HomeMy WebLinkAbout09 - Amendment to LSA for Medians and Roadsides Contract No. 8651-1)Q �EwPpRT
CITY OF
s NEWPORT BEACH
`q44:09 City Council Staff Report
January 13, 2026
Agenda Item No. 9
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: David A. Webb, Public Works Director - 949-644-3311,
dawebb@newportbeachca.gov
PREPARED BY: Kevin Pekar, Parks & Trees Superintendent - 949-644-3069
kpekar@newportbeachca.gov
TITLE: Amendment to Landscape Services Agreement for Medians and
Roadsides with Brightview Landscape Services, Inc. (Contract No.
8651-1)
ABSTRACT:
The City of Newport Beach (City) utilizes contract services to perform landscape
maintenance of City medians and roadsides. As part of the agreement, Brightview
Landscape Services, Inc. (Brightview) performs an extensive number of on -call services,
such as emergency storm response, irrigation part replacement, plant replacement,
landscape enhancements and City street -tree planting. If approved, the amendment will
allow up to $2 million in additional on -call services throughout the agreement term which
expires November 30, 2027.
RECOMMENDATIONS:
a) Determine this action is exempt from the California Environmental Quality Act (CEQA)
pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because this
action will not result in a physical change to the environment, directly or indirectly; and
b) Approve Amendment No. Two to the Maintenance and Repair Services Agreement with
Brightview Landscape Services, Inc. for Landscape Maintenance of Medians and
Roadsides to increase the on -call portion of the contract by $2 million for a new on -call
not -to -exceed amount of $6,380,068 and a total not -to -exceed amount of $21,249,760
and authorize the Mayor and City Clerk to sign the amendment.
DISCUSSION:
This agreement encompasses landscape maintenance for over 265 acres of medians and
roadside landscape throughout the City. The landscape on medians and roadsides along
major arterials, such as Coast Highway, is constantly in public view, as tens of thousands
of residents, visitors and commuters travel these streets per day. Other examples of the
sites maintained include landscaped slopes in Newport Coast, the landscape and
hardscape areas in the Newport Pier and Balboa Pier parking lots, street end landscaping
along the beach and bay, the landscape areas around the Newport Coast Community
Center and the Oasis Senior Center, the Balboa Village area, and several Utilities
Department sites, including Big Canyon Reservoir. Landscape maintenance activities
Approval of Amendment Two to Maintenance and Repair Services Agreement for
Landscape Maintenance of Medians and Roadsides with Brightview Landscape Services,
Inc. (Contract No. 8651-1)
January 13, 2026
Page 2
include lawn mowing and care, trimming of groundcover and shrubs; irrigation monitoring,
repairs and adjustments; small tree maintenance; refuse policing; weed control; and other
related duties.
The current seven-year agreement with Brightview was entered into on December 1, 2020,
at a total not -to -exceed (NTE) amount of $16,350,000. The on -call portion of the contract
was initially set at an NTE of $2,100,068, or approximately $300,000 per year. Typical on -
call services include emergency storm response, traffic accident repairs, irrigation part
replacements, unforeseen plant replacements, seasonal color change -outs, landscape
enhancements, City street -tree plantings, clean-ups, and repairs and plantings due to
vandalism. Brightview's on -call services have been utilized throughout the years of the
agreement more than anticipated. For example, unprecedented rainfall over several years
created rapid weed growth over non -contract streets and sidewalks necessitating extra on -
call weed abatement services. Replacement of plant materials and the cost of irrigation
parts for repairs have increased due to inflation and supply chain issues. Brightview has
also assisted immensely with the City's street tree planting initiative. Staff has relied on the
contractor to install up to 20 trees a month, which at times includes restoring parkway
irrigation and landscaping.
Several landscape projects on the horizon will require Brightview's assistance (e.g.
irrigation and landscape enhancements along East Coast Highway, from Seaward to
Evening Canyon). These improvement and rehabilitation needs are expected to stay
consistent throughout the remainder of the contract term.
The table below shows some of the typical on -call expenditures Brightview has made to
date and the approximate annual cost associated with each. The table is not inclusive of
all types of on -call work performed.
Typical Expenditures
Average
Annual Cost
Irrigation Repair Parts
$200,000
Traffic Accident Repairs
$50,000
Plant Replacements, Seasonal Color, Debris & Weed Abatement
$270,000
Tree Replacements (Street Trees)
$130,000
Landscape Enhancements (smaller non-CIP type work)
$190,000
To maintain high quality and attractive median and roadside areas, staff requests an
increase to the on -call portion of the agreement by $2 million for a new
on -call NTE amount of $6,380,068 and total overall NTE of $21,249,760 for the seven-year
term of the contract.
Approval of Amendment Two to Maintenance and Repair Services Agreement for
Landscape Maintenance of Medians and Roadsides with Brightview Landscape Services,
Inc. (Contract No. 8651-1)
January 13, 2026
Page 3
FISCAL IMPACT:
The adopted budget includes sufficient funding for the remaining fiscal year. It will be
expensed to the following Public Works Department accounts.
Account Name
Contract Services -Parks
Public Landscape Enhancements
Contract Services - Trees
Maintenance and Repair Damage
Maintenance Irrigation Repair
Org Number Account Number
0108031
811017
0108031
911008
0108032
811017
0108031
851014
0108031
851038
Additional funding for future years will be programmed during the annual budget process.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this action is not subject to the California
Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not
result in a direct or reasonably foreseeable indirect physical change in the environment)
and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA
Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential
for resulting in physical change to the environment, directly or indirectly.
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of the
meeting at which the City Council considers the item).
ATTACHMENT:
Attachment A — Amendment No. Two to the Maintenance and Repair Services Agreement
Attachment A
AMENDMENT NO. TWO TO
MAINTENANCEIREPAIR SERVICES AGREEMENT
WITH BRIGHTVIEW LANDSCAPE SERVICES, INC. FOR
LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES
THIS AMENDMENT NO. TWO TO MAINTENANCE/REPAIR SERVICES
AGREEMENT ("Amendment No. Two") is made and entered into as of this 13th day of
January, 2026 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and BRIGHTVIEW LANDSCAPE
SERVICES, INC., a California corporation ("Contractor'), whose address is California
corporation, and is made with reference to the following:
RECITALS
A. On December 1, 2020, City and Contractor entered into a Maintenance/Repair
Services Agreement (Contract No. C-8651-1) ("Agreement") to perform annual
landscape maintenance services of City medians and roadsides ("Project").
B. On June 27, 2023, City and Contractor entered into Amendment No. One to the
Agreement ("Amendment No. One") to increase the total compensation available
for fixed services to reflect the addition of an Enhanced Landscape Maintenance
Lead Worker including corresponding fuel sub -charges for a pick-up truck and
work equipment, and to increase the total compensation available for on -call
services due to an increase in work volume that was not anticipated at the time the
parties entered into the Agreement.
C. The parties desire to enter into this Amendment No. Two to increase the total
compensation available for on -call services to satisfy payment for services to be
performed, update the Contractor's project manager, update the Notices section,
and update the insurance requirements.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. COMPENSATION TO CONTRACTOR
Section 4.1.2 of the Agreement is amended in its entirety and replaced with the
following:
"4.1.2 Contractor's compensation for all On -Call Services performed in
accordance with this Agreement, including all reimbursable items, shall not exceed Six
Million Three Hundred Eighty Thousand Sixty Eight Dollars and 001100
($6,380,O68.00), without prior written amendment to the Agreement."
Section 4.1.3 of the Agreement is amended in its entirety and replaced with the
following:
"4.1.3 Contractor's compensation for all Services performed in accordance with
this Agreement, including all fixed and on -call Services and all reimbursable items, shall
not exceed a grand total amount of Twenty One Million Two Hundred Forty Nine
Thousand Seven Hundred Sixty Dollars and 00/100 ($21,249,760.00), without prior
written amendment to the Agreement."
The total amended compensation reflects Contractor's compensation for Services
to be performed in accordance with this Amendment No. Two, including all reimbursable
items and subconsultant fees, in an amount not to exceed Two Million Dollars and
001100 ($2,000,000.00).
2. PROJECT MANAGER
Section 5.1 of the Agreement is amended in its entirety and replaced with the
following:
"5.1 Contractor shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated Adrian Bolanos to be its
Project Manager. Contractor shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel."
3. NOTICES
Section 26.3 of the Agreement is amended in its entirety and replaced with the
following:
"26.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attn: Adrian Bolanos
BrightView Landscape Services, Inc.
1960 South Yale Street
Santa Ana, CA 92704"
4. INSURANCE
As of this Effective Date of this Amendment No. Two, Exhibit H of the Agreement
shall be deleted in its entirety and replaced with Exhibit H, attached hereto and
incorporated herein by reference. Any reference to Exhibit H in the Agreement shall
hereafter refer to Exhibit H attached hereto.
BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 2
5. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 3
IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORN Y'S OFFICE
Date:
By:
eyAttorney
. Harp 12. fib. 2r rLj
ATTEST:
Date:
By:
Lena Shumway
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Lauren Kleiman
Mayor
CONTRACTOR: BRIGHTVIEW
LANDSCAPE SERVICES, INC., a
California corporation
Date:
Bv:
Rene Rivera
Vice President and General Manager
[END OF SIGNATURES]
Attachments: Exhibit H — Insurance Requirements
BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 4
EXHIBIT H
INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES
1. Provision of Insurance. Without limiting Contractor's indemnification of City,
and prior to commencement of Work, Contractor shall obtain, provide and
maintain at its own expense during the term of this Agreement, policies of
insurance of the type and amounts described below and in a form satisfactory
to City. Contractor agrees to provide insurance in accordance with
requirements set forth here. If Contractor uses existing coverage to comply
and that coverage does not meet these requirements, Contractor agrees to
amend, supplement or endorse the existing coverage.
2. _Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury
by disease in accordance with the laws of the State of California, Section
3700 of the Labor Code.
Contractor shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers, employees, and
any person or entity owning or otherwise in legal control of the property
upon which Contractor performs the Project and/or Services
contemplated by this Agreement.
B. General Liability Insurance. Contractor shall maintain commercial
general liability insurance and, if necessary, umbrella liability insurance,
with coverage at least as broad as provided by Insurance Services Office
form CG 00 01, in an amount not less than two million dollars
($2,000,000) per occurrence, four million dollars ($4,000,000) general
aggregate. The policy shall cover liability arising from premises,
operations, products -completed operations, personal and advertising
injury, and liability assumed under an insured contract (including the tort
liability of another assumed in a business contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
BRIGHTVIEW LANDSCAPE SERVICES, INC. Page H-1
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or
rented vehicles, in an amount not less than one million dollars
($1,000,000) combined single limit each accident.
D. Umbrella or Excess Liability Insurance. Contractor shall obtain and
maintain an umbrella or excess liability insurance policy with limits of not
less than one million dollars ($1,000,000) that will provide bodily injury,
personal injury and property damage liability coverage at least as broad
as the primary coverages set forth above. Such policy or policies shall
include the following terms and conditions:
• A drop down feature requiring the policy to respond in the event that
any primary insurance limits are exhausted by paid claims;
• Pay on behalf of wording as opposed to reimbursement;
• Concurrency of effective dates with primary policies;
• Policies shall "follow form" to the underlying primary policies; and
• Insureds under primary policies shall also be insureds under the
umbrella or excess policies.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation
against City, its City Council, boards and commissions, officers, agents,
volunteers, employees, and any person or entity owning or otherwise in
legal control of the property upon which Contractor performs the Project
and/or Services contemplated by this Agreement or shall specifically
allow Contractor or others providing insurance evidence in compliance
with these requirements to waive their right of recovery prior to a loss.
Contractor hereby waives its own right of recovery against City, and shall
require similar written express waivers from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability,
and automobile liability, if required, shall provide or be endorsed to
provide that City, its City Council, boards and commissions, officers,
agents, volunteers, employees, and any person or entity owning or
otherwise in legal control of the property upon which Contractor
performs the Project and/or Services contemplated by this Agreement
shall be included as insureds under such policies.
BRIGHTVIEW LANDSCAPE SERVICES, INC. Page H-2
C. Primary and Non Contributory. All liability coverage shall apply on a
primary basis and shall not require contribution from any insurance or
self-insurance maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which
ten (10) calendar days notice is required) or nonrenewal of coverage for
each required coverage.
5. Additional_ Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along
with a waiver of subrogation endorsement for workers' compensation
and other endorsements as specified herein for each coverage.
Insurance certificates and endorsement must be approved by City's Risk
Manager prior to commencement of performance. Current certification
of insurance shall be kept on file with City at all times during the term of
this Agreement. The certificates and endorsements for each insurance
policy shall be signed by a person authorized by that insurer to bind
coverage on its behalf. At least fifteen (15) days prior to the expiration
of any such policy, evidence of insurance showing that such insurance
coverage has been renewed or extended shall be filed with the City. If
such coverage is cancelled or reduced, Contractor shall, within ten (10)
days after receipt of written notice of such cancellation or reduction of
coverage, file with the City evidence of insurance showing that the
required insurance has been reinstated or has been provided through
another insurance company or companies. City reserves the right to
require complete, certified copies of all required insurance policies, at
any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Contractor sixty (60) calendar days
advance written notice of such change. If such change results in
substantial additional cost to Contractor, City and Contractor may
renegotiate Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Contractor shall require and verify that
all subcontractors maintain insurance meeting all the requirements
stated herein, and Contractor shall ensure that City is an additional
insured on insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
BRIGHTVIEW LANDSCAPE SERVICES, INC. Page H-3
D. Enforcement of Agreement Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no
additional obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features
or limits contained in this Section are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Contractor maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits
maintained by the Contractor. Any available insurance proceeds in
excess of the specified minimum limits of insurance and coverage shall
be available to the City.
F. Self -insured Retentions. Any self -insured retentions must be declared
to and approved by City. City reserves the right to require that self -
insured retentions be eliminated, lowered, or replaced by a deductible.
Self-insurance will not be considered to comply with these requirements
unless approved by City.
G. City Remedies for Non -Compliance. If Contractor or any subcontractor
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Agreement, or to suspend Contractor's right to proceed
until proper evidence of insurance is provided. Any amounts paid by
City shall, at City's sole option, be deducted from amounts payable to
Contractor or reimbursed by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractor's performance under this Agreement, and that involve or may
involve coverage under any of the required liability policies. City
assumes no obligation or liability by such notice, but has the right (but
not the duty) to monitor the handling of any such claim or claims if they
are likely to involve City.
Contractor's Insurance. Contractor shall also procure and maintain, at
its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and
prosecution of the Work.
BRIGHTVIEW LANDSCAPE SERVICES, INC. Page H-4