 ADMIN SERVICES 14.17 147684 11111 06/15/23 395 VERIZON WIRELESS 63212 BUILDING & INSPECTION 152.90 147684 11111 06/15/23 395 VERIZON WIRELESS 63212 GENERAL ENGINEERING 184.75 147684 11111 06/15/23 395 VERIZON WIRELESS 63212 IT SERVICES 98.83 147684 11111 06/15/23 395 VERIZON WIRELESS 63212 PARKS 72.34 147684 11111 06/15/23 395 VERIZON WIRELESS 63212 STREETS 82.78 TOTAL CHECK 605.77 147685 11111 06/15/23 398 VERMONT SYSTEMS, INC 64321 RECTRACK SUPPORT SVC 1,637.24 147686 11111 06/15/23 1524 VILLALOBOS & ASSOCIATES 64549 PRIDES CROSSING PROJ 5,985.00 147687 11111 06/15/23 402 VISTA LANDSCAPE & MAINTEN 64557 QUARRY PK ENHANCEMENT 9,985.00 147688 11111 06/15/23 432 WEST VALLEY COLLECTIONS 64532 JUNE CS BINS 536.00 147689 11111 06/15/23 696 ZAG TECHNICAL SERVICES, I 64315 MAY IT SUPPORT SVCS 2,101.25 147689 11111 06/15/23 696 ZAG TECHNICAL SERVICES, I 64315 MAY IT SUPPORT SVCS 1,133.75 TOTAL CHECK 3,235.00 TOTAL FUND 888,558.64 TOTAL REPORT 888,558.64 21 SUNGARD PUBLIC SECTOR PAGE NUMBER: 1 DATE: 06/22/2023 CITY OF SARATOGA VENCHK11 TIME: 13:08:07 CHECK REGISTER - FUND TOTALS ACCOUNTING PERIOD: 12/23 FUND FUND TITLE AMOUNT 111 GENERAL FUND 94,040.30 233 SARAHILLS LIGHTING DISTRI 240.70 241 ARROYO DE SARATOGA LANDSC 313.48 242 BONNET WAY LANDSCAPE 52.21 244 CUNNINGHAM/GLASGOW LANDSC 10.56 245 FREDERICKSBURG LANDSCAPE 534.69 246 GREENBRIAR LANDSCAPE 1,445.20 247 KERWIN RANCH LANDSCAPE 780.00 248 LEUTAR COURT LANDSCAPE 303.86 251 MCCARTYSVILLE LANDSCAPE 1,100.01 252 PRIDES CROSSING LANDSCAPE 1,098.35 253 SARATOGA LEGEND LANDSCAPE 453.23 255 TRICIA WOODS LANDSCAPE 200.00 256 ALLENDALE LANDSCAPE 300.00 257 COVINA LANDSCAPING DIST 210.00 271 BEUACHAMPS L&L 67.17 272 BELLGROVE L&L 5,977.54 273 GATEWAY L&L 1,117.37 274 HORSESHOE DRIVE L&L 310.55 276 TOLLGATE L&L 371.59 278 WESTBROOK L&L 526.47 279 BROOKVIEW L&L 677.30 291 HILL AVE SWMD 17.74 292 PARAMOUNT COURT SWD 1,121.33 411 CIP STREET PROJECTS FUND 63,198.91 412 CIP PARKS PROJECT FUND 11,497.41 414 CIP ADMIN PROJECTS FUND 16,386.30 422 PARK IN-LIEU FEES FUND 65,140.00 611 LIABILITY /RISK MGMT FUND 4,445.25 612 WORKERS COMP FUND 289.92 622 IT SERVICES 108.22 623 VEHICLE & EQUIPMENT MAINT 871.22 624 BUILDING MAINTENANCE 12,592.57 TOTAL REPORT 285,799.45 22 SUNGARD PUBLIC SECTOR PAGE NUMBER: 1 DATE: 06/22/2023 CITY OF SARATOGA VENCHK11 TIME: 13:06:57 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147690 11111 06/22/23 234 A T & T 63211 GATEWAY IRR CONTROL 26.72 147690 11111 06/22/23 234 A T & T 63211 ELEC PANEL CVC THTR 26.72 147690 11111 06/22/23 234 A T & T 63211 PHONE LNS PARKS/LIB 27.23 147690 11111 06/22/23 234 A T & T 63211 EMER POTS LINE 26.72 147690 11111 06/22/23 234 A T & T 63211 EMER POT LN CDD LBBY 26.72 147690 11111 06/22/23 234 A T & T 63211 EMER POTS LN VM 31.87 147690 11111 06/22/23 234 A T & T 63211 AM 1610 RADIO 26.72 147690 11111 06/22/23 234 A T & T 63211 BOOK GO ROUND ALARM 52.56 147690 11111 06/22/23 234 A T & T 63211 CSP HVB FOR IRR 52.93 TOTAL CHECK 298.19 147691 11111 06/22/23 35 ACCENT GRAPHICS 61167 NAME PLATE/NAMEPINS 60.02 147691 11111 06/22/23 35 ACCENT GRAPHICS 61111 NAME PLATE/NAMEPINS 146.86 TOTAL CHECK 206.88 147692 11111 06/22/23 953 ARC DOCUMENT SOLUTIONS, L 64121 PRINTING SERVICES 252.62 147693 11111 06/22/23 641 BKF ENGINEERS 81143 MAY RR XING FREDERICK 3,228.26 147693 11111 06/22/23 641 BKF ENGINEERS 81143 MAY RR XING FREDERICK 269.15 TOTAL CHECK 3,497.41 147694 11111 06/22/23 552 CA DEPARTMENT OF JUSTICE 64161 MAY FINGERPRINT APPS 32.00 147695 11111 06/22/23 188 CITY OF CAMPBELL 62235 Q4 FY22/23 WASTE MGMT 13,749.45 147696 11111 06/22/23 1357 COMCAST 63213 COMCAST (PROSPECT) 108.22 147697 11111 06/22/23 1598 DACO CONSTRUCTION 81161 HORSESHOE STORM LINE 24,900.00 147698 11111 06/22/23 342 DATA TICKET INC 62481 MAY 2023 CITATION 100.00 147699 11111 06/22/23 274 DFM ASSOCIATES 61111 2023 ELECTION CODE BK 90.78 147700 11111 06/22/23 1717 DINSMORE LANDSCAPE COMPAN 64541 JUN AZULE PARK 715.00 147700 11111 06/22/23 1717 DINSMORE LANDSCAPE COMPAN 64541 JUN BROOKGLEN PARK 120.00 147700 11111 06/22/23 1717 DINSMORE LANDSCAPE COMPAN 64541 JUN FOOTHILL PARK 191.00 147700 11111 06/22/23 1717 DINSMORE LANDSCAPE COMPAN 64541 JUN GARDINER PARK 191.00 147700 11111 06/22/23 1717 DINSMORE LANDSCAPE COMPAN 64547 JUN PRODES CROSSING 268.00 147700 11111 06/22/23 1717 DINSMORE LANDSCAPE COMPAN 64543 JUN PROSPECT MEDIANS 417.00 147700 11111 06/22/23 1717 DINSMORE LANDSCAPE COMPAN 64541 JUN RAVENWOOD PARK 120.00 147700 11111 06/22/23 1717 DINSMORE LANDSCAPE COMPAN 64555 JUN TRL DOG STATION 652.00 TOTAL CHECK 2,674.00 147701 11111 06/22/23 1655 EVANGELINE BUNDANG 66211 ENGAGE CONF MEALS 34.00 147701 11111 06/22/23 1655 EVANGELINE BUNDANG 66212 ENGAGE CONF TRAVEL 26.59 147701 11111 06/22/23 1655 EVANGELINE BUNDANG 66212 ENGAGE CONF TRAVEL 23.82 147701 11111 06/22/23 1655 EVANGELINE BUNDANG 66212 ENGAGE CONF TRAVEL 601.00 TOTAL CHECK 685.41 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY ALLENDALE MEDIANS 150.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY ALLNDALE/HARLEIGH 150.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY AUSTIN WAY 100.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64541 MAY BEAUCHAMPS PARK 360.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64541 MAY BLANEY PLAZA 300.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY BROOKGLEN LLA 175.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY CANYON VIEW/ELVA 45.00 23 SUNGARD PUBLIC SECTOR PAGE NUMBER: 2 DATE: 06/22/2023 CITY OF SARATOGA VENCHK11 TIME: 13:06:57 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64541 MAY CONGRESS SPRINGS 600.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY COVINA LLA 105.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64221 MAY DOWNTOWN LNDSCAPE 700.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64221 MAY DOWNTOWN TRASH 200.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY FREDRICKSBURG LLA 215.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY HORSESHOE LLA 150.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY HWY 9/VICKERY 57.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY KERWIN RANCH LLA 390.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY LEGENDS LLA 200.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64548 MAY LIBRARY 688.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY MCCARTYSVILLE LLA 325.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY PALO OAKS/COX AVE 132.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY PARAMOUNT LLA 495.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64541 MAY PARK TRASH DETAIL 575.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64542 MAY PROSPECT CENTER 600.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY QUITO/MARTHA 150.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY SARATOGA/KOSICH 85.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY SEAGRAVES 100.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY TOLLGATE LLA 100.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY TRICIA WOODS LLA 100.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY TRINITY 40.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 MAY WESTBROOK LLA 100.00 147702 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 MAY WORDEN WAY MED 88.00 TOTAL CHECK 7,475.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN ALLENDALE MEDIANS 150.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN ALLNDALE/HARLEIGH 150.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN AUSTIN WAY 100.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64541 JUN BEAUCHAMPS PARK 360.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64541 JUN BLANEY PLAZA 300.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN BROOKGLEN LLA 175.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN CANYON VIEW/ELVA 45.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64541 JUN CONGRESS SPRINGS 600.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN COVINA LLA 105.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64221 JUN DOWNTOWN LNDSCAPE 700.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64221 JUN DOWNTOWN TRASH 200.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN FREDRICKSBURG LLA 215.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN HORSESHOE LLA 150.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN HWY 9/VICKERY 57.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN KERWIN RANCH LLA 390.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN LEGENDS LLA 200.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64548 JUN LIBRARY 688.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN MCCARTYSVILLE LLA 325.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN PALO OAKS/COX AVE 132.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN PARAMOUNT LLA 495.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64541 JUN PARK TRASH DETAIL 575.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64542 JUN PROSPECT CENTER 600.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN QUITO/MARTHA 150.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN SARATOGA/KOSICH 85.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN SEAGRAVES 100.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN TOLLGATE LLA 100.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN TRICIA WOODS LLA 100.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN TRINITY 40.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64547 JUN WESTBROOK LLA 100.00 147703 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 64543 JUN WORDEN WAY MED 88.00 TOTAL CHECK 7,475.00 24 SUNGARD PUBLIC SECTOR PAGE NUMBER: 3 DATE: 06/22/2023 CITY OF SARATOGA VENCHK11 TIME: 13:06:57 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147704 11111 06/22/23 454 GACHINA LANDSCAPE MANAGEM 81161 JUN MNTHLY WEED ABATE 884.00 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61331 ROAD MAINT SUPPLIES 54.65 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61331 HAMMER DRILL 250.47 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 LANDSCAPE SUPPLIES 339.92 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61331 DIP CUT CLOVES 83.64 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 SHUTOFF COUPLINGS 726.37 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 TOPSOIL 3.58 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 TREE STAKES/CUTTERS 53.51 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 RED MULCH 56.58 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 SHOVELS 661.69 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 BLUE COOLING TOWELS 187.27 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 HEAVY DUTY TARPS 128.24 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 64221 VILLAGE REPAIR SPPL 27.17 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61331 ROAD MAINT SUPPLIES 136.41 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61341 LANDSCAPE SUPPLIES 265.59 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61331 ROAD MAINT SUPPLIES 41.39 147705 11111 06/22/23 488 HOME DEPOT CREDIT SERVICE 61331 GOGGLES/GLOVES 69.40 TOTAL CHECK 3,085.88 147706 11111 06/22/23 500 JOHN SCHROEDER 22113 REF BD DEP ARB21-0076 2,200.00 147706 11111 06/22/23 500 JOHN SCHROEDER 22111 REF DEP ARB21-0076 741.94 147706 11111 06/22/23 500 JOHN SCHROEDER 22111 REF DEP GEO21-0028 666.25 TOTAL CHECK 3,608.19 147707 11111 06/22/23 1546 LYNX TECHNOLOGIES, INC. 64341 MAY GIS SUPPORT 525.00 147707 11111 06/22/23 1546 LYNX TECHNOLOGIES, INC. 64341 MAY GIS SUPPORT 525.00 TOTAL CHECK 1,050.00 147708 11111 06/22/23 1750 MARIO TOPETE TREE CARE, I 64581 PARKER RANCH TRL TREE 840.00 147709 11111 06/22/23 981 MARVEL BUILDING&MARSONRY- 81121 CIP ROADWAY IMP SPPL 722.86 147710 11111 06/22/23 1572 NBBM SERVICES, INC 64511 JANITORIAL SERVICES 1,148.00 147710 11111 06/22/23 1572 NBBM SERVICES, INC 64511 JANITORIAL SERVICES 1,316.00 TOTAL CHECK 2,464.00 147711 11111 06/22/23 1732 NWESTCO LLC 64611 GAS PUMP REPAIRS 871.22 147712 11111 06/22/23 1745 ODP BUSINESS SOLUTIONS, L 61111 OFFICE SUPPLIES 80.46 147712 11111 06/22/23 1745 ODP BUSINESS SOLUTIONS, L 61111 OFFICE SUPPLIES 7.63 147712 11111 06/22/23 1745 ODP BUSINESS SOLUTIONS, L 61111 OFFICE SUPPLIES 14.18 147712 11111 06/22/23 1745 ODP BUSINESS SOLUTIONS, L 61111 OFFICE SUPPLIES 167.99 TOTAL CHECK 270.26 147713 11111 06/22/23 1070 OMEGA INDUSTRIAL SUPPLY, 61341 LANDSCAPE SUPPLIES 657.62 147714 11111 06/22/23 1658 ORCHARD KEEPERS, INC. 64554 MAY ORCHARD MAINT 23,225.73 147715 11111 06/22/23 1087 OSCAR URVIZO TELLEZ/OSCAR 64581 QUITO PK TREE MAINT 1,575.00 147715 11111 06/22/23 1087 OSCAR URVIZO TELLEZ/OSCAR 64581 QUITO EUCALYPTUS RMV 4,750.00 147715 11111 06/22/23 1087 OSCAR URVIZO TELLEZ/OSCAR 64581 GARDINER PK TREE RMV 6,250.00 147715 11111 06/22/23 1087 OSCAR URVIZO TELLEZ/OSCAR 64581 FRUITVALE TREE RMV 2,625.00 TOTAL CHECK 15,200.00 25 SUNGARD PUBLIC SECTOR PAGE NUMBER: 4 DATE: 06/22/2023 CITY OF SARATOGA VENCHK11 TIME: 13:06:57 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 BEAUCHAMPS 67.17 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 BELLGROVE CIRCLE 573.83 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 BUILDINGS 10,016.54 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 CUNNINGHAM/GLASGOW 10.56 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 HORSESHOE DR. LNDSCAP 10.55 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 MCCARTYSVILLE 21.24 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 PARKS/OPEN SPACE 965.56 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 PRIDES CROSSING 30.95 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 SARAHILLS LIGHTING 240.70 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 TOLLGATE 16.58 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 TRAFFIC SIGNALS 1,893.69 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 CITYWIDE STREETLIGHTS 963.30 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 VILLAGE LIGHTING 2,887.08 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 AZULE LIGHTING 256.22 147716 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 QUITO LIGHTING 713.61 TOTAL CHECK 18,667.58 147717 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 PUB LIB/LNDSCP LIGHTS 24.64 147718 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 CITYWIDE STREETLIGHTS 24.00 147719 11111 06/22/23 173 PACIFIC GAS & ELECTRIC 63111 VILLAGE LIGHTING 504.32 147720 11111 06/22/23 1550 PLAN JPA 62419 MAY GEN LIAB CLAIMS 4,445.25 147721 11111 06/22/23 1777 PUBLIC SOLUTION CONSULTIN 64549 REVIEW OF LANDSCAPE .48 147721 11111 06/22/23 1777 PUBLIC SOLUTION CONSULTIN 64549 REVIEW OF LANDSCAPE 17.74 147721 11111 06/22/23 1777 PUBLIC SOLUTION CONSULTIN 64549 REVIEW OF LANDSCAPE 24.84 147721 11111 06/22/23 1777 PUBLIC SOLUTION CONSULTIN 64549 REVIEW OF LANDSCAPE 49.34 147721 11111 06/22/23 1777 PUBLIC SOLUTION CONSULTIN 64549 REVIEW OF LANDSCAPE 53.23 147721 11111 06/22/23 1777 PUBLIC SOLUTION CONSULTIN 64549 REVIEW OF LANDSCAPE 155.01 147721 11111 06/22/23 1777 PUBLIC SOLUTION CONSULTIN 64549 REVIEW OF LANDSCAPE 326.47 147721 11111 06/22/23 1777 PUBLIC SOLUTION CONSULTIN 64221 REVIEW OF LANDSCAPE 541.54 TOTAL CHECK 1,168.65 147722 11111 06/22/23 500 RAY FROESS 68353 NGHBHD WATCH GRANT 300.00 147723 11111 06/22/23 1338 ROBERT CHAVEZ FENCING 81161 CSP PONY FIELD FENCE 8,000.00 147724 11111 06/22/23 1338 ROBERT CHAVEZ FENCING 64212 CSP FOUL/TRAFFIC POLE 1,500.00 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 12050 BROOKGLN DR 50% 277.96 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 ARROYO DE SARATOGA 313.48 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 BELLGROVE 5,403.71 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 BONNET WAY 10% 52.21 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 FREDERICKSBURG 104.69 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 GATEWAY PROJECT 1,117.37 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 GREENBRIAR 520.20 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 LEUTAR CT 303.86 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 MCCARTYSVILLE 25% 85.66 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 PARAMOUNT COURT 106.49 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 PARKS/OPEN SPACE 1,027.45 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 PRIDES CROSSING 799.40 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 MCCARTYSVILLE 342.63 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 MEDIANS/PARKWAYS 590.90 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 MED/PRKWYS 90% BONNET 469.91 26 SUNGARD PUBLIC SECTOR PAGE NUMBER: 5 DATE: 06/22/2023 CITY OF SARATOGA VENCHK11 TIME: 13:06:57 CHECK REGISTER ACCOUNTING PERIOD: 12/23 FUND - 009 - DISBURSEMENT FUND CHECK NUMBER CASH ACCT DATE ISSUED --------------VENDOR-------------- ACCT -------DESCRIPTION------- AMOUNT 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 MED/PRKWYS 50% BRKGLN 277.95 147725 11111 06/22/23 87 SAN JOSE WATER COMPANY 63112 MED/MCCARTYSVILLE 75% 256.97 TOTAL CHECK 12,050.84 147726 11111 06/22/23 500 SARATOGA FOOTHILL CLUB 68532 MEMORIAL DAY EVENT 794.48 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 62132 LL0006752311 432.40 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 81131 LL0006753042 1,366.20 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 81131 LL0006753050 1,370.80 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 81131 LL0006753057 1,370.80 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 81131 LL0006753060 1,370.80 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 81131 LL0006753062 1,370.80 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 81131 LL0006753065 1,386.90 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 62132 LL0006753068 1,334.00 147727 11111 06/22/23 313 BAY AREA NEWS GROUP 62132 LL0006753071 531.30 TOTAL CHECK 10,534.00 147728 11111 06/22/23 1394 ST. FRANCIS ELECTRIC, LLC 64534 TS ON CALL SERVICES 1,864.00 147729 11111 06/22/23 1246 STATEWIDE TRAFFIC SAFETY 81121 STREETS SUPPLIES 77.05 147730 11111 06/22/23 500 SUBHASHINI RAJANA 68353 NGHBHD WATCH GRANT 300.00 147731 11111 06/22/23 1261 THE FRUITGUYS 61192 EMPLOYEE WELLNESS 207.92 147731 11111 06/22/23 1261 THE FRUITGUYS 61192 EMPLOYEE WELLNESS 82.00 TOTAL CHECK 289.92 147732 11111 06/22/23 1524 VILLALOBOS & ASSOCIATES 81161 QUITO PK PICKLEBALL 59,218.18 147732 11111 06/22/23 1524 VILLALOBOS & ASSOCIATES 81161 QUITO PK PICKLEBALL 5,921.82 TOTAL CHECK 65,140.00 147733 11111 06/22/23 1524 VILLALOBOS & ASSOCIATES 64549 GUAVA CT FENCE REPAIR 925.00 147734 11111 06/22/23 1524 VILLALOBOS & ASSOCIATES 81161 COX/MILLER CROSSWALK 2,200.00 147735 11111 06/22/23 1524 VILLALOBOS & ASSOCIATES 81161 OAK ST ADA RAMP PROJ 8,150.00 147736 11111 06/22/23 1524 VILLALOBOS & ASSOCIATES 81161 PIERCE RD PROJECT 24,950.00 147737 11111 06/22/23 402 VISTA LANDSCAPE & MAINTEN 81161 HERRIMAN WOOD WALL 9,465.00 TOTAL FUND 285,799.45 TOTAL REPORT 285,799.45 27 SARATOGA CITY COUNCIL MEETING DATE:July 5,2023 DEPARTMENT:Administrative Services PREPARED BY:Ann Xu, Accountant SUBJECT:Treasurer’s Report for the Month Ended May 31, 2023 RECOMMENDED ACTION: Review and accept the Treasurer’s Report for the month ended May 31, 2023. BACKGROUND: California government code section 41004 requires that the City Treasurer submits to the City Clerk and the legislative body a written report and accounting of all receipts, disbursements, and fund balances. The Municipal Code of the City of Saratoga, Article 2-20, Section 2-20.035 designates the City Manager as the City Treasurer. This report is prepared to fulfill this requirement. The following attachments provide various financial transaction data for the City of Saratoga’s Funds collectively as well as specifically for the City’s General (Operating) Fund, including an attachment from the State Treasurer’s Office of Quarterly Local Agency Investment Fund (LAIF) rates from the 1st Quarter of 1977 to the present. FISCAL STATEMENT: Cash and Investments Balance by Fund As of May 31, 2023, the City’s unaudited cash and investments totaled $42,590,699. The City Council’s adopted policy on the Working Capital Reserve Fund states that effective July 1, 2016: for cash flow purposes and to avoid the occurrence of dry period financing, pooled cash from all funds should not be allowed to fall below $1,000,000. The total pooled cash balance of $42.6 million exceeds the minimum amount required. Comerica Bank 1,539,616$ Deposit with LAIF 41,051,083$ Total Cash 42,590,699$ Cash Summary 28 City’s Current Financial Position In accordance with California government code section 53646 (b) (3), the City is financially well positioned and able to meet its estimated expenditure requirements for the next six months. As of May 31, 2023, the City’s financial position (Assets $42.5M, Liabilities $5.3M, and Fund Equity $37.2M) remains very strong and there are no issues in meeting financial obligations now or in the foreseeable future. The following Fund Balance schedule represents actual funding available for all funds at the end of the monthly period. This amount differs from the above Cash Summary schedule as assets and liabilities are components of the fund balance. As illustrated in the summary below, Total Cash is adjusted by the addition of Total Assets less the amount of Total Liabilities to arrive at the Ending Fund Balance –which represents the actual amount of funds available. ATTACHMENTS: Table 1 – Change in Total Fund Balances by Fund Table 2 – Change in Total Fund Balances by CIP Project Chart 1 – Change in Investment Pool Balance by Month Chart 2 – Local Agency Investment Fund (LAIF) Quarterly Apportionment Rates "+ Total Cash 42,590,699$ Plus: Assets (132,899) Less: Liabilities (5,260,654) Ending Fund Balance 37,197,146$ Adjusting Cash to Ending Fund Balance 29 TABLE 1: CHANGES IN TOTAL FUND BALANCE *Negative fund balance due to authorized spending of anticipated revenues Fund Description Prior Year Carryforward 7/1/2022 Increase/ (Decrease) Jul - Apr Current Revenue Current Expenditure Transfer In Transfer Out Fund Balance 5/31/2023 General Fund Committed Fund Balances: Hillside Stability Reserve 1,000,000 - - - - - 1,000,000 Assigned Fund Balances: Future Capital Replacement & Efficiency Project Reserve 3,509,000 - - - - - 3,509,000 Carryforwards Reserve 20,000 - - - - - 20,000 Facility Reserve 3,700,000 - - - - - 3,700,000 Unassigned Fund Balances: Working Capital Reserve 1,000,000 - - - - (1,000,000) - Fiscal Stabilization Reserve 3,250,000 - - - - - 3,250,000 Compensated Absences Reserve 330,000 - - - - - 330,000 Other Unassigned Fund Balance Reserve (Pre YE distribution)2,601,458 6,220,796 1,035,509 (2,757,875) - (2,889,000) 4,210,888 General Fund Total 15,410,458 6,220,796 1,035,509 (2,757,875) - (3,889,000) 16,019,888 Special Revenue Landscape/Lighting Districts 977,231 14,551 119 (100,588) - - 891,312 ARPA Federal Grants 7,127,589 - - - - - 7,127,589 2023 Storm Fund - (744,106) - (11,140) 1,100,000 - 344,754 Special Revenue Fund Total 8,104,820 (729,556) 119 (111,728) 1,100,000 - 8,363,655 Debt Service Library Bond 805,311 (293,467) 5,448 - - - 517,292 Arrowhead Bond 124,402 21,593 - - - - 145,995 Debt Service Fund Total 929,714 (271,874) 5,448 - - - 663,287 Internal Service Fund Liability/Risk Management 641,403 (273,155) 2,068 (6,377) - - 363,939 Workers Compensation 232,829 (59,796) 3,043 (4,097) - - 171,978 Office Support Fund 155,443 5,924 723 (2,705) - - 159,386 Information Technology Services 661,159 (11,082) 818 (41,102) - - 609,793 Vehicle & Equipment Maintenance 278,317 (24,323) - (15,428) - - 238,565 Building Maintenance 764,302 (68,981) 1,460 (59,965) - - 636,816 Vehicle & Equipment Replacement 624,103 111,790 - - - - 735,893 Technology Replacement 798,337 88,973 - (1,741) - - 885,569 Facility FFE Replacement 753,653 98,649 - (43,671) - - 808,631 Internal Service Fund Total 4,909,545 (132,001) 8,112 (175,085) - - 4,610,570 Trust/Agency WVCWP Agency Fund 558,655 (50,740) 276 (50,297) - - 457,893 Trust/Agency Fund Total 558,655 (50,740) 276 (50,297) - - 457,893 Capital Project Street Projects 3,381,066 (1,570,543) 37,901 (30,215) 2,239,000 - 4,057,210 Park and Trail Projects 849,562 (165,086) - (34,688) 275,000 - 924,789 Facility Projects 623,475 (173,149) 21,167 (1,200) - - 470,293 Administrative Projects 1,429,921 (274,773) 64,773 (6,803) 275,000 - 1,488,118 Tree Fund Projects 52,541 600 - - - - 53,141 Park In-Lieu Projects 1,172,555 (30,666) - (1,755) - - 1,140,135 CIP Grant Street Projects (46,912) (11,133) - - - - (58,046) * CIP Grant Park & Trail Projects - 95,000 (5,000) - - - 90,000 CIP Grant Administrative Projects (164,574) (22,413) - - - - (186,987) * CIP Grant ARPR/SLFRF Projects - (534,177) - (46,526) - - (580,704) * Gas Tax Fund Projects 247,731 (661,695) 97,867 - - - (316,097) * CIP Fund Total 7,545,366 (3,348,036) 216,708 (121,186) 2,789,000 - 7,081,852 Total City 37,458,558 1,688,589 1,266,171 (3,216,172) 3,889,000 (3,889,000)37,197,146 30 TABLE 2: FUND BALANCES BY CIP PROJECT *Negative fund balance due to authorized spending of anticipated revenues CIP Funds/Projects Prior Year Carryforward 7/1/2022 Increase/ (Decrease) Jul - Apr Current Revenue Current Expenditure Transfer In Transfer Out Fund Balance 5/31/2023 Street Projects Annual Road Improvements 1,009,556 (909,149) 37,901 (18,630) 1,000,000 - 1,119,678 Roadway Safety & Traffic Calming 147,118 (83,669) - - 150,000 - 213,449 Citywide Traffic Signal Battery Backup 266,315 (24,324) - - 30,000 - 271,991 Portable Radar Feedback Sign 1,548 - - - - - 1,548 Local Roadway Safety Plan 3,410 (363) - - - - 3,047 Traffic Signal Controller Upgrades - - - - 80,000 - 80,000 Prospect/Saratoga Median Improvement 309,379 - - - - - 309,379 Village Clock 8,626 (6,066) - - - - 2,560 Big Basin Way/Blaney Trash Can Replacement 50,802 (18,000) - - - - 32,802 Annual Infrastructure Maintenance & Repairs 41,431 (132,231) - - 250,000 - 159,200 Guava Court Curb & Gutter Replacement 280,000 (24,184) - - - - 255,816 El Camino Grande Storm Drain Pump 104 - - - - - 104 Saratoga Village Crosswalk & Sidewalk Rehabilitation 49,055 (17,331) - - - - 31,724 Quito Road Sidewalk Improvements 43,370 - - - - - 43,370 Saratoga/Sunnyvale Road Sidewalk 92,158 - - - - - 92,158 Saratoga Sunnyvale Rd. Pathway Rehab Cox to RRX - - - - 50,000 - 50,000 Quito Road Sidewalk Rehabilitation and Gap Closure 182,609 - - - - - 182,609 Quito Road Sidewalk Rehabilitation Gap Closure Phase 2 - - - - 300,000 - 300,000 Fourth Street Bridge Widening 99,837 (3,031) - - - - 96,806 Quito Road Bridge Replacement 132,197 (4,719) - - - - 127,478 Quito Road Bridge - ROW Acquisition 3,662 - - - - - 3,662 Bridge Rehabilitation Project Phase 1 - - - - 350,000 - 350,000 Annual Retaining Wall Maintenance & Repairs 193,860 (18,129) - (8,597) 171,410 - 338,543 Mt. Eden Erosion Repair 59,622 (8,757) - (2,988) - - 47,877 Continental Circle Landslide Stabilization 57,447 - - - - - 57,447 Pierce Road Retainment 328,880 (320,589) - - 28,590 - 36,881 Mt. Eden Emergency Landslide 20,080 - - - - - 20,080 Unallocated Street Funds - - - - (171,000) - (171,000) Total Street Projects 3,381,066 (1,570,543) 37,901 (30,215) 2,239,000 - 4,057,210 Parks & Trails Projects Park/Trail Repairs 32,873 (38,779) - (14,202) 250,000 - 229,892 Hakone Gardens Infrastructure Improvements 16,599 (53,034) - - 25,000 - (11,435) * Hakone Pond Reconstruction 300,000 - - - - - 300,000 Beauchamps Park Playground Replacement 35,131 (33,858) - (5,218) - - (3,945) * Guava/Fredericksburg Entrance 235,970 (125,416) - (15,267) - - 95,287 Saratoga Village to Quarry Park Walkway - Design 228,989 - - - - - 228,989 Unallocated Park Funds - 86,000 - - - - 86,000 Total Parks & Trails Projects 849,562 (165,086) - (34,688) 275,000 - 924,789 Facility Projects Open Work Space 80,000 - - (1,200) - - 78,800 Civic Theater Improvements - 17,269 2,287 - - - 19,557 PEG Funded Project 113,650 38,083 18,879 - - - 170,613 Community Center Improvement 24,513 (5,029) - - - - 19,484 Community Center Generator and EV Charging Stations 395,312 (228,473) - - - - 166,839 Library Building Exterior Maintenance 10,000 5,000 - - - - 15,000 Total Facility Projects 623,475 (173,149) 21,167 (1,200) - - 470,293 Administrative and Technology Projects Safe Routes to School - (1,245) - - 160,000 - 158,755 City Website/Intranet 16,948 - - - - - 16,948 Development Technology 20,538 (14,926) 269 (4,547) - - 1,334 Software Technology Management 118,695 62,508 5,861 - - - 187,064 LLD Initiation Match Program 25,000 (4,319) - (513) - - 20,168 Horseshoe Beautification 13,295 (2,905) - (1,058) - - 9,331 Business Renewal Program 6,643 (2,345) - - - - 4,298 Citywide Accessibility Assessment 28,066 (93,150) - (650) 100,000 - 34,266 City Art Program 53,669 - - - 25,000 - 78,669 Safe Routes to School Needs Assessment 15,748 - - - - - 15,748 El Quito Neighborhood Improvements 284,507 - - - - - 284,507 Parking District ADA Improvements and Rehabilitation 250,000 - - - - - 250,000 Storm Drain Master Plan 300,000 - - - - - 300,000 ADA Self Assessment - (2,250) - - 322,500 - 320,250 General Plan Update 238,592 (216,141) 58,644 (35) 250,000 - 331,060 Wildfire Mitigation Program 4,067 - - - - - 4,067 Risk Management Project Funding 54,153 - - - - - 54,153 Unallocated Administrative Funds - - - - (582,500) - (582,500) Total Administrative and Technology Projects 1,429,921 (274,773) 64,773 (6,803) 275,000 - 1,488,118 31 TABLE 2 (cont.): FUND BALANCES BY CIP PROJECT *Negative fund balance due to authorized spending of anticipated revenues CIP Funds/Projects Prior Year Carryforward 7/1/2022 Increase/ (Decrease) Jul - Apr Current Revenue Current Expenditure Transfer In Transfer Out Fund Balance 5/31/2023 Tree Fund Projects Citywide Tree Planting Program 26,666 600 - - - - 27,266 Tree Dedication Program 25,875 - - - - - 25,875 Total Tree Fund Projects 52,541 600 - - - - 53,141 Park In-Lieu Projects Orchard Irrigation & Tree Planting 10,947 (37,710) - - 30,000 - 3,237 Hakone Gardens Infrastructure 82,420 - - - - - 82,420 Hakone Gardens Neighbor Wood Fence Replacement - - - 75,000 - 75,000 Quarry Park Maintenance Building Utility Project - - - 35,000 - 35,000 Beauchamps Park Playground Replacement 10,079 (60,079) - - 50,000 - - EL Quito Park Pickleball - (60,004) - (1,755) 154,299 - 92,540 Joe's Trail Phase II - (1,245) - - 132,000 - 130,755 Joe's Trail Phase III - - - - 264,000 - 264,000 Trail Pet Stations 25,000 - - - - - 25,000 Saratoga Village to Quarry Park Walkway - Design 73,810 - - - 150,000 - 223,810 Village Oaks Bridge Reconstruction and Erosion Control - - - - 30,000 - 30,000 Hakone Gardens to Quarry Park Trail Gap Closure Phase 1 - - - - 50,000 - 50,000 Park and Trail Fire Mitigation - - - - 100,000 - 100,000 Unallocated Park In-Lieu Funds 970,299 128,372 - - (1,070,299) - 28,372 Total Park In-Lieu Projects 1,172,555 (30,666) - (1,755) - - 1,140,135 CIP Grant Street Projects Local Roadway Safety Plan (1,619) (3,263) - - - - (4,882) * Prospect/Saratoga Median Improvement (19,217) 3,099 - - - - (16,119) * Citywide Signal Upgrade II 18 - - - - - 18 Saratoga Ave Sidewalk (34,146) - - - - - (34,146) * Village Sidewalk, Curb & Gutter - Phase II Construction (91) - - - - - (91) * Saratoga Village Crosswalk & Sidewalk Rehabilitation (834) - - - - - (834) * 4th Street Bridge - (10,969) - - - - (10,969) * Quito Bridge Replacement 18,597 - - - - - 18,597 Quito Road Bridges - ROW Acquisition (9,619) - - - - - (9,619) * Total CIP Grant Street Projects (46,912) (11,133) - - - - (58,046) CIP Grant Park & Trail Projects Park and Trail Fire Mitigation - 95,000 (5,000) - - - 90,000 Total CIP Grant Park & Trail Projects - 95,000 (5,000) - - - 90,000 CIP Grant Administrative Projects CDD Software/ADA (14,574) 54,310 - - - - 39,736 General Plan Update (LEAP)(150,000) (76,723) - - - - (226,723) * Total CIP Grant Administrative Projects (164,574) (22,413) - - - - (186,987) CIP Grant ARPA/SLFRF Projects Park Sewer Lateral Replacement - (800) - (1,369) - - (2,169) * Storm Water Master Plan - (375,795) - (648) - - (376,442) * Stormwater Pollution Prevention Program Compliance (SWPPP)- (4,663) - (41,000) - - (45,663) * Saratoga Village Water Improvement - (152,920) - (3,510) - - (156,430) * Total CIP Grant ARPA/SLFRF Projects - (534,177) - (46,526) - - (580,704) Gas Tax Fund Projects Annual Roadway Improvements 194,170 (661,695) 97,867 - - - (369,658) * Prospect/Saratoga Median Improvements 48,278 - - - - - 48,278 Big Basin Way Sidewalk Repairs (1,802) - - - - - (1,802) * Quito Road Bridges 7,085 - - - - - 7,085 Total Gas Tax Fund Projects 247,731 (661,695) 97,867 - - - (316,097) Total CIP Funds 7,545,366 (3,348,036) 216,708 (121,186) 2,789,000 - 7,081,852 32 CHART 1: CHANGE IN INVESTMENT POOL BALANCE BY MONTH 33 CHART 2 March June September December 1977 5.68 5.78 5.84 6.45 1978 6.97 7.35 7.86 8.32 1979 8.81 9.10 9.26 10.06 1980 11.11 11.54 10.01 10.47 1981 11.23 11.68 12.40 11.91 1982 11.82 11.99 11.74 10.71 1983 9.87 9.64 10.04 10.18 1984 10.32 10.88 11.53 11.41 1985 10.32 9.98 9.54 9.43 1986 9.09 8.39 7.81 7.48 1987 7.24 7.21 7.54 7.97 1988 8.01 7.87 8.20 8.45 1989 8.76 9.13 8.87 8.68 1990 8.52 8.50 8.39 8.27 1991 7.97 7.38 7.00 6.52 1992 5.87 5.45 4.97 4.67 1993 4.64 4.51 4.44 4.36 1994 4.25 4.45 4.96 5.37 1995 5.76 5.98 5.89 5.76 1996 5.62 5.52 5.57 5.58 1997 5.56 5.63 5.68 5.71 1998 5.70 5.66 5.64 5.46 1999 5.19 5.08 5.21 5.49 2000 5.80 6.18 6.47 6.52 2001 6.16 5.32 4.47 3.52 2002 2.96 2.75 2.63 2.31 2003 1.98 1.77 1.63 1.56 2004 1.47 1.44 1.67 2.00 2005 2.38 2.85 3.18 3.63 2006 4.03 4.53 4.93 5.11 2007 5.17 5.23 5.24 4.96 2008 4.18 3.11 2.77 2.54 2009 1.91 1.51 0.90 0.60 2010 0.56 0.56 0.51 0.46 2011 0.51 0.48 0.38 0.38 2012 0.38 0.36 0.35 0.32 2013 0.28 0.24 0.26 0.26 2014 0.24 0.22 0.24 0.25 2015 0.26 0.28 0.32 0.37 2016 0.46 0.55 0.60 0.68 2017 0.78 0.92 1.07 1.20 2018 1.51 1.90 2.16 2.40 2019 2.55 2.57 2.45 2.29 2020 2.03 1.36 0.84 0.63 2021 0.44 0.33 0.24 0.23 2022 0.32 0.75 1.35 2.07 2023 2.74 Quarterly Apportionment Rates Local Agency Investment Fund 34 SARATOGA CITY COUNCIL MEETING DATE:July 5, 2023 DEPARTMENT:Public Works, Streets and Fleet Division PREPARED BY:Rick Torres, Public Works Manager SUBJECT:Nine-month extension of contract for street sweeping services in the amount not-to-exceed $200,000.00 RECOMMENDED ACTION: Extend the street sweeping contract with SCA of CA, LLC.for an additional nine-month term in the amount of $185,530.50 for scheduled sweeping and authorize an additional $14,469.50 for unscheduled sweeping services for a total not-to-exceed $200,000.00. BACKGROUND: At the annual contract meeting with the City’s street sweeping contractor, SCA of CA, LLC., both the Contractor and City staff agreed to a nine-month extension of the current contract for Citywide Street Sweeping Services. The contract will be extended from July 1, 2023,to March 31,2024. It is expected that, as of April 1, 2024, street sweeping service will be included in the City’s solid waste contract. The City will, therefore, no longer need to independently contract out Street Sweeping Services. It is recommended that the City Council authorize the extension of the current street sweeping contract to SCA of CA, LLC for an additional nine months in the amount of $185,530.50 for scheduled sweeping as well as $14,469.50 for unscheduled sweeping for a not-to-exceed total of $200,000.00 and authorize the City Manager to execute the same. ATTACHMENTS: Attachment A –Original 2019 Contract and First Amendment for Contract Sweeping Services Attachment B –Second Amendment to existing contract 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 &RQWUDFWRU3URMHFW1DPH  5HY&LW\RI6DUDWRJD&RQWUDFW$PHQGPHQW3DJHRI  City of Saratoga Contract Amendment  7KLV&RQWUDFW$PHQGPHQWLVPDGHDW6DUDWRJD&DOLIRUQLDE\DQGEHWZHHQWKH&LW\RI6DUDWRJD DPXQLFLSDOFRUSRUDWLRQ &LW\ DQGBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB &RQWUDFWRU ZKRDJUHHWKDW   &LW\DQG&RQWUDFWRUHQWHUHGLQWRDQDJUHHPHQWGDWHGBBBBBBBBBBBBBBBBBBB ³2ULJLQDO$JUHHPHQW´ DQGZLVKWRDPHQGWKH2ULJLQDO$JUHHPHQWDVVHWIRUWKLQWKHSURYLVLRQV FKHFNHGEHORZ7HUPVQRWGHILQHGLQWKLV&RQWUDFW$PHQGPHQWVKDOOKDYHWKHPHDQLQJXVHGLQ WKH2ULJLQDO$JUHHPHQWDQGWKHSURYLVLRQVRIWKH2ULJLQDO$JUHHPHQWVKDOODSSO\WRLQWHUSUHWDWLRQ DQGHQIRUFHPHQWRIWKLV&RQWUDFW$PHQGPHQW  Amended Term. 7KHWHUPRIWKH2ULJLQDO$JUHHPHQWFRPPHQFHGRQWKH(IIHFWLYH'DWHDQGLVKHUHE\ H[WHQGHGWKURXJKBBBBBBBBBBBBBBBBBBB(insert new termination date)RUWKH FRPSOHWLRQRIWKHSURMHFWZKLFKHYHURFFXUVILUVWXQOHVVLWLVIXUWKHUH[WHQGHGE\ZULWWHQ PXWXDODJUHHPHQWEHWZHHQWKHSDUWLHVSURYLGHGWKDWWKHSDUWLHVUHWDLQWKHULJKWWR WHUPLQDWHWKLV$JUHHPHQWDVSURYLGHGLQ([KLELW&WRWKH2ULJLQDO$JUHHPHQW  Amended Scope of Work. 7KH6FRSHRI:RUNWHUPVLQFOXGHGDV([KLELW V BBBBBBBBBBBBBBBBBBBBBB WRWKH2ULJLQDO$JUHHPHQWDUHKHUHE\ VXSSOHPHQWHGZLWKDGGLWLRQDO6FRSHRI:RUNVWHUPVLQFOXGHGDV([KLELWBBBBBB WRWKLV&RQWUDFW$PHQGPHQW  $1'25H[WHQGHGWRLQFOXGHSURYLGLQJWKHRQJRLQJVHUYLFHVUHIHUHQFHGLQWKH 2ULJLQDO$JUHHPHQWIRUWKHGXUDWLRQRIWKHDPHQGHGWHUP  Amended Payment Terms. 7KHILUVWVHQWHQFHRIVHFWLRQRIWKH2ULJLQDO$JUHHPHQWVHWWLQJIRUWKWKHPD[LPXP FRQWUDFWSD\PHQWLVKHUHE\UHSODFHGZLWKWKHIROORZLQJ  &LW\VKDOOSD\&RQVXOWDQWIRUZRUNSURGXFWSURGXFHGSXUVXDQWWRWKLVDJUHHPHQWDQ DPRXQWQRWWRH[FHHGWKHWRWDOVXPRI BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB IRUZRUNWREHSHUIRUPHGDQGDQ\DXWKRUL]HGUHLPEXUVDEOHFRVWV $1'256HH([KLELW V BBBBBB  SCA of CA, LLC Street Sweeping Services SCA of CA, LLC 7/1/2019 and amended 6/30/2022 ✔ 03/31/2024 ✔ 1,151,925.00 72 &RQWUDFWRU3URMHFW1DPH 5HY&LW\RI6DUDWRJD&RQWUDFW$PHQGPHQW3DJHRI Other. 7KH2ULJLQDO$JUHHPHQWLVDPHQGHGDVIROORZV $1'256HH([KLELW V BBBBBB  $OORWKHUSURYLVLRQVRIWKH2ULJLQDO$JUHHPHQWUHPDLQXQFKDQJHGE\WKLV&RQWUDFW $PHQGPHQW  ([KLELWV$OODWWDFKPHQWVWRWKLVDJUHHPHQWDUHE\WKLVUHIHUHQFHLQFRUSRUDWHGKHUHLQDQG PDGHDSDUWRIWKLVDJUHHPHQW $GGLWLRQDO([KLELWV ,1:,71(66:+(5(2)WKHSDUWLHVKHUHWRKDYHH[HFXWHGWKLV$PHQGPHQW ContractorCity of Saratoga 6LJQDWXUH-DPHV/LQGVD\&LW\0DQDJHU 'DWH 6LJQHU1DPH $77(67 6LJQHU7LWOH 'DWH &RQWUDFW'HVFULSWLRQ %ULWW$YULW&LW\&OHUN 'DWH $33529('$672)250 5LFKDUG7D\ORU&LW\$WWRUQH\ 'DWH SCA of CA, LLC Street Sweeping Services Annual Street Sweeping Services - 2nd Amendment. To extend terms of contract for an additional 9 months though to March 31st, 2024 73 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 6/7/2023 HUB International Midwest Limited 1411 Opus Place,Suite 450 Downers Grove IL 60515 630-468-5600 CSUConstruction@hubinternational.com Axis Surplus Insurance Company 26620 SWEECOR-01 Navigators Specialty Insurance Company 36056SCAofCA,LLC 4141 Rockside Road,Suite 100 Seven Hills OH 44131 Safety National Casualty Corporation 15105 1828647749 C X 2,000,000 X 1,000,000 X Contractual Liab 5,000 X XCU Cov Incl 1,000,000 4,000,000 X Y GL6676535 6/1/2023 6/1/2024 4,000,000 C 2,000,000 X X X CA6676536 6/1/2023 6/1/2024 A X 5,000,000 X P-001-000882635 6/1/2023 6/1/2024 5,000,000 X 0 C X N Y LDS4068227 (CA)6/1/2023 6/1/2024 1,000,000 1,000,000 1,000,000 C B Stop Gap Liability -OH Pollution Liability GL6676535 CH23ECPZ01ECGIC 6/1/2023 6/1/2023 6/1/2024 6/1/2024 Limit: Each Incident/Ded: $1,000,000 $1,000,000 RE:All Work Performed City Of Saratoga,Its Officers,Officials,Employees,Agents,Volunteers are included as additional insureds under General Liability,on a primary and non-contributory basis,when agreed in a written contract,subject to policy terms,conditions and exclusions.A waiver of subrogation applies under Worker’s Compensation in favor of the additional insureds listed,when agreed in a written contract,subject to policy terms,conditions and exclusions. City of Saratoga 13777 Fruitvale Avenue Saratoga CA 95070 74 POLICY NUMBER: GL 6676535 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations As required by written contract or agreement when such written contract or agreement is executed prior to an occurrence, offense or loss to which this endorsement applies, but only for the limits agreed to in such contract or the Limits of Liability provid ed by this policy, whichever is less. Any individually scheduled additional insureds shall not be construed to override nor negate this blanket additional insured. All your owned or leased locations or premises Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contract or or subcontractor engaged in performing operations for a principal as a part of the same project. 75 Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. 76 POLICY NUMBER: GL 6676535 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFU LLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As required by written contract or agreement when such written contract or agreement is executed prior to an occurrence, offense or loss to which this endorsement applies, but only for the limits agreed to in such contract or the Limits of Liability provid ed by this policy, whichever is less. Any individually scheduled additional insureds shall not be construed to override nor negate this blanket additional insured. All your owned or leased locations or premises Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. 77 THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. AL, AZ, CA, DE, FL, GA, IL, IN, LA, MD, MI, MS, MO, NC, NJ, PA, SC, TN, TX, VA, WV This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 06/01/2023 Policy No. LDS4068227 Endorsement No. Insured Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By ________________________________ WC 00 03 13 (04 84) © 1983 National Council on Compensation Insurance. Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE WHERE A WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS IS REQUIRED BY WRITTEN CONTRACT, SUCH ADDITIONAL ENTITIES SHALL BE CONSIDERED AUTOMATICALLY SCHEDULED BY THE COMPANY. INDIVIDUALLY SCHEDULED WAIVERS SHALL NOT BE CONSTRUED TO OVERRIDE NOR NEGATE THIS BLANKET WAIVER. 78 SARATOGA CITY COUNCIL MEETING DATE:July 5, 2023 DEPARTMENT:Public Works Department PREPARED BY:M. Leah Cabute, Environmental Program Manager SUBJECT:Resolution Authorizing the City Manager to Execute Administering Agency- State Master Agreements for State and Federal-Aid Funded Projects and Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project Fiscal Year 2023/24 Budget Adjustment Resolution RECOMMENDED ACTION: 1.Adopt a resolution authorizing the City Manager to execute administering agency-state master agreements for State and Federal-Aid funded projects, including the Fund Transfer Agreement (FTA) of $1.2 million of Priority Legislative Budget Projects (PLBP) funding for the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad (UPRR) Project. 2.Adopt a resolution to accept PLBP funding for the Blue Hills Elementary Pedestrian Crossing at UPRR Project and adjust the Fiscal Year 2023/24 budget. BACKGROUND: In March 2023, the California Department of Transportation (Caltrans) informed Saratoga Public Works staff that Saratoga was granted $1.2 million of PLBP funds, which was authorized by State legislation (Assembly Bill 179). The PLBP funds awarded to Saratoga are earmarked specifically for pedestrian safety improvements at railroad crossings. Earmarked funds are priority projects identified by the state legislature as beneficial to communities served by local agencies receiving the funds. City staff intends to use this funding to design and construct pedestrian safety improvements at railroad intersections required by UPRR and California Public Utilities Commission (CPUC)as part of the Blue Hills Elementary Pedestrian Crossing at UPRR Project. The Blue Hills Elementary Pedestrian Crossing at UPRR Project will reopen and construct an at-grade pedestrian crossing connecting Fredericksburg Drive and Guava Court, enhancing pedestrian connectivity to Blue Hills Elementary School. As required by UPRR and the CPUC, the project will also upgrade pedestrian and bicycle facilities by improving access and safety at four existing railroad crossings citywide as part of the mitigation requirements outlined by the CPUC.These locations include the existing railroad crossings at Arroyo De Arguello,Cox Ave, Glen Brae, and 79 Saratoga-Sunnyvale Road. The FTA funds will be used for the four existing crossings, and also includes Guava Court as part of the proposed new crossing. To receive the funds from Caltrans, the City Council must authorize the City Manager to execute the FTA by adopting the resolution included in Attachment A. The FTA contains terms and conditions of the agreement, including the Scope of Work (Section 3.1) and Funding, Costs, Cost Limitation, and Payment. (Section 4). The City Council must also adopt a resolution accepting PLBP funds and amend the fiscal year 2023/2024 budget to appropriate $1.2 million in PLBP funds for the Blue Hills Elementary Pedestrian Crossing at UPRR Capital Improvement Programs Budget. To date, the Blue Hills Pedestrian Crossing at UPRR Project has received $1.8 million from the Metropolitan Transportation Commission (MTC) Safe and Seamless Quick Strike grant. With these actions, the project will receive $1.2 million from PLBP funds for a total of $3.0 million. ATTACHMENTS: Attachment A- Resolution Authorizing the Execution of Administering Agency-State Master Agreements for State and Federal-Aid Funded Projects Attachment B- Resolution Accepting Funding for the Blue Hills Elementary Pedestrian Crossing and Adjusting the Fiscal Year 2023/24 Budget Attachment C- Funds Transfer Agreement 80 RESOLUTION NO.__________ RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SARATOGA AUTHORIZING THE EXECUTION OF ADMINISTERING AGENCY-STATE MASTER AGREEMENTS FOR STATE AND FEDERAL-AID-FUNDED PROJECTS WHEREAS, City of Saratoga is eligible to receive Federal and/or State funding for certain Transportation Projects through the California Department of Transportation; and, WHEREAS, Master Agreements, Program Supplemental Agreements, Fund Exchange Agreements and/or Fund Transfer Agreements must be executed with the California Department of Transportation before such funds can be claimed; and, WHEREAS, the City Council of Saratoga wishes to delegate the authority to execute these agreements and any amendments in association with the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project thereto the City Manager. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Saratoga designates the City Manager as the person authorized to execute all Master Agreements, Program Supplemental Agreements, Fund Exchange Agreements and/or Fund Transfer Agreements, and any amendments thereto with the California Department of Transportation in association with the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project. The above and foregoing resolution was passed and adopted at a regular meeting of the City Council of the City of Saratoga held on 5th day of July 2023 by the following vote: AYES: NOES: ABSENT: ABSTAIN: _____________________ Kookie Fitzsimmons, Mayor City of Saratoga Attest: _______________________ Britt Avrit, 81 City Clerk, City of Saratoga 82 RESOLUTION NO.__________ RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SARATOGA TO ACCEPT FUNDING FROM THE PLBP FUNDING (ASSEMBLY BILL 179 BUDGET ACT 2022) FOR THE BLUE HILLS ELEMENTARY PEDESTRIAN CROSSING AT UNION PACIFIC RAILROAD (UPRR) PROJECT WHEREAS, The City desires to open up a safe pedestrian and cyclist access at the railroad crossing near Blue Hills Elementary School, and WHEREAS, opening of the access point requires acquisition of easements as well as pathway and safety improvements, and WHEREAS, the City has been working with UPRR and the California Public Utilities Commission (CPUC) to meet their requirements and the project is ongoing, and WHEREAS, the City has been awarded $1,200,000, under AB 179 to improve pedestrian rail crossings, and WHEREAS, the City will utilize this funding for the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project, and WHEREAS, it is therefore necessary to adjust the Fiscal Year 2023/24 Capital Improvement Program budget to increase the expenditure budget for the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project by $1,200,000; NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of Saratoga hereby authorizes an additional expenditure budget for the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project by $1,200,000 BE IT FURTHER RESOLVED, the above and foregoing resolution was passed and adopted at a regular meeting of the Saratoga City Council held on the 5th day of July by the following vote: AYES: NOES: ABSENT: ABSTAIN: Kookie Fitzsimmons, Mayor ATTEST: Britt Avrit, MMC, City Clerk 83 Project ID: PLBP-5332(027) Advantage ID: 0423000374 Funds Transfer Agreement Between the California Department of Transportation and the City of Saratoga 1.1 The California Department of Transportation (Caltrans) and the City of Saratoga hereby enter into this Funds Transfer Agreement (Agreement) on the terms and conditions set forth below. 1.2 This Agreement is not valid until signed by both parties. This Agreement shall expire on City of Saratoga’s completion of its obligations under this Agreement, but may be extended by amending this Agreement. BACKGROUND 2.1 Section 19.56, subdivision (g)(1)(AX) of the Budget Act of 2022 (the Act) appropriated $1,200,000 (the Funds) from the State General Fund to Caltrans, to be allocated to the City of Saratoga to improve pedestrian rail crossings. 2.2 Caltrans determined the best method for allocation to ensure the funds are used for the purposes specified in Section 19.56 of the Act is a funds transfer agreement. 2.3 The Blue Hills Pedestrian Crossing at the Railroad Project includes several traffic safety components at the following five project locations. Guava Court- Proposed Project -- RR Crossing Glen Brae Drive -- RR Crossing Cox Ave -- RR Crossing Saratoga-Sunnyvale Road – RR Crossing Arroyo de Arguello-- RR Crossing Through a number of safety improvements at each location, the City of Saratoga intends to improve traffic safety and accessibility for all users at the various railroad crossing intersections, such as: pedestrians, cyclists, and vehicles. The City plans on improving traffic and pedestrian safety by constructing new ADA-compliant sidewalks, pathways, and curb ramps at crossing locations. The project will also install fencing and barriers to deter Joe’s Trail users from accessing Union Pacific Railroad (UPRR) right of way at locations where the trail has terminated. SCOPE OF WORK 3.1 The Funds provided under this Agreement will be used to pay for the final design and construction of the Blue Hills Pedestrian Crossing at UPRR mitigation 84 Funds Transfer Agreement Between the California Department of Transportation and the City of Saratoga 2 sites as well as portions of Guava Court (Project). The design, construction and environmental deliverables anticipated include: Concept Plans (UPRR/CPUC Approval) and Preliminary Estimate 65% Plans, Specifications, and Estimate 95% Plans, Specifications, and Estimate CPUC General Order 88-B Approval Bid Set Plans, Specifications, and Estimate For the UPRR mitigation sites listed below, various traffic safety improvements were identified by the California Public Utilities Commission (CPUC) and UPRR for installation. Glen Brae Drive - RR Crossing (MP 9.26), Cox Ave - RR Crossing (MP 9.66), Saratoga-Sunnyvale Road – RR Crossing (MP 10.25), Arroyo de Arguello – RR Crossing (MP 10.51) For the Guava Court location, sidewalk and curb and gutter improvements near the new ramp were identified by City staff to improve ADA access for bicyclists and pedestrians. The City plans on using the PLBP funds to improve pedestrian surfaces by constructing new ADA-compliant sidewalks, pathways, and curb ramps at crossing locations. The project will also install fencing and barriers to deter Joe’s Trail users from accessing UPRR R/W at locations where the trail has terminated. Project Tasks: a. PCC Concrete, asphalt-concrete and aggregate work pertaining to new sidewalk, curb ramps, driveways, curbs and gutters. b. New fencing to protect pedestrians and bicyclists from train activity. c. New maintenance gates with appropriate roadway setbacks to prevent impacts to traffic flow. d. Any work related to median widening to accommodate a compliant distance from CPUC standard poles to the roadway. e. Removal or relocation of guardrail posts. f. Any CPUC Standard Warning Device installations, modifications, relocations or replacements. g. Any traffic signal phasing modifications at intersections for railroad crossings. h. Any advanced preemption modifications. i. Any work required to install new light poles or path lighting. Lighting plan will need to provide minimum lighting level for pedestrians at crossing locations. j. Upgrade existing non-standard flashing signal lighting and upgrade 85 Funds Transfer Agreement Between the California Department of Transportation and the City of Saratoga 3 to LED. k. Any signal cabin installation and routing. l. Work related or pertaining to curb extensions or a re-alignment of curb line to accommodate any “Road Diet” concepts (including drainage components). m.Any utility power or communication pole relocations in order to accommodate an ADA-accessible path of travel. n. Any additional concrete work required to upgrade sidewalk facilities as part of utility relocations. o. Any railroad crossing panel extension work. p. Any utility lid adjustments resulting from sidewalk improvements. q. Any striping and pavement marking improvements. r. Any signage removal, installation, or relocations. 3.2 City of Saratoga shall only use Funds for the Project specified in the Act. City of Saratoga’s self-attestation verifying the intended use of funds shall be provided to the Department prior to the release of any funds. FUNDING, COSTS, COST LIMITATION, & PAYMENT 4.1 The Funds will be encumbered within two (2) days of the effective date of this Agreement. Pursuant to Section 19.56 of the Act, funds must be encumbered by June 30, 2024, and expended by June 30, 2026, or the funds will revert to the State’s General Fund by operation of law. 4.2 Payments shall be made as authorized by Sections 19.56(a) of the Act, including, but not limited to the provisions noted below: a. Notwithstanding any other law, a designated state entity administering an allocation pursuant to this section may provide the allocation as an advance lump sum payment, and the allocation may be used to pay for costs incurred prior to the effective date of the act adding this paragraph. b. Funding provided in this section shall not be used for a purpose subject to Section 8 of the Article XVI of the California Constitution. 4.3 Within 30 days of expending all of the Funds or upon completion or termination of Project, whichever comes first, City of Saratoga shall submit to Caltrans a Project Closeout Report. The Project Closeout Report at a minimum shall include a description of completed Project component(s) and a description of Project outcomes. Photographs of the Project are encouraged to be included. 86 Funds Transfer Agreement Between the California Department of Transportation and the City of Saratoga 4 4.4 Any Project costs paid using the Funds that are determined by subsequent audit to be unallowable under 48 CFR, Part 31 or 2 CFR, Part 200, are subject to repayment by City of Saratoga to Caltrans. 4.5 City of Saratoga shall return any unspent Funds to Caltrans at the conclusion, completion, or termination of the Project. 4.6 Upon written demand by STATE, any overpayment to City of Saratoga of amounts invoiced to CALTRANS shall be returned to STATE. 4.7 Should City of Saratoga fail to refund any moneys due to CALTRANS as provided herein or should City of Saratoga breach this AGREEMENT by failing to complete Project without adequate justification and approval by STATE, then, within thirty (30) days of demand, or within such other period as may be agreed to in writing between the PARTIES, STATE, acting through the State Controller, the State Treasurer, the CTC or any other public entity or agency, may intercept, withhold and demand the transfer of an amount equal to the amounts paid by or owed to CALTRANS for each Project, from future apportionments or any other funds due to City of Saratoga from the Highway Users Tax Fund or any other sources of funds, and/or may also withhold approval of future STATE-FUNDED projects proposed by ADMINISTERING AGENCY. INQUIRIES & NOTICES 5.1 All inquiries during the term of this Agreement will be directed to the representatives listed below: For Caltrans: Name: Iris Chi Address: 111 Grand Ave Phone Number: 510.960.0803 Email: iris.chi@dot.ca.gov For City of Saratoga: Name: Mainini Cabute Address: 13777Fruitvale Ave Phone Number: 408.868.1258 Email: mcabute@saratoga.ca.us 5.2 Each party may change their representative listed above upon 10 calendar days’ written or emailed notice to the other party and without the need for amending this Agreement. OTHER TERMS & CONDITIONS 6.1 Drug-Free Workplace Requirements: City of Saratoga will comply with the requirements of the Drug-Free Workplace Act of 1990 and will provide a drug- free workplace by taking the following actions: a. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is 87 Funds Transfer Agreement Between the California Department of Transportation and the City of Saratoga 5 prohibited and specifying actions to be taken against employees for violations. b. Establish a Drug-Free Awareness Program to inform employees about: 1) the dangers of drug abuse in the workplace; 2) the person's or organization's policy of maintaining a drug-free workplace; 3) any available counseling, rehabilitation, and employee assistance programs; and, 4) penalties that may be imposed upon employees for drug abuse violations. c. Every employee who works on the proposed Agreement will: 1) receive a copy of the company's drug-free workplace policy statement; and, 2) agree to abide by the terms of the company's statement as a condition of employment on the Agreement. Failure to comply with these requirements may result in suspension of payments under the Agreement or termination of the Agreement or both and City of Saratoga may be ineligible for award of any future State agreements if Caltrans or the State Department of General Services determines that any of the following has occurred: City of Saratoga has made false certification, or violated the certification by failing to carry out the requirements as noted above. (Gov. Code §8350 et seq.) 6.2 Conflict of Interest: City of Saratoga needs to be aware of the following provisions regarding current or former state employees. If City of Saratoga has any questions on the status of any person rendering services or involved with the Agreement, Caltrans must be contacted immediately for clarification. Current State Employees (Pub. Contract Code §10410): 1). No officer or employee shall engage in any employment, activity or enterprise from which the officer or employee receives compensation or has a financial interest and which is sponsored or funded by any state agency, unless the employment, activity or enterprise is required as a condition of regular state employment. 2). No officer or employee shall contract on his or her own behalf as an independent contractor with any state agency to provide goods or services. Former State Employees (Pub. Contract Code §10411): 88 Funds Transfer Agreement Between the California Department of Transportation and the City of Saratoga 6 1). For the two-year period from the date he or she left state employment, no former state officer or employee may enter into a contract in which he or she engaged in any of the negotiations, transactions, planning, arrangements or any part of the decision- making process relevant to the contract while employed in any capacity by any state agency. 2). For the twelve-month period from the date he or she left state employment, no former state officer or employee may enter into a contract with any state agency if he or she was employed by that state agency in a policy-making position in the same general subject area as the proposed contract within the 12-month period prior to his or her leaving state service. If City of Saratoga violates any provisions of above paragraphs, such action by City of Saratoga shall render this Agreement void. (Pub. Contract Code §10420.) If the Agreement is rendered void, City of Saratoga shall return all Funds. 6.3 Labor Code/Workers' Compensation: City of Saratoga needs to be aware of the provisions which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions, and City of Saratoga affirms to comply with such provisions before commencing the performance of the work described in this Agreement. (Labor Code § 3700.) 6.4.Americans With Disabilities Act: City of Saratoga assures the State that it complies with the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C. § 12101 et seq.) 6.5.City of Saratoga Name Change: An amendment is required to change City of Saratoga’s name as listed in this Agreement. Upon receipt of legal documentation of the name change the State will process the amendment. Payment of invoices presented with a new name cannot be paid prior to approval of said amendment. 6.6.Resolution: A county, city, district, or other local public body must provide the State with a copy of a resolution, order, motion, or ordinance of the local governing body which by law has authority to enter into an agreement, authorizing execution of the agreement. 6.7. Air or Water Pollution Violation: Under State law, City of Saratoga shall not be: (1) in violation of any order or resolution not subject to review promulgated 89 Funds Transfer Agreement Between the California Department of Transportation and the City of Saratoga 7 by the State Air Resources Board or an air pollution control district; (2) subject to cease and desist order not subject to review issued pursuant to Section 13301 of the Water Code for violation of waste discharge requirements or discharge prohibitions; or (3) finally determined to be in violation of provisions of federal law relating to air or water pollution. 6.8.Audit: City of Saratoga agrees that Caltrans, the California Department of General Services, the California State Auditor’s Office, or other State agency with a legitimate business purpose, or their designated representative(s) shall have the right to review and to copy any records and supporting documentation pertaining to the performance of this Agreement. City of Saratoga agrees to maintain such records for possible audit for a minimum of three (3) years after final payment, unless a longer period of record retention is stipulated. 6.9.Amendments: No amendment or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties. Any amendment signed by City of Saratoga must be approved by its Board of Directors as evidenced by a resolution, order, motion, or ordinance of the City of Saratoga and a copy provided to Caltrans. No oral understanding or agreement not incorporated in the Agreement is binding on any of the parties. 6.10. Caltrans and City of Saratoga shall continue with their responsibilities under this Agreement during any dispute. 6.11 This Agreement may be executed in separate counterparts. 6.12 An electronically signed copy of this Agreement shall have the same force and effect as if it were signed manually. 6.13 Should City of Saratoga be declared to be in breach of this AGREEMENT or otherwise in default thereof by STATE, and if City of Saratoga is constituted as a joint powers authority, special district, or any other public entity not directly receiving funds through the State Controller, CALTRANS is authorized to obtain reimbursement from whatever sources of funding are available, including the withholding or transfer of funds, pursuant to Article IV – 21, from those constituent entities comprising a joint powers authority or by bringing of an action against City of Saratoga or its constituent member entities, to recover all funds provided by CALTRANS hereunder. 90 Funds Transfer Agreement Between the California Department of Transportation and the City of Saratoga 8 State: STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION Printed Name: Jeanie Ward-Waller Signature: Deputy Director for Planning & Modal Programs Date: Local Agency: City of Saratoga Printed Name: Signature: Title: Date: Accounting Certification 91 CITY OF SARATOGA Memorandum To: Mayor Fitzsimmons & Members of the Saratoga City Council From: Britt Avrit, City Clerk Meeting Date: July 5, 2023 Subject: Supplemental Material, Item 1.5 Earlier this afternoon, it was discovered that Attachment B and Attachment C are identical for Item 1.5. Attached is the correct Attachment B. The agenda will be updated on the City’s website after the meeting. 92 RESOLUTION NO.__________ RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SARATOGA TO ACCEPT FUNDING FROM THE PLBP FUNDING (ASSEMBLY BILL 179 BUDGET ACT 2022) FOR THE BLUE HILLS ELEMENTARY PEDESTRIAN CROSSING AT UNION PACIFIC RAILROAD (UPRR) PROJECT WHEREAS, The City desires to open up a safe pedestrian and cyclist access at the railroad crossing near Blue Hills Elementary School, and WHEREAS, opening of the access point requires acquisition of easements as well as pathway and safety improvements, and WHEREAS, the City has been working with UPRR and the California Public Utilities Commission (CPUC) to meet their requirements and the project is ongoing, and WHEREAS, the City has been awarded $1,200,000, under AB 179 to improve pedestrian rail crossings, and WHEREAS, the City will utilize this funding for the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project, and WHEREAS, it is therefore necessary to adjust the Fiscal Year 2023/24 Capital Improvement Program budget to increase the expenditure budget for the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project by $1,200,000; NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of Saratoga hereby authorizes an additional expenditure budget for the Blue Hills Elementary Pedestrian Crossing at Union Pacific Railroad Project by $1,200,000 BE IT FURTHER RESOLVED, the above and foregoing resolution was passed and adopted at a regular meeting of the Saratoga City Council held on the 5th day of July by the following vote: AYES: NOES: ABSENT: ABSTAIN: Kookie Fitzsimmons, Mayor ATTEST: Britt Avrit, MMC, City Clerk 93 SARATOGA CITY COUNCIL MEETING DATE:July 5, 2023 DEPARTMENT:Public Works Department PREPARED BY:Shawn Gardner, Parks Division Manager SUBJECT:Authorize Purchase of Irrigation Controllers in the amount of $84,032.11 and Approve a Budget Amendment Resolution for Beauchamps LLA Zone- 16 RECOMMENDED ACTION: 1.Approve purchase of new irrigation controllers in the amount of $84,032.11. 2.Adopt budget resolution to increase the FY23-24 budget for the Beauchamps LLA Zone 16 by an additional $1,000. BACKGROUND: Calsense irrigation controllers in various locations in the City are due to be replaced in the Parks Infrastructure Replacement schedule. Parks staff evaluated several commercial irrigation controllers from irrigation industry leaders and, after careful evaluation of City Parks Division needs, selected Rain Bird controllers from Imperial Sprinkler Supply in the amount of $84,032.11. These Rain Bird controllers will better assist parks staff in water flow management in the irrigation of its parks, medians,and LLA zones. The new controllers will enable remote irrigation management through additional features beyond the current controllers. They are more efficient and will save staff time with a better user interface and ease of programming for multiple sites. The quote includes four years of data plans for each controller. The budget for the purchase is available in the approved FY2023/24 budget except for the Beauchamps LLA Zone 16,which needs to be amended to have sufficient funds for the replacement of its irrigation controllers. Staff recommends that City Council approve the purchase of the Rain Bird irrigation controllers from Imperial Sprinkler Supply in the amount of $84,032.11 and adopt a Budget Amendment Resolution for Beauchamps Zone 16 LLA as described in the Recommended Action. 94 ATTACHMENTS: Attachment A – Imperial Sprinkler Supply Quote Attachment B – Budget Resolution 95 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra h n cn c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 1 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5/ 2/ 3 1 / 3/ 2 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 /2 / 52 /2 / 3 50 Agents Quoted For:Martin Close Date: 0 3 6/ 2/ 2 4 / 2 2 / 3 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT ** EL QUITO PARK Group ** Sequence #: 1 2 2 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 9 2 6 6 2 9 .46 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 2 4 4 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 60 40 4 6 .40 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 3 2 2 EA RBCIQ4GUSA 1 / ,7 5 8 3. 1 1 . 8 3 7 5 , / 1 EA 3 2 ,5 6 6 5 2 , 3 .70 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 4 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 93. 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 5 6 6 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 9 0 3 3 0 9 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 6 2 2 EA CSTBA6PT 4 / . 9 9 . / 4 EA 9. 9 98 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 7 1 1 EA 50 controller set up 7 / 9 0 5 0 .0 5 0 9 / 7 EA 79 5 5 97 .00 Turn key set up for El Quito park ** Group Total ** 6, 8 9 5 5 9, 8. 6 20 Printed: 05/31/23 09:32:46 96 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra h n c c na h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 2 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5 2 / / 31 3 / / 2 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 /2 / 5 / 2 2 / 3 50 Agents Quoted For:Martin Close Date: 06 3 / 2/ 24/ 2 2 / 3 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT ** BEAUCHAMPS LLA Group ** Sequence #: 8 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 48 18 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 9 1 1 EA RBCIQ4GUSA 1 / ,7 53 8 . 1 1 . 8 35 7, / 1 EA 1 1 ,7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 10 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0. 0 5 0 5 / 1 EA 4 5 65 6 . 4 00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 11 1 1 EA CSTBA6PT 4 / . 9 9 . / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 12 1 1 EA RBCIQ4GEXTANT 9 / 3 6 . 6. 6 3 / 9 EA 9 3 . 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 13 1 1 EA 50 Controller set up 3 / 2 0 5 0 .0 5 0 2 / 3 EA 32 5 5 23 .00 turn key set up for Beauchamps LLA ** Group Total ** 3 1 ,1 5 5 1, 1. 3 23 ** GATEWAY LLA Group ** Sequence #: 14 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 4 1 81 84 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Printed: 05/31/23 09:32:46 97 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h an c c na h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 3 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 05 3 / 2 3 / 13 /2 / 3 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 32 / / 2 5 / 2/ 2 5 3 0 Agents Quoted For:Martin Close Date: 06 32 / / 24/ 2/ 23 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 15 1 1 EA RBCIQ4GUSA 1 / ,7 5 8 3. 1 1 . 8 3 7 5 , / 1 EA 1, 1 7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 16 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 46 5 5 6 . 4 00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 17 1 1 EA RBCIQ4GEXTANT 9 / 3 6 . 6. 6 3 / 9 EA 93. 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 18 1 1 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1. 1 1 0 5 / 1 EA 15 15 1 1 .10 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 19 1 1 EA CSTBA6PT 4 / . 99. / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 20 1 1 EA 50 Controller set up 3 / 2 0 5 0 .0 5 0 2 / 3 EA 32 5 5 2 . 3 00 Turn key set up for Gateway LLA ** Group Total ** 3 2 ,3 0 0 3, 2. 3 33 ** LIBRARY Group ** Sequence #: 21 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 48 18 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 22 1 1 EA RBCIQ4GUSA 1 / ,7 5 8 3. 1 1 .3 8 5 7, / 1 EA 1 1 ,7 8 8 7 1 , 1 .35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Printed: 05/31/23 09:32:46 98 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h an cn c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 4 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5/ 2 3 / 1 3 / / 23 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 / / 2 5 / 2/ 23 50 Agents Quoted For:Martin Close Date: 06 3 / 2/ 24/ 2 2 / 6 3 0 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 23 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 46 5 5 64 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 24 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 93. 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 25 3 3 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 45 3 3 54 .30 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 26 1 1 EA CSTBA6PT 4 / .99 . / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 27 1 1 EA 50 controller set up 3 / 2 0 5 0. 0 5 0 2 / 3 EA 3 5 25 23 .00 turn key set up Libary ** Group Total ** 3, 4 6 0 0 6, 4. 3 53 ** BIG BASIN WAY Group ** Sequence #: 28 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 4 1 81 8 . 4 23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 29 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 4 5 6 6 5. 4 00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 30 1 1 EA RBCIQ4GEXTANT 9 / 3 6 . 6. 6 3 / 9 EA 9 3 . 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Printed: 05/31/23 09:32:46 99 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra hc n n c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 5 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 05 32 /3 / 1 / 3/ 23 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 32 /2 / 5 2 /2 / 5 3 0 Agents Quoted For:Martin Close Date: 06 3 / 2/ 2 4 / 2 2 / 3 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 31 3 3 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1. 1 1 0 5 / 1 EA 45 35 3 4 .30 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 32 1 1 EA RBCIQ4GUSA 1 / , 5 7 3 8 . 1 1 .3 8 5 7, / 1 EA 1, 1 7 8 8 7 1 , 1 .35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 33 1 1 EA CSTBA6PT 4 / .9 9. / 4 EA 4 4 .99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 34 1 1 EA 50 CONTROLLER SET UP 3 / 2 0 5 0 .0 5 0 2 / 3 EA 32 5 5 23 .00 TURN KEY SET UP BIG BASIN WAY ** Group Total ** 3 4 ,6 0 0 6, 4 3 .53 ** PARAMOUNT LLA Group ** Sequence #: 35 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 4 1 8 8 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 36 1 1 EA RBCIQ4GUSA 1 / , 5 7 3 8 . 1 1 . 8 3 7 5 , / 1 EA 1 1 ,7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 37 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 4 5 65 6 . 4 00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 38 1 1 EA NS0000241062 ICA6P 1 / , 0 22 0. 0 0 . 2 00 2, / 1 EA 1, 0 2 2 2 2 0 , 1 .00 IMPERIAL PLASTEC PED SET UP FO R ESPLXME2 TEMP Printed: 05/31/23 09:32:46 100 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h an c c n h ar : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 6 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5 2 / / 3 1 / 3/ 23 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 3 / 2 2 / 5/ 2/ 2 5 3 0 Agents Quoted For:Martin Close Date: 0 3 6 2 /2 / 4/ 2/ 2 6 3 0 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 39 1 1 EA RBCIQ4GEXTANT 9 / 3 6 . 6. 6 3 / 9 EA 9 3 . 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 40 1 1 EA 50 CONTROLLER SET UP 8 / 2 0 5 0 .0 5 0 2 / 8 EA 8 5 25 28 .00 TURN KEY SET UP PARAMOUNT LLA ** Group Total ** 4 6 ,8 6 6 8, 6 4 .24 ** AZULE EAST AND WEST Group ** Sequence #: 41 2 2 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2 .2 1 3 8 / 4 EA 96 2 2 6 . 9 46 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 42 1 1 EA RBCIQ4GUSA 1 / ,7 5 8 3. 1 1 .3 8 5 7, / 1 EA 1 1 ,7 8 8 7 1 , 1 .35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 43 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 9 3 . 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 44 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0. 0 5 0 5 / 1 EA 4 5 65 6 . 4 00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 45 1 1 EA RBCIQNCC RS 6 / 8 6 1 2. 2 1 6 8 / 6 EA 6 1 81 8 . 6 26 RB NETWORK COM CRTRS232 IQNCCRS Supp#: IQ4600 Printed: 05/31/23 09:32:46 101 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra h n cn c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 7 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5/ 2/ 3 1 / 3/ 2 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 /2 / 52 /2 / 3 50 Agents Quoted For:Martin Close Date: 0 3 6/ 2/ 24 2 / / 23 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 46 2 2 EA RBCIQPSCMLXM 2 / 0 9 5 3 .3 5 9 0 / 2 EA 4 0 10 14 .78 RB IQ PRO SMART MODULE IQPSCMLXM Supp#: IQ4622 Sequence #: 47 2 2 EA CSTBA6PT 4 / . 99. / 4 EA 9 9 .98 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 48 1 1 EA TECMVRPSRFSR 1 / 2 0 0 0. 0 0 0 2 / 1 EA 12 0 0 21 .00 MASTER VALVE, PUMP ANDFLOW SENSOR RELAY UNIT Supp#: MVR/PSR/FSR Sequence #: 49 1 1 EA 50 CONTROLLER SET UP 8 / 5 0 0 0 .0 0 0 5 / 8 EA 8 0 5 5 0. 8 00 TURN KEY SET UP AZULE EAST AND WEST ** Group Total ** 5, 4 3 7 7 3 4 , 5 .49 ** RAVENWOOD Group ** Sequence #: 50 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 48 1 1 8 . 4 23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 51 1 1 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 15 15 1 1 .10 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 52 1 1 EA RBCIQ4GUSA 1 / ,7 5 8 3. 1 1 .3 8 5 7, / 1 EA 1, 1 7 8 8 7 1 , . 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Printed: 05/31/23 09:32:46 102 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra h n cn c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 8 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5 2 /3 / 1 / 3 2 / 3 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 3 / 2 2 / 5 / 2 2 / 5 3 0 Agents Quoted For:Martin Close Date: 0 3 6 2 /2 / 4 2 / / 2 6 3 0 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 53 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 4 5 6 6 5 4 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 54 1 1 EA RBCIQ4GEXTANT 9 / 3 6 . 6. 6 3 / 9 EA 9 3 . 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 55 1 1 EA CSTBA6PT 4 / . 99. / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 56 1 1 EA 50 CONTROLLER SET UP 3 / 2 0 5 0 .0 5 0 2 / 3 EA 32 5 5 23 .00 TURN KEY SET UP RAVENWOOD ** Group Total ** 3, 2 3 0 0 3 2 , 3 .33 ** GARDINER PARK Group ** Sequence #: 57 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 4 1 81 8 . 4 23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 58 1 1 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 1 1 5 5 1 1 .10 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 59 1 1 EA RBCIQ4GUSA 1 / , 5 78 3. 1 1 .3 8 5 7, / 1 EA 1, 1 7 8 8 7 1 , . 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 60 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 4 5 6 6 5 4 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Printed: 05/31/23 09:32:46 103 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra h n c c na h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 9 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5/ 2/ 3 13 / / 2 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 32 / / 25 2 / / 2 5 3 0 Agents Quoted For:Martin Close Date: 06 3 / 2/ 24 2 / / 23 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 61 1 1 EA RBCIQ4GEXTANT 9 / 3 6 . 6. 6 3 / 9 EA 93 9 .66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 62 1 1 EA CSTBA6PT 4 / .99 . / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 63 1 1 EA 50 CONTROLLER SET UP 3 / 2 0 5 0 .0 5 0 2 / 3 EA 3 5 25 23 .00 TURN KEY SETUP GARDNER PARK ** Group Total ** 3, 2 3 0 0 3, 2. 3 33 ** CIVIC CENTER Group ** Sequence #: 64 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 4 1 8 8 1. 4 23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 65 3 3 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 4 3 5 5 3. 4 30 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 66 1 1 EA RBCIQ4GUSA 1 / ,7 53 8 . 1 1 .3 8 5 7, / 1 EA 1 1 ,7 8 8 7 1 , . 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 67 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 4 5 6 6 5. 4 00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 68 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 93. 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Printed: 05/31/23 09:32:46 104 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h an cn c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 10 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5/ 2 3 / 13 / / 2 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 32 /2 / 5 / 2 2 / 3 50 Agents Quoted For:Martin Close Date: 0 3 6/ 2/ 2 42 /2 / 3 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 69 1 1 EA CSTBA6PT 4 / . 9 9 . / 4 EA 4 4 .99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 70 1 1 EA 50 CONTROLLER SET UP 3 / 2 0 5 0. 0 5 0 2 / 3 EA 32 52 5 3 .00 TURN KEY SET UP CIVIC CENTER ** Group Total ** 3 4 ,6 0 0 6 4 , . 3 53 ** WARNER HUTTON HOUSE Group ** Sequence #: 71 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 4 1 8 8 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 72 1 1 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 1 1 51 51 .10 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 73 1 1 EA RBCIQ4GUSA 1 / , 5 78 3. 1 1 . 8 35 7, / 1 EA 1, 1 7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 74 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0. 0 5 0 5 / 1 EA 46 56 5 4 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 75 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 93. 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 76 1 1 EA CSTBA6PT 4 / . 99. / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Printed: 05/31/23 09:32:46 105 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h a c n n ch ar : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 11 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5 2 /3 / 1 3 /2 / 3 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5/ 2 2 / 5/ 2/ 2 5 3 0 Agents Quoted For:Martin Close Date: 0 3 6/ 2/ 2 42 / / 2 6 3 0 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 77 1 1 EA 50 CONTROLLER SET UP 3 / 2 0 5 0 .0 5 0 2 / 3 EA 32 5 5 23 .00 TURNKEY SETUP WARNER HOUSE ** Group Total ** 3, 2 3 0 0 3, 2. 3 33 ** WILDWOOD PARK Group ** Sequence #: 78 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2 .2 1 3 8 / 4 EA 48 18 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 79 2 2 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1. 1 1 0 5 / 1 EA 30 2 2 03 .20 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 80 1 1 EA RBCIQ4GUSA 1 / ,7 5 8 3. 1 1 . 8 35 7, / 1 EA 1 1 ,7 8 8 7 1 , . 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 81 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0. 0 5 0 5 / 1 EA 46 56 5 4 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 82 1 1 EA RBCIQ4GEXTANT 9 / 3 6 . 6. 6 3 / 9 EA 93. 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 83 1 1 EA CSTBA6PT 4 / . 9 9 . / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 84 1 1 EA 50 CONTROLLER SET UP 3 / 2 0 5 0 .0 5 0 2 / 3 EA 32 5 5 23 .00 TURNKEY SET UP WILDWOOD PARK ** Group Total ** 3, 3 4 5 5 4, 3. 3 43 Printed: 05/31/23 09:32:46 106 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra h n c c n h ar : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 12 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5 2 /3 / 1/ 3 2 / 3 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 32 /2 / 5 2 / / 2 5 3 0 Agents Quoted For:Martin Close Date: 06 3 / 2/ 24 2 / / 23 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT ** COMMUNITY CENTER Group ** Sequence #: 85 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 48 18 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 86 2 2 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 3 2 02 03 .20 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 87 1 1 EA RBCIQ4GUSA 1 / ,7 5 8 3. 1 1 . 8 3 7 5 , / 1 EA 1 1 ,7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 88 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0. 0 5 0 5 / 1 EA 46 5 5 64 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 89 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 93. 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 90 1 1 EA CSTBA6PT 4 / .99 . / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 91 1 1 EA 50 CONTROLLER SETUP 3 / 2 0 5 0. 0 5 0 2 / 3 EA 3 5 2 2 5 3 .00 TURNKEY SET UP COMMUNITY CENTER ** Group Total ** 3, 3 4 5 5 4, 3. 3 43 Printed: 05/31/23 09:32:46 107 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h an c c n h ar : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 13 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 05 32 / / 3 1 / 3/ 23 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 / / 2 5 / 2 2 / 5 3 0 Agents Quoted For:Martin Close Date: 06 32 /2 / 4/ 2/ 2 6 3 0 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT ** FOOTHILL PARK Group ** Sequence #: 92 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 48 18 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 93 1 1 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 1 1 51 51 .10 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 94 1 1 EA RBCIQ4GUSA 1 / , 5 7 3 8 . 1 1 .3 8 5 7, / 1 EA 1, 1 7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 95 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 46 5 5 64 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 96 1 1 EA RBCIQ4GEXTANT 9 / 3 6 . 6. 6 3 / 9 EA 93 9 .66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 97 1 1 EA CSTBA6PT 4 / . 99. / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 98 1 1 EA 50 CONTROLLER SETUP 3 / 2 0 5 0. 0 5 0 2 / 3 EA 32 5 5 2 . 3 00 TURNKEY SET UP FOOTHILL PARK ** Group Total ** 3, 2 3 0 0 3, 2. 3 33 Printed: 05/31/23 09:32:46 108 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra h n cn c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 14 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 05 32 /3 / 13 /2 / 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 32 /2 / 52 / / 2 5 3 0 Agents Quoted For:Martin Close Date: 06 32 / / 2 42 /2 / 3 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT ** BEAUCHAMPS Group ** Sequence #: 99 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2 .2 1 3 8 / 4 EA 48 1 1 84 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 100 3 3 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 4 3 5 5 3 4 .30 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 101 1 1 EA RBCIQ4GUSA 1 / ,7 53 8 . 1 1 . 8 3 7 5 , / 1 EA 1 1 ,7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 102 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 4 5 65 64 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 103 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 9 3 . 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 104 1 1 EA CSTBA6PT 4 / . 9 9 . / 4 EA 4 4 .99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 105 1 1 EA 50 CONTROLLER SETUP 3 / 2 0 5 0. 0 5 0 2 / 3 EA 3 5 2 2 5 3 .00 TURNKEY SET UP BEAUCHAMPS PARK ** Group Total ** 3, 4 6 0 0 6, 4. 3 53 Printed: 05/31/23 09:32:46 109 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h a c n n ch ar : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 15 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5 2 /3 / 1 3 / / 2 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 /2 / 5/ 2 2 / 3 50 Agents Quoted For:Martin Close Date: 06 32 / / 24 2 / / 23 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT ** BROOKGLEN PARK Group ** Sequence #: 106 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 4 1 8 8 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 107 1 1 EA RBCIQ4GUSA 1 / , 5 7 3 8 . 1 1 . 8 35 7, / 1 EA 1, 1 7 8 8 7 1 , . 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 108 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0. 0 5 0 5 / 1 EA 46 5 5 6 . 4 00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 109 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 9 39 .66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 110 1 1 EA CSTBA6PT 4 / .99 . / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 111 1 1 EA 50 CONTROLLER SETUP 3 / 2 0 5 0 .0 5 0 2 / 3 EA 32 5 5 2 . 3 00 TURNKEY SET UP BROOKGLEN PARK ** Group Total ** 3, 1 1 5 5 1, 1 3 .23 ** THELMA@SARATOGA-SUNNYVALE RD Group ** Sequence #: 112 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 48 18 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Printed: 05/31/23 09:32:46 110 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h an cn c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 16 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 05 3 / 2/ 3 1 / 3/ 2 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 / / 25 2 / / 23 50 Agents Quoted For:Martin Close Date: 06 32 / / 24/ 2 2 / 3 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 113 1 1 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 1 1 5 5 1 1 .10 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 114 1 1 EA RBCIQ4GUSA 1 / ,7 5 8 3. 1 1 .3 87 5 , / 1 EA 1, 1 7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 115 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 46 5 5 6 . 4 00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 116 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 93 9 .66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 117 1 1 EA CSTBA6PT 4 / .9 9. / 4 EA 4 4 .99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 118 1 1 EA TECLS200L 9 / 9 0 .0 . 0 9 / 9 EA 9 9 . 9 00 LEESKY 200W PURE SINEWAVE INVERTER Sequence #: 119 1 1 EA 50 CONTROLLER SET UP 3 / 2 0 5 0 .0 5 0 2 / 3 EA 32 52 5 3 .00 TURNKEY SET UP THELMA@SARATOGA-SUNNYVALE ** Group Total ** 3 1 ,4 0 0 4, 1. 3 33 ** HISTORICAL Group ** Sequence #: 120 1 1 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 4 1 8 8 1 4 .23 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Printed: 05/31/23 09:32:46 111 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h an c c na h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 17 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5 2 /3 / 1 / 3 2 / 3 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 05 3 / 2 2 / 5 / 2 2 / 5 3 0 Agents Quoted For:Martin Close Date: 0 3 6 2 /2 / 4 2 / / 2 6 3 0 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 121 1 1 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1 .1 1 0 5 / 1 EA 1 1 51 51 .10 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Sequence #: 122 1 1 EA RBCIQ4GUSA 1 / ,7 53 8 . 1 1 . 8 35 7, / 1 EA 1, 1 7 8 8 7 1 , . 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 123 1 1 EA RBCIQ4GEXTANT 9 / 3 6 .6 . 6 3 / 9 EA 9 3 . 9 66 RB IQ EXT ANTENNA 4G CARTRIDGE Supp#: IQ4644 Sequence #: 124 1 1 EA CSTBA6PT 4 / .9 9. / 4 EA 4. 4 99 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 125 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0. 0 5 0 5 / 1 EA 4 5 6 6 5 4 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 126 1 1 EA 50 CONTROLLER SET UP 3 / 2 0 5 0. 0 5 0 2 / 3 EA 3 5 2 2 5 3 .00 TURN KEY SET UP HISTORICAL ** Group Total ** 3 2 ,3 0 0 3, 2 3 .33 ** KEVIN MORAN PARK Group ** Sequence #: 127 3 3 EA RBLESPLXME2P 12 - 48 STA 4 / 8 3 1 2. 2 1 3 8 / 4 EA 1 3 ,4 4 4 4, 3 1 .69 RB PRO MODULAR CONTROLLER PLASTIC CA B CABINET, 120V - ESPLXME2P Supp#: F22105 Sequence #: 128 9 9 EA RBLESPLXMSM12 12 STA 1 / 5 0 1 1. 1 1 0 5 / 1 EA 1 9 ,3 5 5 3, 9. 1 90 RB 12 STA MODULE FOR LX ESPLXMSM12 Supp#: F42220 Printed: 05/31/23 09:32:46 112 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : r h a c n n c a h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 18 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5/ 2/ 3 13 /2 / 5 3 0 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 / / 25 2 / / 2 5 3 0 Agents Quoted For:Martin Close Date: 0 3 6 2 /2 / 4/ 2 2 / 3 60 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT Sequence #: 129 1 1 EA RBCIQ4GUSA 1 / ,7 53 8 . 1 1 . 8 3 7 5 , / 1 EA 1, 1 7 8 8 7, 1. 1 35 RB IQ 4G CELLULAR NCC W/ 1 YR SERVICE IQ4GUSA Supp#: IQ4614B Sequence #: 130 2 2 EA RBCIQNCC RS 6 / 8 0 1 5 .5 1 0 8 / 6 EA 1, 3 3 6 6 3 3 , . 1 00 RB NETWORK COM CRTRS232 IQNCCRS Supp#: IQ4600 Sequence #: 131 3 3 EA RBCIQPSCMLXM 2 / 0 9 5 3. 3 5 9 0 / 2 EA 61 6 6 16 .17 RB IQ PRO SMART MODULE IQPSCMLXM Supp#: IQ4622 Sequence #: 132 3 3 EA TECMVRPSRFSR 1 / 2 0 0 0 .0 0 0 2 / 1 EA 36 0 0 6 . 3 00 MASTER VALVE, PUMP ANDFLOW SENSOR RELAY UNIT Supp#: MVR/PSR/FSR Sequence #: 133 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0 .0 5 0 5 / 1 EA 4 5 6 6 5 4 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ Sequence #: 134 3 3 EA CSTBA6PT 4 / .9 9. / 4 EA 1 4 . 1 97 CHRISTY 6' WITH RI G HT ANGLE PLUG Sequence #: 135 1 1 EA 50 CONTROLLER SET UP 1 / ,09 0. 5 5 . 9 00 , / 1 EA 1, 5 0 9 9 0, 5. 1 00 TURN KEY SET UP KEVIN MORAN PARK ** Group Total ** 8, 9 4 9 9 4, 9. 8 08 Printed: 05/31/23 09:32:46 113 QUOTE 0010932943 ISS - LIVERMORE 6630-B PATTERSON PASS RD A : c t c n o u u o n c t c : A H021299 0001 LIVERMORE, CA 94550 B : ra h n c c na h r : B ISSLIVE FAX: (925)-667-2197 P : h e o n n o e h : P (408)-592-8090 Phone: (925)-667-2190 F : a xa : F Bill To:CITY OF SARATOGA Ship To:CITY OF SARATOGA 19-700 ALLENDALE AVE 19-700 ALLENDALE AVE SARATOGA, CA 95070 SARATOGA, CA 95070 Page 19 of 19 PO: IQ conversion Ref: ESPLXME2p for parks Job: Exp Delv Date: 0 3 5 2 /3 / 1 / 3 2 / 3 50 Sales M VALENTINE Type: WHSE Ship Via: OUR TRUCK Activation Date: 0 3 5 2 /2 / 5 2 / / 2 5 3 0 Agents Quoted For:Martin Close Date: 0 3 6/ 2/ 2 4 / 2/ 2 6 3 0 M VALENTINE Quoted By: MV102052 QUANTITY UOM ITEM/DESCRIPTION PRICE/UOM AMOUNT ** PROSPECT CENTER Group ** Sequence #: 136 3 3 EA NS0000240477 1 YEAR 1 / 5 0 5 0. 0 5 0 5 / 1 EA 4 5 6 6 5 4 .00 RAIN BIRDIQ ANNUAL DATA PLAN RENEWAL 1 YEAR OF SERVICE DATA FOR IQ THIS IS FOR 3 ADDITIONAL OF IQ SERVICE FOR PRO SPECT CENTER ** Group Total ** 46 56 5 4 .00 Subtotal 77 5 , 0 0 0 0 , 5 77 .76 Sales Tax 9.125% 7, 6 0 2 2 0, 6. 7 35 Payment Terms: Total: $ 1 84 1. ,0 230 2 , . 4 1 8 1 $ NET 30 DAYS Printed: 05/31/23 09:32:46 114 RESOLUTION NO.__________ RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SARATOGA TO APPROPRIATE ADDITIONAL FUNDING FOR THE BEAUCHAMPS LANDSCAPE DISTRICT LLA-ZONE 16 WHEREAS, the City Council desires to promote safety and visual appeal of the City by means of assessment districts throughout the City, and WHEREAS,Beauchamps is one such assessment district, LLA-Zone 16, and WHEREAS, City Staff intends to increase water efficiencyby updating Landscape Irrigation Controllers citywide in Fiscal Year 2023/24, and WHEREAS, Funds budgeted in LLA-Zone 16 for Fiscal Year 2023/24 are insufficient for the desired update of its Irrigation Controllers, and WHEREAS, additional funds in the amount of $1,000 are needed to update the Irrigation Controllers for LLA-Zone 16, and WHEREAS, such additional funding is available in the fund balance of LLA-Zone 16, and WHEREAS,it is necessary to adjust the Fiscal Year 2023/24 Operating and Capital Improvement Budget by increasing the expenditure budget for LLA-Zone 16 by $1,000; NOW, THEREFORE, BE IT RESOLVED,that the City Council of the City of Saratoga hereby authorizes an additional expenditure budget of $1,000 in the LLA-Zone 16 Fund, and BE IT FURTHER RESOLVED, the above and foregoing resolution was passed and adopted at a regular meeting of the Saratoga City Council held on the 5th day of July 2023 by the following vote: AYES: NOES: ABSENT: 115 ABSTAIN: ______________________ Kookie Fitzsimmons, Mayor City of Saratoga Attest: _______________________ Britt Avrit, City Clerk City of Saratoga 1659209.1 116 SARATOGA CITY COUNCIL MEETING DATE:July 5, 2023 DEPARTMENT:City Manager’s Department PREPARED BY:Leslie Arroyo, Assistant City Manager SUBJECT:Designation of Authorized Agents –Federal Emergency Management Agency RECOMMENDED ACTION: Approve the Designation of Applicant’s Agents Resolution. BACKGROUND: The City is required to submit a Designation of Applicant’s Agents Resolution to seek public assistance from the Federal Emergency Management Agency for City damages incurred during a disaster. The attached Designation of Applicant’s Agent Resolution would be valid for the next three years to apply to disaster declarations. On March 15, 2023, the City Council adopted a resolution to approve the Designation of Applicant’s Agents Resolution for the January 2023 storms. By approving this new Designation of the Applicant’s Agents Resolution, this will allow the City to utilize the CalOES Form 130 for future disaster declarations. ATTACHMENTS: Attachment A –Designation of the Applicant’s Agents Resolution 117 118 119 120 121 SARATOGA CITY COUNCIL MEETING DATE:July 5,2023 DEPARTMENT:Public Works Department PREPARED BY:Shawn Gardner,Parks Division Manager SUBJECT:Two-Year Landscape Maintenance Service Contract with Dinsmore Landscape Company in the amount of $841,594.38 RECOMMENDED ACTION: Approve a two-year Landscape Maintenance Service Contract with Dinsmore Landscape Company, with an option to extend the contract for an additional year and authorize the City Manager to execute the same. BACKGROUND: In the past, the City Parks Division used five separate contractors for monthly maintenance of landscaped areas in medians, Landscape and Lighting Assessment Districts (LLAD), park landscapes,and other various locations in Saratoga. Over the past couple of months, Parks Staff developed a comprehensive Request for Proposals to include more detailed specifications for Citywide Landscape Maintenance Services, combining the scope of all five contracts into one with a higher standard of care. Thus, saving staff time with the management of contracts and setting a uniform standard of services across all areas of the City. The RFP was issued in May 2023 and two bids were received.Dinsmore Landscape Company (Dinsmore) was the lower of the two bids. Dinsmore has worked with the City for three years maintaining medians on Prospect Rd., landscaping at Gardiner Park,and a few LLAD zones. Dinsmore has proven to be a great contractor in providing Saratoga with high-quality service. The budget for the new contract is covered in the fiscal year operating budget of which 75 percent is from the general fund and 25 percent is from LLAD funds.The cost for monthly landscape maintenance services is a not-to-exceed amount of $841,594.38 ($416,729.89 for FY23-24 and $424,864.49 for FY24-25). 122 Staff recommends that City Council approve a maintenance services contract with Dinsmore Landscape Company for monthly maintenance services as described in the Recommended Action and authorize City Manager to execute the same. ATTACHMENTS: Attachment A – Landscape Maintenance Service Contract Attachment B – Bid Summaries 123 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract Page 1 of 3 City of Saratoga Landscape Maintenance Contract This agreement is entered into at Saratoga, California by and between the City of Saratoga, a municipal corporation (“City”), and _Dinsmore Landscape Company______________ (“Contractor”), who agree that: 1.Purpose of Contract. This is a contract for:Landscape Maintenance Services The purpose of the contract is more specifically described in Exhibit A attached hereto (“Scope of Work and Payment Terms”). 2.Term. Start Date: 07/01/2023 End Date: 06/30/2025 (If Start Date is left blank, start date will be date last signed below.) Or upon project completion, whichever occurs first. 3. Payment. City shall pay Contractor for work product produced and any authorized reimbursable costs pursuant to this agreement an amount not to exceed the total sum of: $841,594.38 ($416,729.89 for FY23-24 and $424,864.49 for FY24-25. Contractor agrees to comply with payment terms set forth in Exhibit A. If this contract is for more than one year, the maximum payment amount for each year is set forth in Exhibit A. Contractor is not authorized to undertake any efforts or incur any costs whatsoever under the terms of this agreement until Contractor has filed the business license numbers of all subcontractors and has received a fully executed notice to proceed from the Primary Representative. 4.Contract Administration. The authorized representatives of City and Contractor for Contract administration are listed below. The City’s primary representative is the Administrator. Contractor: Contractor Name: Dinsmore Landscape Company Contact Person: Clayton Nicholson Street Address: 161 Curtner Avenue City, State, Zip: Campbell, CA 95003 Telephone(s): 408-766-9458 Email Address: clayton@dinsmorelandscape.com Saratoga Business Lic. #: BUS-013366 (Contractor shall maintain a Saratoga Business License for the Term of this agreement) Contractors’ Lic. #: 744590 class C27 124 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract Page 2 of 3 Dept. of Industrial Relations Reg. #: 1000062399 City of Saratoga Department: Public Works Primary Representative: Shawn Gardner Street Address: 19700 Allendale Avenue City, State, Zip: Saratoga, CA 95070 Telephone: 1-408-868-1247 Email Address: sgardner@saratoga.ca.us 5.Addresses for Notice. Notices or communications shall be given to the parties at the addresses set forth in section 4 (“Contract Administration”) unless otherwise designated in a written notice to the other party. In addition, notices to the City shall be copied to: City Manager City of Saratoga 13777 Fruitvale Avenue Saratoga, CA 95070 City Clerk City of Saratoga 13777 Fruitvale Avenue Saratoga, CA 95070 These copies shall not constitute notice. 6.Change of Address. Any party hereto, by giving ten (10) days written notice to the other, may designate any other address as substitution of the address to which the notice or communication shall be given. 7.Insurance and Bonds. Contractor agrees to procure and maintain insurance as required by the provisions set forth in Exhibit B. Certificates of such insurance and copies of the insurance policies and endorsements shall be delivered to City within ten (10) days after being notified of the award of the contract, and before execution of this agreement by the City. 8.General Provisions. City and Contractor agree to and shall abide by the general provisions set forth in Exhibit C. 9.Exhibits. All exhibits referred to in this agreement are attached hereto and are by this reference incorporated herein and made a part of this agreement. 10.Entire agreement. This agreement supersedes any and all agreements, either oral or written, between the parties with respect to Contractor's completion of the Scope of Work on behalf of City and contains all of the covenants and agreements between the parties with respect to the rendering of such services in any manner whatsoever. No amendment, alteration, or variation of the terms of this agreement shall be valid unless made in writing and signed by the parties hereto. 11.Authority to Execute Agreement. Each individual executing this agreement represents that he or she is duly authorized to sign and deliver the agreement on behalf of the party indicated and that this agreement is binding on such party in accordance with its terms. This agreement may be executed in counterparts, each of which shall be deemed an original, but all of which taken together shall constitute one and the same instrument. 125 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract Page 3 of 3 IN WITNESS WHEREOF, the parties hereto have executed this agreement. Contractor City of Saratoga Signature City Manager Date: Signer Name ATTEST: Signer Title Date: City Clerk Contract Description:Date: Landscape Maintenance Services APPROVED AS TO FORM: City Attorney’s Office Date: 126 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract –Exhibit A Page 1 of 3 City of Saratoga Landscape Maintenance Contract Exhibit A – Scope of Work and Payment Terms Contractor shall perform the work described below in strict accordance with all plans, specifications, and other Contract Documents. The term “Contract Documents” means this agreement, all documents attached to or otherwise made a part of this agreement, including but not limited to those identified in this Exhibit A, and all certificates of insurance and any bonds required by this agreement. Where there is a conflict between the requirements of the several Contract Documents the more stringent requirements shall govern except with respect to conflicts with provisions in Exhibit A (including the “Scope of Work and Payment Terms”, attachments to Exhibit A, and any Contractor’s proposal referenced in Exhibit A), in which case the other Contract Documents shall govern. The contractor shall also invoice the City in accordance with the payment terms shown below. Summary of Scope of Work & Payment Terms: Landscape Maintenance Services reference.AND/OR x See Exhibit(s) A-4 and Notice Inviting Bids incorporated by this 127 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract –Exhibit A Page 2 of 3 1. Payment: Contractor shall submit all billings to City and City shall pay such billings in the manner specified in this paragraph and in Exhibit A-5. Payment shall be made payable to Contractor and delivered to the address specified in section 4 on page 1 of this agreement. The making of any payment by City, or the receipt thereof by the Contractor, shall in no way lessen the liability of the Contractor to correct or revise unsatisfactory work, even though the unsatisfactory character of such work may not have been apparent or detected at the time such payment was made. City may withhold payment to Contractor in any instance in which the Contractor has failed or refused to satisfy any material obligation provided for in this agreement. In no event shall City be liable for interest or late charges for any late payments. 1.1 Additional Payment Terms. (a)Contractor agrees to furnish, as a condition of payment, payroll affidavits, receipts, vouchers, and other documents, in form satisfactory to City, prior to receipt of any payment. Contractor shall submit Conditional and Unconditional waivers and release of lien (as provided in Civil Code Sections 8132 through 8138) on behalf of itself and suppliers that furnished labor, material, equipment or services to the Project. (b)Attention is directed to Section 9 of the State of California, Department of Transportation Standard (2022) which includes procedures for determination of payments, compensation for extra work by force account, partial payments, and final payments. These provisions are Contract Documents incorporated into this agreement. Charges from Contractor to City will not be honored or paid by City unless the charges are authorized and approved by City at the time the work is being performed. 2. Work to be Performed: The Work is described in the documents checked below which are incorporated into and hereby made a part of this agreement: x Notice Inviting Bids dated _05/10/2023______________________ (It is important to list this as the bid notice date is used to determining the prevailing wage rates that will apply to the work performed under the contract.) x Proposal dated _06/01/2023______________________ (In addition to description of work, license numbers for contractor and all subcontractors, and not to exceed amount, for unit price contracts proposal must include unit prices.) x Construction/Maintenance Services General Conditions included as Exhibit A-1. x Contractor Safety Agreement included as Exhibit A-2 x City of Saratoga Department of Industrial Relations Reporting information included as Exhibit A-3. Plans prepared by ______________________________________, dated _______________________. 128 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract –Exhibit A Page 3 of 3 x Specifications as indicated below (check appropriate box): x Technical Specifications prepared by City of Saratoga, dated 5/10/2023 and attached as Attachment 1 to the Notice Inviting Bids. Caltrans Standard Specifications, 2022 Edition, English Units (1-9). Contractor shall furnish all necessary management, supervision, labor, materials, tools, supplies, equipment, plant, services, engineering, testing and/or any other act or thing required to diligently and fully perform and complete the work. 3.License Classification: In accordance with Section 3300 of the California Public Contract Code, the City has determined that the Contractor shall have a License as described below at the time it submits its bid to the City and at all times it is performing the Work. License Classification: C-27 4. General and Special Conditions: Without limiting the generality of the foregoing, Contractor shall comply with the following special conditions: Special Conditions: 129 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract –Exhibit A-1 Page 1 of 4 City of Saratoga Landscape Maintenance Contract Exhibit A-1 – Maintenance Services General Conditions The following general conditions apply to all services being provided pursuant to this contract. 1. Conduct of the Work. Contractor shall: A.Do all things necessary to faithfully perform and complete the Work in a competent manner. B.All work shall be performed by experienced personnel directly employed and supervised by the Contractor. The Contractor shall provide management and technical supervision daily through competent supervisor as required. C. The Contractor shall be responsible for the skills, methods and actions of all employees. D.The Contractor shall cooperate to enable the Administrator to determine the Contractor’s conformity with these specifications and the adequacy of the work being performed. The Contractor shall give personal daily supervision of the work and be available for consultation with the Administrator or an engineer or inspector designated by Administrator. E.Ensure all necessary permits and approvals for the Work have been obtained. F. Protect all materials to be used in the Work in accordance with the specifications. G.Protect existing facilities and personal property. H.Remove from the project site all debris resulting from performance of the Work no less often than daily. If Contractor fails to do so, City may, after twenty-four (24) hours' notice to Contractor, clean up the site and deduct the cost from the Contract Price. I.Unload, hoist and otherwise handle its own materials, supplies and equipment. J.Keep itself fully informed of all applicable laws including existing and future state and federal laws and county and municipal ordinances and regulations which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. K.Observe and comply with, and cause all of its agents and employees to observe and comply with, all such applicable laws; and shall protect and indemnify the City, and all elected officials, officers, employees, and agents thereof connected with the Work, against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree. If any discrepancy or inconsistency is discovered in the plans, drawings, specifications, or contract for the work in relation to any such law, ordinance, regulation, order or decree, Contractor shall forthwith report the same to the Administrator in writing. L.Set up, identify, coordinate, provide safe access, and obtain all inspections for its work, as required by any authorized agency or applicable code, prior to covering up work. 130 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract –Exhibit A-1 Page 2 of 4 2. Progress of The Work. A. Contractor shall perform all work during the hours of 7:00 a.m. to 5.00 p.m., Monday through Friday (“standard working hours”) unless otherwise specified in the Special Provisions, or Contract Documents, or authorized by the City in writing. If the Contractor wishes to perform its maintenance service during any other hours or on weekends, written permission must be received from the City. The request must be received at least two (2) working days in advance of any work. No work will be allowed on legal holidays except in the case of an emergency. A listing of holidays observed by City is on file in the office of the Administrator. If Contractor requests to work outside standard working hours or on holidays in which the City will incur costs, Contractor shall be responsible for payment of the City’s costs incurred in connection with such work. The City will invoice the Contractor at time and one half to cover the costs incurred. If Contractor does not pay the invoice within ten days, the City may deduct the amount billed from other payments due or to become due to Contractor under the Contract. B. The Administrator or Administrator’s designee shall have the authority to suspend the Work, wholly or in part, for such a period as the Administrator may deem necessary. 3.Changes in Work. A.Contractor shall make no changes in the Work without written direction from the City. Contractor shall not be compensated for any change made without any such written direction. No changes in the Work covered by this agreement shall exonerate any surety or any bond given in connection with this agreement. B. If the City directs the Contractor in writing to make changes in the Work that materially affect the cost of performing the Work, the Contract Price will be adjusted based on one of the following: i.Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities involved in the changed Work; ii.By establishment of new unit prices and related quantities for the changed Work; iii. By a combination of existing and new unit prices and related quantities for the changed Work; or iv.By mutual acceptance of a lump sum. C.If the City directs the Contractor in writing to make changes in the Work that Contractor demonstrates materially affect the time required to perform the work, the City will make a reasonable adjustment to the Contract Time. 4. Utility Facilities. A. The Contractor shall protect from damage any utility facilities that are to remain in place, be installed, relocated or otherwise rearranged. B.Attention is directed to the possible existence of underground facilities not known to the City, or in a location different from that which is shown on the plans or in the Special 131 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit A-1 Page 3 of 4 Provisions. The Contractor shall take all steps reasonably necessary to ascertain the exact location of all underground facilities prior to doing work that may damage such facilities or interfere with their service, including but not limited to calling USA utility locator service to mark utilities. C. If Contractor while performing the Work discovers utility facilities not identified in the Contract Documents, Contractor shall immediately notify the City and the utility provider. City shall arrange the removal, relocation, or protection of existing main or trunk line utility facilities located at the site of the Work but not identified in the Contract. D. If the Contractor is required to locate, repair damage not due to the Contractor’s failure to exercise reasonable care, and remove or relocate existing main or trunk line utility facilities, it shall be compensated under the Changes in Work section of this Contract, including payment for equipment on the Project necessarily idled during such work. E. Contractor will not be entitled to damages or additional payment for delays caused solely by the failure of City, or the utility provider, to provide for removal or relocation of existing main or trunk line utility facilities not identified in the Contract Documents, except for equipment necessarily idled during such work. F. Contractor shall not be assessed liquidated damages for delay in completing the Work solely attributable to the failure of City, or the owner of the utility, to provide for removal or relocation of existing main or trunk line utility facilities not indicated in the Contract Documents with reasonable accuracy. G. The right is reserved by the City and its authorized agents, to enter the job for the purpose of making such changes as are necessary for the rearrangement of its facilities or for making necessary connections or repairs to their properties. The Contractor shall cooperate with forces engaged in such work and shall conduct operations in such a manner as to avoid any delay or hindrance to the work being performed by such other forces. 5. Differing Site Conditions. A. The Contractor shall promptly, and before the following conditions are disturbed, notify the City in writing of any: i. Material that the Contractor believes may be hazardous waste, as defined in Section 25117 of the California Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; ii. Subsurface or latent physical conditions at the site differing materially from those indicated by information about the site made available to bidders prior to the deadline for submitting bids; or iii. Unknown physical conditions at the site of any unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract. B. The City shall promptly investigate the conditions, and if it finds that such conditions do materially so differ, or do involve hazardous waste, and cause an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the Work, it shall issue a change order under the provisions described in the Contract Documents. 132 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit A-1 Page 4 of 4 C. No claim of the Contractor under this section 7 shall be allowed unless the Contractor has given the notice required in the Contract Documents. D. In the event a dispute arises between the City and the Contractor as to whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the Contractor's cost of, or time required for, performance of any part of the work, Contractor shall not be excused from completing the Work. The Contractor shall proceed with all work to be performed under the Contract. The Contractor shall retain any and all rights provided either by this Contract or by law which pertain to the resolution of disputes and protests. 6. Cooperation and Care. A. Should construction be under way by the City, other agencies or other contractors within or adjacent to the limits of the work specified or should work of any other nature be under way by other forces within or adjacent to said limits, the Contractor shall cooperate with all such other contractors or other forces to the end that any delay or hindrance to their work will be avoided. The City reserves the right to perform other or additional work at or near the site (including material sources) at any time, by the use of other forces. B. Until the final acceptance of the work, the Contractor shall have the charge and care of the Work and of the materials to be used therein, including materials for which partial payment has been received. The City shall not be held responsible for the care or protection of any material or parts of the Work prior to final acceptance, except as expressly provided in the Special Provisions. 7. Time. A. Time is of the essence of this agreement. Contractor shall provide City with scheduling information in a form acceptable to City, including any changes made by City in the scheduling of work. Contractor shall coordinate its work with that of all other contractors, subcontractors and suppliers so as not to delay or damage their performance. It is further agreed that in case Contractor fails to complete the Work in all parts and requirements within the Contract Time set forth in Exhibit A-5, the City shall have the right to extend the Contract Time or not, as may seem best to serve the interest of the City; and if it decides to extend the Contract Time, City shall further have the right to charge to the Contractor, its heirs, assigns or sureties, and to deduct from the payment for the Work, all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the Contract, and which accrue during the period of such extension. In the event that Contractor's work is delayed for any reason, including acts of City, Contractor's sole remedy shall be an extension of time equal to the period of delay, provided Contractor has given City written notice of the commencement of delay within 48 hours of its occurrence. If the City accepts any work or makes any payment under this agreement after a default by reason of delays, the payment or payments shall in no respect constitute a waiver or modification of any agreement provisions regarding time of completion and liquidated damages. -End of Exhibit A-1 133 Contractor: Dinsmore Landscape Company Name: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit A-2 Page 1 of 1 City of Saratoga Landscape Maintenance Contract Exhibit A-2 City of Saratoga Contractor Safety Assurances The City of Saratoga requires that all work done on City property or otherwise on behalf of the City is performed in accordance with the State’s environmental health and safety laws, codes and regulations. To this end, please initial and check the following form in the appropriate boxes. Failure to do so may affect your contract with the City of Saratoga. For the purposes of this document, you are referred to as “Contractor.” This checklist must be updated annually or anytime changes occur. Contractor will provide the City with any documents referenced below within 24 hours of the request. Safety Measures 1 and 2 are required. SAFETY MEASURE 1. A. Contractor has either a written Injury and Illness Prevention Plan compliant with 8CCR3203, OR B. Contractor has fewer than 10 employees, but agrees all work will be performed in compliance with all laws, codes, regulations and best standard practices to protect personnel, the environment, and property. 2. Contractor will provide the City of Saratoga a copy of their accident investigation report within 24 hours for each accident that occurs during the performance of the contract. Please respond YES, NO, or N/A for each item on the list. YES NO N/A 3. Contractor has and can provide the City of Saratoga with a copy of their Hazard Communication program if their employees will be using any chemicals on the job. 4. Contractor will provide the City of Saratoga a copy of the SDS (Safety Data Sheet) for each chemical brought onto the site. 5. Contractor has and can provide the City of Saratoga a copy of the Hazardous Waste disposal plan for any hazardous wastes generated during the job. 6. Contractor has and can provide the City of Saratoga a copy of their Lockout/Tagout program if any work is to be done on any sources of hazardous energy. 7. Contractor has and can provide the City of Saratoga a copy of their Electrical Safety program if any electrical work is to be performed. 8. Contractor has and can provide the City of Saratoga a copy of their Fall Protection program if any work is to be performed that would require it. 9. Contractor has and can provide the City of Saratoga a copy of the Confined Space program if any confined spaces are to be entered. 10. Contractor has and can provide the City of Saratoga a copy of their Heat Stress training certifications for employees if those employees occasionally work outdoors for two or more hours/day. Contractor: Dinsmore Landscape Company (print company name) hereby certifies that the foregoing is true and correct. Contractor Signature Above Primary Representative Acceptance Above Print Name & Title & Date Above Print Name & Title & Date Above -End of Exhibit A-2- 134 Contractor: Dinsmore Landscape Company Name: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit A-3 Page 1 of 1 City of Saratoga Landscape Maintenance Contract Exhibit A-3 City of Saratoga Department of Industrial Relations Reporting The City of Saratoga has the obligation to report this contract to the Department of Industrial Relations (DIR) and provide various information including that specified below. For the purposes of this document, you are referred to as “Contractor.” Upon completion of this form send it to your Contract Administrator at the City of Saratoga. The City will not approve this contract until this form has been completed. Contractor Name: Dinsmore Landscape Company Contractor DIR #: 1000062399 (Contractor shall maintain an active DIR registration for the Term of this agreement) Classification(s) or type(s) of workers that will be employed by the Contractor for this project: Asbestos Boilermaker Bricklayers Carpenters Carpet/Linoleum Cement Masons Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers Millwrights Operating Eng. Painters Pile Drivers Pipe Trades Plasterers Roofers Sheet Metal Sound/Comm. Surveyors Teamster Tile Workers Subcontractor: Contractor’s License Number: DIR Number: Worker Classifications: I certify that the information set forth above is correct and that I am authorized to provide this information on behalf of the Contractor named in the first line above. Signature Date: Print Name & Title -End of Exhibit A-3- 135 Citywide Landscape Maintenance Services -Notice Inviting Bids CONTRACTOR'S BID SCHEDULE The matrix below describes items upon which the City requests a proposal. Please notethat the maximum monthly payment allowed under the contract (including for workperformed to address inquiries and complaints under Section 10.00) will be one/twelfth(1/12) of your proposed annual cost, except for Extra Work. The actual payments madeto the Contractor will be based on the Contractor's actual work performed for the Cityconsistent with the terms and conditions of the contract documents, including Section 4.00 (Enforcement, Deductions and Liquidated Damages). If the City accepts the Contractor's Proposal it is expected the Contractor would begin work on July 3rd, 2023. The undersigned declares he/she has carefully examined the locations of the work, readthe Request for Proposal, examined all specifications, and hereby proposes to furnish alllabor, materials, equipment, transportation, and services required to do all the work in thisLANDSCAPE MAINTENANCE SERVICES Agreement in accordance with the GeneralProvisions and Specifications of the City of Saratoga, and that he/she will take in fullpayment therefore the following unit prices for each item complete, to wit: Company Authorized Representative Signature:__._a-===�'----2 ________ _ Company Authorized Representative Name: C).-.y,}o" l'f',tcJ,-�/5-1 Company Authorized Representative Phone Contact: i0 6-? (J;�- J L(S-'6 Company Authorized Representative Email Contact: c..("1yk"@_.D,g1 �f10C'f.,/..,1J..s c4/(.. C.PfrJ Attachment 2: Submittals 2 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 1 of 26136 Contractor: Dinsmore Landscape CompanyContract for: Landscape Maintenance ServicesExhibit A-4Page 2 of 26137 Contractor: Dinsmore Landscape CompanyContract for: Landscape Maintenance ServicesExhibit A-4Page 3 of 26138 Contractor: Dinsmore Landscape CompanyContract for: Landscape Maintenance ServicesExhibit A-4Page 4 of 26139 Contractor: Dinsmore Landscape CompanyContract for: Landscape Maintenance ServicesExhibit A-4Page 5 of 26140 Contractor: Dinsmore Landscape CompanyContract for: Landscape Maintenance ServicesExhibit A-4Page 6 of 26141 Contractor: Dinsmore Landscape CompanyContract for: Landscape Maintenance ServicesExhibit A-4Page 7 of 26142 Citywide Landscape Maintenance Services -Notice Inviting Bids EXTRA WORK H1 *Extra Work per year $10,000.00 (Maximum Annual Amount) *Extra Work payments made to the CONTRACTOR will be based on the CONTRACTOR'S actual work performed for the City, consistent with the terms and conditions of the contract documents and may be different from the prices estimated above. Extra Work is not guaranteed. Note: This Agreement is subject to prevailing wage laws, Labor Code Section 1770 et seq. Attachment 2: Submittals 12 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 8 of 26143 Contractor: Dinsmore Landscape CompanyContract for: Landscape Maintenance ServicesExhibit A-4Page 9 of 26144 Citywide Landscape Maintenance Services -Notice Inviting Bids The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this proposal. The Undersigned agrees that in case of default in executing the required City Contract with the necessary insurance policies within twenty (20) calendar days from the date of award of agreement by the City, the City may at its option and without providing further notice to the apparent best value Contractor administratively authorize the award of the contract to the Best Value Contractors in descending rank. Contractor Representative Signature: ;;;z:�� Contractor Representative Name (print): C/ .. 74' �11::.-l,. '-5-:,,1 Contractor Company Name: 1./".s. l'Jorc... l.�nr!c-c.(<L- Contractor Contact Phone#: '{O'd-7�(.,-'£/.f'16 Contractor Contact Email: C,/*<Q�·ri�l1-]ort-/q/JJ.sc. .. (c... C?� Date: S: /:? I ( Z-? Attachment 2: Submittals 14 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 10 of 26145 Citywide Landscape Maintenance Services -Notice Inviting Bids CONTRACTOR'S STATEMENT OF FINANCIAL RESPONSIBILITY A copy of the Contractor's annual report shall be provided. If an annual report is not available, such other information shall be provided to show the financial stability of the Vendor. Information may be submitted under separate cover marked "CONFIDENTIAL". Information in a form other than an annual report shall be signed "under penalty of perjury under the laws of the State of California". An attachment may be used. S e-<!-c-,/l�J (/JL_ �'. $.,/¥J�c_ S4uf Attachment 2: Submittals 15 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 11 of 26146 This page omiƩed for confidenƟality.  Contractor: Dinsmore Landscape Company Contract for: Landscape MAintenance Services Exhibit A-4 Page 12 of 26147 This page omiƩed for confidenƟality.  Contractor: Dinsmore Landscape Company Contract for: Landscape MAintenance Services Exhibit A-4 Page 13 of 26148 Citywide Landscape Maintenance Services -Notice Inviting Bids CONTRACTOR'S STATEMENT OF TECHNICAL EXPERIENCE AND REFERENCES The Contactor is required to state what work of a similar character to that included in the Scope of Work and Technical Specifications Contractor has successfully performed and give references, with telephone numbers, which will enable the City to judge Contractor's responsibility, experience and skill and business standing. The Contractor is required to provide a minimum of five (5) references where work was performed within the past five (5)years of an equivalent size and nature to this contract. An attachment can be used. Date Contract Completed 3+ yc. ... rJ,, ' (),tcf' '1j& T Y-<.c.TJ. \10'2,:]�., ,, �- ZOLL Ir' -r YeJ"S .� 6'lJ9"�, ., '"" .y 'I f'J ,, ,, (9A-J°,·� A'tJ . i:z. � Name and Address of the Employer ' c.,·� � n 0h �..,� J::...7o I L.,vti. ( S...J--. c...JKE:' or> 2.ZS u . .s ... riA cJr.,rc.. ..s, �.,') �.t.-t.. l1d.r1J1 �J..., Jn-. S, c:.,,;G( u ... y .s .. '1 J.:uc..-Sfu.lwc.,v"-'117 .t-.f.<,J t,-J...,y .(' ¥\ 11 ' fr.p > t k..Ji.u-(.; "'1(""' I <.-5, Joto ur1er-... ,l,Ctl vhJq..,Jo AJ11, 11.o h ?cJ'f;., t'I-t JI E. /./c,.u....,.P, Av<...c .. "',(/ i,,.1, Attachment 2: Submittals Contact Persons Amount Name and Type of of Telephone Work Contract Number £:// ff� /),'c.-k C./+y t) ,;Jr..,-1$ 700 � {.,�o �3]� -<'.. 7'7'0 11.,,1,,,Jv. ..., C--L 4'>0 vc-, l C.-.s c-7 /1 c-.Jj() �L-.1.J�e,c((...Jtfgo � .'-Jo 'b -{.,/JO-07 ft>t 11 ... 4f. ,'r( · �Mv,,.;J iii t...-.,,,, � A Pt...fc.t iJc.-z.,·C>/"�KL. L....-iJJ.._<it (_ t '5.01) t,�08-�S-0-81]'( C!J�k,..)cJ,i,, (C.0"1(d,.J. ti,v I G'-'1 -t�::, hvnf. ,'rt3� �/Glo tc,7 Zo-t..72-J:I�o &i�"lW\.../J �ti/') C �"11 L ..,nhc."f"'--Ji Zook___(p'S'�-i<-8-?..�'70 h,:"�...,,.,c.<.. , ( I) 1 r ...r-R..rt L.,J.sc..,,.(/<. II 300+ ic:, (.,So .-J-1°1-l. tl Is /ttJ./...//��'I 16 ,,,., Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 14 of 26149 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 15 of 26150 Citywide Landscape Maintenance Services -Notice Inviting Bids CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE SERVICES The Contractor is required to make a statement of how services will be provided. Include: Time period between award and start of service, number of personnel to be used providing services, experience of personnel, numbers, and type of equipment to be used, how quickly urgent but unplanned services can be provided, and any other information you can offer that will help determine your ability to provide contracted services. The Contractor is required to submit data that indicates the use of a uniform and detailed method by which he or she proposes to define, schedule, record, update and process installation, repair and maintenance tasks and service repor ts. This program shall be computer generated. The City of Saratoga reserves the right to evaluate the competency and responsibility of all proposing service companies and to evaluate the ability of any proposing company to perform all conditions of the contract to assure the award of this contract to a firm able to produce the quality of service required and intended by these specifications. The Contractor's employees will be required to pass a background check. The City of Saratoga will notify the Contractor in writing of the acceptability of the Contractor's and employees. The Contractor agrees the City of Saratoga will be the sole judge of the suitability of the Contractor's employees to perform any work on City of Saratoga owned or maintained property. Subcontractors may be required to pass a background check if they will be on City property on a regular basis as determined by the City. (ATTACH CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE SERVICES HERE) Attachment 2: Submittals 17 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 16 of 26151 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 17 of 26152 Citywide Landscape Maintenance Services -Notice Inviting Bids CONTRACTOR'S STATEMENT OF UNSPECIFIED VALUE-ADDED OFFERINGS List items or services you are offering in addition to those required by the attached specifications or scope of work, offered as part of your proposal, and included in your proposal pricing, if any. If none, please state "none." An attachment may be used. - We..-a.rt, , e,.vN't.11+-vt.,;;/:--� : th. t.J;}( /tvc..l''X= oiJr U1tJ{;(. /.JI/J.u.s.-t.,),:':) f{L, C-J, -J... d-t,.:/or c,ur "' r.:>""c,L � /11t-<-f Jll,t G/t � fl,e r._Ji. {,.Jot-\c;. "\./IJ L>(�OJJ� fe. Our fc,"l't V/} {ht_ rul/,r__. cjLJr 'f(_e.,/1-i 1'..s c-,f1eJ. -/-o c.}t_rt- -fv rr' erov.l s-.. /L-j J-j..,1/J;,rJ.r ol'/L! Attachment 2: Submittals 18 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 18 of 26153 Citywide Landscape Maintenance Services -Notice Inviting Bids LISTING OF SUBCONTRACTORS The Contractor is required to furnish the following information relative to the subcontractors Contractor proposes to use. An attachment may be used. If all work is to be done without subcontractors, please state "none." An attachment may be used. NAME UNDER TYPE AND WHICH LICENSE ADDRESS AND PORTION OF SUBCONTRACTO NUMBER AND TELEPHONE WORK R IS LICENSED CLASS NUMBER SUBCONTRACTOR WILL DO S\Jfl't-M L .P�w...r x/A-l-Z--r. (, c.-o .. �,,c) /-Wl-fl'v..l .!."l't W....i �:'2) w.....ct.__ S.:..1 Jo��, C---""'. S2.Z.. J .t 12. 7'/""L '-fo & -9L/o-)Z,: Attachment 2: Submittals 19 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 19 of 26154 Citywide Landscape Maintenance Services -Notice Inviting Bids CONTRACTOR'S STATEMENT OF COMPLIANCE WITH THE CITY OF SARA TOGA'S INSURANCE REQUIREMENTS The Contractor must attach either of the following items to this page, and submit with his/her proposal: 1.Certificates of insurance showing conformance with the City's contract insurance requirements herein for: � Comprehensive General Liability Insurance � Automobile Liability InsuranceJ Workers' Compensation Insurance J Employer's Liability Insurance OR 2.Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Vendor, will issue to the Vendor policies of insurance for Comprehensive General Liability, Automobile Liability, Workers' Compensation and Employer's Liability in conformance with the requirements herein and Certificates of Insurance to the City showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1.Meet the conditions stated in the included contract for each insurance company that the Vendor proposes. 2.Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any vehicle" and cannot be limited in any manner. Within twenty (20) calendar days after the City's notification of award of contract to the Contractor, all required insurance documents must be submitted to the City. Contractor's failure to provide the City-required insurance certificates showing specified coverage within this time frame may be cause for the contract award to be rescinded in the City's sole discretion. --=�=-----'--__ 7 ___________ Contractor's Signature Attachment 2: Submittals 20 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 20 of 26155 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 21 of 26156 Citywide Landscape Maintenance Services - Notice Inviting Bids CONTRACTOR'S WORK FORCE The CONTRACTOR shall attach the following information to this page, and submit with his/her proposal: A.Each labor or supervisory position by title that will make up the CONTRACTOR'S work force needed to provide the described services. B.A sufficiently detailed explanation of the minimum qualifications for a person working in each position title, including any required certifications and education. C.The minimum annual man-hours for each position title that the CONTRACTOR proposes to commit to the performance of the described services. D.A list and description of the qualifications of other pertinent staff that are not to be directly committed to this project but who will be available to support, consult, perform Extra Work, and the like. E.A description of CONTRACTOR'S systematic skills training program. The information provided in this attachment is for the purposes of determining the CONTRACTOR'S commitment and preparedness to perform the DESCRIBED SERVICES and assuring that the CONTRACTOR'S bid is reasonable and complete. Nothing in this Attachment shall in any way be construed to remove, lessen, or relieve the CONTRACTOR from any responsibility prescribed by the CONTRACT. CONTRACTOR may attach additional pages to describe Minimum Qualifications, if needed. Label any such pages "Contractor's Work Force -Additional Information" along with the appropriate position title(s) corresponding to this form. Attachment 2: Submittals 21 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 22 of 26157 Citywide Landscape Maintenance Services -Notice Inviting Bids A.POSITION TITL E \ 1. �'° • "Fo r,u,, ,, o. 2.L<-c...J.h-.ri 3 L <-&,J l't "'" 4.(:;...fckn ,c/ 5· .:S <.P� q V) ion 6. 7. 8. 9. 10. CONTRACTOR'S WORK FORCE B.MINIMUM QUALIFICATIONS /0 + yrJ J / rJ /'1.Y'n)/1(_ .r+ � J/ (.)(.,'!J. "1� 1r ye. •. -"" c,J} J:1/JSA#M-z + r"J /0 f yc..�r� �1·-f't. 1/'1..>h,,f:(., t ... -i)J.c-,,(L. 6)\/t.('J.(I(...\ C.TOTAL ANNUAL HOURS U>8c'J z..o B() L&&O Z..o 8cJ J,tJt./D D.Other Staff Su ort Title Descri tion / Qualifications &.AL , s-yf'_J e i'I.J �,,(.. JP+ r" .. � I) , � fl,/1111JC.: .,\. 2. 3. 4. 5. - 70 J.,7 01/ l°"'\ r) •� /7f'»-t;l'i;':J- w <-t-\ � / h.4,J/, � 1-r ",·'1 :v.s Attachment 2: Submittals 22 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 23 of 26158 Citywide Landscape Maintenance Services - Notice Inviting Bids EXTRA WORK GUARANTEE To the City of Saratoga, The undersigned guarantees the construction and installation of the work performed as Extra Work included in this project: Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the Specifications, due to any of the above causes, all within twelve (12) months after date on which said work of this CONTRACT is accepted by the CITY, or the CONTRACT termination, whichever is the later, the undersigned agrees to reimburse the CITY upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or upon demand by the CITY, to replace any such material and to repair said work completely without cost to the CITY so that said work will function successfully as originally contemplated. The CITY shall have the unqualified option to make any needed placements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the CITY elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the CITY. If the undersigned shall fail or refuse to comply with his obligations under this guaranty, the CITY shall be entitled to all cost and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. CONTRACTOR'S Name Address Cl�� ;tJ1�!�0 -frc_s,,.1u,J Nameand Title of Signer (Please Type or Print) Signature Attachment 2: SubmiUals Date 23 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 24 of 26159 Contractor: Dinsmore Landscape Company Contract for: Landscape Maintenance Services Exhibit A-4 Page 25 of 26160 Contractor: Dinsmore Landscape CompanyContract for: Landscape Maintenance ServicesExhibit A-4Page 26 of 26161 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit B Page 1 of 5 City of Saratoga Landscape Maintenance Contract Exhibit B Insurance The insurance requirements listed below that have an “” indicated in the space before the requirement apply to this agreement together with the general requirements for the duration of the contract, and until the expiration of the warranty period following the final completion and acceptance by the City. Modifications or waivers to the below requirements are shown in Exhibit E. Contractor shall provide its insurance broker(s)/agent(s) with a copy of these requirements and request that they provide certificates of insurance complete with copies of all required endorsements to the Primary Representative listed in section 4 on page 2. During the term of this agreement and until the expiration of the warranty period Contractor shall ensure that its broker(s)/agent(s) provide Primary Representative with updated certificates of insurance reflecting continued satisfaction of the requirements of this agreement together with updated endorsements in the event of a change in the underlying insurance policy(ies), with copies emailed to cityhall@saratoga.ca.us. All endorsements shall be signed by a person authorized by that insurer to bind coverage on its behalf. City has the right to require Contractor’s insurer to provide complete, certified copies of all required insurance policies. As described in more detail below, the City, its officers, officials, employees, agents, and volunteers are to be covered as insureds. All certificates and endorsements must be received and approved by City before work commences. Insurance Requirements Commercial General Liability Insurance with coverage at least as broad as indicated: x Commercial General Liability Insurance covering commercial general liability on an “occurrence” basis, including products and completed operations, property damage, bodily injury, personal injury, and advertising injury with coverage minimum limits of x $2,000,000 per occurrence $_________________ per occurrence If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 162 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit B Page 2 of 5 Completed operations coverage. If this box is checked Contractor shall maintain insurance as required by this contract to the fullest amount allowed by law and shall maintain insurance for a minimum of five years following the completion of this project. In the event contractor fails to obtain or maintain completed operations coverage as required by this agreement, the City at its sole discretion may purchase the coverage required and the cost will be paid by Contractor. Auto Liability Insurance using ISO Form Number CA 0001 (or equivalent) covering any auto, or if Contractor has no owned autos, then hired autos and non-owned autos, with minimum limits of x $1,000,000 per accident for bodily injury and property damage $2,000,000 per accident for bodily injury and property damage Professional/Errors and Omissions Liability (“E&O”) with coverage as indicated $1,000,000 per loss/ $1,000,000 aggregate $2,000,000 per loss/ $2,000,000 aggregate x Workers' Compensation as required by the State of California, with statutory limits, and Employer’s Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Contractor shall submit to City a waiver of subrogation endorsement in favor of City, its officers, officials, agents, employees, and volunteers. If Contractor is not required to maintain Workers’ Compensation Insurance pursuant to State law, Contractor shall file a verification of that fact with the Primary Representative. Contractor shall purchase and maintain "All Risk or Special Form" Builder's Risk Insurance on a replacement cost basis in an amount equal to the full replacement cost of the Work on a completed value basis, including coverage for ‘soft costs’ such as design, engineering, and construction management fees. The builder's risk insurance shall cover all risks of loss, including but not limited to fire; lightning; windstorm; hail, explosion; riot; riot attending a strike; civil commotion; smoke damage; damage by aircraft or vehicles; vandalism and malicious mischief; theft; collapse; flood; and earthquake. This insurance shall include coverage including, but not limited to all damages or loss to the Work; to appurtenances; to materials and equipment to be used on the Project while the same are in transit or stored on or off the project site; and/or to construction plant and temporary structures. Builder’s Risk Insurance policies shall name the City as loss payee, waive all rights of subrogation against City, have a deductible not to exceed $5,000, and provide City the right to occupy the premises without termination of the policy until acceptance of the Work. 163 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit B Page 3 of 5 All subcontractors used must comply with the above requirements except as noted below: General Requirements As to all of the checked insurance requirements above, the following shall apply: 1. Additional Insured Status and Primary Coverage. The Commercial General Liability and Automobile Liability insurance policies required by this agreement shall contain an endorsement or policy language naming the City, its officers, officials, employees, agents and volunteers each as an “additional insured”, to be covered as insureds with the same coverage and limits available to the named insured regarding: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of the protection afforded to the City, its officers, officials, employees, agents or volunteers. Contractor shall submit to City this additional insured endorsement or policy language for its Commercial General Liability policy. Any available insurance proceeds broader than or in excess of the minimum insurance coverage requirements and/or limits specified in this agreement shall be available to the additional insured. The requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. The additional insured coverage under Contractor’s policy shall be ''primary and non-contributory" and will not seek contribution from the City’s insurance or self- insurance and shall be at least as broad as ISO Form CG 20 01 04 13 and CG 20 38 04 13. This requirement does not apply to errors and omissions insurance. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. 2. Separation of Insureds. The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 3. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials and employees; or (2) the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4. Umbrella or Excess Insurance. The limits of insurance required in this agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City (if agreed to in a written 164 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit B Page 4 of 5 contract or agreement) before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. 5. Waiver of Subrogation. Contractor hereby grants to City a waiver of any right to subrogation which any insurer of Contractor may acquire against City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether City has received a waiver of subrogation endorsement from the insurer. 6. Verification of Coverage. Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this Exhibit. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require at any time complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications and failure to exercise this right shall not constitute a waiver of any of City’s rights pursuant to this agreement. 7. Maintenance of Coverage. Contractor shall not cancel, assign, or change any policy of insurance required by this agreement or engage in any act or omission that will cause its insurer to cancel any insurance policy required by this agreement except after providing 30 days prior notice to the City. Each insurance policy required above shall state that coverage shall not be canceled, except with notice to the City. If an insurance policy required by this agreement is unilaterally cancelled or changed by the insurer, Contractor shall immediately provide written notice to the City and obtain substitute insurance meeting the requirements of this agreement. Nothing in this paragraph relieves Contractor of its obligation to maintain all insurance required by this agreement at all times during the term of the agreement. 8. Claims Made Policies. If any of the required policies provide claims-made coverage, the coverage shall be maintained for a period of five years after completion of the contract. Contractor may satisfy this requirement by renewal of existing coverage or purchase of either prior acts or tail coverage applicable to said five-year period. 9. Acceptability of Insurers. The policy or policies required by this agreement shall be issued by insurers admitted in the State of California and with a rating of at least A:VII in the latest edition of Best’s Insurance Guide. 10. Subcontractors. Contractor agrees to include with all subcontractors in their subcontract the same requirements and provisions of this agreement including the indemnity and insurance requirements to the extent they apply to the scope of the subcontractor's work. Subcontractors hired by Contractor shall agree to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to the City under this agreement. Subcontractors shall further agree to include these same provisions with any sub-subcontractor. Contractor shall provide subcontractor with a copy of the indemnity and insurance provisions of this agreement as a part of Contractor’s subcontract with subcontractor. Contractor shall require all subcontractors to provide a valid certificate of insurance and the required endorsements included in the agreement prior to commencement of any work and will provide proof of compliance to the City. 165 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit B Page 5 of 5 11. Special Risks or Circumstances. City reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. -End of Exhibit B- 166 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 1 of 10 City of Saratoga Landscape Maintenance Contract Exhibit C General Provisions 1. INDEPENDENT CONTRACTOR. City requires the services of a qualified contractor to provide the work product described in Exhibit A because it lacks the qualified personnel to provide the specified work product. Contractor is qualified to provide the required work product and is agreeable to providing such work product on the terms and conditions in this agreement. 1.1 In General. At all times during the term of this agreement, Contractor shall be an independent contractor and shall not be an employee of City. Contractor shall complete the Scope of Work hereunder in accordance with currently approved methods and practices in Contractor's field. No relationship of employer and employee is created by this agreement between the City and Contractor or any subcontractor or employee of Contractor. City shall have the right to control Contractor only with respect to specifying the results to be obtained from Contractor pursuant to this agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this agreement. Any terms in this agreement referring to direction from City shall be construed as providing for direction as to policy and the result of the Contractor’s work only, and not as to the means by which such a result is obtained. 1.2 Non-Exclusive Contract. Nothing contained in this agreement shall be construed as limiting the right of Contractor to engage in Contractor's profession separate and apart from this agreement so long as such activities do not interfere or conflict with the performance by Contractor of the obligations set forth in this agreement. Interference or conflict will be determined at the sole discretion of the City. 1.3 Standard of Care. Contractor shall complete the Work required pursuant to this agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession. All work product of whatsoever nature which Contractor delivers to City pursuant to this agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Contractor’s profession. 1.4 Qualifications. Contractor represents and warrants to City that the Contractor is qualified to perform the services as contemplated by this agreement and that all work performed under this agreement shall be performed only by personnel under the supervision of the Contractor as an employee or, if authorized by the Scope of Work, a subcontractor. All personnel engaged in the work shall be fully qualified and shall be authorized, licensed and certified under state and local law to perform such work if authorization, licensing or certification is required. The Contractor shall commit adequate resources and time to complete the project within the project schedule specified in this agreement. 1.5 Use of City Equipment. City shall not be responsible for any damage to persons or property as a result of the use, misuse or failure of any equipment used by Contractor, or by any of its employees, even though such equipment be furnished, rented or loaned to Contractor by City. 167 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 2 of 10 1.6 Payment of Taxes and Other Expenses. Should City, in its discretion, or a relevant taxing authority, including, but not limited to the Internal Revenue Service or the State Employment Development Division, determine that the Contractor is an employee for purposes of collection of any employment taxes, the amounts payable under this agreement shall be reduced by amounts equal to both the employee and employer portions of the tax due (and offsetting any credits for amounts already paid by the Contractor which can be applied against this liability). City shall then forward those amounts to the relevant taxing authority. Should a relevant taxing authority determine a liability for past services performed by the Contractor for City, upon notification of such fact by the City, the Contractor shall promptly remit such amount due or arrange with the City to have the amount due withheld from future payments to the Contractor under this agreement (again, offsetting any amounts already paid by the Contractor which can be applied as a credit against such liability). Any determination of employment status above shall be solely for the purposes of the particular tax in question, and for all other purposes of this agreement, The Contractor shall not be considered an employee of City. Notwithstanding the foregoing, should any court, arbitrator, or administrative authority determine that the Contractor is an employee for any other purpose, then the Contractor agrees to a reduction in the City's financial liability so that the City's total expenses under this agreement are not greater than they would have been had the court, arbitrator, or administrative authority determined that the Contractor was not an employee. 2. COMMUNICATION AND NOTICES. The City’s Administrator designated in section 4 on page 2 of this agreement is authorized to receive information, interpret and define City's policies consistent with this agreement, and communicate with Contractor concerning this agreement. All correspondence and other communications shall be directed to or through the Administrator or the Administrator’s designee. 2.1 In General. All notices or communication concerning a party's compliance with the terms of this agreement shall be in writing and may be given either personally, by certified mail, return receipt requested, or by overnight express carrier. The notice shall be deemed to have been given and received on the date delivered in person or the date upon which the postal authority or overnight express carrier indicates that the mailing was delivered to the address of the receiving party. The parties shall make good faith efforts to provide advance courtesy notice of any notices or communications hereunder via e-mail. However, under no circumstances shall such courtesy notice satisfy the notice requirements set forth above; nor shall lack of such courtesy notice affect the validity of service pursuant to the notice requirement set forth above. 3. PREVAILING WAGE. 3.1 The Contract is subject to the provisions of Part 7 of Division 2 of the California Labor Code (Sections 1720 and following), and Contractor and any subcontractor shall pay not less than the prevailing rates of wage as determined by the California Department of Industrial Relations (“DIR”) to all workers employed in performance of the Work. Pursuant to the provisions of Section 1770 of the California Labor Code, the City has obtained the general prevailing rate of wages and employer payments for health and welfare, vacation, pension and similar purposes in the vicinity of the Work, a copy of which is on file in the office of the City, and shall be made available for viewing to any interested party upon request. Full compensation for conforming to the requirements of this section 3 shall be deemed included in the prices paid for the various contract items of work, and no separate payment will be made therefor. In accordance with Section 1815 of 168 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 3 of 10 the California Labor Code, Contractor and all subcontractors shall pay all workers employed on this project 1 ½ times the basic rate of pay for work performed in excess of specified hour limitations. 3.2 Contractor and all subcontractors are not qualified to bid on or be listed in a bid proposal, subject to the requirements of section 4104 of the California Labor Code, and shall not engage in the performance of any work under this contract, unless currently registered and qualified to perform public work pursuant to section 1725.5 of the California Labor Code. Contractor represents and warrants that it is, registered and qualified to perform public work pursuant to Section 1725.5 of the California Labor Code unless otherwise noted in supplemental provisions hereto. Contractor shall not enter into a subcontract without proof that the subcontractor is registered with DIR and qualified to perform public work pursuant to Section 1725.5 of the California Labor Code. Contractor shall provide DIR registration numbers to the City for all subcontractors pursuant to Section 1725.5. 3.3 Contractor shall post at the job site the determination of the director of the prevailing rate of per diem wages together with all job site notices that are required by regulations of the DIR. 3.4 This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractor and any subcontractors shall keep accurate payroll records, in accordance with Section 1776 of the California Labor Code, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by Contractor or subcontractor in connection with the Work and shall furnish the records specified in California Labor Code section 1776 directly to the Labor Commissioner at least monthly in a format prescribed by the Labor Commissioner and otherwise in accordance with law. 4. LABOR 4.1 The Contractor or subcontractor shall, as a penalty to City, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. 4.2 Contractor’s attention is directed to the provisions in Sections 1777.5 and 1777.6 of the California Labor Code concerning the employment of apprentices by the Contractor or any subcontractor. It shall be the responsibility of the Contractor to effectuate compliance on the part of itself and any subcontractors with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 4.3 As required by Labor Code Section 1861, by signing this agreement Contractor certifies as follows: 169 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 4 of 10 “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker’s compensation or to undertake self-insurance in accordance with the provisions before commencing the performance of the work of this contract.” 4.4 Contractor’s attention is directed to provisions in Sections 1775 and 1813 of the California Labor Code. In accordance with Section 1775 of the California Labor Code, Contractor and its subcontractors may be subject to penalties for Contractor’s and subcontractors’ failure to pay prevailing wage rates. In accordance with Section 1813 of the California Labor Code, Contractor or subcontractors may be subject to penalties for Contractor’s or subcontractors’ failure to pay overtime pay rates for hours worked by workers employed on this project in excess of specified hour limitations. 4.5 In connection with the performance of the Work under this contract, Contractor will not because of the race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status of any person, to refuse to hire or employ the person or to refuse to select the person for a training program leading to employment, or to bar or to discharge the person from employment or from a training program leading to employment, or to discriminate against the person in compensation or in terms, conditions, or privileges of employment, unless based upon a bona fide occupational qualification or applicable security regulations established by the United States or the State of California, or as otherwise provided in section 12940 of the Government Code. As provided in Labor Code section 1735, a violation of this provision is subject to all penalties imposed for a violation of Division, 2, Part 7, Chapter 1 of the Labor Code including the monetary penalties provided in Labor Code section 1775. 5. LICENSE REQUIREMENT. Contractor’s attention is directed to California Business and Professions Code Sections 7000 et seq. concerning the licensing of contractors. At the time Contractor submits its bid to the City and all times Contractor is performing the Work, Contractor shall have a valid license issued by the Contractors State License Board in the classification stated in the Special Provisions. Contractor and all subcontractors shall be licensed in accordance with the laws of this State and any contractor or subcontractor not so licensed is subject to penalties imposed by such laws. CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE CONTRACTORS’ STATE LICENSE BOARD WHICH HAS JURISDICTION TO INVESTIGATE COMPLAINTS AGAINST CONTRACTORS IF A COMPLAINT REGARDING A PATENT ACT OR OMISSION IS FILED WITHIN FOUR YEARS OF THE DATE OF THE ALLEGED VIOLATION. A COMPLAINT REGARDING A LATENT ACT OR OMISSION PERTAINING TO STRUCTURAL DEFECTS MUST BE FILED WITHIN 10 YEARS OF THE DATE OF THE ALLEGED VIOLATION. ANY QUESTIONS CONCERNING A CONTRACTOR MAY BE REFERRED TO THE REGISTRAR, CONTRACTORS’ STATE LICENSE BOARD, P.O. BOX 26000, SACRAMENTO, CALIFORNIA 95826. 6. CONTRACTOR NOT AGENT. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. 170 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 5 of 10 Contractor shall have no authority, express or implied, pursuant to this agreement to bind City to any obligation whatsoever. 7. BENEFITS AND TAXES. Contractor shall not have any claim under this agreement or otherwise against City for seniority, vacation time, vacation pay, sick leave, personal time off, overtime, health insurance, medical care, hospital care, insurance benefits, social security, disability, unemployment, workers compensation or employee benefits of any kind. Contractor shall be solely liable for and obligated to pay directly all applicable taxes, including, but not limited to, federal and state income taxes, and in connection therewith Contractor shall indemnify and hold City harmless from any and all liability that City may incur because of Contractor's failure to pay such taxes. City shall have no obligation whatsoever to pay or withhold any taxes on behalf of Contractor. 8. ASSIGNMENT AND SUBCONTRACTING. 8.1 Contractor shall conform to the requirements of Section 4100 through 4113 of the California Public Contract Code, the Subletting and Subcontracting Fair Practices Act. 8.2 Contractor shall give personal attention to the performance of the Contract and shall keep the Work under its control. 8.3 For the purposes of administering this agreement no subcontractors will be recognized by the City as such, and all persons engaged in the work of construction will be considered by the City as employees of the Contractor, who will be held responsible for their work which shall be subject to the provisions of the Contract and specifications. 8.4 No subcontractor who is ineligible to bid work on, or be awarded, a public works project under California Labor Code Sections 1771.1 or 1777.7 can bid on, be awarded or perform work as a subcontractor on the Project. The Contractor is prohibited from performing work on the Project with a subcontractor who is ineligible to perform work on a public works project under these sections of the California Labor Code. 8.5 When a portion of the work which has been subcontracted by the Contractor is not being prosecuted in a manner satisfactory to the City, the subcontractor shall be removed immediately on the request of the City and shall not again be employed on the work. 8.6 Contractor may not assign performance of the Contract except upon written consent of the City. 8.7 Contractor shall require all subcontractors to comply with the terms of this Contract. 9. TERMINATION. 9.1 Should Contractor fail within five (5) working days from receipt of City's written notice to correct any contractual deficiencies, including but not limited to failure to perform the Work in accordance with the Contract Documents, failure to comply with the directions of City, or failure to pay its creditors, City may terminate this agreement for default. Following a termination for default, City shall have the right to take whatever steps it deems necessary to correct and complete the work and charge the cost thereof to Contractor, who shall be liable for the full cost of City's corrective action, including reasonable overhead, administrative costs, and attorneys' fees. 171 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 6 of 10 9.2 City may at any time terminate the Contract at City's convenience upon five days written notice to Contractor; in the event of termination for convenience, Contractor shall recover only the amount due under the contract for Work completed to the date of termination in accordance with the Contract Documents, less amounts paid to date. Contractor shall not be entitled to any claim or lien against City for any additional compensation or damages in the event of such termination. 9.3 If City terminates Contractor for cause, and if it is later determined that the termination was wrongful, such default termination shall automatically be converted to and treated as a termination for convenience. In such event, Contractor shall be entitled to receive only the amounts payable under this section, and Contractor specifically waives any claim for any other amounts or damages, including, but not limited to, any claim for consequential damages or lost profits. 9.4 Failure by City to seek any remedy for any default hereunder shall not constitute a waiver of any other rights hereunder or any right to seek any remedy for any subsequent default. 10. CONFLICT OF INTEREST 10.1 In General. Contractor represents and warrants that it presently has no interest, and will not acquire any direct or indirect interest, that would conflict with its performance of this agreement. Contractor shall not employ or subcontract with a person having such an interest in the performance of this agreement. 10.2 Subsequent Conflict of Interest. Contractor agrees that if an actual or potential conflict of interest on the part of Contractor is discovered after award, the Contractor will make a full disclosure in writing to the City. This disclosure shall include a description of actions, which the Contractor has taken or proposes to take, after consultation with the City to avoid, mitigate, or neutralize the actual or potential conflict. Within 45 days, the Contractor shall have taken all necessary steps to avoid, mitigate, or neutralize the conflict of interest to the satisfaction of the City. 10.3 Interests of City Officers and Staff. No officer, member or employee of City and no member of the City Council shall have any pecuniary interest, direct or indirect, in this agreement or the proceeds thereof. Neither Contractor nor any member of any Contractor’s family shall serve on any City board or committee or hold any such position which either by rule, practice or action nominates, recommends, or supervises Contractor's performance of the Scope of Work or authorizes funding to Contractor. 11. HOLD HARMLESS AND INDEMNIFICATION 11.1 The City of Saratoga and all officers, employees, and agents thereof connected with the Work, shall not be answerable or accountable in any manner for any loss or damage that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work; for injury to or death of any person; or for damage to property from any cause except losses due to sole or active negligence of the City's officers or employees. 11.2 To the fullest extent allowed by law, Contractor shall defend, indemnify and hold harmless the City, its elected and appointed officials, employees and agents, from all liability, penalties, costs, losses, damages, expenses, causes of action, claims or 172 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 7 of 10 judgments, including attorney's fees and other defense costs, resulting from injury to or death sustained by any person (including Contractor's employees and subcontractors), or damage to property of any kind, or any other injury or damage whatsoever, which injury, death or damage arises out of or is in any way connected with the performance of the Work, regardless of the Contractor’s fault or negligence, including any of the same resulting from City’s alleged or actual negligent act or omission, or that of its agents, contractors or employees; except that said indemnity shall not be applicable to injury, death or damage to property arising from the sole or active negligence or willful misconduct of City, its constituent entities, its and their officers, agents, or servants who are directly responsible to City. This indemnification shall extend to claims asserted after termination of this Contract for whatever reason. In instances where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion of the percentage of liability not attributable to the active negligence of the City. 11.3 Contractor shall be obligated to immediately defend, with counsel approved by the City, any suit or action brought against the City, its elected and appointed officials, employees and agents, founded upon any claim of injury to or death sustained by any person (including Contractor’s employees and subcontractors), or damage to property of any kind, or any other injury or damage whatsoever, which injury, death or damage arises out of or is in any way connected with the performance of the Work, whether or not liability is established. This indemnification and duty to defend shall extend to claims asserted after termination of this Contract for whatever reason. 11.4 In addition to any remedy authorized by law, as much of the money due the Contractor under and by virtue of the contract as shall be considered necessary by the City, may be retained by the City until disposition has been made of such suits or claims for damage. 11.5 The City and Contractor shall timely notify each other of the receipt of any third-party claim relating to the Contract. 12. CLAIMS. Section 9204 of the Public Contract Code prescribes a process for negotiation and mediation to resolve disputes on public works Claims. Sections 20104 et seq., of the California Public Contract Code prescribe a process using informal conferences, non-binding judicial supervised mediation, and judicial arbitration to resolve disputes on construction claims of $375,000 or less. These sections shall govern public works Claims arising from this agreement after a change order duly requested has been denied by the City. The following provisions and procedures shall apply to claims under Section 9204: 12.1 For the purposes of this section, the term “Claim”, “Contractor”, “Mediation”, “Public Entity” “Public works project” and “Subcontractor” shall have the meaning provided for in Public Contract Code Section 9204. 12.2 Contractor shall submit each Claim (whether for a time extension, payment for money or damages) in writing and in compliance with Public Contract Code Section 9204. Contractor must include reasonable documentation to support each Claim. 12.3 Upon receipt of a Claim, the City shall conduct a reasonable review and respond in writing within 45 days of receipt and shall identify in a written statement what portions of the claim are disputed and undisputed. Undisputed portions of the Claim shall be processed and paid within 60 days of the written statement. Undisputed amounts not paid 173 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 8 of 10 in a timely manner shall bear interest at 7% per annum. The City and Contractor may mutually agree to extend the 45 day response time. 12.4 If the City needs approval from the City Council to provide a written statement identifying the disputed portion and the undisputed portion of the claim, the 45 day response time or the mutually agreed on response time may be extended to 3 days following the next duly noticed public meeting. 12.5 If the City fails to timely respond to a Claim or if Contractor disputes the City’s response, Contractor may submit a written demand for an informal meet and confer conference with the City to settle the issues in dispute. The demand must be sent via registered or certified mail, return receipt requested. Upon receipt, the City shall schedule the conference within 30 days. 12.6 Within 10 business days following the informal meet and confer conference, the City shall submit to Contractor a written statement describing any issues remaining in dispute and that portion which is undisputed. Undisputed portions of the Claim shall be process and paid within 60 days of the written statement. Undisputed amounts not paid in a timely manner shall bear interest at 7% per annum. The issues remaining in dispute shall be submitted to non-binding mediation. If the City and Contractor mutually agree on a mediator, each party shall pay equal portions of all associated costs. If within 10 business days, the City and Contractor cannot agree on a mediator, each party shall select a mediator (paying all costs associated with their selected mediator), and those mediators shall select a qualified neutral third party to mediate the disputed issues. The City and Contractor shall pay equal portions of all associated costs of such third party mediator. 12.7 Unless otherwise agreed by the City and Contractor, any mediation conducted hereunder shall excuse any further obligation under Public Contract Code Section 20104.4 to mediate after litigation has commenced. 12.8 The City reserves all rights and remedies that it has pursuant to the Construction Contract, plans and specifications, at law or in equity which are not in conflict with Public Contract Code Section 9204 or Section 20104 et seq. 13. RECORDS AND AUDITS. 13.1 Contractor and its subcontractors shall establish and maintain records pertaining to this contract. Contractor’s and subcontractors’ accounting systems shall conform to generally accepted accounting principles, and all records shall provide a breakdown of total costs charged under this contract, including properly executed payrolls, time records, invoices and vouchers. 13.2 Contractor shall permit City and its authorized representatives to inspect and examine Contractor’s books, records, accounts, and any and all data relevant to this Contract at any reasonable time for the purpose of auditing and verifying statements, invoices, or bills submitted by Contractor pursuant to this contract and shall provide such assistance as may be reasonably required in the course of such inspection. City further reserves the right to examine and re-examine said books, records, accounts, and data during the four- year period following the termination of this Contract; and Contractor shall in no event dispose of, destroy, alter, or mutilate said books, records, accounts, and data in any manner whatever for four years after the termination of this Contract. 174 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 9 of 10 13.3 Pursuant to California Government Code Section 8546.7, the parties to this Contract shall be subject to the examination and audit of representative of the Auditor General of the State of California for a period of three years after final payment under the contract. The examination and audit shall be confined to those matters connected with the performance of this contract including, but not limited to, the cost of administering the contract. 14. WAIVERS OF LIEN. Contractor shall submit a complete list of major suppliers and/or subcontractors who will be providing material and/or labor for the performance of the Work. Contractor shall submit with each payment request waivers of lien from each major supplier and/or subcontractor. that meet the requirements of Civil Code Sections 8132 through 8138. 15. USE OF RECYCLED PAPER AND ELECTRONIC DOCUMENTS. Contractor shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. Documents shall be printed on both sides of the page and City shall be provided with electronic copies of documents (in Word or .pdf format) except where unusual circumstances make it infeasible to do so. 16. ANTITRUST. By entering this contract, Contractor conveys, sells, assigns, and transfers to the City all rights, titles, and interest and all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the State of California arising from purchase of goods, services, or materials pursuant to this contract or any subcontract. 17. DISPUTE RESOLUTION. The parties shall make a good faith effort to settle any dispute or claim arising under this agreement. If the parties fail to resolve such disputes or claims, they shall submit them to non-binding mediation in California at shared expense of the parties for at least 8 hours of mediation. If mediation does not arrive at a satisfactory result, arbitration, if agreed to by all parties, or litigation may be pursued. In the event any dispute resolution processes are involved, each party shall bear its own costs and attorneys’ fees. 18. LITIGATION. If any litigation is commenced between parties to this agreement concerning any provision hereof or the rights and duties of any person in relation thereto, each party shall bear its own attorneys’ fees and costs. 19. JURISDICTION. This agreement shall be administered and interpreted under the laws of the State of California. Jurisdiction of litigation arising from this agreement shall be in that state and venue shall be in Santa Clara County, California. 20. SEVERABILITY. If any part of this agreement is found to conflict with applicable laws, such part shall be inoperative, null and void insofar as it conflicts with said laws, but the remainder of this agreement shall be in full force and effect. 21. NOTICE OF NON-RENEWAL. Contractor understands and agrees that there is no representation, implication, or understanding that the City will request that work product provided by Contractor under this agreement be supplemented or continued by Contractor under a new agreement following expiration or termination of this agreement. Contractor waives all rights or claims to notice or hearing respecting any failure by City to continue to request or retain all or any portion of the work product from Contractor following the expiration or termination of this agreement. 22. PARTIES IN INTEREST. This agreement does not, and is not intended to, confer any rights or remedies upon any person or entity other than the parties. 175 Contractor: Dinsmore Landscape Company Project: Landscape Maintenance Services Rev. 5/2023 City of Saratoga Landscape Maintenance Contract – Exhibit C Page 10 of 10 23. WAIVER. Neither the acceptance of work or payment for work pursuant to this agreement shall constitute a waiver of any rights or obligations arising under this agreement. The failure by the City to enforce any of Contractor’s obligations or to exercise City's rights shall in no event be deemed a waiver of the right to do so thereafter. -End of Exhibit C- 176 Citywide Landscape Maintenance Services - Notice Inviting Bids Notice Inviting Bids 1 NOTICE INVITING BIDS FOR LANDSCAPE MAINTENANCE SERVICES The City of Saratoga is requesting bids for LANDSCAPE MAINTENANCE SERVICES per the attached specifications. SEALED BIDS will be received by the CITY OF SARATOGA (CITY) until 2:00pm - June 1st, 2023, for Landscape Maintenance Services. Sealed bids shall be submitted addressed and noted as follows: City of Saratoga Public Works – Parks Division 19700 Allendale Avenue Saratoga, CA 95070 Sealed bids must be clearly marked on the outside of the package with: “LANDSCAPE MAINTENANCE SERVICES” Bids may be submitted by mail or in person to the above address prior to the bid submittal deadline. Electronic/emailed submittals will not be accepted. Minimum Contractor Qualifications: The Contractor is required to have a minimum of five (5) years in business performing commercial landscape maintenance and irrigation system repair. Your proposal must be submitted as described in this Notice Inviting Bids. Additional documentation may be added if desired. Please review the entire package before submitting your bid. Incomplete submissions may be rejected as non-responsive. The successful contractor will begin providing services July 3rd, 2023. The agreement will be for two (2) years with up to two additional one-year optional extensions. Summary of Work to be Performed: Contractor shall furnish all labor, equipment, materials and perform all work necessary and incidental to the construction of the project known as (Landscape Maintenance Services) according to this Notice Inviting Bids and the Contract Documents. The work to be done consists of supplying all labor, methods or processes, implements, tools, machinery, equipment and materials and other work not specifically mentioned herein, but which may be required as directed by CITY or its designated representative, management, supervision, labor, materials, tools, supplies, equipment, plant, services, engineering, testing and/or any other act or thing required to diligently and fully perform and complete the work. The work includes mobilization and traffic control. 177 Citywide Landscape Maintenance Services - Notice Inviting Bids Notice Inviting Bids 2 The Work is described in detail in this Notice Inviting Bids dated June 1st, 2023, and Appendices and Attachments. A mandatory pre-bid meeting is scheduled for 10:30 A.M. on May 15th, 2023, at 19700 Allendale Avenue, Saratoga, CA 95070. Any contractor that does not attend the mandatory pre-bid meeting will have their proposal declared non-responsive. A sample contract and maps of the areas to be covered by the scope of the contract will be provided to the attendees of the pre-bid Meeting. The award shall be based on the lowest responsible bid, which will be solely determined by the City. Criteria used for the evaluation will include cost, ability to provide service, previous performance and references, quality of service, responsiveness to specifications, and unspecified value-added offerings by the Contractor. The awarding authority’s determination and selection shall be final. Pursuant to California Labor Code Section 1771, the successful bidder and all subcontractors shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are available for view at the City of Saratoga Department of Public Works. Pursuant to California Public Contract Code Section 22300, the Contractor may, at its option, choose to substitute securities for monies earned by the Contractor and retained by CITY to ensure the performance of the Contract. Pursuant to California Public Contract Code Section 3300, City has determined that the Contractor shall possess the following valid licenses at the time that the bid is submitted:  Pest Control Advisors License  Irrigation Technician Certification  C-27 Contractor’s License Failure to possess the specified license shall render the bid non-responsive. The contractor shall also possess a valid City of Saratoga Contractor’s Business License at the time the contract is awarded. The successful bidder shall insure that employees and applicants for employment are not discriminated against on the basis of age, color, race, national origin, ancestry, religion, sex, sexual preference, or marital status, and shall comply with the Americans with Disabilities Act. Bids will be examined and reported to the City of Saratoga City Council (Council) at a meeting within sixty (60) days of the bid opening. CITY reserves the right to reject any and all bids, or to waive any irregularities or informalities in any bid or in the bidding procedure, or to postpone the bid opening or award for good cause. No Bidder may withdraw its bid for a period of 30 calendar 178 Citywide Landscape Maintenance Services - Notice Inviting Bids Notice Inviting Bids 3 days after the date of opening of the bids. Each bidder will be notified of the award of contract if award is made. All bid documents are available on the City’s Website at www/saratoga.ca.us/bids. Bidders may obtain more information regarding the project at City of Saratoga Public Works Department, 19700 Allendale Avenue, Saratoga, CA 95070, 408-868-1247 or via email at sgardner@saratoga.ca.us The deadline to submit questions and/or requests for clarifications is May 25th, 2023, at 5:00PM. Questions/Requests for clarifications should be directed Shawn Gardner, Public Works Manager, Parks Division via email at: sgardner@saratoga.ca.us The awarded Contractor is expected to sign a contract. A sample contract will be provided to the attendees of the mandatory pre-bid meeting. The terms and conditions in the sample contract must be taken into consideration for submittal of a proposal. Please read the insurance requirements and general provisions carefully. Evaluation of Bids 1. The Contractor shall not be relieved from assuming all responsibility for properly estimating the difficulties and the cost of performing the services required with this specification, because of failure to investigate the conditions or the Contractor failure to become acquainted with all the information concerning the services to be performed. 2. Awards shall be based on a best value evaluation. Criteria used for the evaluation will include cost, ability to provide service, previous performance and references, quality of service, responsiveness to specifications, and unspecified value-added offerings by the Contractor. The City reserves the right to reject any or all proposals or to award only subtotals to multiple Contractors based upon best value evaluation. The awarding authority’s determination and selection shall be final. 3. Each Contractor, by the submission of a proposal, assents to each and every term and condition set forth within this specification and attached agreement and, upon award, agrees to be bound thereby. 4. Any proposal that is incomplete, conditional, or obscure, or which contains irregularities of any kind, may be cause for rejection in the City’s sole discretion. 5. It is the Contractor’s responsibility to ensure that all addenda issued are incorporated in their submitted proposal. Failure to acknowledge and incorporate addenda may be cause for a City determination of Contractor’s “non-responsiveness.” 6. If a Contractor takes any exceptions to any part of these specifications as written, or as amended by any Addenda subsequently issued, they must do so in writing prior to the 179 Citywide Landscape Maintenance Services - Notice Inviting Bids Notice Inviting Bids 4 time of proposal submission. Failure to do so will be construed as acceptance of all provisions of the specifications. 7. Contractor shall submit one original proposal marked “Master” and two copies of the proposal. 8. CITY reserves the right to reject any and all bids, or to waive any irregularities or informalities in any bid or in the bidding procedure, or to postpone the bid opening or award for good cause. Documents to submit as Bid:  Completed Bid Schedule  Contractor’s Statement of Technical Ability and Experience  Contractor’s Statement of Ability to Provide Services  Contractor’s Statement of Unspecified Value-Added Offerings  Contractor’s Statement of Compliance with Insurance Requirements  Contractor’s Listing of Subcontractors  Contractor’s Work Force  Contractor’s Extra Work Guarantee  Contractor’s Statement of Financial Responsibility  Copy of current licenses including:  Pest Control Advisors License  Irrigation Technician Certification  C-27 Contractor’s License ATTACHMENTS 1. Scope of Work and Technical Specifications 2. Bid Submittals (including the Bid Schedule) CITY OF SARATOGA Office of the Clerk Issued Date: May 5th, 2023. 180 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 1 Attachment 1 Scope of Work and Technical Specifications 181 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 2 Scope of Work and Technical Specifications Table of Contents 1.00 GENERAL REQUIREMENTS 4  2.00 CONTRACTED AREAS TO BE MAINTAINED 7  3.00 PAYMENT AND INVOICES 11  4.00 ENFORCEMENT, DEDUCTIONS AND LIQUIDATED DAMAGES 17  5.00 INSPECTIONS, MEETINGS, & REPORTS 18  6.00 EXTRA WORK 18  7.00 NEGOTIATED PROPOSAL AND ACCEPTANCE 19  8.00 TIME AND MATERIALS 19  9.00 CONTRACTOR'S DAMAGES 20  10.00 COMMUNICATIONS AND EMERGENCY RESPONSE 20  11.00 SAFETY 21  12.00 TRAFFIC CONTROL 22  13.00 HOURS AND DAYS OF MAINTENANCE SERVICES 23  14.00 MAINTENANCE SCHEDULES 23  15.00 CONTRACTOR'S STAFF AND TRAINING 23  16.00 NON-INTERFERENCE - NOISE 25  17.00 USE OF CHEMICALS 26  18.00 MOWING 27  19.00 TURF AND GROUND-COVER EDGING 27  182 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 3 20.00 AERATION 28  21.00 WATERING AND IRRIGATION 28  22.00 IRRIGATION MAINTENANCE, REPAIR AND TESTING 29  23.00 FERTILIZATION 31  24.00 WEED CONTROL 31  25.00 TREE, SHRUB AND GROUNDCOVER MAINTENANCE 32  26.00 DISEASE AND PEST CONTROL 34  27.00 PLANT MATERIALS 35  28.00 LITTER LEAF AND DEBRIS CONTROL 36  29.00 DOWNTOWN AREA 36  30.00 GARBAGE / RECYCLING CONTAINERS 38  32.00  MAINTENANCE FREQUENCIES 39  APPENDICES 45  183 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 4 MANNER OF PERFORMING SERVICES PART I 1.00 GENERAL REQUIREMENTS 1.01 The contracted areas shall be maintained with a crisp, clean appearance and all work shall be performed in a professional, workmanlike manner using quality equipment and materials. 1.02 CONTRACTOR shall provide the labor, materials, equipment, tools, services, and special skills necessary for the provision of landscape maintenance services, except as otherwise specified hereinafter. The contracted areas shall be maintained to the highest of standards at no less than the frequencies set forth herein. 1.03 CONTRACTOR is hereby required to render and provide landscape maintenance services including, but not limited to; shaping, trimming and training of trees, shrubs and ground cover plants; fertilization; cultivation; weed control; control of all plant diseases and pests; sweeping; irrigation and drainage systems; litter pick up; removal of illegal dumps; plant replacement and all other maintenance required to maintain an attractive landscape in all areas under contract. 1.04 Upon commencement of work under this CONTRACT, CONTRACTOR shall be fully equipped and staffed; thoroughly familiar with CONTRACT requirements and prepared to provide all services required. Failure to provide full services from the first day of work under this CONTRACT may result in deductions from payment. 1.05 CONTRACTOR shall, during the term of this CONTRACT, respond to all emergencies, to the satisfaction of the CONTRACT ADMINISTRATOR, within one (1) hour of notification. 1.06 The CONTRACTOR shall perform a monthly maintenance inspection during daylight hours of all areas maintained under this CONTRACT. Such inspection shall be both visual and operational. It shall include operation of all irrigation systems to check for proper condition and reliability. CONTRACTOR shall take immediate steps to correct any observed irregularities and submit a written report regarding such circumstances to the CONTRACT ADMINISTRATOR. 1.07 CONTRACTOR shall clearly identify and equip each vehicle used at each location with decals on the exterior right and left front door panels, identifying the CONTRACTOR'S name, phone number and any other identifying information. All vehicles and equipment used at any maintenance location shall be in operable working condition, clean appearance without visible damage, dirt, graffiti, etc. 184 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 5 1.08 CONTRACTOR shall report to the CONTRACT ADMINISTRATOR all observations of: graffiti and other vandalism; illegal activities; encampments; missing or damaged equipment or signs; hazards or potential hazards. 1.09 CONTRACTOR shall incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. All work must be in compliance with the most current California Regional Water Quality Control Board San Francisco Bay Regional Municipal Regional Stormwater NPDES Permit (Order No. RS-2022-0018, NPDES Permit No. CAS612008, or as updated), the most current Construction Stormwater General Permit (Order 2012-0006-DWQ, or as amended), and the City of Saratoga Municipal Code incorporated herein by reference. 1.10 CONTRACTOR shall indicate in the proposal methods of compliance, equipment utilized to ensure compliance, training of staff and experience in compliance with environmental regulations. If in the opinion of the CONTRACT ADMINISTRATOR, the CONTRACTOR is not in compliance with this provision City reserves the right to implement BMPs to the maximum extent practical and deduct payment due or back charge the CONTRACTOR for implementation with a 15% markup for administration and overhead. 1.11 CONTRACTOR shall, prior to submitting bid and during contract period, possess all licenses and permits required for the performance of the work required by this contract (except business license must be obtained prior to start of work). Minimum License requirements are:  Pest Control Advisors License  Irrigation Technician Certification  C-27 Contractor’s License The CONTRACTOR shall provide a copy of all required licenses with the proposal, except the Business License, which shall be obtained upon award of CONTRACT. 1.12 CONTRACTOR shall maintain a local office with a competent representative who can be reached during normal business hours or emergencies who is authorized to make decisions on matters pertaining to this contract with the City. Field facilities that support daily operations must be within 45 miles of the City of Saratoga. 1.13 CONTRACTOR shall, during inclement weather that prevents normal maintenance operation as determined by the City, clean drains, gutters, or other drainage structures within the contracted areas. The CONTRACTOR shall not work during inclement weather that may cause damage to any landscaped area maintained under scope of this contract. CONTRACTOR shall, after heavy windstorms or other inclement weather that impacts sites under this agreement, bring in extra staff to clean all areas within two (2) days at no additional cost to the City. This includes, but is not limited to, litter, fallen branches, soil erosion and cleaning debris from the surface of storm drains adjacent sites. Drain inlets shall be cleaned as necessary to avoid flooding during inclement weather. 185 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 6 1.14 CONTRACTOR shall be responsible for replacing all plants/shrubs/trees and ground cover that die for any reason, including vandalism, with specimens of comparable size and quality. Trees shall be replaced with a minimum 15-gallon tree as approved by the CONTRACT ADMINISTRATOR. Plant/shrub/and tree totals shall not exceed 1,000 one gallon, 500 five gallon, 50 fifteen gallon and 100 ground cover flats per year. 1.15 In general, all service levels shall remain the same after the initial CONTRACTOR start up. The City or private developers permitted by the City, may upgrade roadways, planting, or irrigation systems at any time throughout the duration of the CONTRACT. In the event that such a project takes place during the CONTRACT, maintenance of the affected areas will be removed from the CONTRACT until any independent project is complete. 1.16 The CONTRACT ADMINISTRATOR will provide copies of any current forms and plans that are available. 1.17 Water is paid for by the City where available. Some areas do not have irrigation systems and CONTRACTOR will be responsible for providing water, if needed, to maintain landscaping. Installation of new irrigation systems shall conform to City standards and system requirements included herein. 1.18 It is up to the CONTRACTOR to visit every site and prepare each bid according to the needs of that site. The size of the areas is for estimate purposes, and it is the responsibility of the CONTRACTOR to verify sizes. 1.19 CONTRACTOR is responsible for all waste generated. Contractor shall properly dispose all debris, garbage, and organic waste (including leaves, grass clippings, brush, branches, tree parts and garbage from parks) resulting from work performed under this contract. All green waste to be disposed of at a licensed compost/green waste facility. All garbage to be disposed of at a licensed facility. 186 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 7 2.00 CONTRACTED AREAS TO BE MAINTAINED 2.01 The areas to be maintained under the provisions of this CONTRACT are located at the following areas: MEDIAN LOCATIONS Allendale Avenue Median Landscape Allendale Avenue (Yerba Santa Court to Portos Drive) Fruitvale Avenue Median Landscape Fruitvale Avenue (Allendale Avenue to Burgundy Way) Fruitvale Avenue Median Landscape Fruitvale Avenue (Allendale Avenue to Saratoga Avenue) Saratoga-Los Gatos Road Median Landscape Saratoga-Los Gatos Road (Highway 9 to Oak Street) Prospect Road Median Landscape Prospect Road (Lyle Drive to Saratoga-Sunnyvale Road) Saratoga Avenue Median Landscape Saratoga Avenue (Fruitvale Avenue to Quito Road) Seagraves Island Seagraves Way (Seagraves Way at Loma Rio Drive) Saratoga-Sunnyvale Road Median Landscape Saratoga-Sunnyvale Road (Prospect Road to Highway 9) Trinity/Upper Hill Island (Trinity Avenue at Upper Hill Drive) Canyon View/Elva Island (Canyon View Drive at Elva Avenue) Saratoga-Los Gatos Road Frontage Landscape I Saratoga-Los Gatos Road (Vickery Avenue to Mendelsohn Lane) Vineyards Frontage Landscape Saratoga Avenue (Vineyard Lane to Highway 85 onramp) Austin Way Island (Austin Way at Saratoga-Los Gatos Road) Bonnet Way Median Landscape Bonnet Way (soundwall and Island between 19115 and 18885 Bonnet Way) Worden Way Frontage Landscape (Worden Way at Saratoga Avenue) San Palo Court Median Landscape San Palo Court (Triangle at end of San Pali Court) Franklin Court Frontage Landscape Saratoga-Sunnyvale Road Reid/Herriman Frontage Landscape Saratoga-Sunnyvale Road (Reid Lane to Legends Utility Boxes) Palo Oaks/ Cox Frontage Landscape Saratoga Avenue Saratoga-Los Gatos Road Frontage Landscape II Saratoga-Los Gatos Road (Farwell to Verizon Cell Tower) Kosich/Saratoga Frontage Landscape Saratoga Avenue (Kosich to Saratoga Station Entrance) Hume/Park Island Hume Drive (Intersection of Hume and Park Drive Quito Road Frontage Landscape (West Quito Road and Martha Avenue to Dorsich Court) Thelma Avenue Island Thelma Avenue (Saratoga-Sunnyvale Road to Debbie Lane) 187 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 8 LANDSCAPE, LIGHTING AND ASSESSMENT ZONE LOCATIONS Zone #1 Manor Drive Landscape District Zone #2 Fredericksburg Landscape District Zone #3 Greenbriar Landscape District Zone #9 McCartysville Landscape District Zone #10 Tricia Woods Landscape District Zone #11 Arroyo de Saratoga Landscape District Zone #12 Leutar Court Landscape District Zone #15 Bonnet Way Landscape District Zone #16 Beauchamps Landscape District Zone #17 Sunland Park Landscape District Zone #22 Prides Crossing Landscape District Zone #25 Legends Landscape District Zone #27 Cunningham Place/Glascow Court Landscape District Zone #28 Kerwin Ranch Landscape District Zone #29 Tollgate Landscape District Zone #31 Horseshoe Drive Landscape District Zone #32 Gateway Landscape District Zone #33 Carnelian Glen Landscape District Zone #34 Westbrook Landscape District Zone #36 Allendale/Harleigh Landscape District Zone #37 Covina Landscape District Zone #38 Paramount Avenue Landscape District Zone #39 Brookglen Landscape District 188 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 9 PARK / FACILITY LANDSCAPE AND TRASH Congress Springs Park 12970 Glen Brae Drive Beauchamps Park Beauchamps Land at Bowhill Court Foothill Park 20654 Seaton Avenue Ravenwood Park 13830 Ravenwood Drive Azule Park 12777 Goleta Avenue Prospect Center 19848 Prospect Road Kevin Moran Park 12415 Scully Avenue Historical Park 20450 Saratoga-Los Gatos Road Civic Center Campus 13777 Fruitvale Avenue Library 13650 Saratoga Avenue Quarry Park 22200 Congress Springs Road El Quito Park 12855 Paseo Presada Blaney Plaza Saratoga-Los Gatos Road at Big Basin Way Gardiner Park 19075 Portos Drive Brookglen Park 12743 Brookglen Court Wildwood Park 20764 Fourth Street Friendship Park Quito Road at Pollard Road DOWNTOWN LANDSCAPE / PARKING DISTRICT LOCATIONS Big Basin Way Walkways Saratoga Los Gatos Rd to Turn about Big Basin Way Planters All Concrete Planters, Hanging Baskets and 16 Terracotta Planters Big Basin Way Trash/Recycling Containers and Newspaper Racks Saratoga Los Gatos Rd to Turn about Parking District 1 Big Basin Way (Map provided at Pre-bid Meeting) Parking District 2 Big Basin Way (Map provided at Pre-bid Meeting) Parking District 3 Big Basin Way (Map provided at Pre-bid Meeting) Parking District 4 Big Basin Way (Map provided at Pre-bid Meeting) 189 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 10 BELLGROVE SUBDIVISION Saratoga Avenue Frontage Highway 85 Offramp to McFarland Avenue Bellgrove Circle Split Rail Fence to Face of Curb (Outer Circle Only) Bellgrove Pathway Bellgrove Circle to McFarland Avenue (To Property Line only) Bellgrove Park Between 18913 and 18909 Bellgrove Circle McFarland Avenue Frontage Saratoga Avenue to 18960 McFarland Way DOG BAG STATIONS Joes Trail (5 Stations) Saratoga Avenue Trail Head Congress Springs Park Bridge Glen Brae Dr. at RailroadTracks Behind 12335 Fredericksburg Drive Saratoga-Sunnyvale Road at Railroad Tracks Douglass Lane Trail (1 Station) End of Douglass Lane off Saratoga Avenue Via De Marcos Trail (1 Station) 14885 Via De Marcos Parker Ranch Trail Head (1 Station) 220” East of Parker Ranch Road Parker Ranch Trail (1 Station) 12226 Farr Ranch Road Parker Ranch Trail (1 Station) 12599 Parker Ranch Court 2.02 CONTRACTOR acknowledges personal inspection of the listed areas prior to submitting a proposal for the work and has evaluated the extent to which the physical condition thereof will affect the services to be provided. CONTRACTOR accepts the contracted areas in their present physical condition and agrees to make no demands upon CITY for any improvements or alterations thereof. 190 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 11 3.00 PAYMENT AND INVOICES 3.01 The CONTRACTOR shall present monthly invoices for all work performed during the preceding month. Said invoice shall include all required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth (5th) day of each month in the amount of the compensation to be paid by the CITY for all services rendered by the CONTRACTOR under the terms and conditions of this CONTRACT. Said payment shall be made within thirty (30) days upon receiving the invoices, providing that all work performed during the preceding month has been inspected and accepted by the CONTRACT ADMINISTRATOR and that applicable certifications reports have been submitted in accordance with the provisions of this CONTRACT. 3.02 Monthly invoices shall be prepared separately for landscape areas, in the following formats: 191 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 12 Invoice Item #1 – Medians:                Invoice Item 1 ‐ Medians Invoice Period:   ______________               Location Account Number (for City Reference) Invoiced Amount      Allendale Avenue Median Landscape 111-5301-64543      Fruitvale Avenue Median Landscape (Allendale Ave. to Burgundy Way) 111-5301-64543      Fruitvale Avenue Median Landscape (Allendale Ave. to Saratoga Ave.) 111-5301-64543      Saratoga-Los Gatos Road (Highway 9 to Oak Street) 111-5301-64543      Prospect Road Median Landscape 111-5301-64543      Saratoga Avenue Median Landscape 111-5301-64543      Seagraves Island 111-5301-64543      Saratoga-Sunnyvale Road Median Landscape 111-5301-64543      Trinity/Upper Hill Island 111-5301-64543      Saratoga-Los Gatos Road Frontage Landscape (Mendelsohn to Vickery) 111-5301-64543      Canyon View/Elva Island 111-5301-64543      Vineyards Frontage Landscape 111-5301-64543      Austin Way Median Landscape 111-5301-64543      Bonnet Way Median Landscape 111-5301-64543      Worden Way Frontage Landscape 111-5301-64543      San Palo Court Island 111-5301-64543      Franklin Court Frontage Landscape 111-5301-64543      Reid/Herriman Frontage Landscape 111-5301-64543      Palo Oaks/Cox Frontage Landscape 111-5301-64543      Saratoga-Los Gatos Road Frontage Landscape (Farwell to Verizon) 111-5301-64543      Kosich/Saratoga Frontage Landscape 111-5301-64543      Hume/Park Island 111-5301-64543      Quito Road Frontage Landscape 111-5301-64543      Thelma Avenue Island Landscape 111-5301-64543             TOTAL Invoiced Amount          192 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 13 Invoice Item #2 – Landscape, Lighting and Assessment Districts:                Invoice Item 2 ‐ LLA Districts Invoice Period:  ___________              Location Account Number (for City Reference) Invoiced Amount      Zone #1 Manor Drive LL&A 249-5302-64547      Zone #2 Fredricksburg LL&A 245-5302-64547      Zone #3 Greenbriar LL&A 246-5302-64547      Zone #9 McCartysville LL&A 251-5302-64547      Zone #10 Tricia Woods LL&A 255-5302-64547      Zone #11 Arroyo de Saratoga LL&A 241-5302-64547      Zone #12 Leutar Court LL&A 248-5302-64547      Zone #15 Bonnet Way LL&A 242-5302-64547      Zone #16 Beauchamps LL&A 271-5302-64547      Zone #17 Sunland Park LL&A 254-5302-64547      Zone #22 Prides Crossing LL&A 252-5302-64547      Zone #25 Saratoga Legends LL&A 253-5302-64547      Zone #27 Cunningham / Glascow LL&A 244-5302-64547      Zone # 28 Kerwin Ranch LL&A 247-5302-64547      Zone #29 Tollgate LL&A 276-5302-64547      Zone #31 Horseshoe Drive LL&A 274-5302-64547      Zone #32 Gateway LL&A 273-5302-64547      Zone #33 Carnelian Glen LL&A 243-5302-64547      Zone #34 Westbrook LL&A 278-5302-64547      Zone #36 Allendale / Harleigh LL&A 256-5302-64547      Zone #37 Covina LL&A 257-5302-64547      Zone #38 Paramount LL&A 292-5302-64547      Zone #39 Brookview / Brookglen LL&A 279-5302-64547             TOTAL Invoiced Amount          193 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 14 Invoice Item #3 – Park / Facility Landscape And Trash:                 Invoice Item 3‐Park Facility Landscape and  Trash Invoice Period:   _________               Location Account Number (for City Reference) Invoiced Amount      Congress Springs Park Landscape, No Turf 111-5301-64541      Beauchamps Park Landscape, No Turf 111-5301-64541      Foothill Park Landscape, No Turf 111-5301-64541      Ravenwood Park Landscape, No Turf 111-5301-64541      Azule Park Landscape, No Turf 111-5301-64541      Prospect Center Landscape and Turf 111-5301-64542      Kevin Moran Park Landscape, No Turf 111-5301-64541      Historical Park Landscape, No Turf 111-5301-64541      Civic Center Landscape and Turf 111-5301-64548      Library Landscape and Turf 111-5301-64548      Quarry Park Landscape, No Turf 111-5301-64557      El Quito Park Landscape, No Turf 111-5301-64541      Blaney Plaza Landscape, No Turf 111-5301-64541      Brookglen Park Landscape, No Turf 111-5301-64541      Wildwood Park Landscape, No Turf 111-5301-64541      Friendship Park Landscape, No Turf 111-5301-64541      Gardiner Park Landscape, No Turf 111-5301-64541             TOTAL Invoiced Amount          194 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 15 Invoice Item #4 – Downtown Landscape / Downtown trash / Parking Districts:                 Invoice Item 4 ‐ Downtown Landscape, Trash and  Parking Districts Invoice Period:    ______________                   Location Account Number (for City Reference) Invoiced Amount      Big Basin Way Walkways 111-5301-64221      Big Basin Way Planters and Hanging Baskets 111-5301-64221      Big Basin Way Trash Receptacles and News Paper Racks 111-5301-64221       Parking Districts 1-4 (maps to be provided at pre-bid meeting) 111-5301-64221     4th Street Stairs 111-5301-64221           TOTAL Invoiced Amount          Invoice Item #5 – Bellgrove Subdivision:                Invoice Item 5 ‐ Bellgrove Subdivision Invoice Period:   _____________               Location Account Number (for City Reference) Invoiced Amount      Saratoga Avenue Subdivision Frontage 272-5302-64547      Bellgrove Circle 272-5302-64547      Bellgrove Pathway to McFarland 272-5302-64547      Bellgrove Park 272-5302-64547      McFarland Avenue Subdivision Frontage 272-5302-64547            TOTAL Invoiced Amount          195 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 16 Invoice Item #6 – Dog Bag Stations                Invoice Item 6 ‐ Dog Bag Stations Invoice Period:   _____________               Location Account Number (for City Reference) Invoiced Amount      Joes Trail 5 stations 111-5301-64555      Douglass Lane Trail 111-5301-64555      Via De Marcos Trail 111-5301-64555      Parker Ranch Trail Head (Prospect Road) 111-5301-64555      Parker Ranch Trail (Farr Ranch Road) 111-5301-64555      Parker Ranch Trail (Parker Ranch Court 111-5301-64555            TOTAL Invoiced Amount          3.03 Invoices for approved Extra Work shall be in a format acceptable to the CONTRACT ADMINISTRATOR, including attachments, such as copies of suppliers’ invoices, which the CONTRACT ADMINISTRATOR may require to verify CONTRACTOR’S billing. Invoices for Extra Work shall be submitted on separate invoices. Unless otherwise requested by the CONTRACT ADMINISTRATOR, one invoice shall be submitted for each discrete and complete item of Extra Work. 3.04 In the event the CITY transfers title or maintenance responsibility of the contracted areas or a portion thereof, this CONTRACT shall continue in full force and effect, except said portion, at the discretion of the CONTRACT ADMINISTRATOR, may be deleted from the contracted areas to be maintained and the CONTRACT sum shall be reduced accordingly. 3.05 The CONTRACT ADMINISTRATOR may, at his discretion, add new areas to be maintained and/or require additional services. The CONTRACTOR shall be compensated for the additional areas or services that are designated after the date of the commencement of this CONTRACT based on the submission of an approved maintenance proposal, consistent in all respects with this CONTRACT, and shall contain all information as required in the REQUEST FOR PROPOSAL. The proposal cost shall not exceed the cost to provide maintenance for similar areas being maintained under this CONTRACT. 3.06 Additional compensation may be authorized at the discretion of the CONTRACT ADMINISTRATOR, subject to CITY budgetary conditions, for work deemed necessary by the CONTRACT ADMINISTRATOR due to extraordinary incidents or circumstances. 196 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 17 4.00 ENFORCEMENT, DEDUCTIONS AND LIQUIDATED DAMAGES 4.01 The CONTRACT ADMINISTRATOR shall be responsible for the enforcement of this CONTRACT on behalf of CITY. 4.02 The CONTRACT ADMINISTRATOR shall prepare and implement an INSPECTION RATING SYSTEM to be used to verify monthly payments and deductions from payments (see sample rating system in Appendix A). This form and system may be modified at the discretion of the CONTRACT ADMINISTRATOR. The CONTRACTOR agrees to be so evaluated by said system and bound by the ratings and/or deductions from payments indicated in the monthly INSPECTION RATING SYSTEM report. To avoid deductions from payment, CONTRACTOR must receive a rating of 95 (out of 100) or higher per Landscape Maintenance areas described in Section 2.01. 4.03 If, in the judgment of the CONTRACT ADMINISTRATOR, CONTRACTOR is deemed to be non-compliant with the terms and obligations of the CONTRACT, the CONTRACT ADMINISTRATOR may, in addition to other remedies provided herein, withhold the entire monthly payment, deduct pro-rata from CONTRACTOR'S invoice for work not performed, and/or deduct liquidated damages. Notification of the amount to be withheld or deducted from payments to CONTRACTOR will be forwarded to the CONTRACTOR by the CONTRACT ADMINISTRATOR in a written notice describing the reasons for said action. The monthly INSPECTION RATING SYSTEM report shall constitute reason for any deductions so imposed. 4.04 CONTRACTOR shall have the opportunity to remedy deficiencies identified by the CONTRACT ADMINISTRATOR’s inspection, within the following parameters: 1. CONTRACTOR shall be given ten (10) working days from notification by the CONTRACT ADMNISITRATOR to remedy the identified deficiency. Failure to remedy the deficiency within the required timeframe will result in implementation of the deduction from payment. 2. If deficiencies occur on a regular basis, CONTRACTOR may be deemed non- compliant, per section 4.03, and CONTRACT ADMINISTRATOR shall take appropriate action to remedy the deficiencies, including applying deductions for any work performed by City sources or other contractors that is required to bring deficiencies up to acceptable levels of service. 4.05 The parties agree that it will be impracticable or extremely difficult to fix the extent of actual damages resulting from the failure of the CONTRACTOR to correct a deficiency within the said specified time frame. The parties hereby agree that a reasonable estimate of such damages is One Hundred Fifty Dollars ($150.00) per day per contracted area, as described in Section 2.01. CONTRACTOR shall be liable to CITY for liquidated damages in said amount. Said amount shall be deducted from CITY'S payment to CONTRACTOR; and/or having given ten (10) working days’ notice to the CONTRACTOR to correct the deficiencies, if after said 10 days the CONTRACTOR fails to complete the required corrections, CITY may correct any and all deficiencies using alternate forces. The total 197 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 18 costs incurred by completion of the work by alternate forces will be deducted and forfeited from the payment to the CONTRACTOR. 4.06 The action above shall not be construed as a penalty but as adjustment of payment to CONTRACTOR to recover cost or loss due to the failure of the CONTRACTOR to complete or comply with the provisions of this CONTRACT. 5.00 INSPECTIONS, MEETINGS, & REPORTS 5.01 CITY reserves the right to perform inspections, including inspection of CONTRACTOR’S equipment, at any time for the purpose of verifying CONTRACTOR’S performance of CONTRACT requirements and identifying deficiencies. 5.02 The CONTRACTOR or his authorized representative shall meet with the CONTRACT ADMINISTRATOR or his representative on each site at the discretion and convenience of the CONTRACT ADMINISTRATOR, for walk-through inspections. All routine maintenance functions shall be completed prior to this meeting. 5.03 At the request of the CONTRACT ADMINISTRATOR, the CONTRACTOR, or his appropriate representative, shall attend meetings and/or training sessions, as determined by the CONTRACT ADMINISTRATOR, for purposes of orientation, information sharing, CONTRACT revision, description of CITY policies, procedures, standards, and the like. 5.04 CONTRACTOR shall provide to the CONTRACT ADMINISTRATOR such written documentation and/or regular reports as the CONTRACT ADMINISTRATOR deems necessary to verify and review CONTRACTOR'S performance under this CONTRACT and to provide to the CONTRACT ADMINISTRATOR pertinent information relative to the maintenance, operation, and safety of the Landscape Maintenance areas. 6.00 EXTRA WORK 6.01 The CITY may award Extra Work to the CONTRACTOR, or to other forces, at the discretion of the CONTRACT ADMINISTRATOR. New or unforeseen work will be classified as “Extra Work” when the CONTRACT ADMINISTRATOR determines that it is not covered by CONTRACT unit prices or is significantly different than the CONTRACTOR’S other work areas. Areas added that are of similar size and scope to the CONTRACTOR’S current work shall be compensated as indicated in Section 3.05. Areas that do not meet the criteria indicated in Section 3.05 are subject to adjustment in payment in accordance with Extra Work. Extra Work shall be performed by agreement between the CONTRACT ADMINISTRATOR and the CONTRACTOR or on a NEGOTIATED PROPOSAL AND ACCEPTANCE basis in accordance with Section 7.00 or on a TIME AND MATERIALS basis in accordance with Section 8.00. 6.02 If the CONTRACT ADMINISTRATOR determines that the Extra Work can be performed by CONTRACTOR'S present work force, CONTRACT ADMINISTRATOR may authorize 198 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 19 modification of the CONTRACTOR'S Routine Operations Schedule or Annual Calendar in order to compensate CONTRACTOR for performing said work. 6.03 Prior to performing any Extra Work, the CONTRACTOR shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without written approval of the CONTRACTOR’S proposal by the CONTRACT ADMINISTRATOR. This proposal is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR. 6.04 In the event that CONTRACTOR'S proposal for Extra Work is not approved, the CONTRACT ADMINISTRATOR reserves the right to perform such work with other forces or to compel the CONTRACTOR to perform the work on a TIME AND MATERIALS basis. Invoices for EXTRA WORK on a TIME AND MATERIALS basis are subject to CONTRACTOR markup in accordance with the Section 8.00. 6.05 When a condition exists which the CONTRACT ADMINISTRATOR deems urgent, the CONTRACT ADMINISTRATOR may verbally authorize the work to be performed upon receiving a verbal estimate from the CONTRACTOR. However, within twenty-four (24) hours after receiving a verbal authorization, the CONTRACTOR shall submit a written estimate, consistent with the verbal authorization, to the CONTRACT ADMINISTRATOR for approval. 6.06 All Extra Work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 7.00 NEGOTIATED PROPOSAL and ACCEPTANCE 7.01 The CITY may award work to the CONTRACTOR, at the discretion of the CONTRACT ADMINISTRATOR. New work will be awarded on a negotiated proposal and acceptance basis as when the CONTRACT ADMINISTRATOR determines that it is appropriate to negotiate a fixed price for work in lieu of utilizing unit prices. Payment for work shall be performed by negotiated agreement between the CITY and the CONTRACTOR or on a TIME AND MATERIALS basis in accordance with section 8.00. 7.02 Prior to performing any work, the CONTRACTOR shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without written approval of the CONTRACTOR’S proposal by the CONTRACT ADMINISTRATOR. This proposal is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR. 7.03 All work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 8.00 TIME and MATERIALS 8.01 In the event that the CONTRACT ADMINISTRATOR determines that work requested is of an unknown duration, not easily quantified or the CONTRACTOR'S proposal for work 199 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 20 is not approved, the CONTRACT ADMINISTRATOR reserves the right to perform such work with other forces or to compel the CONTRACTOR to perform the work on a TIME AND MATERIALS basis. 8.02 The CONTRACT ADMNISTRATOR may direct CONTRACTOR to proceed by allowing him/her to use the following rates or percentages as added costs for the markup of all overhead and profits: 1) Labor……………… ........................ 15 2) Materials……………… .................. 15 3) Equipment Rental ……………… ... 15 4) Other Items and Expenditures … .. .15 9.00 CONTRACTOR'S DAMAGES 9.01 All damages incurred to existing landscape areas by the CONTRACTOR'S operation shall be repaired or replaced by CONTRACTOR, or by other forces, to return the area to its original condition. Any plant replacements shall be of comparable size and species, all at the discretion of the CONTRACT ADMINISTRATOR, all at the CONTRACTOR'S expense. 9.02 All such repairs or replacements, which are directed by the CONTRACT ADMINISTRATOR to be done by the CONTRACTOR, shall be completed within the following time limits. A. Irrigation damage shall be repaired or replaced before the next scheduled watering cycle. B. All other damages to landscape, turf, or areas under contract shall be repaired or replaced within five (5) working days. 9.03 Damaged trees and shrubs shall be repaired or replaced in accordance with the following maintenance practices: A. Trees: Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss or significant compromise to the health or quality of a tree, the damaged tree shall be removed and replaced to comply with the specific instructions of the CONTRACT ADMINISTRATOR. B. Shrubs: Minor damage may be corrected by appropriate pruning. Major damage shall be corrected by removal and replacement of the shrub. 10.00 COMMUNICATIONS AND EMERGENCY RESPONSE 10.01 The CONTRACTOR shall, during the term of this CONTRACT, maintain a single telephone number, toll free to a Bay Area region area code, at which the CONTRACTOR 200 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 21 or CONTRACTOR’S responsible employee may be contacted at any time, twenty-four hours per day, to take the necessary action regarding all inquiries, complaints, and the like, that may be received from the CONTRACT ADMINISTRATOR or other CITY personnel. For hours beyond a normal 7:00 AM to 4:30 PM business day, an answering or SMS messaging service shall be considered an acceptable substitute for coverage, provided that the CONTRACTOR responds to the CITY by return call within one hour of the CITY’S original call. 10.02 Whenever immediate action is required to prevent possible injury, death, or property damage, CITY may, after reasonable attempt to notify the CONTRACTOR, cause such action to be taken by alternate work forces and as determined by the CONTRACT ADMINISTRATOR, charge the cost thereof to the CONTRACTOR, or deduct such cost from any amount due to the CONTRACTOR. 10.03 All complaints shall be abated as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of the CONTRACT ADMINISTRATOR. If any complaint is not abated within 24 hours, the CONTRACT ADMINISTRATOR shall be notified immediately of the reason for not abating the complaint followed by a written report to the CONTRACT ADMINISTRATOR within five (5) working days. If the complaints are not abated within the time specified or to the satisfaction of the CONTRACT ADMINISTRATOR, the CONTRACT ADMINISTRATOR may correct the specific complaint and the total cost incurred by the CITY will be deducted and forfeit from payments owing to the CONTRACTOR from the CITY. 10.04 The CONTRACTOR shall maintain a written log of all communications, the date, and the time thereof and the action taken pursuant thereto or the reason for non-action. Said log of complaints by city staff or public shall be open to the inspection of the CONTRACT ADMINISTRATOR at all reasonable times. 11.00 SAFETY 11.01 CONTRACTOR agrees to perform all work outlined in this CONTRACT in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all CITY, County, State or Federal requirements at all times so as to protect all persons, including CONTRACTOR'S employees, agents of the CITY, vendors, members of the public or others from foreseeable injury, or damage to their property. CONTRACTOR shall make weekly inspections for any potential hazards at said areas and keep a log indicating date inspected and action taken. 11.02 It shall be the CONTRACTOR'S responsibility to inspect, and identify, any condition(s) that renders any portion of the contracted areas unsafe, as well as any unsafe practices occurring thereon. The CONTRACT ADMINISTRATOR shall be notified immediately of any unsafe condition that requires major correction. CONTRACTOR shall be responsible for making minor corrections including, but not limited to; filling holes in ground, turf, or 201 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 22 paving; using barricades or traffic cones to alert patrons of the existence of hazards; replacing valve box covers; and the like, so as to protect members of the public or others from injury. 11.03 CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any occurrence on the contracted areas of accident, injury, or persons requiring emergency services and, if so requested, shall prepare a written report thereof to the CONTRACT ADMINISTRATOR within three (3) calendar days following the occurrence. CONTRACTOR shall cooperate fully with the CITY in the investigation of any such occurrence. 12.00 TRAFFIC CONTROL 12.01 Prior to any work in the public right-of-way, the CONTRACTOR shall assure that traffic control plans adhere to the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2014 Revision 6, as amended for use in California). The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2014 Revision 6, as amended for use in California). 12.02 When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the CONTRACTOR so elects, said components may be stored at selected central locations, approved by the CONTRACT ADMINISTRATOR, within the limits of the right-of-way. The closing of lanes on major streets will have restricted hours due to traffic volumes. In some cases, lane closures may not be feasible during normal work hours and as a result high traffic volume locations may require work to occur at night or early mornings. 12.03 CONTRACTOR shall comply with all requirements of the City Traffic Engineer and shall bear all costs of required traffic control including, but not limited to signs, cones, markers, flagmen, barricades etc. 12.04 Traffic Control plans will be reviewed by the CONTRACT ADMINISTRATOR, and all Traffic Control plans shall be adhered to at all times. 202 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 23 13.00 HOURS AND DAYS OF MAINTENANCE SERVICES 13.01 The basic daily hours of maintenance service shall be 7:00 a.m. to 5.00 p.m. (except the Downtown area. Work may begin at 11PM), which shall be considered normal work hours as may pertain to any other provision of the CONTRACT. Work in the Downtown area shall be performed so that it does not affect business and customers of business. Heavy machinery must only be operated between the hours of 8:00 a.m. to 5:00 p.m. 13.02 CONTRACTOR shall provide staffing to perform the required maintenance services during the prescribed hours five (5) days per week, Monday through Friday. Any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the CONTRACT ADMINISTRATOR. 13.03 The use of power tools is prohibited daily prior to 8:00 a.m. and all day on Saturdays, Sundays, and Holidays. Exceptions will be considered in areas that will not affect residential properties. 13.04 The City works a 9/80 workweek with every other Friday off. City holidays are New Year’s Day, Martin Luther King Day, President’s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and day after, Christmas Eve and Christmas Day. No work shall occur on City holidays without approval from CONTRACT ADMINISTRATOR. 14.00 MAINTENANCE SCHEDULES 14.01 The CONTRACTOR shall, within thirty (30) days after the effective date of this CONTRACT, submit work schedules to the CONTRACT ADMINISTRATOR for review and approval. Said work schedules shall identify required operations and delineate the time frames for performance. An Annual Calendar shall include all required operations that occur less than monthly. A Routine Operations Schedule shall include all tasks required at least monthly. Sample Annual Calendar and Routine Operations Schedule formats are included in Appendix B. 14.02 The CONTRACTOR shall submit revised schedules when actual performance differs substantially from planned performance, and from time to time as requested by the CONTRACT ADMINISTRATOR. Said revisions shall be submitted to the CONTRACT ADMINISTRATOR for review and approval within five (5) working days prior to the original or revised scheduled time for the work, whichever is earlier. 15.00 CONTRACTOR'S STAFF AND TRAINING 15.01 The CONTRACTOR shall provide sufficient personnel to perform all work in accordance with the specification set forth herein. 203 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 24 15.02 CONTRACTOR’S personnel shall possess the minimum qualifications for the position in which each is working, as set forth in Exhibit B. 15.03 CONTRACTOR is encouraged to provide on-going systematic skills training, and to promote participation in, and certification by professional associations. CONTRACTOR’S systematic skills training program, and certifications required by the CONTRACTOR for employees in a given position, should be noted in Exhibit B. 15.04 Each crew of CONTRACTOR'S employees shall include at least one crew member that can speak the English language proficiently. For the purposes of this section, a crew is understood to be any individual worker or group of workers who might be working at a singular location as part of this proposal. 15.05 The CONTRACT ADMINISTRATOR may at any time give CONTRACTOR written notice to the effect that the conduct or action of a designated employee of CONTRACTOR is, in the reasonable belief of the CONTRACT ADMINISTRATOR, detrimental to the interest of the public patronizing the contracted areas. CONTRACTOR shall meet with representatives of the CONTRACT ADMINISTRATOR to consider the appropriate course of action with respect to such matter and CONTRACTOR shall take reasonable measures under the circumstances to assure the CONTRACT ADMINISTRATOR that the conduct and activities of CONTRACTOR's employees will not be detrimental to the interest of the public patronizing the contracted areas. 15.06 The CONTRACT ADMINISTRATOR may at any time order any of the CONTRACTOR’S personnel removed from the contracted areas when, in the reasonable belief of the CONTRACT ADMINISTRATOR, said CONTRACTOR’S personnel is objectionable, unruly, unsafe, or otherwise detrimental to the interest of the CITY or the public patronizing the contracted areas. 15.07 The CONTRACTOR shall require each of his personnel to adhere to basic public works standards of working attire including pant, uniform shirts and/or vests clearly marked with the CONTRACTOR’S company name and employee name badges as approved by the CONTRACT ADMINISTRATOR. Sufficient changes shall be provided to present a neat and clean appearance of the CONTRACTOR'S personnel at all times. Shirts shall be worn and buttoned at all times. CONTRACTOR’S personnel shall be equipped with proper shoes and other gear required by State Safety Regulations. Brightly colored traffic vests or reflectors shall be worn when personnel are working near vehicular traffic. 15.08 The CONTRACTOR shall provide a Certified Irrigation Specialist who possesses, at minimum, a Certificate in “Ornamental Horticulture Certificate of proficiency Specialization in Landscape Irrigation” or holds a current California Landscape Contractors Association “Certified Landscape Technician” certificate to manage onsite irrigation systems, perform controller programming, and system maintenance, who can correctly troubleshoot problems in the field and make appropriate repairs. 204 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 25 15.09 CONTRACTOR’S PERONNEL WILL BE REQUIRED TO HAVE A BACKGROUND CHECK. The following information must be submitted no less than 30 days prior to any employee’s start of work: • Full Name • Social Security Number • California Driver’s License or ID number • Birth Date • Address The records check will include finger printing; Department of Justice wanted person system, California Driver’s License check, Santa Clara County warrant check and review of any local record. The City will be responsible for the costs associated with this process for the first 10 contractor employees. Additional checks required beyond the initial 10 employees shall be borne exclusively by the contractor. The City reserves the right to approve/refuse any prospective employees of the contractor as a result of the background check. 15.10 The CONTRACTOR shall have on staff a PCA (Pest Control Advisor). 15.11 The CONTRACTOR shall have an employee assigned to the job as supervisor for the duration of the contract. Contractor must have a minimum of four (4) years’ experience in landscape supervision, with experience or training in turf management, pest control, soils, fertilizers, and plant and weed identification. 15.12 The CONTRACTOR’s employees shall have a minimum two (2) years’ experience in landscape maintenance. 16.00 NON-INTERFERENCE - NOISE 16.01 CONTRACTOR shall not interfere with the public use of the contracted areas and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 16.02 In the event that the CONTRACTOR’S operations must be performed when persons of the public are present, CONTRACTOR shall courteously inform said persons of any operations that might affect them and, if appropriate, request persons to move out of the work area. 16.03 CONTRACTOR shall be subject to local ordinances regarding noise levels for equipment operations. CONTRACTOR shall not use any power equipment prior to 8:00 a.m. or later than 6:00 p.m. Further, any schedule of such operations may be modified by CONTRACT ADMINISTRATOR in order to ensure that the public is not unduly impacted by the noise created by such equipment. 205 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 26 17.00 USE OF CHEMICALS 17.01 The City of Saratoga solicits and encourages the use of effective alternate pest control measures. CONTRACTOR shall have extensive knowledge and experience developing and implementing Integrated Pest Management programs (IPM). All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by or under the direction of a State of California Licensed Pest Control Operator. 17.02 Chemical applications shall strictly conform to all governing regulations. CONTRACTOR’S staff applying chemicals shall possess all required licenses and certifications. 17.03 CONTRACTOR shall at all times work within the guidelines of the City of Saratoga’s Integrated Pest Management Plan when applying chemicals at assigned areas of responsibility. Contractor may be allowed to schedule monthly application or a letter of intent is required a minimum of one week prior to any chemical application. The letter of intent should include the location, target pest, chemical name, and description, as well as intended date of application. The letter of intent may be in email form addressed to the CONTRACT ADMINISTRATOR. 206 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 27 PART II TECHNICAL SPECIFICATIONS 18.00 MOWING 18.01 Mowing operations shall be performed in a workmanlike manner that ensures a smooth surface appearance without scalping or allowing excessive cuttings to remain. Clippings need not be collected unless clippings are excessive and/or visible, or as directed by the CONTRACT ADMINISTRATOR. The CITY encourages the use of mulching mowers. 18.02 Turf shall be mowed with a mower appropriate to the particular turf type being mowed. Equipment shall be properly maintained, clean, adjusted, and sharpened. 18.03 All mowing equipment shall be thoroughly washed following each mowing operation and prior to being transported to any other site. 18.04 Mow turf to the following heights or as directed by the CONTRACT ADMINISTRATOR: Mower heights shall be set from 2.5 inches – 3 inches. 18.05 Mowing operations shall be scheduled Monday through Friday. 18.06 Walkways and adjacent paved areas/roadways shall be cleaned of clippings immediately following each mowing. 18.07 Mowing operations shall be scheduled at times of low public use. 18.08 Mowing frequency shall be a minimum of one (1) time per week while turf is actively growing so as to maintain the required heights listed in section 18.04. 19.00 TURF AND GROUND-COVER EDGING 19.01 All turf edges shall be kept neatly edged. All grass invasions into adjacent areas shall be eliminated. 19.02 String trimmers shall not be used to trim around trees. Turf and groundcover shall be maintained a minimum of one (1) foot from the trunks of trees by use of appropriate chemicals. 19.03 A 36-inch diameter circle shall be maintained around young trees with immature bark or caliper of less than 6 inches. Circles may include a watering basin, and/or a 2-3-inch- deep layer of mulch, where appropriate, as directed by the CONTRACT ADMINISTRATOR. Circles shall be kept free of weeds and grasses by use of appropriate chemicals or manual means. 207 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 28 19.04 Turf and groundcover shall be trimmed or limited around valve boxes, meter boxes, backflow devices, park equipment and other obstacles; and around sprinklers as needed to provide optimum water coverage. 19.05 All groundcover and flower bed areas shall be kept neatly edged and free of grass invasion. 19.06 Walkways, hardscape, and roadways shall be cleaned of clippings and debris immediately following each mechanical edging. 19.07 Frequency of mechanical edging of turf shall be once per month. 19.08 Frequency of ground cover edging shall be as needed so that no encroachment occurs across boundaries. 20.00 AERATION 20.01 Aerate all turf areas by using a device that removes ¾” cores to a minimum depth of three (3) inches at not more than six (6) inch spacing. 20.02 CONTRACTOR shall ensure that turf areas to be aerated are properly and evenly moist prior to aeration operations. 20.03 CONTRACTOR shall flag all irrigation heads, valve boxes, quick-couplers, and the like, prior to commencing aeration operations. CONTRACTOR shall be responsible for any damage to irrigation, boxes, pavement, etc. from aerator and other equipment. 20.04 Aeration frequencies shall be as follows: A. Aerate all turf areas two (2) times per year. Aeration shall take place during the months of March and September. 21.00 WATERING AND IRRIGATION 21.01 All landscaped and turf areas shall be irrigated, as required to maintain adequate growth and appearance, with a schedule most conducive to plant growth. The delivery of adequate moisture to the landscaped areas shall include, but not be limited to hand watering, operation of manual valves, proper utilization of automatic controllers and valves. All watering and irrigation shall be done in accordance with the provisions of the California Water Conservation in Landscaping Act (AB 2717, AB 1881) and the City of Saratoga Water Efficient Landscaping Ordinance. 21.02 CONTRACTOR shall insure that personnel operating irrigation systems are fully trained in all phases of landscape irrigation systems, thoroughly familiar with the particular 208 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 29 equipment in use, and fully equipped and capable of performing proper programming and operation of the irrigation systems. 21.03 CONTRACTOR shall be responsible for performing all specified irrigation tasks including, but not limited to: testing, adjustments, repairs, replacements, and supplemental watering. CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any deficiencies in irrigation at these sites. 21.04 All non Calsense irrigation controllers shall be programmed by CONTRACTOR, with current schedules provided to the CONTRACT ADMINISTRATOR monthly or sooner if modifications are performed. 21.05 Areas not provided with an irrigation system shall be hand watered by the CONTRACTOR. This includes situations where the automatic system is inoperable for any reason. The CONTRACTOR shall be responsible for providing all equipment, such as water trucks, bladders, hoses, couplers, and nozzles to accomplish this task. CONTRACTOR may, at CONTRACTOR’s sole expense, install irrigation systems in areas where none exist in order to avoid hand watering operations. All irrigation installed as part of this CONTRACT shall be included in the cost of the project and shall become the property of the CITY at the end of the CONTRACT. 21.06 Watering shall be regulated to avoid interference with any use of roadways, paving or walks. 21.07 All non Calsense controllers shall be programmed to operate at night or early morning hours. 21.08 Irrigation shall be controlled in such a way as not to cause any excessively wet area, which could be damaged by mowing or other traffic. 21.09 No irrigation shall be done during periods of measurable rain without prior approval of the CONTRACT ADMINISTRATOR. 22.00 IRRIGATION MAINTENANCE, REPAIR and TESTING A. 22.01 CONTRACTOR shall provide labor and equipment for maintenance, including repairs and replacements (whether due to damage, malfunction, vandalism, normal wear, or other cause), from valve to head, including but not limited to the following: Valves (control valves, ball valves, master valves, quick couplers, valve boxes, and the like) B. Lateral lines C. Fittings D. Risers 209 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 30 E. Heads (rotor, spray, emitter, bubbler) F. Pressure regulators 22.02 CONTRACTOR shall promptly notify CONTRACT ADMINISTRATOR of any damaged, deficient, or inoperable irrigation component indicating the location, valve station number, problem, size, and type of irrigation equipment. 22.03 Repair or replacement of irrigation components that are identified as the CONTRACTOR'S responsibility shall be completed within five (5) working days of determining damaged or inoperable irrigation component, or sooner to prevent damage to turf or landscaping, or if the repair is otherwise deemed urgent by the CONTRACT ADMINISTRATOR. 22.04 Replacements of irrigation equipment shall match existing equipment of the same size and quality or substitute with current standard equipment if the damaged equipment is antiquated, as approved by the CONTRACT ADMINISTRATOR prior to any installation thereof. 22.05 CONTRACTOR’S Irrigation Technician shall be fully trained in all phases of landscape irrigation systems, thoroughly familiar with the particular equipment in use, and fully equipped and capable of identifying and isolating problems and performing the proper programming, inspection, testing, repair, and maintenance of the irrigation systems. All of CONTRACTOR’S personnel working on irrigation systems, shall be appropriately trained and under the direct supervision of a qualified Irrigation Technician. 22.06 Prior to testing a system, CONTRACTOR shall inspect all irrigated areas; note and mark with a flag marker any dry or stressed areas. During the course of the irrigation test, CONTRACTOR shall determine the cause of the noted deficiency and make needed repairs. 22.07 CONTRACTOR shall sequence controller(s) to each station to check the function of all facets of the irrigation system. 22.08 During irrigation testing CONTRACTOR shall: A. Adjust all sprinkler heads to provide correct coverage, uniform precipitation, prevention of runoff and erosion, and prevention of excessive overspray onto adjacent areas. B. Check for, and correct all leaks, including pipes, risers, seals, turrets, etc. C. Clean, flush, adjust, repair, or replace any equipment, head or component that is not functioning to manufacturer’s specifications. D. Adjust valves and heads to keep all systems operating at manufacturer's recommended operating pressures. Valve throttling and pressure gauging shall be employed to prevent excessive fogging. 210 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 31 E. Check valve boxes and covers. Keep boxes and covers uncovered and accessible. Remove excess soil accumulations inside boxes. Repair or replace as needed. Replace and secure cover bolts as needed. F. Check for low-head drainage. Clean, repair or replace malfunctioning or missing anti- drain devices including in-head check valve devices. 22.09 Any unresolved system malfunction, damage, or deficiencies shall be reported, including effected valve station(s) and other pertinent details, to the CONTRACT ADMINISTRATOR. Said reporting shall be in writing to the satisfaction of the CONTRACT ADMINISTRATOR. 22.10 In addition to regular testing, all irrigation systems shall be tested and inspected as necessary when damage is suspected, observed, or reported. 22.11 Frequencies of irrigation testing shall be two (2) times per month or more frequently if problems or conditions indicate a need. 23.00 FERTILIZATION 23.01 Products and rates of application shall be determined by the CONTRACT ADMINISTRATOR. 23.02 CONTRACTOR shall include scheduling of fertilizations on Annual Calendar. 23.03 CONTRACTOR shall give written notice to the CONTRACT ADMINISTRATOR at least two City business days in advance of fertilizer application at a given site. 23.04 CONTRACTOR shall have all materials delivered to the site in properly labeled, unopened bags. All bags shall be retained on the site for the CONTRACT ADMINISTRATOR’S inspection and shall be removed promptly following inspection. 23.05 Application of fertilizer shall be done in sections, determined by the areas covered by each irrigation system. Adequate irrigation shall immediately follow the application of fertilizer to force fertilizer material to rest directly on the soil surface. 23.06 Turf, shrubs and groundcover areas shall be fertilized at least two (2) times per year. 24.00 WEED CONTROL 24.01 All areas shall receive diligent control of weeds by employing all industry-recognized, legal methods, as approved by the CONTRACT ADMINISTRATOR and in accordance with the City of Saratoga Integrated Pest Management Plan. 211 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 32 24.02 The following areas shall be kept weed free: shrub areas, ground cover beds, planters, cracks in paved areas, including sidewalks, curbs, asphalt, all hardscape, and areas covered with ornamental rock. 24.03 All turf, shrub beds, planters, and other landscaped areas shall be maintained weed free. 24.04 Chemical applications shall be done as needed. Weeds, which grow from, or spread by, underground stolon’s, tubers, and the like, such as Bermuda Grass, Nutgrass, and Ragweed, shall be controlled using appropriate chemical controls. Said weeds shall not be physically removed until chemical action is complete. 24.05 Inspect, spot treat, or mechanically remove weeds as necessary. Hand weeding or spot treatment of all areas is to be performed at least one (1) time per month. 24.06 Apply appropriate pre-emergent herbicides to prevent germination of known problem weeds. 24.07 Pre-emergent and Weed Control herbicide materials to be used shall be as approved by the CONTRACT ADMINISTRATOR. Materials to be used shall be those best suited to the control of the target weeds in the given planting. A letter of intent is required a minimum 3 business days prior to any chemical application. The letter of intent should include the location, target pest, chemical name, and description, as well as intended date of application. The letter of intent may be in email form addressed to the CONTRACT ADMINISTRATOR. 24.08 Pre-emergent herbicide applications shall be carefully scheduled as approved by the CONTRACT ADMINISTRATOR and shall be made per label instructions for optimum control. Scheduling of pre-emergent herbicide applications shall be reflected on the annual calendar along with notation identifying material name and target weeds. 24.09 Pre-emergent herbicide applications shall be made Quarterly and as required for optimum control of target weeds. 24.10 CONTRACTOR shall at all time work within the guidelines of the City of Saratoga Integrated Pest Management Plan when applying chemicals at assigned areas of responsibility. 25.00 TREE, SHRUB AND GROUNDCOVER MAINTENANCE 25.01 CONTRACTOR is responsible for tree work within fifteen (15) feet of the ground. 25.02 Trimming and pruning of trees and shrubs for vehicular and pedestrian clearance, visibility, access, plant health and appearance shall be done as needed. 212 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 33 25.03 All pruning and tree tying shall conform to International Society of Arboriculture (I.S.A) Standards and the specific directions of the CONTRACT ADMINISTRATOR. CONTRACTOR shall not allow any tree to be topped. 25.04 Clearance: Maintain trees to provide a fourteen (14) foot clearance for branches overhanging beyond curb line into the paved section of roadways. Lower branching may be appropriate for trees in background and ornamental areas. Prune plant materials where necessary to maintain access and safe vehicular visibility and clearance and to prevent or eliminate hazardous conditions. 25.05 Shearing: Only those plants specifically designated by the CONTRACT ADMINISTRATOR shall be sheared. These plants may also require additional thinning to maintain a healthy condition. 25.06 Tree pruning shall be performed with the intent of developing healthy, structurally sound trees with natural form and proportion, symmetrical appearance, and proper vertical and horizontal clearance. All Trees under 15 ft height shall be maintained as described, All Trees above 15 ft in height, contractor is responsible for pruning up to 15ft high as described. 25.07 Prune shrubs to encourage healthy growth habits, natural form, and proportion. Restrict growth of shrubbery to area behind curbs and within planter beds by pruning. Under no circumstances shall hedge shears be used as a means of pruning. 25.08 Tree stakes, two (2) per tree, shall be treated lodge pole pine. Stakes shall be place vertically; 8 to 10 inches from the tree trunk; shall not rub against any part of the tree during windy conditions; shall be tied using materials and methods as approved by CONTRACT ADMINISTRATOR. 25.09 Plant ties shall be checked frequently and either retied to prevent girdling or removed along with the stakes when no longer required. 25.10 Periodic staking and tying shall be done as needed. 25.11 All structural weaknesses such as split crotches or limbs, diseased or decayed limbs, or severe damage above fifteen (15) feet in height from the ground shall be reported to the CONTRACT ADMINISTRATOR. 25.12 Groundcover A. Groundcover shall be renovated as needed. Renovation of groundcover shall include mowing, thinning and/or shearing of groundcover and fertilization; and may include bed cultivating and/or mulching, as appropriate to the species and conditions and as directed by the CONTRACT ADMINISTRATOR. B. All dead, diseased, and unsightly branches, vines or other growth shall be removed as they develop. 213 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 34 C. All groundcover areas shall be pruned to maintain neat but natural (not sheared) edges. D. Except as specifically directed by the CONTRACT ADMINISTRATOR, groundcover plants shall be prevented from climbing utilities, shrubs, trees, and the like. 25.13 Remove all dead shrubs and trees. CONTRACT ADMINISTRATOR shall be notified 48 hours in advance of the removal of any tree or shrub. Trees to be removed measuring greater than ten (10) inches in diameter at breast height (dbh) require a heritage tree removal permit from the CITY. CONTRACTOR shall be responsible for preparing the heritage tree removal permit application and shall not remove a tree of this size without an approved heritage tree removal permit and authorization from the CONTRACT ADMINISTRATOR. Any tree removed that measures greater than ten (10) inches dbh shall be replaced with two (2) trees, with species and size as approved by CONTRACT ADMINISTRATOR. 25.14 All trimming and debris shall be removed and properly disposed of immediately. 25.15 Flowering plants shall be maintained free of excessive spent blooms, flower stalks and the like. Plants shall be renovated following peak bloom, and as needed, to produce optimum color production and plant health. Renovation methods and timing shall be as approved by the CONTRACT ADMINISTRATOR. 26.00 DISEASE AND PEST CONTROL 26.01 All landscaped areas shall be maintained free of disease and insects that could cause or promote damage to plant materials including but not limited to trees, shrubs, groundcover, and turf. 26.02 The CONTRACT ADMINISTRATOR shall be notified immediately of any disease, insects or unusual conditions that might develop. 26.03 A disease control program to prevent all common diseases from causing serious damage shall be provided on an as needed basis. Disease control shall be achieved utilizing materials and rates recommended by a licensed California Pest Control Advisor. Disease and pest control shall follow the goals and policies established in the City of Saratoga Integrated Pest Management Plan. 26.04 CONTRACTOR shall eradicate or remove bees, wasps, ants, rodents, and other pests, which the CONTRACT ADMINISTRATOR deems to be a public hazard or nuisance. CONTRACTOR shall arrange for and assume the expense of such operations, if not under its immediate capabilities, within a 48-hour period after notification from the CONTRACT ADMINISTRATOR. 26.05 Gophers and other rodents shall be eliminated immediately by appropriate, approved exterminating techniques (traps, etc.). 214 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 35 26.06 Frequency of disease and pest control operations shall be completed as needed in order to properly address the disease or infestation, without further damaging the landscape area. 26.07 CONTRACTOR shall, at all times, work within the guidelines of the City of Saratoga’s Integrated Pest Management Plan when applying chemicals at assigned areas of responsibility. (Letter of intent REQUIRED) 27.00 PLANT MATERIALS 27.01 Plant materials shall conform to the requirements of the Landscape Plan of the area and to "Horticultural Standards" of American Association of Nurserymen as to kind, size, age, etc. 27.02 Plans of record and specifications should be consulted to ensure correct identification of species. Substitutions may be allowed but only with the prior written approval of the CONTRACT ADMINISTRATOR. 27.03 Quality A. Plants shall be sound, healthy, and vigorous, free from plant disease, insect pest or their eggs, and shall have healthy normal root systems and comply with all state and local regulations governing these matters and shall be free from any noxious weeds. B. Plant materials shall be symmetrical, and/or typical for variety and species. C. Trees shall not have been topped. D. Roots shall not have been allowed to circle or become bound at any stage of growth. E. All plant materials must be provided from a licensed nursery and shall be subject to acceptance as to quality by the CONTRACT ADMINISTRATOR. 27.04 Plant Materials Guarantee CONTRACTOR shall replace, at no cost to the CITY, any plant materials planted by CONTRACTOR under this CONTRACT that fail to establish, grow, live, and remain in healthy condition, regardless of the reason for said failure. Replacements shall conform to the following: A. All trees planted by CONTRACTOR shall be guaranteed for six (6) months from the date of acceptance by the CONTRACT ADMINISTRATOR. B. All shrubs planted by CONTRACTOR shall be guaranteed for six (6) months from the date of acceptance by the CONTRACT ADMINISTRATOR. 215 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 36 Nothing in this section shall in any way reduce or remove CONTRACTOR’S responsibility as specified elsewhere in this CONTRACT. 27.05 Newly planted areas shall receive special attention until plants are established. Adequate water shall be applied to promote normal, healthy growth. Proper berms or basins shall be maintained during the establishment period. 28.00 LITTER LEAF AND DEBRIS CONTROL 28.01 Remove all litter, paper, glass, trash, undesirable materials, silt, and other accumulated debris from all areas to be maintained. 28.02 Complete policing, litter pick up and supplemental hand sweeping of serviced edges, corners, and other areas inaccessible to power equipment shall be accomplished to ensure a neat appearance. 28.03 Accumulation of leaves and debris shall be removed from all landscaped areas except as specifically directed by the CONTRACT ADMINISTRATOR. 28.04 Raking should not be used in ground cover or mulched areas except to remove heavy accumulation of leaves and debris. When raking is necessary, it should be done lightly, taking care not to damage plants or displace mulch. 28.05 Increases in frequencies of clean-ups for seasonal plant defoliation or clean-up after storms shall be considered included in the CONTRACT. 28.06 Removal of litter shall occur any time CONTRACTOR is on site, or on an as-need basis. 28.07 CONTRACTOR shall employ appropriate safety equipment and procedures for litter removal. 28.08 CONTRACTOR shall remove from city property all private signs advertising garage sales, real estate, etc. (including political/campaign signs) any time CONTRACTOR is on site. The removed political/campaign signs shall be returned to CONTRACT ADMINISTRATOR. Posting of such signs on city owned and maintained properties is in violation of Municipal Ordinance. 29.00 DOWNTOWN AREA 29.01 The Downtown area is considered our highest area of maintenance and in addition to the basic service required in the CONTRACT, the additional services included herein are required within this area. The Downtown is considered Big Basin Way from Saratoga Los Gatos Rd. to Turn Around and the side streets that intersect Big Basin 216 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 37 Way from Saratoga Los Gatos Rd. to 5th Street, in addition to the Downtown Village Parking Districts as shown in maps. 29.02 CONTRACTOR shall power wash hardscape within the Big Basin Way ROW from Blaney Plaza 6th Street. The sidewalks two (2) times per year, and Intersections with with stamped concrete (once per year), as directed by the CONTRACT ADMINISTRATOR. The scope of work includes all flat work, sidewalks, garbage/recycling cans, planters, benches and drinking fountains. Schedule for power washing shall be done during the night and shall be included in the Annual Calendar submitted by the CONTRACTOR. 29.03 CONTRACTOR shall provide portable power washing equipment of 13 hp or greater capable of generating 3,500 psi of water pressure to clean the downtown area. 29.04 Measures shall be taken by CONTRACTOR to prevent water encroachment into businesses, buildings, news racks and structures. 29.05 CONTRACTOR shall ensure that methods for cleaning and disposal of wastewater meet or exceed BASMAA recommendations as contained in pamphlet “Pollution from Surface Cleaning”. 29.06 All pedestrian hardscape areas, including but not limited to sidewalks, plazas, pedestrian street crossings, etc. shall be blown 3 days a week. This work does not include parking districts. 29.07 All site amenities, including but not limited to benches, handrails, bicycle racks, garbage and recycling cans shall be completely wiped clean with a germicidal cleaner bi-weekly. All garbage and recycling containers will be cleaned of any excess refuse underneath containers monthly. 29.08 All shrubs and groundcover areas shall be detailed monthly. The intent shall be to maintain shrub and ground cover areas in a neat, visually pleasing manner. 29.09 All tree branches shall be maintained no lower than 14 ‘over the vehicular areas and 10’ feet over pedestrian areas. 29.10 Parking Districts shall be cleaned a minimum of twice a week or as determined by the CONTRACT ADNINISTRATOR. Cleaning shall include liter removal and blowing and removal of leaves and debris. 29.11 CONTRACTOR shall clean up the trash and recycling enclosures in the Parking Districts twice a week which includes organizing recycling and removal of garbage outside of bins. 29.12 CONTRACTOR shall clean drinking fountains twice a week using a germicidal cleaner to ensure that drinking fountains are clean and polished. The CONTRACTOR shall remove any mineral build up, algae, debris, stains, etc. so that drinking fountain is 100% 217 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 38 clean and polished. If the drinking fountain drain is clogged, such that dismantling the fountain would be required for repair, the CONTRACTOR shall notify the CONTRACT ADMINISTRATOR so CONTRACTOR can direct City staff to make repairs. CONTRACTOR shall not dismantle drinking fountains, nor adjust flow rate. 29.13 CONTRACTOR shall maintain tree wells in paved areas, consisting of decomposed granite/bricks so that there is no greater than one half inch (1/2”) differential between the tree well and the sidewalk. 29.14 CONTRACTOR shall maintain, repair, and clean concrete planters and hanging baskets on Big Basin Way. CONTRACTOR shall be responsible for maintaining, fertilizing, replanting hanging baskets and concrete planters quarterly with annuals or perennial as directed by CONTRACT ADMISISTRATOR and watering these locations including any hand watering. Automatic and hand watering shall be twice per week during the spring and fall months and three times per week during the summer months. 30.00 GARBAGE / RECYCLING CONTAINERS 30.01 CONTRACTOR shall be responsible for emptying trash bins and recycling bins twice a week on Monday and Thursday. 30.02 CONTRACTOR shall empty trash bins by 11am on designated days. 30.03 The City may add or delete garbage or recycling containers and the cost shall be adjusted based upon the CONTRACTOR’S cost for the specific site and percent of individual cost of each trash or recycling bin. 30.04 CONTRACTOR shall clean garbage and recycling containers monthly using a germicidal cleaner and products to assure they are clean. All garbage and recycling containers will be cleaned of any excess refuse underneath containers monthly. Should the garbage and recycling containers need repair the CONTRACTOR shall notify the CONTRACT ADMINISTRATOR so City staff can make repairs. 218 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 39 32.00 MAINTENANCE FREQUENCIES The following maintenance frequencies shall apply: Median Maintenance Frequencies TASK FREQUENCY Irrigation Maintenance Controller Programming Quartely Repairs Every Other Week Testing Quartely Planters & Ground Cover Maintenance Edging Monthly Trimming Quartely Weed Control Monthly Fertilize Quartely Pest Control Annually / As needed Shrub Maintenance Weed Control Monthly Trimming Quartely Pruning Quartely Fertilize Quartely Pest Control Annually / As needed Tree Maintenance Trim 3 Times Per Year Fertilize 3 Times Per Year Re-Stake/Check Annually / As needed Hardscape Maintenance Blow/Sweep Hardscape and Litter Removal Weekly Weed Removal in Cracks/Joints Monthly 219 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 40 LLA Zones Maintenance Frequencies TASK FREQUENCY Irrigation Maintenance Controller Programming Quarterly Repairs Weekly Testing Quarterly Turf Maintenance Mowing/Edging/Trimming Weekly Weed Control Monthly Clipping Removal Weekly Fertilize Quarterly Aerate/Thatch/Seed 3 Times Per year Pest Control Annually / As needed Renovation Annually / As needed Visual Inspection Weekly Planters & Ground Cover Maintenance Edging Monthly Trimming Quarterly Mulching Semi-Annually Weed Control Monthly Fertilize Quarterly Pest Control Annually / As needed Shrub Maintenance Weed Control Monthly Trimming Quarterly Pruning Quarterly Fertilize Quarterly Pest Control Annually / As needed Tree Maintenance Trim 3 Times Per year Fertilize 3 Times Per year Re-Stake/Check Annually / As needed Hardscape Maintenance Blow/Sweep Hardscape and Litter Removal Weekly Weed Removal in Cracks/Joints Monthly 220 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 41 Parks and Facilities Maintenance Frequencies TASK FREQUENCY Irrigation Maintenance Controller Programming Quarterly Repairs Weekly Testing Quarterly Turf Maintenance Mowing/Edging/Trimming Weekly Weed Control Monthly Clipping Removal Weekly Fertilize Quarterly Aerate/Thatch/Seed 3 Times Per Year Pest Control Annually / As needed Renovation Annually / As needed Visual Inspection Weekly Planters & Ground Cover Maintenance Edging Monthly High Level Pruning/Leaf Removal, etc. Weekly Mulching 3 Times Per Year Weed Control Weekly Fertilize Quarterly Pest Control Semi-Annualy Shrub Maintenance Weed Control Monthly Trimming/Pruning Weekly Fertilize Quarterly Pest Control Annually / As needed Tree Maintenance Trim 3 Times Per Year Fertilize 3 Times Per Year Tree Well Maintenance Weekly Re-Stake/Check Annually / As needed Pest Control Annually / As needed 221 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 42 Hardscape Maintenance Big Basin Way: Blow/Sweep Hardscape Daily Miscellaneous Asphalt and Concrete Daily Trash and Litter Pickup Daily Trash and Recycling Management Weekly Santa Cruz Ave: Power Washing Sidewalks Semi-Annualy Transit Center Fountain Maintenance Weekly Amenities Maintenance Weekly Downtown Landscape and Parking Districts Maintenance Frequencies TASK FREQUENCY Irrigation Maintenance Controller Programming Quarterly Repairs Weekly Testing Every Other Week Planters & Ground Cover Maintenance Edging Monthly Trimming Quarterly Weed Control Monthly Fertilize Quarterly Pest Control Annually / As Needed Shrub Maintenance Weed Control Monthly Trimming Quarterly Pruning Quarterly Fertilize Quarterly Pest Control Annually / As Needed Tree Maintenance Trim 3 Times Per Year Fertilize 3 Times Per Year Re-Stake/Check Annually / As Needed Hardscape Maintenance Blow/Sweep Hardscape and Litter Removal Weekly Weed Removal in Cracks/Joints Monthly Bellgrove Subdivision Maintenance Frequencies 222 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 43 TASK FREQUENCY Irrigation Maintenance Controller Programming Quarterly Repairs Weekly Testing Quarterly Turf Maintenance Mowing/Edging/Trimming Weekly Weed Control Monthly Clipping Removal Weekly Fertilize Quarterly Aerate/Thatch/Seed 3 Times Per Year Pest Control Annually / As Needed Renovation Annually / As Needed Visual Inspection Weekly Planters & Ground Cover Maintenance Edging Monthly Trimming Quarterly Mulching Semi-Annually Weed Control Monthly Fertilize Quarterly Pest Control Annually / As Needed Shrub Maintenance Weed Control Monthly Trimming Quarterly Pruning Quarterly Fertilize Quarterly Pest Control Annually / As Needed Tree Maintenance Trim 3 Times Per Year Fertilize 3 Times Per Year Re-Stake/Check Annually / As Needed Pest Control Annually / As Needed Hardscape Maintenance Blow/Sweep Hardscape and Litter Removal Weekly Weed Removal in Cracks/Joints Monthly Trash and Recycling Containers Maintenance Frequencies 223 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 44 TASK FREQUENCY Trash Removal Empty Trash/Recycling Containers 2 Times Per Week Clean Trash/Recycling Containers Monthly Replace Trash/Recycling Liners 2 Times Per Week Dog-Bag Stations Maintenance Frequencies TASK FREQUENCY Trash Removal Remove Trash and Replace Liners Weekly Clean Trash Receptacles Monthly Refill Dog-bag Dispensers Weekly 224 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 45 APPENDICES 225 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 46 Appendix A CITY OF SARATOGA LANDSCAPE MAINTENANCE SERVICES INSPECTION RATING FORM SITE: Blaney Plaza INSPECTOR: John Doe 07/30/23 Category Description Possible Points Previous Period Rating This Period Irrigation Maintenance 10 9 10 Turf Maintenance 25 20 23 Planters & Ground Cover Maintenance 15 15 15 Shrub Maintenance 15 15 15 Tree Maintenance 5 5 5 Hardscape Maintenance 5 5 5 Trash & Litter Pickup 25 20 19 Rating Totals 100 89 92 Deduction Percent Deduction Percent 8% Adjusted Payment Formula Monthly Payment $1,181.04 Deduction Amount $89.44 Adjusted Monthly Payment $1,091.60 226 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 47 APPENDIX A CITY OF SARATOGA LANDSCAPE MAINTENANCE SERVICES INSPECTION RATING FORM SITE: Prospect Road INSPECTOR: JOHN DOE 07/30/23 Category Description Possible Points Previous Period Rating This Period Safety 8 8 8 Knowledge of Contract Requirements 6 6 6 Staffing 9 8 8 Equipment & Vehicles 7 7 7 Performance of Additional Work 7 7 7 Observation and Reporting 6 6 6 Emergency Response 8 7 7 Response to Requests 8 6 6 Office and Communications 7 7 7 Invoicing 6 6 6 Schedule and Reports 7 7 7 Meeting Preparation and Attendance 6 6 6 Administrative Support 7 7 7 Supervision of Operations 8 8 8 Rating Totals 100 96 96 Deduction Percent 0 Deduction Percent 4% 0.00 Adjusted Payment Formula Monthly Payment $2,000.00 Deduction Amount $80.00 Adjusted Monthly Payment $1,920.00 227 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 48 APPENDIX B ROUTINE OPERATIONS SCHEDULE Project: Approval CONTRACT ADMINISTRATOR Revised Date: HOURS MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY 7:00 7:30 8:00 8:30 9:00 9:30 10:00 10:30 11:00 11:30 12:00 12:30 1:00 1:30 2:00 2:30 3:00 3:30 4:00 4:30 5:00 228 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 49 ANNUAL CALENDAR Project: Approval: CONTRACT ADMINISTRATOR DATE Revised Date: TASK JANUARY FEBRUARY MARCH APRIL 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 IRRIGATION Testing TURF Mowing Edging Trimming Pruning Weed Control Clipping Removal String Trim Fertilize Aerate/Thatch Pest Control Visual Inspection PLANTERS/GROUND COVER Edging Trimming Cultivate Weed Control Fertilize Pest Control 229 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 50 ANNUAL CALENDAR Project: Approval: CONTRACT ADMINISTRATOR DATE Revised Date: TASK JANUARY FEBRUARY MARCH APRIL 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 SHRUB Weed Control Trimming Pruning Fertilize Pest Control TREE Trim Fertilize Re-stake/Check Pest Control HARDSCAPE TRASH / LITTER REMOVAL 230 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 51 ANNUAL CALENDAR Project: Approval CONTRACT ADMINISTRATOR DATE Revised Date: TASK MAY JUNE JULY AUGUST 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 IRRIGATION Testing TURF Mowing Edging Trimming Pruning Weed Control Clipping Removal String Trim Fertilize Aerate/Thatch Pest Control Visual Inspection PLANTERS/GROUND COVER Edging Trimming Cultivate Weed Control Fertilize Pest Control 231 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 52 ANNUAL CALENDAR Project: Approval CONTRACT ADMINISTRATOR DATE Revised Date: TASK MAY JUNE JULY AUGUST 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 SHRUB Weed Control Trimming Pruning Fertilize Pest Control TREE Trim Fertilize Re-stake/Check Pest Control HARDSCAPE TRASH / LITTER REMOVAL 232 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 53 ANNUAL CALENDAR Project: Approval CONTRACT ADMINISTRATOR DATE Revised Date: TASK SEPTEMBER OCTOBER NOVEMBER DECEMBER 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 IRRIGATION Testing TURF Mowing Edging Trimming Pruning Weed Control Clipping Removal String Trim Fertilize Aerate/Thatch Pest Control Visual Inspection PLANTERS/GROUND COVER Edging Trimming Cultivate Weed Control Fertilize Pest Control 233 Citywide Landscape Maintenance Services - Notice Inviting Bids Attachment 1: Scope of Work and Technical Specifications 54 ANNUAL CALENDAR Project: Approval CONTRACT ADMINISTRATOR DATE Revised Date: TASK SEPTEMBER OCTOBER NOVEMBER DECEMBER 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 SHRUB Weed Control Trimming Pruning Fertilize Pest Control TREE Trim Fertilize Re-stake/Check Pest Control HARDSCAPE TRASH / LITTER REMOVAL 234 Bid SummaryBidder: Dinsmore Landscape Company235 Bid SummaryBidder: Frank & Grossman236 SARATOGA CITY COUNCIL COUNCIL ASSIGNMENTS Mayor Kookie Fitzsimmons Cities Association of Santa Clara County-City Selection Committee Council Finance Committee Hakone Foundation Executive Board Saratoga Area Senior Coordinating Council Board of Directors West Valley Mayors & Managers Association Vice Mayor Yan Zhao Cities Association of Santa Clara County-Legislative Action Committee Saratoga Ministerial Association Silicon Valley Regional Interoperability Authority Alternate Council Member Belal Aftab Association of Bay Area Governments Hakone Foundation Board of Trustees Santa Clara County Housing and Community Development (HCD) Advisory Committee Saratoga Historical Foundation Board of Directors Valley Transportation Authority (VTA) Policy Advisory Committee Council Member Chuck Page Council Finance Committee Santa Clara Valley Water Commission Saratoga Chamber of Commerce Board West Valley Clean Water Program Authority Board of Directors West Valley Sanitation District Board of Directors West Valley Solid Waste Management Authority Board of Directors Council Member Tina Walia Cities Association of Santa Clara County Board of Directors KSAR Community Access TV Board Santa Clara County Library District Board of Directors Saratoga Sister City Committee Liaison Silicon Valley Clean Energy Authority Board of Directors 237