HomeMy WebLinkAbout2015-11-24 - AGENDA REPORTS - LMD ZONES T-46 T-47 (2)7�l
Agenda Item: 8
CITY OF SANTA CLARITA
Q) AGENDA REPORT
CONSENT CALENDAR
i,
CITY MANAGER APPROVAL: fAI
DATE: November 24, 2015
SUBJECT: LANDSCAPE MAINTENANCE CONTRACT EXTENSION LMD
ZONES T-46 AND T-47
DEPARTMENT: Administrative Services
PRESENTER: Darin Seegmiller
RECOMMENDED ACTION
City Council:
1. Approve a seven-month extension under contract 10-00445-C to Stay Green, Inc. for services
encompassing Landscape Maintenance District (LMD) Zone T-46 (Northbridge) and T-47
(Northpark) in the amount of $226,912; and authorize a contingency amount of $45,428 for a
total amount not to exceed $272,340.
2. Authorize the City Manager or designee to execute all contracts and associated documents,
and execute all documents subject to City Attorney approval.
BACKGROUND
The City of Santa Clarita (City) administers 56 financially independent zones within the
Landscape Maintenance District (LMD). In total, the LMD maintains approximately 1,200
landscaped acres, including parkways, over 20 miles of paseos, 46 miles of landscaped medians,
30 bridges and tunnels, and approximately 60,000 trees. The LMD operation is also responsible
for the landscape maintenance of ten City parks. Landscape maintenance services for the City's
LMD operations are provided through contracts with private companies.
In 2010, the landscape maintenance services contract for LMD Zones T46 (Northbridge) and
T47 (Northpark) was competitively bid and awarded to Stay Green, Ina (SGI). The term of the
contract was for an initial base of two years, with the ability to execute three (3) incremental
one-year renewal options through December 31, 2015. During the five-year contract period, SGI
performed in a manner which met the City's maintenance standards, resulting in the execution of
all three renewal options.
Page 1
PacketPg. 40
In September 2015, the City circulated updated bid specifications for the purpose of soliciting
new proposals to manage landscape maintenance services in LMD Zones T46 and T47. The
updated bid specifications incorporated options for a dedicated four- and five -person
maintenance crew, as well as language that provides staff with the ability to impose payment
reductions upon the contractor when maintenance schedules are not met or poor performance is
documented. Additionally, contractors were required to use commercial -grade, battery-operated
leaf blowers in lieu of gas -powered equipment.
On October 22, 2015, the City received a total of three bid responses, including a proposal from
SGL A fiscal analysis of the bids showed all three proposals exceeded the engineer's estimate
and the operational budget previously approved by the City Council during the Fiscal Year
2015-16 Annual Budget process. Therefore, staff decided to reject all three bids.
Instead, staff recommends extending the contract terms with SGI through July 31, 2016, which is
seven months beyond the contract's end date, to allow staff enough time to develop modified bid
specifications for the two LMD Zones. Updated bid specifications will incorporate maintenance
requirements that meet the City's high -service expectations and ensure operational costs are
managed in a manner that aligns with the City's long-term financial forecasts.
ALTERNATIVE ACTION
1. Do not renew contract with Stay Green, Inc.
2. Other action as determined by the City Council.
FISCAL IMPACT
There is no fiscal impact to the General Fund. Funding to support this contract has been
previously approved and appropriated by the City Council during the Fiscal Year 2015-16
Annual Budget process within the accounts listed below.
Zone T-46 12520-5161.010 and 12520-5141.001
Zone T-47 12521-5161.010 and 12521-5141.001
ATTACHMENTS
Original Bid Response SGI Exhibit B 1346 (Available in the City Clerk's Reading Reading File)
Contract Amendment 10-00445-C SGI T46 T47 1346 (Available in the City Clerk's Reading
File)
Page 2
Packet Pg. 41
EXHIBIT B
CITY OF SANTA CLARITA
(CORRECTED) INVITATION TO BID
L BID # LMD-10-11-04
BID OPENING: September 22, 2010
The City of Santa Clarita invites sealed bids for:
1® xctlfs
Annual Contract for Landscape Maintenance District Zones T-46 Northbridge
and T47 Northpark
Terms of payment: 1 630 Subtotal US$ N/A
TOTAL#1:US$a2/3J)2,00 TOTAL#2:US$ ��`i$�a•OO
1. Return original of Bid to: City of Santa Clarita
Purchasing Agent
23920 Valencia Blvd., Suite 245
Santa Clarita, CA 91355-2196
2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer.
5. Bids must be on this Bid form and signed by the veridor's authorized representative.
S. The last day for questions will be 5:00 PM, September 15, 2010.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
7. A site visit will be held on Wednesday, September 1, 2010 at 10:00 AM. Vendors
will meet at City Hall, 23920 Valencia Blvd., Council Chambers, Santa Clarita, CA.
This will be the one and only site visit scheduled for this project. All interested
vendors are strongly encouraged to attend.
8. The successful bidder shall possess a State Contractor's License, C-27.
To help the City in source recruitment please let us know how you learned of this solicitation. Check one.
Advertisement _ Direct mail Electronic medium (Website etc.) _ Bidding
Service
Word of mouth _ Other (list)
BIDDER TO READ
I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned
agrees to furnish the commodity or service stipulated on this bid as stated above.
Company2-A�4� �,n �� C Address:
Name (Print):CI6�i,�on��C �1 Signature �j'1y�
Company Phone No.:�q 2f j LU�1 Title of Person Signing Bid �r) �" �/ Cel'
FOR PUBLICATION TWO TIMES Sunday, August 22, 2010
Thursday, August 26, 2010
NOTICE INVITING BIDS ,
e I Os must be received before 11:00 AM on Wednesday, September 22, 2010, by the Purchasing
Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355-
2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 304 for the
purchase of:
LMD-10-11-04 O�
Annual Contract for Landscape Maintenance District 2- �
T-46 Northbridge and T-47 Northpark
Specifications for this bid may be downloaded from the City's Purchasing website at www.santa-
clarita.com/purchasing. Specifications may also be picked up at the City of Santa Clarita, Purchasing
Division, 23920 Valencia Boulevard,Suite 245, Santa Clarita, California, 91355-2196. Specifications may
also be sent by mail or Federal Express by phoning Dee Monkhouse, (661) 286-4183. Please have your
Federal Express account number available. Please refer to specifications for complete details and bid
requirements. A site visit will be held on Wednesday, September 1, 2010 at 10:00 AM. Vendors will meet
at City Hall, 23920 Valencia Blvd., Council Chambers, Santa Clarita, CA. This will be the one and only site
visit scheduled for this project. All interested vendors are strongly encouraged to attend.
In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall
possess a State Contractor's License, C-27 at the time that a contract for this work is awarded. Failure to
possess the specified license shall render the bid as non-responsive and shall act as a bar to award the
contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of
the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to
ensure performance under the contract.
This contract is subject to the State prevailing wage requirements of the California Labor Code including
Sections 1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general
prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the
Director of the California Department of Industrial Relations. These wages are set forth in the General
Prevailing Wage Rates for this project, available from the California Department of Industrial Relations'
Internet web site at httr)://www.dir.ca.gov/dlsr/pwd. Future effective general prevailing wage rates which have
been predetermined and are on file with the California Department of Industrial Relations are referenced but
not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be
posted at the job site.
Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance
Program, approved by the DIR for projects with a Bid Advertise Date of November 20, 2003 or later, and which
will become part of the conformed documents. All pertinent California statutes and regulations, including, but
not limited to those referred to in the City's Labor Compliance Program, are incorporated herein by reference
as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of
all California statutes and regulations and adhering to the latest editions of such.
Contractor shall submit certified copy of all Certified Payroll Records (CPRS) with the progress payment on
at least monthly basis to the City. The specifications in this notice shall be considered a part of any
contract made pursuant thereto.
Purchasing
(661)286-4183
A. BID INSTRUCTIONS
1. Submitting Proposals. (a) The bid must be submitted on this form, in its entirety, (attachments
accepted), original and one copy in a sealed envelope with the wording "Bid", bid number and
closing date marked on the outside. (b) All documentation of unit pricing or other cost breakdowns as
outlined in this bid must be submitted to support the total bid price. (c) Proposals/corrections received
after the closing time will not be opened. The City will not be responsible for bids not properly marked
and delivered. Upon award, all submissions become a matter of public record.
2. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be
crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with
Resolution 93-9, all bids and attachments must be submitted on recycled paper.
3. Currency. All references to dollar amounts in this solicitation and in vendor's response referto United
States currency. Payments will be made in Unite States Currency.
4. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City
has the option of accepting or rejecting any alternative bid.
5. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited
nature of our resources and the leadership role government agencies have, supports the
Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in
technology and industries occurring rapidly it is frequently difficult to be aware of the latest
innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which
result in less energy usage, least impact on natural resources and greatest reuse of post-industrial
and post -consumer material. Bidders are strongly encouraged to offer products meeting these criteria
and point out those specific aspects or features in their bid.
6. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no
response to this bid.
7. Resection. The City may reject any or all bids and to waive any informality in any bid. The City may
reject the bid of any bidder who has previously failed to perform properly, or complete on time,
contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a
contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of
taxes, licenses or other monies due to the City of Santa Clarita.
8. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is
the bidders responsibility to contact the project manager, for public projects, or Purchasing prior to
submission of the bid to make certain the package is complete and all required addenda are included.
This information will also be available from the City's website if the bid was downloaded. Bidders are
cautioned against relying on verbal information in the preparation of bid responses. All official
information and guidance will be provided as part of this solicitation or written addenda.
9. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita
Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works,
professional services or is federally funded. Qualifications of responsibility will be in accordance with
the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire.the goods and/or services
resulting from this solicitation. The City may make an award based on partial items unless the bid
submitted is marked "All or none." Where detailed specifications and/or standards are provided the
City considers them to be material and may accept or reject deviations.
10. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid
with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to
this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is
Bid # LMD-10-11-04 2
BID INSTRUCTIONS (continued)
not an agent of, partner to or representative of these outside agencies and is not obligated or liable for
any action or debts that may arise out of such independently negotiated "piggy -back" procurements.
11.--- -- Amendments. Any and all changes to this contract must be made in writing and agreed to by the City.
Performance by the contractor will be considered agreement with the terms of this contract.
12. Taxes, Charqes and Extras. (a) Bidder must show as a separate item California State Sales and/or
Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers,
packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the
City in all matters of local taxation.
13. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay period
after receipt and acceptance of goods and/or services and upon using department confirmation of
such acceptance.
14. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received
hereunder, is binding upon the City unless the City gave written consent before such assignment.
15. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used, the
work to be performed by them, and total number of hours or percentage of time they will spend on the
project.
16. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the purposes
of this paragraph, public works includes maintenance.
17. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and
Nationality Act (INA) which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally
work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the
U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which
includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish
appropriate procedures and controls so no services or products underthe Contract Documents will be
performed or manufactured by any worker who is not legally eligible to perform such services or
employment.
18. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any
claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising
out of any agreement entered into between the parties. Should the City be named in any suit, or
should any claim be brought against it by suit or otherwise, whether the same be groundless or not,
arising out of this Agreement, or its performance, the bidder must defend the City (at the City's
request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered
against it or any sums paid out in settlement or otherwise.
19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the
amount of at least 10% of the total value of the bid to guarantee that bidders will enter into contract to
furnish goods at prices stated. The bonding company must be listed on Treasury Circular 570 and
licensed to operate in the state of California. Likewise, a Performance Bond and/or Material and
Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit,
certified or cashier's check or money order may be substituted in lieu of either bond).
20. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be
provided by using an ACORD certificate of insurance and shall be provided prior to contract signing.
Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita" as an
additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL
Bid # LMD -10-I I-04 3
BID INSTRUCTIONS (continued)
or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and
Workers Compensation (statutory requirement). For professional services, Professional Liability with
a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction
except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be
set forth in any contract awarded to a bidder.
21. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be
so designated. Bidder is responsible for inspecting and understanding the total scope of the projects
(i.e., specifications, quality, and quantity of work to be performed.)
22. Specifications. Materials differing from stated specifications may be considered, provided such
differences are clearly noted and described, and provided further that such articles are considered by
a City official to be in all essential respects in compliance with the specifications.
23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing
any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this
means is being used simply to indicate a quality and utility of the article desired; but the goods on
which bids are submitted must in all cases be equal in quality and utility to those referred to. This
exception applies solely to the material items in question and does not supercede any other
specifications or requirements cited. Documentation of equivalency must be submitted with the bid.
At a minimum the documentation must demonstrate equivalency in form, fit, function, quality,
performance and all other stated requirements. The City is final determiner of equivalency.
Exception is made on those items wherein identical supply has been determined a necessity and the
notation NO SUBSTITUTE has been used in the specification section.
24. Price Reductions. If at anytime during the life of this contract, the successful bidder reduces his price
or prices to others purchasing approximately the same quantities as contemplated by this contract, the
contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the
Purchasing Agent, City of Santa Clarita.
25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of
this contract. The City does not pay "surcharges" of any type unless identified in the response to this
bid. All costs will be included in the pricing provided to the City.
26. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated
for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are
subject to City's legislative appropriation for this purpose. In the event the governing body
appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments.
Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2)
reduced in accordance with available funding as deemed necessary by the City. The City shall notify
the Contractor in writing of any such non -allocation of funds at the earliest possible date.
27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from
this bid, the vendor agrees that the City may procure the articles or services from other sources and
may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may
invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the
prevailing market price at the time such purchase is made.
28. Termination. The City may terminate any service or contract with or without cause either verbally or in
writing at any time without penalty.
29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of
1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and
certifies that all items furnished under this bid will conform and comply with the indemnity and hold
Bid # LMD-10-11-04
harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with
the Act and the standards issued thereunder and for the failure of the items furnished under this order
to so comply.
30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to
- --- ro Beed under'"thisi a" reemeht if-itis found-that' gratuities iri th'e fdrrn of"entertainment;- -gifts or
p 9....._- g 9
otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to
any officer or employee of the City with a view toward securing an agreement or securing favorable
treatment with respect to the award or amending, or the making of any determinations with respect to
the performance of such agreement; provided, that the existence of the facts upon which the City
makes findings shall be in issue and may be reviewed in any competent court. In the event of such
termination, the City shall be entitled to pursue the same remedies against the Contractor as the City
could pursue in the event of default by the Contractor.
31. Delivery. Contract delivery must begin not later than fifteen (15) calendar days from receipt of order.
Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, and site of user
division.
32. invoices. Invoices will be forwarded to:
City of Santa Clarita
Accounts Payable
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms
of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
33. Bid Questions. Questions should be forwarded by e-mail to ikillian(@.santa-cladta.com . They may
also be faxed on letterhead to (661) 286-4186or sent on letterhead to:
City of Santa Clarita
Purchasing
23920 Valencia Blvd.
Santa Clarita, CA 91355-2196
The last day for questions will be 5:00 PM, September 15, 2010.
34. Renewal. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, for the
same time period since the last contracted price and the increase is requested at least 90 days prior
to the expiration of the contract. If not renewed prior to the anniversary date, the contract may
continue on a month to month basis until renewed or awarded to a new contractor.
B.
TERMS AND CONDITIONS
The solicitation, bidder's response and the Purchase Order constitute the entire agreement between the
vendor and the City of Santa Clarita (City) covering the ,goods (including services) described herein (the
.'goods"). Time is of the essence.
Shipment and Insoection. The terns and routing of shipment shall be as provided on the Purchase
Order or as otherwise directed by the City. City may revise shipping instructions' as to any goods not
then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business
or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's
having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall
not be deemed to have accepted any defective goods or goods which do not conform to the
specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such
defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet
Bid # LMD-10-11-04
specifications, will be for the account of the vendor.
2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the
goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this
Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if
the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City
harmless from and against any and all claims asserted against City on account of any personal
injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the
completion of unloading at City's receiving yard.
3, Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City title
to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of
any kind, nature or description, the goods shall be free from defects in material and/or workmanship;
unless otherwise specified on the Purchase Order, the goods shall be new and not used or
reconditioned; the goods and their packaging shall conform to the description thereof and/or
specifications therefore contained in this Contract. In placing this Contract, City is relying on vendor's
skill and judgment in selecting and providing the proper goods for City's particular use. The goods
shall be in all respects suitable for the particular purpose for which they are purchased and the goods
shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against
any and all damages, losses, demands, costs and expenses arising from claims by third parties for
property damage, personal injury or other losses or damages arising from vendor's breach of its
obligations hereunder.
4. Remedies. In the event of vendors breach of this Contract, City may take any or all of the following
actions, without prejudice to any other rights or remedies available to City by law: (a) require vendor to
repair or replace such goods, and upon vendor's failure or refusal to do so, repair or replace the same
at vendor's expense: (b) reject any shipment or delivery containing defective or nonconforming goods
and return for credit or replacement at vendor's option; said return to be made at vendor's cost and
risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as
vendor's repudiation of this Contract. In the event of City's breach hereunder, vendor's exclusive
remedy shall be vendor's recovery of the goods orthe purchase price payable for goods shipped prior
to such breach.
5. Force Maieure. For the purposes of this Contract, an event of "force majeure" shall mean any or all of
the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or
other acts of God; transportation delays; acts of government or any subdivision or agency thereof;
failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether
or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the
control of the party claiming the occurrence of a force majeure event and which delays, interrupts or
prevents such party from performing its obligations under this Contract. Not withstanding any
provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of
vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an
event of force majeure. The party affected by a force majeure event shall give notice thereof to the
other party within ten days following the occurrence thereof and shall apprise the other parry of the
probable extent to which the affected party will be unable to perform or will be delayed in performing
its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the
force majeure cause and shall give the other party prompt notice when that has been accomplished.
Except as provided herein, if performance of this contract by either party is delayed, interrupted or
prevented by reason of any event of force majeure, both parties shall be excused from performing
hereunder while and to the extent that the force majeure condition exists, after which the parties'
performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's
declaration of a force majeure event which prevents its full and/or timely delivery of goods hereunder,
City may, at its option and without liability (a) require vendor to apportion among its customers the
goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced
deliveries; or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City
Bid 9 LMD-10-11-04
accepts reduced deliveries or cancels the same, City may procure substitute goods from other
sources in which event this contract shall be deemed modified to eliminate vendor's obligation to sell
and City's obligation to purchase such substituted goods. After cessation of a force majeure event
declared by vendor, vendor shall, at City's option but not otherwise, be obligated to deliver goods not
neither party shall be obligated to deliver or purchase goods not so delivered and purchased during
the force majeure period.
6. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of
these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or
copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend
such suit and shall indemnify and save and hold City harmless from and against all claims, damages,
losses, demands, costs and expenses (including attorney's fees) in connection with such suit or
threatened suit.
Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws,
ordinances, rules and regulations applicable to its performance under this Contract, including, without
limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity
Clause prescribed by Executive Order 11246 dated September 24,1965 as amended, and any rules,
regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnify and
save and hold City from and against any and all claims, damages, demands, costs and losses which
the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or
orders. Vendor further warrants that all goods sold hereunder will comply with and conform in every
respect to the standards applicable to the use of such goods underthe Williams -Steiger Occupational
Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any
clause required by any law, ordinance, rule or regulation to be included in a contract of the type
evidenced by this document shall be deemed to be incorporated herein. Where permits and/or
licenses are required for the prescribed material/services and /or any construction authorized herein,
the same must be first obtained from the regulatory agency having jurisdiction there over.
8. Reports, Artwork. Designs etc.:
(a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints
furnished by City, vendor shall return same to City upon completion or cancellation of this Contract.
Such designs and the like shall not be used by vendor in the production of materials for any third party
without City's written consent. Such designs and the like involve valuable property rights of City and
shall be held confidential by vendor.
(b) If the Contract results in the creation of artwork, designs or written products, including but not
limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures,
analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor
expressly transfers all ownership and intellectual property rights including copyrights to the City by
signing the contract. Such works and the like shall not be used by vendor in the conduct of any
business with any third party without the City's written consent.
(c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and
facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other
properties furnished by City or specifically paid for by City shall be City's property. Any such property
shall be used only in filling orders from City and may on demand be removed by City without charge.
Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to
the same while in vendor's custody. Vendor shall at its cost store and maintain all such property in
good condition and repair. City makes no warranties of any nature with respect to any property it may
furnish to vendor hereunder.
9. Governing Law. The Purchase Order and this Contract between the parties evidenced hereby shall
be deemed to be made in the State of California and shall in all respects be construed and governed
by the laws of that state.
Bid # LMD-10-11-04
10. Miscellaneous.
(a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of any
other such term, condition or provision, nor shall such waiver be deemed a waiver of a subsequent
breach of the same term, condition or provision.
(b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made by
City on this Contract or any other forms delivered to vendor shall be subject to correction.
(c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers and
unit prices shall hold over extended prices.
(d) City may, upon notice of vendor and without liability to City, cancel this Contract and any
outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder,
at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take possession of all or
substantially all of vendor's assets, (B) vendor makes a general assignment for the benefit of
creditors, or (C) any action or proceeding is commenced by or against vendor under any insolvency or
bankruptcy act, or under any other statute or regulation having as its purpose the protection of
creditors, or (D) vendor becomes insolvent or commits an act of bankruptcy. If an event described in
(2) of this section occurs. City may at City's sole election pay vendor its actual out-of-pocket costs to
date of cancellation, as approved by City, in which event the goods shall be the property of City and
vendor shall safely hold the same subject to receipt of City's shipping instructions.
11. Delivery Orders. This is a service/maintenance. purchase order. The Vendor will only accept orders
placed by a member of the Special Districts Division. The Vendor will notify the City on receipt of this
contract of any special procedures required by the Vendor to initiate orders against this contract.
These procedures may include but are not limited to, the Vendors point of contact or a specific office
at the Vendor's place of business.
12. Response Time. For equipment maintenance contracts the repairman will be onsite within four
working hours of notification.
For service contracts discrepancies will be corrected within four working hours of notification.
Normal working hours are M -F from 7:00 A.M. to 4:30 P.M.
Bid S LMD-10-I1-04
C. SPECIFICATIONS
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONES
T-46 NORTHBRIDGE AND T-47 NORTHPARK
TABLE OF CONTENTS
Section........................................................ .......... ......................... Page
NoticeInviting Bids.................................................................................
Invitation to Bid.....................................................................................1
BidInstructions.....................................................................................2
Termsand Conditions............................................................................5
Table of Contents..................................................................................9
Administrative Specifications...................................................................11
Bid Security Bond Zone T-46...................................................................33
Proposal Guarantee Bid Bond Zone T-46 ...................................................34
Non Collusion Affidavit Zone T-46.............................................................35
Faithful Performance Bond Zone T -46 ........................................................36
Material Labor (Payment) Bond Zone T-46 ..................................................37
Bid Security Bond Zone T-47...................................................................38
Proposal Guarantee Bid Bond Zone T-47 ...................................................39
Non Collusion Affidavit Zone T-47.............................................................40
Faithful Performance Bond Zone T47 ........................................................41
Material Labor (Payment) Bond Zone T-47 ..................................................42
SampleContract...................................................................................43
PricingSheet Zone T-46...........................................................................50
PricingSheet Zone T-47...........................................................................53
Exhibit A Violation Records......................................................................56
Exhibit B Staff and Equipment..................................................................57
Exhibit C Designation of Subcontractors......................................................58
Exhibit D References...................:..........................................................60
Exhibit E Equipment Requirements...........................................................62
Bid # LMD-10-11-04 - 9
Exhibit F and F-1 T-46 Inventory Lists and Area Map.....................................63
Exhibit G and G-1 T-47 Inventory Lists and Area Map....................................65
Exhibits H and H 1-H 5 Maintenance Program Guide.....................................66-72
Exhibit I Holiday Schedule........................................................................73
APPENDIX A Labor Compliance Program ..........................................
Bid # LMD-10-11-04 10
C. ADMINISTRATIVE SPECIFICATIONS
Introduction
qualified landscape companies for landscape maintenance to the City's LMD ZONES: T-46
NORTHBRIDGE and T-47 NORTHPARK .
For Zone T-46:
The City requires the landscape contractor to include all labor and equipment for an all inclusive
contract for maintenance of 149 acres with a minimum of one irrigation specialist and one irrigation
assistant / laborer with 32 hours each per week. The irrigation specialist shall be CLIA trained
through the irrigation association. The City requires one (1) full time working crew foreman, 40 hours
weekly, to be completely dedicated to this contract. The crew foreman shall have the ability to
communicate through wireless devices, Blackberry, laptop or a desktop computer. The LMD requires
a minimum of four landscape laborers for 160 hours of weekly landscape maintenance to be
dedicated to this site project. Total weekly labor hours required is two hundred and sixty four
190L
The Zone T-46 Northbridge landscape maintenance bid shall be all inclusive for labor hours and
equipment, meaning: Contractor shall at his cost provide all the labor and equipment necessary for
the provision of grounds, irrigation and landscape maintenance services. Including and not limited to
irrigation repairs minor and major, annual color replacement, shrub, tree, and groundcover planting,
spreading mulch (approx 500 cubic yards per year), all fuel modification and weed abatement,
fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal,
trash bags removal and replacement, turf aerification turf renovation/verticutting, turf over -seeding,
micro-nutrients/soil amendments. All supplies and parts will be paid by the LMD at the Contractor's
price plus a maximum markup of 15%.
For Zone T-47:
The City requires the landscape contractor to include all labor and equipment for an all inclusive
contract for maintenance of 87 acres with a minimum of one irrigation specialist and one irrigation
assistant / laborer with 18 hours each per week. The irrigation specialist shall be CLIA trained
through the irrigation association. The City requires one (1) full time working crew foreman, 40 hours
weekly, to be completely dedicated to this contract. The crew foreman shall have the ability to
communicate through wireless devices, Blackberry, laptop or a desktop computer. The LMD requires
a minimum of four landscape laborers for 96 hours of weekly landscape maintenance to be dedicated
to this site project. Total weekly labor hours required is one hundred and seventy two (172).
The Zone T-47 Northpark landscape maintenance bid shall be all inclusive for labor hours and
equipment, meaning: Contractor shall at his cost provide all the labor and equipment necessary for
the provision of grounds, irrigation and landscape maintenance services. Including and not limited to
irrigation repairs minor and major, annual color replacement, shrub, tree, and groundcover planting,
spreading mulch (approx 200 cubic yards per year), all fuel modification and weed abatement,
fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal,
trash bags removal and replacement, turf aerification turf renovation/verticutting, turf over -seeding,
micro-nutrients/soil amendments. All supplies and parts will be paid by the LMD at the Contractor's
price plus a maximum markup of 15%.
In keeping with State mandated diversion requirements, the LMD strives to exceed diversion
obligations to keep greenwaste from the landfills. The Contractor shall mulch and use on site 95% of
the greenwaste generated by T-46 Northbridge and T-47 Northpark. Contractor requirements for this
program shall include a Vermeer 1500 chipper or equivalent for use on-site at a minimum of twice per
Bid # LMD-10-11-04 11
week. The contractor shall report the total tons of greenwaste generated and the number of tons
diverted from the landfill annually to the City's Environmental Services Office. The goal will be 95%
diversion from this site.
The Contractor shall have a minimum of five years experience in landscape maintenance for areas
ten acres or larger. The contractor shall have water management and auditing personnel. The
Contractor will be required to communicate work requests back and forth to LIVID through desktop
computer, hand held device, or laptop. The Contractor is required to have outdoor themed
streetscape and walkway cleaning experience. The Contractor is asked to provide copies of awards,
and recognitions received for landscaped maintenance excellence.
Refer to the following specifications for requirements at each location. The General Specification
section includes general and special conditions that shall apply to all jobsite locations. Also included in
this section are the Scope of Work instructions which more clearly define the services, scheduling, or
special circumstances for each location to be serviced.
The work required in this bid requires the payment of prevailing wages. Pursuant to Section 1773 of
the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be
done have been determined by the Director of the California Department of Industrial Relations.
These wages are set forth in the General Prevailing Wage Rates for this project, available from the
California Department of Industrial Relations' Internet web site at hfto,//www.dir.ca.aovldlsr/PWD.
Future effective general prevailing wage rates which have been predetermined and are on file with the
California Department of Industrial Relations are referenced but not printed in the general prevailing
wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site.
Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor
Compliance Program, approved by the DIR for projects, and which will become part of the conformed
documents. All pertinent California statutes and regulations, including, but not limited to those
referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by
reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining
a current edition of all applicable Federal and California statutes and regulations and adhering to the
latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRS)
with the progress payment on at least monthly basis to the City.
12
Bid # LMD-10-11-04
1. GENERAL REQUIREMENTS
1.01 The City of Santa Clarita is soliciting sealed bids from qualified landscape maintenance
companies for the ALL INCLUSIVE LABOR AND EQUIPMENT under the terms of this bid,
to provide for maintenance of landscaped parks, medians, parkways and various other locations
ttiroughouftne City of -Santa Clarita.. These specifications establish -the all inclDsive-standard for
the maintenance of landscaped parks, medians, parkways and various other locations throughout
the City of Santa Clarita
The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e.
Irrigation Specialist, Irrigation Assistant, and Foreman required to perform the landscaping
maintenance as set forth in these specifications all inclusive labor and equipment. In keeping with the
highest standards of quality and performance maintenance of plant material, hardscape (i.e.:
sweeping or blowing down concrete and/or crack weed abatement) and irrigation systems repairs.
Maintenance of plant material shall include, but not be limited to: mowing, weed abatement for fire
clearance/fuel mod (100 feet from structures), trimming, edging, hand pruning, fertilization, and
aeration, application of pre -emergent herbicides, weed control, minor tree lifting, dethatching, plant
replacements, and cleanup of drainage systems. All mulch brought in by the LIVID will be disbursed by
the contractor on site to control weed growth. It is the intent of these specifications to provide plant
material maintenance methods to keep all areas weed free and in a state of good plant health.
• The Engineer's estimate for this work is approximately:
o T-46 ($440,000)
o T-47 ($353,000)
The Landscape Maintenance District (hereinafter defined as the LIVID) covered by this Agreement
shall be maintained at a crisp, clean level of appearance at California Landscape Contractors
Association (CLCA) Industry standards and all work shall be performed in a professional, workmanlike
manner using quality equipment and materials. Said areas shall be maintained to provide the
manpower necessary at the level of services provided for in these specifications at all times.
1.02 City of Santa Clarita Landscape Maintenance District (LIVID) administration staff, consisting of
the Landscape Maintenance Specialist, Project Development Coordinator, Special Districts
Administrator, Technology Services Manager or the Director of Administrative Services or his qualified
representative, shall herein be described as 'Special Districts.'
1.03 Contractor shall under the terms of this agreement provide the labor, materials, and
equipment necessary for the provision of grounds, irrigation and landscape maintenance services.
The premises shall be maintained with nothing but the highest of industry standards at no less than
the frequencies set forth herein.
1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for
landscape, grounds and irrigation maintenance services including, but not limited to:
a. Turf mowing;
b. Edging;
c. 85% hand pruning and 15% mechanical;
d. Over -seeding;
e. Reseeding
f. Fertilization;
g. Aeration;
h. Verticutting;
I. Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a -e;
j. Hand watering;
k. Bleeding of valves necessary during emergencies when automatic systems are not
functioning;
I. Pruning shrubs and trees;
Bid# LMD-10-I1-04 13
m. Trimming and renovation of turf, shrub areas, and ground cover;
n. Disease control;
o. Tree maintenance; structural pruning per ANSI. Best Management Practices;
p. Maintenance of irrigation systems;
q. Mulching (City provided mulch): will be disbursed by the contractor at their
expense;
r. Manual weed abatement;
s. Chemical weed control;
I. Maintenance of fire protection / fuel modification of slope areas;
u. Marking underground irrigation lines and other LIVID equipment upon Dig Alert
notification;
v. Artificial turf maintenance;
w. Traffic control per (Watch manual) while working in the public right of way for medians
and parkways;
x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers
(City provided doggie and trash bags);
y. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the
frequencies requested in 1. Introduction: Paragraph 4.
Specific frequencies, per site, are identified in Exhibits H "Maintenance Program Guide", Irrigation
Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern
contractor's completion of required operations.
The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural
areas; shrubs; trees; and ground cover which may be irrigated by electrically controlled automatic or
manual systems.
1.05 Contractor shall not work or perform any operations, particularly during periods of inclement
weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or
planting areas.
1.06 Contractor recognizes that during the course of this Agreement other activities and operations
may be conducted by other contracted parties. These activities may include, but not be limited to:
a. Landscape refurbishment; shrub, turf, and ground cover installation;
b. Irrigation system refurbishment or repair;
c. Construction and/or storm related operations;
d. Emergency response operations;
e. Electrical repairs;
f. Tree Trimming / Tree planting / Tree counting;
g. Concrete removal and replacement, block wall and brick repairs;
h. Fence installation and repairs, wood, vinyl, and crete rail;
i. Artificial turf installation;
j. Integrated pest management / Chemical applications to trees;
k. Streetscape furniture cleaning and pressure washing of walkways and appurtenances.
Contractor may be required to modify or curtail specific tasks and operations within their maintenance
contract.
1.07 Contractor shall, during the hours and days of maintenance service as identified in Section 9,
respond to all emergencies within two (2) hours of notification. The contractor shall respond within two
hours to any emergency call out that takes place after hours or any time the contractor is not on the
work site. Within those two hours, the contractor has one hour to respond by phone or Nextel to the
Landscape Maintenance District Monitor, Inspector and or Special Districts. If personnel and
equipment are necessary for the emergency, the contractor must have these available within those 2
hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to
Bid # LMD-10-11-04 14
eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public.
See section 11.02 for consequences for failure to comply.
throughout term of this contract. All communication will be professional in manner between all parties.
The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors.
These consultant monitors will be treated the same as other Special District staff. Unsatisfactory
communication and service may be cause for contract termination.
1.10 The contractor will be required to have a minimum of five (5) years experience in the
landscape maintenance field. The contractor will be required to have experience in the maintenance
of landscaped areas for ten (10) acres or larger and median and parkways maintenance in size of two
(2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work
within the bid response. Please see Exhibit D.
1.11 Contractor's employees or representatives shall be thoroughly trained and experienced in
computer based central operating systems of Rain Master, Weather -Trak and Calsense irrigation
control systems and equipment. Should Special Districts choose a different controller, the contractor
shall make available employees or representatives for product training at no cost to City.
1.12 Contractor shall provide cellular and radio communication (Preferably Nextel) to each
crew foreman and have the ability to connect to City Inspectors and Special Districts representatives.
1.13 The contractor, and or subcontractors, must possess the following licenses at time of bid
submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed
as a qualified applicator through the California Department of Pesticide Regulation. The contractor
shall have an Arborist identified by the International Society of Arboriculture (ISA) I or have a contract
with a Certified Arborist on a need basis. The contractor must identify a staff member who is a
certified landscape irrigation auditor (CLIA). The contractor shall have a person certified in (WATCH
MANUAL) traffic control. The bidder will submit copies of the licenses, and certificates or
subcontractor information sheets, indicating licenses held with. bid submission.
1.14 The contractor will be required to obtain and pay for any permits that may be required for the
performance of any tasks under this contract with the exception of oak tree permits.
2. LANDSCAPED AREAS TO BE MAINTAINED
2.01 The LMD areas to be maintained under the provisions of this Agreement are specifically
identified in Exhibit F and G, Map of Area (Inventory Lists and Area Maps).
Bid # LMD-10-11-04 15
3. CERTIFICATIONS/REPORTS/RECORDS
3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing
Wage Certification Report which shall be made available to LMD concurrent with the monthly
invoicing. Contractor shall provide the required information in a form acceptable to Special Districts.
The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the
maintenance. The monthly payment will not be made until such report is received and approved by
Special Districts. Vendor to provide sample of monthly bill with bid response.
3.02 Maintenance Function Report Contractor shall maintain and keep current a report that
records when all Periodic, Seasonal, and Additional Work maintenance functions performed by
Contractor's personnel were completed. Said report shall be in a form and content acceptable to
Special Districts and will be made available to Special Districts upon request. The monthly payment
may not be made if such report is requested and not made available or is in a form that is
unacceptable to Special Districts.
3.03 Certification of Soecialty Tvoe Maintenance When applicable, Contractor shall include with
the monthly invoice those specialty type maintenance items completed. The following information
shall include but not be limited to:
a. Quantity and complete description of all commercial and organic fertilizer(s) used.
b. Quantity and label description of all grass seed used.
c. Quantity and complete description of all soil amendments used.
d. A valid licensed California Pest Control Advisor's recommendations and copies of
corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed
California Pest Control Operator for all chemical, disease and pest control work
performed. The report shall be accompanied by a listing of each material used, quantity
used, and the location of use, the date used, the applicators name and the license
number.
3.04 Company Financial Records The contractor may be required to supply the City with their
financial records through a reputable independent auditor, such as Dunn & Bradstreet.
3.05 Violation Records The awarded contractor shall not have two (2) or more Cal-Osha
sustained complaints or four (4) or more California State Contractor Board sustained complaints within
the past four (4) years. A bid response from the awarded vendor that does not meet these
requirements may be considered a non-responsive bid, and the City of Santa Clarita will proceed to
the next lowest bidder. Please supply this information on Exhibit A, Violation Records.
4. ADDITIONAL WORK
4.01 Special Districts may arrange for additional Contractor personnel to cover additional work
needed due to extraordinary incidents such as vandalism, Acts of Nature or third party negligence for
which Contractor will be compensated. Regularly occurring "bad weather" is not considered an Act of
Nature for the purposes of this contract.
4.02 Prior to performing any extra work, Contractor shall prepare and submit a written description
of the work with an estimate including the hours and skill level of labor and a listbf materials. No work
shall commence without the written authorization from Special Districts. Costs for additional work
Bid # LMD-10-11-04 16
shall be at the labor rates used in establishing the costs of this contract and for material it shall be
Contractor's cost plus no more than 15%. The contractor will maintain and submit copies of invoices
to demonstrate the contractors cost.
------------4:03----When-acondition-exists wherein -there is imminentdanger-of -injury-tothe.publicor damage to -
property, Special Districts may verbally authorize the work to be performed upon receiving a verbal
estimate from Contractor. However, within 24 hours after receiving such verbal authorization,
Contractor shall submit a proposal to be approved by Special Districts.
4.04 All extra work shall commence on the specified date established, and Contractor shall
proceed diligently to complete said work within the time allotted. All invoices submitted by Contractor
for extra work shall include a detailed itemization of labor and/or materials.
4.05 All invoices submitted by the contractor for extra work shall include a detailed itemization of
labor and/or materials and specific zone(s) identified. All invoices for extra work and items must be
submitted biweekly to Special Districts.
5. " CONTRACTOR'S LIABILITIES
5.01 All damages resulting from Contractor's operation within the LIVID areas shall be repaired or
replaced at Contractor's expense within 48 hours.
5.02 All such repairs or replacements shall be completed within the following time limits.
a. Irrigation damage shall be repaired or replaced within one (1) watering cycle.
b. All damages to shrubs, trees, turf, or ground cover shall be repaired or replaced within
five (5) working days or sooner as directed by Special Districts.
c. All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired.
5.03 All repairs or replacements shall be completed 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 of a tree, the
damaged tree shall be removed and replaced at Contractor's expense to comply with the
specific instructions of Special Districts.
b. Shrubs Minor damage may be corrected by appropriate pruning as required in
Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall
be corrected by removal of the damaged shrub and replacement to comply with the
provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications.
c. Chemicals Any damage resulting from chemical operations, either spray -drift or
lateral -leaching shall be corrected in accordance with the aforementioned maintenance
practices. Any soil damaged from chemical application shall be reconditioned or
replaced.
6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS
6.01 Should any misunderstanding arise, Special Districts will interpret this Agreement. If the
Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with the
work in accordance with Special District's interpretation. Within 30 days after receipt of the
interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as
provided hereinafter. The written request shall outline in detail the area of dispute.
6.02 The Disputes Review Panel will be appointed by Special Districts and will be composed of not
less than three (3) Qualified personnel or representatives having experience in the administration of
grounds maintenance contracts. The panel will convene within one (1) week of appointment in order
to hear all matters related to the dispute. The hearing will be informal and formal rules of evidence will
Bid k LMD -10-11-04 17
not apply. The Panel will submit its recommendation to Special Districts for consideration, within one
(1) week following the conclusion of the hearing. Special Districts shall render an interpretation based
upon review of the Panel's recommendation. Special Districts' decision shall be final.
OFFICE OF INQUIRIES AND COMPLAINTS
7.01 Contractor shall at all times, have some responsible person(s) employed by the Contractor to
take the necessary action regarding all inquiries and complaints that may be received from the
Homeowners Associations, property owners, and tenants within said LIVID or from Special Districts
personnel, representatives or patrons using the facility. This person(s) shall be reachable 24 hours
per day. An answering service shall be considered an acceptable substitute to full time coverage,
provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the
answering service. Neither answering machines or voicemail are acceptable. The telephone of said
Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no
case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor.
During normal working hours, Contractor's Foreman or an employee of Contractor, at the supervisory
level, who is responsible for providing maintenance services, shall be available for notification by
telephone or radio communication.
7.02 Whenever immediate action is required to prevent impending injury, death, or property
damage to the LMD being maintained, Special Districts may authorize such action to be taken by a
third -party work force and shall charge the cost thereof as determined by the Administrator, against
the Contractor, or may deduct such cost from an amount due to Contractor from Special Districts.
7.03 Contractor shall maintain a written log of all complaints, the date and time thereof, and the
action taken pursuant thereto or the reason for non -action. The log of complaints shall be available
for inspection by Special Districts at all reasonable times.
7.04 All complaints shall be addressed as soon as possible after notification; but in all cases within
24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours,
Special Districts shall be notified immediately of the reason for not resolving the complaint followed by:
a written report to Special Districts within five (5) days. If the complaints are not resolved within the
time specified or to the satisfaction of Special Districts, Special Districts may correct the specific
complaint and the total cost incurred will be deducted from the payments owing to the Contractor from
Special Districts.
8. SAFETY
8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet
all California Landscape Industry Standards for safe practices during the maintenance operation for
medians and parkways 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 local, City, State or other legal requirements including but not limited to, full
compliance with the terms of the applicable O.S.H.A. and CAL-O.S.H.A. Safety Orders 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 inspect all
potential hazards at the LIVID areas covered by this Agreement and keep a log indicating date
inspected and action taken.
8.02 It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders any
portion of the LIVID premises unsafe, as well as any unsafe practices occurring thereon. Special
Districts 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:
a. filling holes in turf areas and paving;
b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence of
Bid li LMD-10-11-04 18
hazards;
c. replace valve box covers so as to protect members of the public or others from injury.
During hours of operations, Contractor shall obtain emergency medical care for any member of the
public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall
-- cooperate fully with -the City in the -investigation -of -any- accidental -injury -or -death -occurring -on the ----
premises, including a complete written report thereof to Special Districts within five (5) days following
the occurrence.
9. HOURS AND DAYS OF MAINTENANCE SERVICES
9.01 The hours of maintenance service shall be 7:00 a.m. to 3:30 p.m. on those days maintenance
is to be provided pursuant to the work schedule approved in advance by Special Districts. No work
will be performed on City Legal Holidays unless authorized by Special Districts Administration in
advance. (Exhibit 1)
Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65
decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita.
9.02 Contractor shall provide on-site staffing to perform the required maintenance to meet required
California Industry Standards anytime between Monday through Friday. However, if the contractor can
accomplish the same work using the same amount of hours in a shorter service schedule, then the
Special Districts Division can modify their maintenance schedule. Alternate days or any changes in the
days and hours of operation heretofore prescribed shall be subject to approval by the Special Districts
Division.
9.03 Per State of California Labor Code, Contractor is directed to the following prescribed
requirement with respect to the hours of employment. A legal day's work shall constitute eight (8)
hours of labor under this Agreement, and said Contractor shall not require or permit any laborer,
worker or mechanic, or any subcontractor employed by him to perform any of the work described
herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar
week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum
of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or
any subcontractor under him, upon any of the work included in said Agreement for each calendar day
during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in
any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section
1811 to 1815, inclusive, of the Labor Code of the State of California.
10. MAINTENANCE SCHEDULES
10.01 Contractor shall, within ten (10) days after the effective date of this Agreement, submit a
premises work schedule to Special Districts for review and approval. Said work schedule shall be set
on an annual calendar identifying and delineating the time frames for the required functions by the day
of the week, morning, and afternoon
10.02 Contractor shall submit revised schedules when actual performance differs substantially from
planned performance. Said revisions shall be submitted to Special Districts for review, and if
appropriate, approval, within five (5) working days prior to scheduled time for the work.
10.03 The above provisions are not construed to eliminate Contractor's responsibility in complying
with the requirements to notify Special Districts for maintenance.
10.04 Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and
time of all maintenance operations.
a. Fertilization;
b. Turf Aerification;
c. Turf RenovationNerticutting;
Bid # LMD-10-1I-04 19
Turf Reseeding;
Micro-Nutrients/Soil Amendments;
Spraying of Trees, Shrubs or Turf;
Aesthetic Tree and Shrubbery Pruning;
Preventative disease control;
Seasonal color. Transplanting small and medium sized plants;
Lane closures for median or parkway maintenance prior notification is required;
Fire protection of the natural slopes area maintenance. Contractor at his cost shall be
These slope areas are hillside areas and are designed to meet the Los Angeles County
Ordinances for fire retardation. These areas generally occur in sloping terrain with
gradients ranging 10 percent to 100 percent. Slopes are either manufactured or natural.
The natural slopes have been brushed to remove certain plant materials. Manufactured
slopes have been hydromulched or planted in accordance with applicable County
Ordinances. Use of these areas by the residents should be minimal.
Contractor shall perform, under the terms of this agreement, the following services forthe
maintenance of the natural slopes, which requires that the weeds and native brush be:
(1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a
dwelling or structure and all debris removed from the site.
(2) Dead wood from woody plants shall be trimmed when the area is brushed.
Apply water within the cleared zone only as needed during fire season to
maintain sufficient moisture content for sustenance of the plants and to
inhibit combustion. Remove all debris from this operation off the LIVID
property. Weeding shall commence immediately following the rainy season
once the growth of weeds has reached a maximum of 12 inches in height or
(3) When the County Fire Marshall has determined that a fire hazard condition
exists. The required weeding shall be completed as soon as possible
following its commencement and shall be completed throughout an LIVID
within a maximum period of 30 days.
(4) Contractor shall be responsible for maintaining the brushed slope areas
throughout the year in accordance with the above -identified height of weeds,
dead wood removal and distance from dwellings or structures requirements.
This may require that certain areas will need additional brushing as directed
by the County Fire Marshall. If the Fire Marshall determines additional
brushing is necessary the contractor will be paid additional compensation at
the rate specified in the form of bid. Contractor at his expense shall remove
weeds to a distance of 30 feet measured from any sidewalk adjacent to a
fire protection area twice a year.
Where reference is made to weeding, brushing, or clearing within 100 feet of a
structure, it is intended that the space between the structure and the private property
line is the responsibility of the owner of the property except where Special Districts
has accepted an easement to maintain a portion of the private lot. As an example,
assume a private residential lot has a depth of 100 feet, the rear or side of which
abuts a fire protection slope. Assume that the structure is set back 20 feet from the
property line abutting this slope. The Contractor's responsibility is within the portion
Bid # LMD -10-11-04 20
or balance of the 100 feet outside of the private property boundary, or, in this case,
80 feet. However, Special Districts is responsible for those areas where an
easement has been accepted by Special Districts over a portion of a private lot.
Consult with Special Districts for any questions regarding these areas.
The maintenance of the manufactured slopes requires that the planted slopes be
weeded on a regular basis throughout the year. Planted slopes which were not
hydroseeded shall be kept weed free at all times and the use of chemicals is
permitted. Planted slopes that were hydroseeded require weed removal by hand as
the use of chemicals is not permitted. The removal of weeds by hand shall be
performed each month from March through November during the term of the
maintenance contract. Contractor shall program the irrigation system to deliver
sufficient moisture within the root zone of trees and shrubs to sustain growth.
Contractor shall be responsible for any damage to slope areas caused by excessive
watering practices or to plant material caused by lack of water. Plants and trees
shall be fertilized in accordance with the requirements of Sections 18 and 19 of these
Specifications.
I. Other Items as Determined by Special Districts.
10.05 Said maintenance services shall be performed in compliance with the Maintenance Program
(Exhibits H) attached hereto. Failure to complete special services in accordance with the schedules
set forth on Exhibits H will result in Contractor becoming liable to Special Districts for liquidated
damages ($150 per day) without written notice commencing automatically upon the first day following
the final date such work was to be completed.
11. CONTRACTOR'S STAFF
11.01 Contractor shall provide sufficient number of personnel to satisfy daily andlor weekly hours as
specified on page 43 per vendor bid response. Contractor's staff MUST be employees of the
contractor except subcontractors identified in the response to this bid. Contractor must perform all
work in accordance with the specifications set forth herein. Contractor's employees, whether assigned
to any one Zone or as part of a crew serving any numberof Zones shall include at least one individual
crew foreman who speaks and comprehends the English language.
11.02 Special Districts 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 Special Districts Staff,
detrimental to the interest of the public using the premises, Contractor shall meet with representatives
of Special Districts to consider the appropriate course of action with respect to such matter and
Contractor shall take reasonable measures under the circumstances to assure Special Districts that
the conduct and activities of Contractor's employees will not be detrimental to the interest of the public
patronizing the LMD covered under this Agreement.
12. SIGNS/IMPROVEMENTS
12.01 Contractor shall not post signs or advertising matter upon the premises or improvements
thereon, unless prior approval therefore is obtained from LMD Special Districts.
13. UTILITIES
13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs.
However, water usage shall not exceed the amount required to comply with irrigation schedules
established by the Contractor and approved by Special Districts. Contractor will be required to
manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to
Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the
Bid # LMD-10-11-04 21
frequency of irrigation. These activities may include, but are not limited to watering during a rain storm
and/or watering the day after rain and/or watering during a special event. The excess cost will be
determined by comparing current usage with historical usage for the same time period. The excess to
be deducted from payments to Contractor from Special Districts will be presented to Contractor by
Special Districts prior to actual deduction to allow for explanations.
14. NON-INTERFERENCE
14.01 Contractor shall not interfere with the public use of the LIVID areas covered under this
Agreement, 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.
15. USE OF CHEMICALS
15.01 At the contractor's expense. one maintenance worker called for in these specifications shall
apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the
contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of
chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a
Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the
California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's License
and valid Pest Control Advisor's License, or a copy of said licenses from a sub -contractor to Special
Districts prior to using chemicals within the area.
15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and
type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by
copies of Material Safety Data Sheets (MSDS) for all chemicals that may be used in binder or booklet
form. No work shall begin until written approval of use is obtained from Special Districts. The
contractor shall consider the effects chemical application has on the environment. The contractor
shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed
result.
15.03 Chemicals shall only be applied by those persons possessing the training in chemical
application or a valid California Applicator's Certificate. Application shall be in strict accordance with
all governing regulations.
15.04 Records of all operations stating dates, times, methods of application, chemical formulations,
applicators names and weather conditions shall be made and retained in an active file for a minimum
of three (3) years. Contractor shall provide a chemical use report and a copy of the PCA
recommendation to Special Districts for each application (site specific) made during each month. This
shall be in addition to the copy of the usage summary that is provided to the Agricultural
Commissioner.
15.05 All chemicals requiring a special permit for use must be registered with the County Agricultural
Commissioner's Office and a permit obtained with a copy to Special Districts.
15.06 All regulations and safety precautions listed in the "Pesticide Information and Safety Manual"
published by the University of California shall be adhered to.
15.07 Chemicals shall be applied when air currents are still; preventing drifting onto adjacent
property and preventing any toxic exposure to persons whether or not they are in or near the area of
application.
Bid N LMD -10-11-04
22
16. STORAGE FACILITIES
16.01 Special Districts shall not provide any storage facilities for the Contractor. Any Contractor
storage facilities must be located outside of the boundaries of the Zone for which landscape
_-maintenance_services_are_performed,_4lnless_$peclal.Districts det_ermines it would be in. the best_
interests of Special Districts to waive this restriction.
17. TURF CARE
17.01 Contractor shall perform the following services under the terms of this agreement;
a. Mowing: Turf to be mowed with an adequately sharpened rotary or reel type mower
equipped with rollers, to ensure a smooth surface appearance without scalping.
(1) All warm season grasses (Bermuda and St. Augustine) to be cut at % inch
through 1 inch height throughout the year.
(2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 '/2 inch and
2 '/3 inches during April through November, and at 2 inches during
December to March of each year
(3) The mowing heights may be adjusted by Special Districts during periods of
renovation.
(4) Unless mulching mowers are used; all grass clippings will be collected and
removed from the site on the same day the area is mowed.
(5) A mowing schedule will be established and maintained. This schedule will
provide that all areas will be mowed not less than once a week during the
summer, and once every two weeks during the winter. This schedule will be
submitted to Special Districts for approval. Refer to items 1 and 2 in this
section for turf length ranges.
b. Edging: With each cutting, the edge of the grass along sidewalks, curbs, shrub, flower
beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs
occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks of trees
and away from the drip line of shrubs by use of power scythe, approved chemicals, or
small mowers as required. Trim around all sprinkler heads as necessary in order to
provide maximum water coverage. Edging will be done concurrent with each mowing.
(1) The edge of the turf shall be trimmed around value boxes, meter boxes,
backflow devices, or any structures located within the turf areas.
(2) All turf edges are to be maintained to prevent grass invasion into adjacent
shrub, flower, and ground cover bed areas.
(3) All clippings shall be removed from site the same day area is edged.
(4) After mowing and edging is completed, all adjacent walkways are to be
swept clean by power blower.
(5) Newly planted trees in lawn areas shall have tree guards installed if
necessary to avoid damage.
(6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched
clearance where applicable.
c. Weed Control: Control turf weeds as needed and in accordance with the specialized
maintenance program (Exhibits H). Hand removal of noxious weeds or grasses will be
required as necessary. All mulch brought in by the LIVID will be disbursed by the
contractor on site to control weed growth.
d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur.
e. Aerating: Aerate all turf areas two (2) times annually, if needed, in accordance with the
specialized maintenance program (Exhibits H1). Aerate all turf by using ''/z inch tines,
removing 2 -inch cores of sod with an aerator machine at not more than 6 -inch spacing
once over. Special Districts is to be notified at least two (2) weeks prior to the exact date
of aerating.
Bid # LMD-10-11-04 23
H
Thatch Removal: Renovate all warm season grasses to the soil line and verticut all cool
season grasses once the first year of the contract and then every other year prior to the
over -seeding operation to be performed in the fall of each year. Equipment will consist of
standard renovating or vertical mowing types. Special Districts is to be notified at least
two (2) weeks prior to the exact date of renovation.
Irrigation: Irrigation, including hand watering and bleeding of valves during an
emergency situation as required to maintain adequate growth rate and appearance and
in accordance with a schedule most conducive to plant growth. Contractor to provide
Special Districts with a written winter and summer irrigation schedule in accordance with
the recommendations on Exhibits H (Irrigation Program) provided for this purpose.
Special Districts shall have the ability to change the irrigation schedule as the need
develops. Adequate soil moisture will be determined by programming the automatic
sprinkler controllers as follows:
(1) Consideration must be given to the soil conditions seasonal temperatures,
.......K �. A fhc rainfinnahin of
Bid # LMD-10-11-04
conditions which affect day and night watering. This may 1ncluae aayume
watering during winter weather to prevent Icy conditions and manual
operation of the irrigation system during periods of windy or inclement
weather. During freezing and/or windy conditions, automatic irrigation will
be discontinued. No watering medians in windy conditions, to avoid drift and
wetting vehicles.
In areas where wind creates problems of spraying water into private
property or road right-of-ways, the controllers shall be set to operate during
the period of lowest wind velocity which would normally occur at night
(between the hours of 7:00 p.m. and 6:00 a.m.).
Monitoring shall be spelled out for all systems to
least 1x monthly.
(4) Check systems, as needed, for optimum performance and adjust and/or
repair any sprinkler heads causing excessive runoff, including slope areas,
or which throw directly onto roadway paving orwalks (where sprinkler heads
can be adjusted) within the LIVID areas covered under this Agreement.
(5) All controllers shall be adjusted as needed for optimum oerformance
(6) Irrigation system will be controlled by Contractor in such a way as not to
cause an excessively wet area which could interfere with the Contractor's
ability to mow all turf.
(7) Contractor shall observe and note any deficiencies occurring from the
original design and review these findings with Special Districts, so
necessary improvements can be considered.
(8) Contractor shall repair all leaking or defective valves immediately upon
occurrence, or within 24 hours following notification from Special Districts of
such a deficiency.
(9) A soil probe shall be used to a depth of 12 inches to determine the water
penetration by random testing of the root zones. Contractor shall file a
24
monthly statement with Special Districts certifying that all irrigation systems
are functioning properly.
(10) Contractor will provide their own irrigation receiver and transmitter for control
of the Rain Master, Calsense, WeatherTrak or other controllers not listed.
The City -requires -the- Promax-universal- remote-irrigatiom control unit for its - -
use infield testing and operation of all irrigation systems for the LMD areas.
Use of this device will conserve water consumption, provide for more cost
effective maintenance of irrigation systems, and assure all parties
concerned that the automatic system is operating at maximum efficiency.
Special Districts' inspectors will use this device in their inspections to verify
that irrigation systems are functioning properly. The bleeding of valves and
hand watering are to be used in emergency or testing situations.
h. Fertilization: Turf shall be fertilized with a balanced type commercial fertilizer at a
minimum of two (2) times a year and a maximum of four (4) times a year during the months of
March, May, September and November. (See Exhibit H 1). All fertilizer used shall be granular
at the direction of Special Districts. The rate for each application shall be 1 pound of actual
available nitrogen per 1000 square feet of a balanced type commercial fertilizer. In addition to
the balanced type commercial fertilization, the Contractor shall fertilize all turf areas during
March, April, and July of each calendar year at a rate of 1 pound of actual available nitrogen
per 1,000 square feet, and during November, December, and January of each calendar year
at a rate of 1 pound of actual available nitrogen per 1,000 square feet. (Per soil analysis or
recommendations by LMD staff) All turf areas fertilized shall be thoroughly irrigated
immediately following fertilization. The City of Santa Clarita will pay the contractors price for
the fertilizer plus no more than a 15% mark up. The contractor shall provide the labor to apply
the fertilizer.
I. Turf Reseeding: Contractor shall once each year, in the fall, overseed all turf areas
after aerification and overseed all bare spots, as needed, throughout the remainder of the
yearto re-establish turf to an acceptable quality. (See Exhibit 1-11). When Contractor reseeds
turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a
uniform depth of Y4 -inch) in this sequence. Special Districts may require the use of sod when
deemed necessary. Contractor shall be entitled to additional compensation forthe cost of the
sod only, provided that the loss of turf was not due to the negligence of Contractor.
Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding of
bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in over
seeding or new turf establishment shall be the same turf type and shall be approved by LMD
staff prior to installation.
18. SHRUB AND GROUND COVER CARE
18.01 Contractor shall perform at his under the terms of this agreement the following services:
a. Pruning : Manually select prune shrubbery throughout the year to encourage healthy
growth habits, and to encourage growth to the natural shape of the plant according to its
species and appearance with the exception of roses, which shall be pruned no later than
January. All shrubs shall be free of dead wood, weak, diseased, insect infested and
damaged limbs at all times. Remove all clippings the same day shrubbery is pruned.
Pruning is not done during flowering, during new growth emerging or during the hottest time
of the year (July -August) unless directed by Special Districts. No balls, squares or unusual
shapes are permitted under this bid. All natural selective pruning is required following the
natural habit of the particular plant.
Bid # LMD-10-11-04 25
b. Trimming: Restrict growth of shrubbery and ground cover to areas behind curbs
and walkways, and within planter beds by trimming, as necessary, or upon notice by Special
Districts. All trimming practices are subject to change as directed by Special Districts.
C. Renovation: Renovate ground covers according to prescribed practices in the
industry as needed to maintain a healthy vigorous appearance and growth rate. When
ground covers and perennials have grown where they completely fill the space in which
they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller
plants, they shall be renovated. (Renovation shall include removing said plants,
amending the soil, dividing plants as necessary and replanting to maintain a healthy,
vigorous appearance and growth rate.)
d. Disease and Insect Control: Maintain free of disease and insects and treat when
needed pursuant to Section 20.
e. Weed Control: All ground cover and shrub beds are to be kept weed free at all
times. Methods for control shall incorporate the following:
(1) Mulch application to 3" laver maximum (approx 500 cubic yards/year)
(2) Hand removal
(3) Cultivation
(4) Chemical eradication using non -residual herbicides
f. Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or
dead shrubs and ground covers whose damage was a natural condition/causes, will be
replaced under the terms of "additional work" as described in Section 4 of this bid
document. All shrubs shall be guaranteed to live and remain in healthy condition for no
less than ninety (90) days from the date of acceptance of the job by the Special Districts
Administrator or qualified representative.
g. Fertilization: Apply balanced fertilizer at least two (2) times per year (during the
months of March & April and September & October) to provide a healthy color in all
plants with foliar feedings if applicable. Contractor will cultivate around plants where
needed. Fertilizer shall be appropriate for plant type and season (time of year) and
approved by LMD staff priorto installation. The Contractor shall provide the Directorwith
a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization.
h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency
situations where automatic systems are not functioning as required to maintain adequate
growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices
shall apply to shrubs and ground covers.
L Diversion requirements: In keeping with State mandated requirements, the LMD
strives to exceed diversion obligations to keep green waste from the landfills. The
Contractor shall mulch and use on site 95% of the green waste generated by T-46
Northbridge. Contractor requirements for this program shall include a Vermeer 1500
chipper or equivalent for use on site at a minimum of twice per week.
j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2 -
inch layer of mulch under all trees, shrubs and groundcovers and a minimum 3 -inch layer
in all open areas is strongly encouraged. Mulch purchased by the LMD will be
disbursed with the above specifications by the contractor who will provide the
labor his expense.
Bid 9 LMD-10-11-04 26
19. TREE CARE
19.01 Contractor at his under the terms of this agreement shall perform the following
services:
I - -- - -a:. -Tree Maintenance-
(1)
aintenance
(1) All trees 12' (feet) tall or less shall be maintained free of all dead, diseased
and damaged branches back to the point of breaking as per contract.
Wound dressings are never used on any tree pruning cuts. All sucker
growth is to be removed from trees as it occurs.
(2) Maintain an 8 -foot clearance for branches overhanging walks, 8 -foot for
public sidewalks.
(3) Report insects and tree diseases to Special Districts Inspector.
(4) Stake and support all replacement trees and replace stakes which have
been broken or damaged on existing trees.
(5) Tree stakes shall be pentachloraphena treated pole pine, not less than 8
feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon
trees sizes (two per tree), no galvanized stakes.
(6) Commercially available tree rubber ties are to be used unless there is a
need for guy wires. All trees tied in two locations -top and bottom. Stakes
will not be placed closer than 12 inches from the top tie on the tree trunk.
(7) Stakes and ties will be placed so no chafing of bark occurs and shall be
checked frequently and retied to prevent girdling.
(8) Broken branches are to be removed immediately whether they are in the
tree or on the ground.
b. Fertilization: Apply fertilizer within drip line at least once per year (during the months of
March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of
LIVID, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Special
Districts with two (2) weeks notification prior to the fertilizer application.
c. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to
commencement of work by Contractor.
d. Tree Replacement: All trees permanently damaged as a result of action or inaction by
the contractor will be replaced as provided for under Section 5 with the identical species of
tree existing previously, unless otherwise notified in writing by Special Districts. The need for
and the size of replacement will be determined by Special Districts at the monthly
maintenance inspection meeting or upon written notification. Size of the replacement shall be
of a like size. Substitutions will require prior written approval by Special Districts. Original
plans and specifications should be consulted to insure correct identification of species.
e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use
of "Maintain," "Floret" or other approved product. Two (2) applications shall be required 7-10
days apart. The first application shall be applied when Y: to % of the olive blooms are open
(sometime between April 1 and May 10). Both spray applications shall be put on using a
power sprayer with a minimum of 150 p.s.i. pressure. The Landscape Maintenance District's
Tree Maintenance contractor will provide most of the chemical applications to trees. If the
landscape contractor provides this service it will be considered "extra work cost" (refer to
Exhibit H).
f. Oak Tree Pruning Permit: All cuts over 2 inches in diameter on Oak Trees will be done
by the Landscape Maintenance Tree Maintenance contractor. All other cuts on Oak Trees
shall be made to ISA standards with an Oak Tree Pruning Permit per City Municipal Code by
Bid # LMD - 10- 11-04 27
the landscape contractor or their subcontractor. Special Districts will procure Oak Tree
Permits once work is approved.
g. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the
standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best
Management pruning practices.
20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.)
20.01 Special Districts will provide the materials (Biological insects) necessary for integrated pest
management (IPM) and contractor at his under the terms of this agreement will provide the
labor.
a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest
management strategy that focuses on long-term prevention or suppression of pest
problems with minimum impact on human health, the environment, and non -target
organisms. Preferred pest management techniques include encouraging naturally
occurring biological control; using alternate plant species or varieties that resist pests;
selecting pesticides with a lower toxicity to humans or non -target organisms; adopting
cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and
changing the habitat to make it incompatible with pest development. Pesticides are used
as a last resort when careful monitoring indicates that they are needed according to pre-
established guidelines. When treatments are necessary, the least toxic and most target -
specific pesticides are chosen. Implementing an integrated pest management program
requires a thorough understanding of pests, their life histories, environmental
requirements, and natural enemies, as well as establishment of a regular, systematic
program for surveying pests, their damage, and other evidence of their presence. IPM
has been mandated on Federal property since 1996 by Section 136r 1 of Title 7, United
States Code, and is cited in Title 41 of the Code of Federal Regulations (102-74.35) as a
required service for agencies subject to the authority of the General Services
Administration. The Contractor will develop an IPM program for work covered by this
statement of work.
b. Chemical Application: All work involving the use of chemicals
will be accomplished by a State of California Certified or Licensed pest control operator.
A written recommendation by a person possessing a valid California Pest Control Advisor
License is required prior to chemical application.
b. Permits: All chemicals requiring a special permit for use must
be registered by the Contractor with the County Agricultural Commissioner's Office and a
permit obtained with a copy to Special Districts, prior to use. A copy of all forms
submitted to the County Agricultural Commissioner shall be given to Special Districts on
a timely basis.
C. Compliance with Regulations: All regulations and safety
precautions listed in the "Pesticide Information and Safety Manual" published by the
University of California will be adhered to.
d. Pest Control: Control of ground squirrels, gophers, and other
burrowing rodents by trapping and/or eradication will be provided by Special Districts.
Contractor is not responsible for this service. Whenever holes are visible upon the
surface, these holes shall be filled and securely tamped to avoid moisture runoff entering
the holes by the County Agricultural Department who will provide pest control for Special
Districts. This procedure shall be followed in all areas, especially within all slope areas.
Contractor is responsible for notifying Special Districts upon detecting a need for rodent
control.
Bid # LIVID -10-11-04 28
21. GENERAL CLEAN-UP
21.01 Contractor shall perform at his under the terms of this agreement the following services:
a. Trash Removal/Receptacles: Remove and replace trash bags as needed (trash
___ bags -provided by Cityl-pickup trash and accumulated debris from site per contract, and
cleaning of trash receptacles as needed. In addition, dog feces are also to be removed
from the walkways located within the Paseo system in the LMD areas. Fill all doggie bag
holders a minimum of twice a week (doggie bags provided by City).
b. Policing of Areas: All areas under maintenance will have above identified trash'
removed between 7:00 a.m. and 10:00 a.m., a minimum of four (4) days per week, the
contractor shall provide the days trash pick up is scheduled to Special Districts.
c. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and
grass removal within the crack(s) on the asphalt, and stamped concrete median strip
areas, if any, at all times.
d. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and
grass from curb and gutter expansion joints at all times.
e. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will
be cleaned immediately following mowing and edging and cleaned by use of power
sweeping or blower equipment at a minimum of once per week or as needed. This
includes removal of all foreign objects from surfaces such as:
(1) Gum,
(2) Animal feces,
(3) Grease,
(4) Paint,
(5) Graffiti,
(6) Glass and debris
All walkway and driveway cracks and expansion joints shall be maintained weed and
grass free at all times.
f. Drain Maintenance: All drains and catch basins shall be free of silt and other debris
at all times.
g. Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch
layers shall be removed and properly disposed of not less than once per week.
h. Diversion: The Contractor will be responsible for creating and implementing a written
a program to divert all green waste from landfills. The program should include, but not be
limited to, mulching and composting. The contractor shall report the total tons of green
waste generated and the number of tons diverted from the landfill annually to the City's
Environmental Services Office. The goal will be at least 85% diversion.
22. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR
22.01 All irrigation systems within the LIVID areas designated in these specifications will be
repaired and maintained as required for operation by the Contractor. Contractor's irrigation labor
shall be of no charge for all irrigation repairs, including main lines and all irrigation parts
reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must
provide invoices upon request of Special District Staff. Failure to provide copies of invoices may
result in delay of payments to Contractor. The contractor shall practice the Irrigation Association,
Best Management Practices (BMP'S) at:
http://www.irrigation.org/gov/lpdf/IA BMP APRIL 2005 pdf.
Bid#LMD-10-11-04 29
a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed)
and keep operable all irrigation equipment consisting of:
(1) sprinkler heads,
(2) valves,
(3) PVC piping,
(4) quick couplers,
(5) risers,
(6) automatic and battery powered controllers,
(7) valve boxes, quick coupler boxes,
(8) backflow prevention devices,
(9) irrigation controller programming,
b. Replacement Requirements: Replacements will be of original materials or substitutes
approved by Special Districts in writing prior to any installation.
c. Extent of Responsibility: Contractor will be responsible for immediate maintenance
(repair or replacement) of all irrigation systems. Contractor will be responsible at all
d. Ordinances: All materials and workmanship will be in accordance with the applicable
City Plumbing Ordinances. Where the provisions of the specifications exceed such
requirements, the specifications shall govern.
e. Controllers: The contractor will be responsible for the control of Smart Water
Application Technologies (SWAT) certified weather -based controllers or equivalent,
controller programming through the contractors office via a desk top or any wireless
computer, or hand held device. The LMD will provide a password for access.
f. Inspections: Landscape Maintenance District Consultants/Inspectors will spot
check controller schedules on each inspection of a district to assure compliance with
irrigation program standards. Contractor shall conduct a complete irrigation
system inspection for each district at minimum of twice a year.
23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS
23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be
maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe,
unimpaired condition. The contractor may not use subcontractors not included with the bid
submission without the written approval of Special District Staff. Any unsafe condition of a
walkway or service road shall be reported immediately to the LMD Inspector or directly to the City.
a. Contractor may be responsible for total replacement or repair on walkways or any
hardscaped area, or if any plant damage occurs due to Contractor's negligence or by
accidental damage within his maintenance operation.
b. Contractor shall be responsible for sweeping/blowing all walkways and paseos within the
contract boundaries at a minimum of once per week or as necessary or as requested by
Special Districts. All debris must be collected and removed.
c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited and
may be cause for contract termination.
23.02 'Drainage Systems: The following services shall be provided by Contractor at their
Bid # LMD-10-11-04 30
expense per Contract Agreement except as otherwise provided for:
a. All LIVID area surface drains ("V" ditches), shall be kept clear of debris at all times so that
water will have an unimpeded passage to its outlet. Contractor will not flush dirt or debris
into the stormdrain system per the City's National Pollutant Discharge Elimination System
_ ...
(N.P D E.S.) permit. All debris will be collected and disposed of properly.
b. All LIVID area sub -surface drains (except storm drains), if any, shall be periodically
flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains
shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of
water. Every attempt will be made to prevent debris from continuing into the City's
Stormdrain system including the use of sand bags, straw bales or other Best
Management Practices (B.M.Ps)
c. Disposal of green waste or other debris into catch basins, drains or stormdrains is
prohibited. Such action could result in termination of maintenance contract.
24. MAINTENANCE INSPECTIONS
24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID
during daylight hours. Such inspection shall be both visual and operational. The operational
inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for
proper operational condition and reliability. Contractor is required to input non -contractual service
request information into the City's reporting "system at www.santa-cladta.com/e-service.
24.02 Monthly; meet on site with an authorized representative of Special Districts for a walk-through
inspection. Said meeting shall be at the convenience of Special Districts and may include residents of
the community. Special Districts may notify the appropriate local representatives of the time and
place of each walk-through inspection at least one (1) week prior to such inspection. In addition, bi-
weekly interim inspections may be made by Special Districts. Any corrective work required as a result
of a monthly inspection or any "interim" inspection by Special Districts shall be accomplished to the
satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the
case of a leaking valve, which must be repaired within 24 hours following notification.
25. GRAFFITI ERADICATION AND CONTROL
26.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it
appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any appurtenant
structures or equipment within the areas under Contractor's maintenance. Special Districts Inspector
will be informed of all graffiti immediately upon discovery. Contractor is required to input graffiti
information into the City's reporting system at www.santa-clarita.com/e-oraffiti.
26.02 The contractor may be required to remove small amounts of debris which would fit into a
small pick up truck. In such cases the dump fee may be invoiced to Special Districts. Removal of
larger items would be considered as an "additional work" item and subject to the terms of Section 4.
26.03 All materials and processes used in graffiti eradication shall be non -injurious to surfaces and
adjacent District property and approved by CAL -OSHA. Materials and processes used must be
approved by LIVID prior to use.
26. NATURAL AREAS MAINTENANCE
27.01 Natural areas are open space areas that have minimal usage due to the sloping character of
the land and the rugged landscape materials that are native to the land. Contractor will provide
periodic maintenance, according to routine scheduling, consisting of debris removal as directed by
Special Districts.
Bid#LMD-IO-II-04 31
27. SEASONAL COLOR AREAS
28.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October,
March, and June with appropriate varieties for each season to be approved by Special Districts prior to
planting. Plant size shall be 4 -inch pots when possible. The price of the annual color plants plus no
more than a 15% mark up will be paid by the City; contractor, under the terms of this agreement shall
provide the labor.
28. IRRIGATED STREET TREE WELLS
29.01 Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree
well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in
street tree wells shall be in accordance with Section 19 or these Specifications.
Bid # LMD-10-11-04 32
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
NOTE: The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a *certified/cashier's check payable to the order of the City
of Santa Clarita for: dollars
($ ), this amount being not less than ten percent (10%) of the total amount of
the bid. The proceeds of this check shall become the property of said AGENCY provided
this Proposal shall be accepted by said AGENCY through action of its legally constituted
contracting authorities, and the undersigned shall fail to execute a contract and furnish the
required bonds within the stipulated time; otherwise, the check shall be returned to the
undersigned.
PROJECT: ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-46
NORTHBRIDGE
Bid No. LMD=10-11-04
Bidder's Signature
CONTRACTOR
Address
City, State, Zip Code
* Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be
executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the
bid.
Bid 9 LMD-10-11-04
33
I
PROPOSAL GUARANTEE BID BOND
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-46
_NORTHBRIDGE------ .. __ ...___._ _.-__.._. _ ------ , .__ __. _-- -------__.,_.—_. _
Bid No. LMD-10-11-04
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that STAY GREEN, INC. as BIDDER,
and AMCO Insurance Company as SURETY, are held and
firmly bound unto the City of Santa Clarke, as AGENCY, in the penal sum OL Ten percent of bid
dollars ($ 10% ), which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for
the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound,
jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submits
bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the
contract is awarded and entered into by BIDDER in the manner and time specified, then this
obligation shall be null and void, otherwise it shall remain in full force and effect in favor of
AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
15th day of September _,20_10
BIDDER STAY GREEN,, INC..
SURETY' AMCQ In
Carol Ann Strum
Subscribed and sworn to this day of 20_
NOTARY PUBLIC
*Provide BIDDER and SURETY name, address, and telephone number and the name, title, address,
and telephone number for authorized representative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State
where the project is located.
Bid N LMD -10-11-04 34
ACKNOWLEDGMENT
State of California
County of Ventura )
On September 15, 2010 before me, John Strum Notary Public
(insert name and title of the officer)
personally appeared Carol Ann Strum
who proved to m e on the basis of satisfactory evidence to be the person($'] whose name(g) is/are—
subscribed to the within instrument and acknowledged to m e that-Wshe/they-executed the same in
his/her/ttaeir authorized capacity(iee), and that by-lois/her/their signature(4 on the instrument the
person, or the entity upon behalf of which the per son(4 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(Seal)
JOHN STRUM
CommlaSlen * 1840823
Notary Public - California
Ventura County
Comm. Expires Apr 13, 2013
107
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS That AMCO Insurance Company, a corporation organized under the laws
of the State of Iowa, with its principal office in the City of Des Moines, Iowa, hereinafter called 'Company', does hereby
make, constitute and appoint CAROL ANN STRUM
NEWBURY PARK CA
each in his individual capacity, its true and lawful Attomey-In-Fact with full power and authority to sign, seal, and execute
in its behalf any and all bonds and undertakings and other obligatory instruments of similar nature (except bonds
guaranteeing the payment of principal and interest of notes, mortgage bonds and mortgages) in penalties not exceeding the
sum of
FIVE HUNDRED THOUSAND AND N0/100 DOLLARS (S 500,000.00 )
and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized
officersof the Company; and all acts of said Attorney pursuant to the authority hereby given are hereby ratified and
confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Laws duly adopted by
the Board of Directors of the Company.
ARTICLE 7 EXECUTION OF CONTRACTS
'Section 7.4 Instruments Issued by the Corporation Bonds, undertakings, and other obligatory instruments of similar nature, other
than insurance policies and insurance endorsements, issued by the Corporation shall be validly executed and binding on the Corporation
when signed by the President or a Vice President or by the Attorney(s)-In-Fact appointed by the President or by a Vice President.'
Section 7.5 Appointment of Agents. The. President or a Vice President shall have the power to appoint agents of the Corporation,
or other persons, as Attorneys) -In -Fact to act on behalf of the Corporation in the execution of bonds, undertakings, and other obligatory
instruments of similar nature, other than insurance policies and endorsements, with full power to bind the Corporation by their signature
and execution of any such instrument The appointment of such Attorney(s)-In-Fact shall be accomplished by Powers of Attorney signed
by the President or the Vice President'
This Power of Attorney is signed and sealed by facsimile under and by the following By -Laws duly adopted by the Board
of Directors of the Company.
ARTICLE 7 EXECUTION OF CONTRACTS
'Section 7.6 Verifications . The Secretary, or any Assistant Secretary, is authorized to certify that any such Power of Attorney
signed is validly executed and binding on the Corporation and to certify that any bond, undertaking, or obligatory instrument of similar
nature, other than insurance policies and endorsements, to which the Power of Attorney is attached is and shall continue to be a valid and
binding obligation of the Corporation, according to its terms, when executed by Attorney(s)-In-Fact appointed by the President or Vice
PresidenL'
'Section 7.7 Use of Corporate Seal. It shall not be necessary to the valid execution and binding effect on the Corporation of any
bond, undertaking, or obligatory instrument of similar nature, other than insurance policies and endorsements, signed on behalf of the
Corporation by the President or a Vice President, or Attomey(s)-In-Fact appointed by the President or a Vice President, or of any Power
of Attorney executed on behalf of the Corporation appointing Attomey(s}Ia-Fact to act for the Corporation, or of any certificate to be
executed by the Secretary or an Assistant Secretary, as hereinabove in Sections 7.4, 7.5, and 7.6 provided, that the corporate seal be affixed
to any such instrument, but the person authorized to sign such instrument may affix the corporate seal. A facsimile corporate seat affixed
to any such instrument shall be as effective and binding as the original seal.'
'Section 7.8 Other Facsimile Signatures. A facsimile signature of the President or of a Vice President affixed to any bond,
undertaking, or obligatory instrument of similar nature, other than policies and endorsements, or to a Power of Attorney signed by such
President or a Vice President, as herein in Sections 7.4 and 7.5 provided, or a facsimile signature of the Secretary or of an Assistant
Secretary to any certificate as herein in Section 7.6 provided, shall be effective and binding upon the Corporation with the same force and
effect as the original signatures of any such officers.'
'Section 7.9 Former Officers. A facsimile signature of a former officer shall be of the same validity as that of an existing officer,
when affixed to any insurance policy or insurance endorsement, any bond or undertaking, any Power of Attorney or certificate, as herein
in Sections 7.1, 7.2, 7.4, 7.5, and 7.6 provided.'
IN WITNESS WHEREOF, the Company has caused these presents to be signed by its Vice President and its corporate seal
to be hereunto affixed this 19 day of g
SF
,T�MBER,2008
. n
n.: •••.. t AMCO INSURANCE COMPANY
STATE OF IOWA By
COUNTY OF POLK as ��, " ' 1/ Vice President
On this 19 day of SEPTEMBER ,201 before me personally came Brett Harman, to me known, who, being by me duly
sworn, did depose and say that he is Vice President of AMCO Insurance Company, the corporation described fn and which executed the
affixed above instrument; that he knows the seal of said corporation, that the seal axed to said instrument is such corporation seal; that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he has signed his name thereto pursuant to
like authority, and acknowledged the same to be the act and deed of said corporation p ,
.d'k SANDYALITZ Sandy Aliiz }dq�rtly[�
coimTJ031ntm9bWt5zrea Notary Public in and for the S e of Iowa
Mrs tear=
CERTIFICATE
1, the undersigned, Assistant Secretary of AMCO Insurance Company, a corporation organized under the laws of the State of Iowa,
do hereby certify that the foregoing Power of Attorney is still in force, and further certify that Sections 7.4 through 7.9 inclusion of Article
7 of the By -Laws of the Company set forth in said Power of Attorney are still in force.
.IN TESTIMONY WHEREOF, I have subscribed my name and affixed the seal of the company
this 15th day of September 2010
24550 ........
�4�0
.W_
This Power of Attorney expires 1SEAL: Secretry
Assistant a
09/19/11 ,• n,5;:
Bda 1 (03-08) 00 � i �
NON -COLLUSION AFFIDAVIT
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-46
NORTHBRIDGE
Bid No. LMD-10-11-04
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )) §
C OA.15 A><N6r0-0 1IR4E0iDr�r 6A4 Com) Wt.
,being first duly sworn, deposes and says that he @Fsh is _ of —the party making
the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that ,the bidder has not directly or indirectly induced or solicited any other bidder
to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or
agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or
to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the bidder has
not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid."
JURAT
State of California
County of Lal 1\e Lumc)
Subscribed and sworn to (or affirmed) before me on
this or day of :Qj0L_ , 20 Io,
by 0,14k`5 A-966LO AGD O W17
personally known to me or proved to me on the basis of satisfactory evidence to be the person
who appeared before me.
r+rr
LORNA ORALE DUARTE A � (�
(SE Commhuion 1171x1606 ignatur�F,-• sLy ALIw
Notary Raft - CaUtonua
Lm An"bel County
Batt Came (Na. 35
FAITHFUL PERFORMANCE BOND
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T46
DGE
Bid No. LMD-10-11-04
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as
CONTRACTOR, AND as SURETY, are held
and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of
dollars ($ ), which is one -hundred
(100%) percent of the total amount for the above -stated project, for the payment ofwhich sum, CONTRACTOR
and SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded
and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if
CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and
time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect
in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the
terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of
such alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of
.2008.
CONTRACTOR*
SURETY*
Subscribed and sworn to this day of 2008.
NOTARY PUBLIC
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address,
and telephone number of authorized representative.
Bid # LMD - 10- 11-04 36
LABOR AND MATERIAL BOND
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-46
NORTHBRIDGE
Bid No. LMD-10-11-04
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that , as
CONTRACTOR AND as SURETY, are held
and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of
dollars ($ ), which is one -
hundred (100%) percent of the total amount for the above stated project, for the payment of which sum,
CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded
and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if
CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance
of the work to be done under said contract, or fails to submit amounts due under the State Unemployment
Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set
forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of
Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for
completion made pursuant to the terms of the contract documents shall not in any way release either
CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of
12008.
CONTRACTOR*
SURETY*
Subscribed and swom to this
NOTARY PUBLIC
day of
It:
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address,
and telephone number of authorized representative.
Bid # LMD-10-11-04 37
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
NOTE: The following form shall be used in case check accompanies bid.
Ac- ompanylri"g"this Proposal is a -certified/cashier's check payable to the order Of the City
of Santa Clarita for: dollars
($ ), this amount being not less than ten percent (10%) of the total amount of
the bid. The proceeds of this check shall become the property of said AGENCY provided
this Proposal shall be accepted by said AGENCY through action of its legally constituted
contracting authorities, and the undersigned shall fail to execute a contract and furnish the
required bonds within the stipulated time; otherwise, the check shall be returned to the
undersigned.
PROJECT: ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-47
NORTHPARK
Bid No. LMD-10-11-04
Bidder's Signature
CONTRACTOR
Address
State, Zip Code
* Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be
executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the
bid.
Bid N LMD-10-11-04
cW
PROPOSAL GUARANTEE BID BOND
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-47
NORTHPARK
Bid No. LMD-10-11-04
City of Santa Clarita, California
STAY GREEN, INC.
KNOW ALL MEN BY THESE PRESENTS that , as BIDDER,
and AMCO Insurance Company aS SURETY, are held and
finely bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten percent of bid
dollars ($ lo7 ). which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for
the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound,
jointly and severally, finely by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a
bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the
contract is awarded and entered into by BIDDER in the manner and time specified, then this
obligation shall be null and void, otherwise it shall remain in full force and effect in favor of
AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, tides, hands, and seals, this
15th day of September 20 lO
BIDDER STAY GREEN, INC.
SURETY* AMCO Insurance Company
Attorney-in-fact
Subscribed and swom to this day of 20_
NOTARY PUBLIC
*Provide BIDDER and SURETY name, address, and telephone number and the name, title, address,
and telephone number for authorized representative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most
current list (Circular 570, as amended) and be authorized to transact business in the State where the
project is located.
Bid R LMD -10-11-04 39
ACKNOWLEDGMENT
State of California
County of Ventura )
On September 15, 2010
before me, John Strum, Notary Public
(insert name and title of the officer)
personally appeared Carol Ann Strum
who proved to me on the basis of satisfactory evidence to be the person($] whose name(A is/are—
subscribed to the within instrument and acknowledged to m e that wshe/the -executed the same in
his/her/their authorized capacityO%+ , and that byrpis/her/theirsignature(s) on the instrument the
person, or the entity upon behalf of which the per son(4 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature _
JOHN STRUM��+�((
Commfiialon i 1840823
. Notary Public - CallforNa
' Ventura County
(Seal)
M Comm. Expires Apr t3, 2013
0
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS That AMCO Insurance Company, a corporation organized under the laws
of the State of Iowa, with its principal office in the City of Des Moines, Iowa, hereinafter called "Company', does hereby
make, constitute and appoint CAROL ANN STRUM
NEWBURY PARK CA
each in his individual capacity, its true and lawful Attomey-In-Fact with full power and authority to sign, seal, and execute
in its behalf any and all bonds and undertakings and other obligatory instruments of similar nature (except bonds
guaranteeing the payment of principal and interest of notes, mortgage bonds and mortgages) in penalties not exceeding the
sum of
FIVE HUNDRED THOUSAND AND NO/100 DOLLARS (S 500,000.00 )
and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized
officers of the Company; and all acts of said Attorney pursuant to the authority hereby given are hereby ratified and
confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Laws duly adopted by
the Board of Directors of the Company.
ARTICLE 7 EXECUTION OF CONTRACTS
'Section 7.4 lnstrumenzs Issued by the Corporation. Bonds, undertakings, and other obligatory instruments of similar nature, other
than insurance policies and insurance endorsements, tasued by the Corporation shall be validly executed and binding on the Corporation
when signed by the President or'a Vice Presidentorby the Attorney(s)-in-Fact-appointed by the President or by -a Vim President." - - -
'Section 7.5 Appointment of Agents. The President or a Vice President shall have the power to appoint agents of the Corporation,
or other persons, as Attorney(s)-in-Fact to act on behalf of the Corporation in the execution of bonds, undertakings,and other obligatory
instruments of similar nature, other than insurance policies and endorsements, with full power to bind the Corporation by their signature
and execution of any such instrument. The appointment of such Attorney(s}ln-Fact shall be accomplished by Powers of Attorney signed
by the President or the Vice President."
This Power of Attorney is signed and sealed by facsimile under and by the following By -Laws duly adopted by the Board
of Directors of the Company.
ARTICLE 7 EXECUTION OF CONTRACTS
'Section 7.6 Verifications . The Secretary, or any Assistant Secretary, is authorized to certify that any such Power of Attorney
signed is validly executed and binding on the Corporation and to certify that any bond, undertaking, or obligatory instrument of similar
nature, other than insurance policies and endorsements, to which the Power of Attorney is attached is and shall continue to be a valid and
binding obligation of the Corporation, according to its terms, when executed by Attorney(s)-In-Fact appointed by the President or Vice
President'
'Section 7.7 Use of Corporate Seal. It shall not be necessary to the valid execution and binding effect on the Corporation of any
bond, undertaking, or obligatory instrument of similar nature, other than insurance policies and endorsements, signed on behalf of the
Corporation by the President or a Vice President, or Attorney(s)-In-Fact appointed by the President or a Vice President, or of any Power
of Attorney executed on behalf of the Corporation appointing Attomey(s)-In-Fact to act for the Corporation, or of any certificate to be
executed by the Secretary or an Assistant Secretary, as hereinabove in Sections 7.4, 7.5, and 7.6 provided, that the corporate seal be affixed
to any such instrument, but the person authorized to sign such instrument may affix the corporate seal. A facsimile corporate seal affixed
to any such instrument shall be as effective and binding as the original seal."
'Section 7.8 Other Facsimile Signatures. A facsimile signature of the President or of a Vice President affixed to any bond,
undertaking, or obligatory instrument of similar nature, other than policies and endorsements, or to a Power of Attorney signed by such
President or a Vice President, as herein in Sections 7.4 and 7.5 provided, or a facsindle signature of the Secretary or of an Assistant
Secretary to any certificate as herein in Section 7.6 provided, shall be effective and binding upon the Corporation with the same force and
effect as the original signatures of any such officers.'
"Section 7.9 Former Officers. A facsimile signature of a former officer shall be of the same validity as that of an existing officer,
when affixed to any insurance policy or insurance endorsement, any bond or undertaking, any Power of Attorney or certificate, as herein
in Sections 7.1, 7.2, 7.4, 7.5, and 7.6 provided."
IN WITNESS WHEREOF, the Company has caused these presents to be signed by its Vice President and its corporate seal
to be hereunto affixed this 19 day of EZj&MBER , 2008
AMCO INSURANCE COMPANY
STATE OF IOWA 0 S SOLLr Al A.—,,By: l _ Vice President
1 :'
COUNTY OF ss
On this 199 day day of SEPTEMBER ,20before me personally came Brett Harman, to me known, who, being by me duly
sworn, did depose and say that he is Vice President of AMCO Insurance Company, the corporation described in and which executed the
above instrument; that he knows the seal of said corporation, that the seal affixed to said instrument is such corporation seal; that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he has signed his name thereto pursuant to
like authority, and acknowledged the same to be the act and deed of said corporation. p
Sandy Aftz �Ryp �/
o Notary Public in and for the S e of Iowa
re.+ ►b Iz� zi
CERTIFICATE
I, the undersigned, Assistant Secretary of AMCO Insurance Company, a corporation organized under the laws of the State of Iowa,
do hereby certify that the foregoing Power of Attorney is still in force, and further certify that Sections 7.4 through 7.9 inclusion of Article
7 of the By -Laws of the Company set forth in said Power of Attorney are still in force.
IN TESTIMONY WHEREOF, I have subscribed my name and affixed the seal of the company
this 15th day of September 2010
•
24550 1
This Power of Attorney expires 0 i :$F.Ai,: 1 Assistant Secretary
09/19/11 11•�;a;;1' i
Bda 1 (03-08) 00
NON -COLLUSION AFFIDAVIT
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-47
NORTHPARK
Bid No. LMD-10-11-04
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )) §
c►W PdAGELo } I ri1 ejT "&T" Cam, Immo.
being first duly sworn, deposes and says that heer-she is _ of the party making
the foregoing bid that the bid isnot made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder
to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or
agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or
to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the bidder has
not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid."
JURAT
State of California
County of L05 6JGE;u5p
Subscribed and sworn to (or affirmed) before me on
this 2.17r day of &,& , 2010,
by CRAO 6!fi1✓w . T/1PnPIDOSE7
personally known to me or proved to me on the basis of satisfactory evidence to be the person`K
who appeared before me.
Ifo01
tom GRACE M"Sg.
7 Cwff&d rl R 1nl6ft i
No" lubEC • CaRl0lrMo !
(SEAL) ton Angel" County Signatur� moi"- , rutsL
Comm. Nw =1
Bid H LMD-10-n-04 40
FAITHFUL PERFORMANCE BOND
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-47
NORTHPARK
Bid No. LMD-10-11-04
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as
CONTRACTOR, AND as SURETY, are held
and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of
dollars ($ ), which is one -hundred
(100%) percent of the total amount for the above -stated project, for the payment ofwhich sum, CONTRACTOR
and SURETY agree to be bound, jointly and severally, Emily by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded
and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if
CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and
time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect
in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the
terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of
such alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of
.2008.
CONTRACTOR*
SURETY*
Subscribed and sworn to this day of 2008.
NOTARY PUBLIC
* Provide CONTRACTOWSURETY name, address, and telephone number and the name, title, address,
and telephone number of authorized representative.
Bid # LMD-10-11-04 41
LABOR AND MATERIAL BOND
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-47
-.._NORTHPARK
Bid No. LMD-10-11-04
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that ., as
CONTRACTOR AND as SURETY, are held
and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of
dollars ($ ), which is one -
hundred (100%) percent of the total amount for the above stated project, for the payment of which sum,
CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded
and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if
CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance
of the work to be done under said contract, or fails to submit amounts due under the State Unemployment
Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set
forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of
Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for
completion made pursuant to the terms of the contract documents shall not in any way release either
CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of
12008.
CONTRACTOR*
SURETY*
Subscribed and sworn to this
NOTARY PUBLIC
day of
IX
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address,
and telephone number of authorized representative.
Bid#LMD-10-11-04 42
SAMPLE MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
Contract No.
THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of
20 by and between the CITY OF SANTA CLARITA, a general law city and municipal
corporation ("CITY") and , a Corporation ("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis
an amount set forth in the attached Exhibit " " which is incorporated by
reference, for CONTRACTOR's services. CITY will pay such amount promptly, but
not later than thirty (30) days after receiving CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from 20 to 20 The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit "
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all tests,
testing and analyses, calculation, and all other means whatsoever, except as herein
otherwise expressly specified to be furnished by CITY, necessary or proper to
perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776,
CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's
responsibility to interpret and implement any prevailing wage requirements and
CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation
of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the
prevailing rate of per diem wages are available upon request from CITY's
Bid a r.MD-10-11-04 43
Engineering Division or the website for State of California Prevailing Wage
Determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per
diem wages must be posted at the job site.
S. - Protection"ofResident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA),
which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only
persons who may legally work in the United States (i.e., citizens and nationals of the
U.S.) and aliens authorized to work in the U.S. The employer must verify the identity
and employment eligibility of anyone to be hired, which includes completing the
Employment Eligibility Verification Form (1-9). The Contractor shall establish
appropriate procedures and controls so no services or products under the Contract
Documents will be performed or manufactured by any worker who is not legally
eligible to perform such services or employment.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
i. Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted with
the conditions there existing, before commencing the services hereunder. Should
CONTRACTOR discover any latent or unknown conditions that may materially affect
the performance of the services, CONTRACTOR will immediately inform CITY of
such fact and will not proceed except at CONTRACTOR's own risk until written
instructions are received from CITY.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following types
of insurance with coverage limits complying, at a minimum, with the limits set forth
below:
Type of Insurance Limits (combined single)
Commercial general liability: $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
Bid # LMD-10-11-04 44
B. Commercial general liability insurance will meet or exceed the requirements of ISO -
CGL Form No. CG 0001 1185 or 88. The amount of insurance set forth above will
be a combined single limit per occurrence for bodily injury, personal injury, and
property damage for the policy coverage. Liability policies will be endorsed to name
City, its officials, and employees as "additional insureds" under said insurance
coverage and to state that such insurance will be deemed "primary" such that any
other insurance that may be carried by City will be excess thereto. Such insurance
will be on an "occurrence," not a "claims made," basis and will not be cancelable or
subject to reduction except upon thirty (30) days prior written notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of"A:VII." Certificate(s) must reflect that the insurer will provide thirty
(30) day notice of any cancellation of coverage. CONTRACTOR will require its
insurer to modify such certificates to delete any exculpatory wording stating that
failure of the insurer to mail written notice of cancellation imposes no obligation, and
to delete the word "endeavor" with regard to any notice provisions.
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative, should
F.
agreement. City may cancel the Agreement immediately with no Penalty.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement
until:
CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement;
and
CITY gives CONTRACTOR a written Notice to Proceed.
Should CONTRACTOR begin work in advance of receiving written authorization to proceed,
any such professional services are at CONTRACTOR's own risk.
Bid# LMD -10-11-04 45
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
--------------
B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY
at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure on
its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for damages
that might otherwise arise from CITY's termination under this Section.
9. INDEMNIFICATION. CONTRACTOR. agrees to indemnify and hold CITY harmless from and
against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or
liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be
named in any suit, or should any claim be brought against it by suit or otherwise, arising out of
performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR
will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY
for anyjudgment rendered against it or any sums paid out in settlement or costs incurred in defense
otherwise.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act
as an independent contractor and will have control of all work and the manner in which is it
performed. CONTRACTOR will be free to contract for similar service to be performed for other
employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY
and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY
provides for its employees. Any provision in this Agreement that may appear to give CITY the right
to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over
the work means that CONTRACTOR will follow the direction of the CITY as to end results of the
work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in writing
and may be given by personal delivery or by mail. Notice sent by mail will be
addressed as follows:
To CITY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: Name
Address
City
B. When addressed in accordance with this paragraph, notices will be deemed given
upon deposit in the United States mail, postage prepaid. In all other instances,
notices will be deemed given at the time of actual delivery.
Bid # LMD-10-11-04 46
C. Changes may be made in the names or addresses of persons to whom notices are
to be given by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this
Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant, or condition contained in this Agreement, whether of the same or different
character.
14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and
according to its fair meaning, and this Agreement will never be construed either for or against either
party.
15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction
to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in
the opinion of the court to render such portion enforceable and, as so modified, such portion and
the balance of this Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver
of any other provision, nor will such waiver constitute a continuing waiver.
18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with
the laws of the State of California, and exclusive venue for any action involving this agreement will
be in Los Angeles County.
19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
CITY until executed by the City Manager. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written agreement.
CITY's City Manager may execute any such amendment on behalf of CITY.
20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any
provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions
of this Agreement will govern and control.
22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
Bid#LMD-IO-II-04 47
23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will immediately
_terminates without obligation bf eie r:ther party -to thothe.:
24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement
between CONTRACTOR and CITY respecting maintenance. To the extent that there are
additional terms and conditions contained in Exhibit " " that are not in conflict with this
Agreement, those terms are incorporated as if fully set forth above. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and
regulations including, without limitation, CITY's conflict of interest regulations.
(SIGNATURES ON NEXT PAGE)
Bid#LMD-10-11-04 48
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and
year first hereinabove written.
FOR CONTRACTOR:
By: SAMPLE ONLY - DO NOT SIGN
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH R. PULSKAMP, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
CARL K. NEWTON, CITY ATTORNEY
is
City Attorney
Date:
Bid # LMD-10-11-04 49
(CORRECTED) PRICING SHEET
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-46
NORTHBRIDGE
Item Project Site Total Man Monthly Total
No. Hours on Site Maintenance Cost Annual cost
Weekly
1. T-46 Northbridge :21U4 4 101 1T` Zu % � 2331 1(2',uo
Total annual cost for Item #1 s 23:3, 1 ) 2 =00_(USD)
Please enter this total on page 1, in the total section #1
Total amount for items 1, annually, in legibly printed words: it %nacd &A
No� -"YIAi 41%vocild , Nue gwclRd cwd tw i G11
avid ky b Cw h,
(DO NOT TOTAL BOTH ZONES TOGETHER)
LMD-10-11-04ADD1 5
PRICING SHEET CONTINUED T-46
Pricing and Billing Schedule Detail
Please list the various skill levels and hourly costs to be used in performing the work required in the
-" specifications for annual landscape maintenance: These rates will not be used in evaluating "the bid -but may
be used in evaluating cost estimates for additional work requested by the City under this contract.
Skill Level
Irrigation specialist
y.Hourly cost
Gf 55, OD
After hour emergency rate
�a•5�
Irrigation assistant
Certified Arborist
}�
Laborer
0
Crew foreman
Supervisor
,, rr,,
W J' dU
Chemical applicator
I' 0c)
4
Please list the unit cost, EXCLUDING part cost, for the following tasks. These rates will not be used in
evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City
under this contract. All irrigation pipe repairs are required to be schedule 40 pipe.
Task Unit cost
Repair irrigation lateral leak pipe (10 -feet) and two fittings i o 5, Oo
Repair irrigation main line break (10 -feet) of pipe and three fittings 7 2-D' Cb
Replace broken irrigation pipe- 10' section sch. 40 pipe
Replace sprinkler and nozzle head- Rain Bird 1800 series
Replace sprinkler head rotor and nozzle- Hunter 1-25
Replace irrigation controller -Rain Master Eagle I with SSE
Replace remote control valve 1-1/4- inch superior 950DW
Replace remote control valve 1-1/2 inch superior 950DW
Replace remote control valve 2 -inch superior 950DW
*2213. Cy
25, Fit
LJ�. D -U
2Ot``.,o�
Bid # LMD -10-I I-04 51
PRICING SHEET CONTINUED T-46
Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used
in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City
under this contract.
Bid # LMD -10-11-04 52
EXTENDED
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
PRICE
MEASURE
(unit price x
uanti
1
1 square foot
500 sq. ft.
Price for landscaped
median maintenance with
turf.
2
1 square foot
1000 sq. ft.
Price for landscaped
median maintenance for
shrubs and ground cover.
3
1 square foot
500 sq. ft.
Price for landscaped,
irrigated slope
0.0
�J b
maintenance.
4
One gallon
(5) Five
Installation of shrub, one
gallon container.
0%
2-1t,40
5
Five gallon
(5) Five
Installation of shrub, five'f
i
t
2 ` 00
gallon container.
6
24 inch box
(2) Two
Installation of tree - 24
inch box container.
tree
�$ (�Z•
��jtFrJ > 00
7
15 gallon tree
(2) Two
Installation of tree -15
fr'^
gallon container
Bid # LMD -10-11-04 52
(CORRECTED) PRICING SHEET
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT ZONE T-47
NORTHPARK
Item Project Site Total Man
No. Hours on Site
Weekly
2. T-47 Northpark 1-J'7-
Monthly Total
Maintenance Cost Annual cost
Total annual cost for Items #2 $ 15 VJ • Dn _(USD)
Please enter this total on page 1, in the totall section #2
Total amount for items 2, annually, in legibly printed words: 6a
1t,�\
hz t MQ Q-\a�iWN A4CA MIA tvvt
Awuk5 NW&D C0h v
(DO NOT TOTAL BOTH ZONES TOGETHER)
LMD-10-11-04ADD1 6
PRICING SHEET CONTINUED IT -471.
Pricing and Billing Schedule Detail
Please list the various skill levels and hourly costs to be used in performing the work required in the
specifications for annual landscape maintenance. These rates will not be used in evaluating the bid, but may
be used in evaluating cost estimates for additional work requested by the City under this contract.
Skill Level
Irrigation specialist'd�
Hourly cost
After hour emergency rate
�jdc 5Ta
Irrigation assistant
45
Certified Arborist
Laborer
Crew foreman
r t lob
Supervisor
Uli .bT)
cl1 ,50
Chemical applicator
�t5
10516-D
Please list the unit cost, EXCLUDING part cost, for the following tasks. These rates will not be used in
evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City
under this contract. All irrigation pipe repairs are required to be schedule 40 pipe.
Task Unit cost
Repair irrigation lateral leak pipe (10 -feet) and two fittings 5 5' 6U
Repair irrigation main line break (10 -feet) of pipe and three fittings D , C�
Replace broken irrigation pipe- 10' section sch. 40 pipe
Replace sprinkler and nozzle head- Rain Bird 1800 series
Replace sprinkler head rotor and nozzle -Hunter 1-25
Replace irrigation controller -Rain Master Eagle I with SSE
Replace remote control valve 1-1/4- inch superior 950DW
Replace remote control valve 1-1/2 inch superior 950DW
Replace remote control valve 2 -inch superior 950DW
+'7-2 C). DC
LS,ty
2 5 .oma
2 G, OT)
Bid # LMD-10-11-04 54
PRICING SHEET CONTINUED (T47)
Please list the unit price, EXCLUDING partlmaterial costs, for the following tasks. These rates will not be used
in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City
-under-this contract_
Bid # LMD-10-11-04 55
EXTENDED
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
PRICE
MEASURE
(unit price x
quantity)
1
1 square foot
500 sq. ft.
Price for landscaped
median maintenance with
�%
COD
turf.
2
1 square foot
1000 sq. ft.
Price for landscaped
median maintenance for
shrubs and ground cover.
3
1 square foot
500 sq. ft.
Price for landscaped,
irrigated slope
maintenance.
4
One gallon
(5) Five
Installation of shrub, one
gallon container.
2 t(n
5
Five gallon
(5) Five
Installation of shrub, five
4"
gallon container.
6
24 inch box
(2) Two
Installation of tree - 24
tree
inch box container.
7
15 gallon tree
(2) Two
Installation of tree -15
1P
vl
gallon container
Bid # LMD-10-11-04 55
EXHIBIT A
Violation Records
1) Please attach the last six (6) months of tailgate safety meeting records, including
employee sign in sheets and topics covered.
2) In the year of 2008, what was the longest stretch of days worked without an
accident in the landscape maintenance division?
a.
3) Please provide any sustained complaints made to your company within the past
four (4) years to Cal-Osha.
a �n �DO�C- LC I CQIIIk ��4 ��CLIA ') CUf1Gi YlQ 111 6)
4) Please provide any sustained complaints made to your company within the past
four (4) years to the California State Contractor Board in regards to your C-27
license.
a
Bid N LMD-I0-11-04 - 56
STAY • GREEN
fandscalDe Services For Better Pro/5erties
TAILGATE SAFETY MEETING
SGI Meeting Record
INC
Page/Pagina 1 of/de: 4
Date / Fecha:
— 10
Hour/ Hora:
AM/PM
Department / Departamento:
SCV
Jose, A Romero
o e
4520
Jose, Pelayo Leon
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / RuSno Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discutido o Accidente y Lastimadura Revisada Ad'unte una copia)
(�� n
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Acci6n Tomada
4535
David, Pelayo Leon
Employee #
NAME
Sign / Firme.
4015
Salvador, Hernandez
`^
4432
Jose, A Romero
o e
4520
Jose, Pelayo Leon
J
4524
Alejandro, Garcia de Alba
(�� n
4535
David, Pelayo Leon
4567
Jose, Aguilera
C
4613
Enrique, Pelayo
4679
Gerson, Aguirre
4705
Francisco, S Cortes
ESPANOL Todos los empleados firmantes certifican clue la reunion foe real izada en Ingles o en Espadol, o usando ambos idiomas, para la perfecta eom-
prensi6n de todos los presences de los temas de seguridad tratados. Queen coda reunion SGI les recuerda que es parte de In yolidca de In empresa lleva r
adelante un trabaio resnonsable, honesto v seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que forrnaran parte de los test peri6dicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the Policy of the company to Perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel -
L LvL %
STAY • GREEN • INC
landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pagina 2 of/de: 4
Employee #
NAME
Sign / Firme
4713
Benjamin, Gutierrez Rios
4727
Miguel, Vargas Muiios
4882
Vera-Mojica, Leonardo
5054
Juan, Jose Uribe
rr� .
5118
Alejandro, Corona
%
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
a
� � v
5252
Omar, Garcia
Aff
Francisco, Mejia
5300
5329
Efrain, Nava
--
Lucio, Rodriguez Amable
5353
Miguel, Angel Roman
5354
5360
Alfredo, Benitez
Critian, D Mouroy Garcia
j
5362
1;81
FSPANOL: Todos los empleados firmantes certifican que la reunion foe realizada en Ingles o en Espadol, o usando ambos idiomas, para la perfecta com-
prension de todos Ins presentee de los temas de seguridad tmtados. Que en toda reunion SGI les recuerda que es Parte de la politica de la empresa Ilevar
adelante un trabaio resnonsable, honesto v seeuro. Todos los empleados dejan constancia tanrbien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que forrnaran parte de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe wark.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
STAY • GREEN • INC
Landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
Page/pagina 3 of/de: 4
Employee #
NAME
Sign / Firme
5390
Marcelino, Pelayo Aguilar
O/L ho,J
5406
Jose, S Herrera
7-105 (3 S i L v/;L
5426
David, Alanis Ruiz
5471
Elias, Javier Juarez
5474
Alanis, Delfino
5485
Pelayo, Juan A
5521
Perez, Noe
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
J p SH = I L lCI �6
5534
Protillo Salgado, Andres Avelino
r
5541
Luna, Camilo
/axoaj l/
n 111110
5544
Lopez, Tiburcio
r
5545
Albarado, Raul
�V I ee�C7
5548
Perez, Hector
Gf////
cC. ✓t GJe-e
ESPANOL: Tortes los empleados firmantes certifican que la reunion foe realinda en Ingles o en Espaftol, o usando ambos idiomas, para to perfecta com-
prension de lodes los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabs io resoonsable, honesto v seeuro. Todos los empleados dejan constancia tambien que los contemdos de esta reunion son pane de la
politica en materia de seguridad de SGI y que fonnaran pane de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
'All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
STAY
GREEN
kindscape krnraes For Better Properties
INC
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pigina 4 of/de: 4
Employee #
Numero del
Em leado
PRINT YOUR NAME PLEASE
PONGA SU NOMBRE EN LETRA IMPRENTA
POR FAVOR.
Sign / Firme
5570
Pelayo Valasco, Rosalio
RdSa �� o
5607
Aguirre Gerson
5607
Aguirre Gerson
5609
Vazquez Jose Manuel
5667
Lares Saldivar Victor
t
4844
Carrera Alfredo Escobedo
ESPANOL: Todos los empleados finnantes certifican que la reunion fue realizada en Ingles o en Espailol, o usando ambos idiomas, para to perfecta com-
prensidn de todos los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabaio responsible, honesto v seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que forrnaran parte de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible, honest and safe -work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
STAY GREEN
Landscape Services For Better Properties
TAILGATE SAFETY MEETING
Ori Maatinu Record
• INC
Page/Pigina 1 of/de: 4
7j — Hour/ Hora: 3(�
Date /
AM/PM
7Fec7ha:
DeparDepartamento:
SCV
Salvador, Hernandez
1
4015
4432
Jose, A Romero
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / Rufmo Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discutido o Accidente y Lastimadura Revisada Ad•unte una co is
c1 yo
Alejandro, Garcia de Alba
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Acci6n Tomada
4524
Employee #
NAME
Sign / Firme.
Salvador, Hernandez
1
4015
4432
Jose, A Romero
4520
Jose, Pelayo Leon
c1 yo
Alejandro, Garcia de Alba
4524
4535
David, Pelayo Leon
{
4567
Jose, Aguilera
t
4613
Enrique, Pelayo
' /
n Y� � er
Gerson, Aguirre
f S p A 6vl p-
4679
4705
Francisco, S Cortes
G �,,. .-Z /fir ."
ESPANOL: Todos los empleados Inmates ates certifican que Is reuni6n foe realizada en Ingl6s o en Espanol, o usando ambos idioms, para In perfecta com-
prensi6n de Lodes los presentes de los teams de seguridad tmtados. Que en toda reuni6n SGI les recuerda que _,..parte de In politica de In empresa aevar
adelante on trabaio responsable honuto v Minn. Todos los empleados dejan constancia tambi6n que los contenidos de esta reuni6n on parte de In
politica en materia de seguridad de SGI y que fornumm parte de los test peri6dicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of thepenodtc test of
evaluation of the personnel.
STAY • GREEN • INC
Landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pigina 2 of/de: 4
Employee #
NAME
Sign / Firme
4713
Benjamin, Gutierrez Rios
4727
Miguel, Vargas Muiios
4882
Vera-Mojica, Leonardo
5054
Juan, Jose Uribe
U
5118
Alejandro, Corona
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
Omar, Garcia
5252
6.4
5300
Francisco, Mejia
5329
Efrain, Nava
Lucio, Rodriguez Amable
5353
Miguel, Angel Roman
5354
5360
Alfredo, Benitez
Critian, D Monroy Garcia
f�
5362
J' l
ESPANOL: Todos los empleados firmantes certifican que Is reuni6n foe realizada en Ingles o en Espanol, o usando ambos idiomas, para la perfecta com-
prensi6n de todos los presentes de los temas de seguridad tmtados. Que an toda reunion SGI les recuerda que es parte de la politica de la empresa Ile ar
adelante an trabajo resnonsable honesto X seguro. Todos los empleados dejan constancia tambien que los comcmdos de esta reuni6n son parte de Is
politica en materia de seguridad de SGI y que forrnarm parte de los test peri6dicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible. honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
O
STAY • GREEN INC
Lan6Ncape Services For Better Properties rM
TAILGATE SAFETY MEETING
SGI Meeting Record
Page/pagina 3 oUde: 4
Employee #
NAME
Sign / Firme
5389
Hector, Camacho Ruiz
5390
Marcelino, Pelayo Aguilar
5406
Jose, S Herrera
71, ¢ E i4y09 1A
5426
David, Alanis Ruiz
5471
Elias, Javier Juarez
5474
Alanis, Delfmo
5485
Pelayo, Juan A
5486
Pelayo, Pedro A
5506
Robles Garcia, Miguel Angel
5516
Alcala Reyes, Victor H
5521
Perez, Noe
5524
Martinez, Gerardo
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
J oSe elay6
5534
Protillo Salgado, Andres Avelino
5541
Luna, Camilo
—dZ,
5544
Lopez, Tiburcio
5545
Albarado, Raul
Q
5547
Reyes, Rolando
5548
Perez, Hector
ESPANOL: Todos Ins empleados fitmantes certifican que Is reunion fine reatizada en Ingl6s o en Espanol, o usando ambos idiomas, para Is perfecta com-
pression de todos los presentee de los temas de seguridad tratados. Que en coda reuni6n SGI les recuerda que es parte de la pt lffica de la empresa Ilevar
adelante un trabaio responsable. honestosv evuro. Todos los empleados dejan constancia tambi6n que cos comenidos de esta reunion son parte de Is
politica en materia de seguridad de SGI y que fomumm parte de los test peri6dicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible- honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY GREEN • INC
A, TM
landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pigina 4 oflde: 4
Employee #
Numero del
Em leado
PRINT YOUR NAME PLEASE
PONGA SU NOMBRE EN LETRA IMPRENTA
POR FAVOR.
Sign / Firme
5551
Lopez, Guilmer
5556
Vazquez, Juan
5557
Tapia Garcia, Cesar E
5570
Pelayo Valasco, Rosalio
% eg
5574
Diaz, Benjamin
s �z
/
ESPANOL: Todos los empleados finnames certifican que la reuni6n the realizada en Ingles o en Espafiol, o usando ambos idioms, para Is perfecta com-
prensi6n de todos los preserves de los temas de seguridad tratados. Que en toda reum6n SGI les recuerda que e, s parte de Is politica de la empresa Ilevar
adelante un trabajo responsible, honesto y seguro. Todos Ins empleados dejan constancia tambien que los comenidos de esta reuni6n son parte de Is
politica en materia de seguridad de SGI y que forn arm parte de los test periddicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
i I"
�Vv
STAY • GREEN
Landscape 5en..1ces 11or Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
Page/Pagina 1 of/de: 4
Date/ Fecha:
— / Hour / Hora: �j
A M
Department / Departamento:
SCV
4432
Jose, A Romero
Ly
Meeting was conducted by
La clase foe dirigida por
Rene Rivera / Isaias Leon / Rufino Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discuti o Accidente y Lastimadura Revisada (Ad'unte una copia)
0do
5 e O m
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Action Tomada
Alejandro, Garcia de Alba
Employee #
NAME
Sign / Firme.
4015
Salvador; Hernandez
4432
Jose, A Romero
Ly
4520
Jose, Pelayo Leon
{
4524
Alejandro, Garcia de Alba
4535
David, Pelayo Leon
0 t oa o
4567
Jose, Aguilera
/
4613
Enrique, Pelayo
Y
lax
Gerson, Aguirre
4705
Francisco, S Cortes
L
ESPANOL: Todos los empleados finnantes certifierm que la reunion foe realizada en Ingles o en Espadol, o usando ambos idiomas, para la perfecta com-
prensidn de todos los presentes de las temas de seguridad tratados. Que en coda reunion SGI les recuerda que es parte de la politica de la emuresa Ilevar
adelante un trabaio responsable, honesto v seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que fonnaran parte de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
STAY GREEN • INC
I at
taladscape Services For Better Properties
SGI Meeting Record
.TAILGATE SAFETY MEETING
Page/pagina 2 of/de: 4
Employee #
NAME
Sign / Firme
4713
Benjamin, Gutierrez Rios
-.
NlD' !
4727
Miguel, Vargas Muiios
4882
Vera-Mojica, LeonardoC
-�
5054
Juan, Jose Uribe
5118
Alejandro, Corona
5199
Samuel Francisco, Romero Cruz
L .
5216
David, Pelayo
l
I U
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
5252
Omar, Garcia
o
5300
Francisco, Mejia
5329
Efrain, Nava
5353
Lucio, Rodriguez Amable
5354
Miguel, Angel Roman
5360
Alfredo, Benitez
5362
Critian, D Monroy Garcia
f
2--
ESPANOL: Todos los empleados firmantes certifican que la reunidn foe real izada en Ingles o on Espahol, o usando ambos idiomas. para la perfecta com-
prension de todos los presentee de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empress llevar
adelante an trabaio resuonsable, honesto v seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de In
politica en materia de seguridad de SGI y que forrnaran parte de los test periodicos de evaluacirm del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the companv to perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
STAY • GREEN
Landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
.t
Page/pagina 3 of/de: 4
Employee #
NAME
Sign / Firme
5390
Marcelino, Pelayo Aguilar
Lt e`��n�ol
5406
Jose, S Herrera
•
6S� • �
5426
5471
Elias, Javier Juarez
5474
Alanis, Delfino
>'•.,
5485
Pelayo, Juan A
,
5521
Perez, Noe
/C Y
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
�jpse eC �u} b
5534
Protillo Salgado, Andres Avelino
5541
Luna, Camilo
5544
Lopez, Tiburcio
5545
Albarado, Raul
c. A
5548
Perez, Hector
FSPANOL: Todos los empleados frmantes certifican que la reuni6n fue realizada en Ingles o en Espadol, o usando ambos idiomas, para la perfecta com-
prensi6n de todos los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es Parte de Ia politica de la emuresa Ilevar
adelante un trabaio responsable, honesto v seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test peribdicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to Perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
I
�
l.
STAY • GREEN
Landscape Services For- Setter Pro/)erties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
Page/Psgina 1 of/de: 4
Date / Fecha:
— l
Hour / Hora:
4015
Salvador, Hernandez
Department / Departamento:
SCV
4432
Jose, A Romero
Cy
4520
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / Rufino Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema resentado discuti o Accidente Lastimadura Revisada Ad•unte una copia)
Ido
Ct aC to r_ ✓� 0. I Ir G P
5 e O a
4524
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendacidn o Acci6n Tomada
Employee #
NAME
Sign / Firme.
4015
Salvador, Hernandez
4432
Jose, A Romero
Cy
4520
Jose, Pelayo Leon
—�
1 ,
4524
Alejandro, Garcia de Alba
4535
David, Pelayo Leon
m\11eo
4567
Jose, Aguilera
4613
Enrique, Pelayo
l d'z • P� I �
Gerson, Aguirre
4705
Francisco, S Cortes
ESPANOL: Todos los empleados fnnantes certifican que la reunion foe realizada en Ingles o en Espahol, o usando ambos idiomas, para Is perfecta com-
prension de todos los presentee de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la emnresa Ilevar
adelante un trabaia resoonsable, honesto v seouro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que forrnaran parte de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe wark.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY . GREEN INC
/.anciscape dery ices For Better Properties 1>+
TAILGATE SAFETY MEETING
SGI Meeting Record
Page/pagina 4 of/de: 4
Employee # i'RINT YOUR NAME PLEASE
Numero del 11'Ottrd;:� SU N�*3MIIRE EN LETRA IMPRENTA Sign / Firme
Empieada � ''� sly ;?.A'VOR.
0?b
5607
ff adv<9
F
Aguir. —
I
ESPANOL: Todos los empleados timantes certifican que la reunion fue realizada on Ing "
prension de todos los presentes de los temas de seguridad tratados. Quo on toda reunion SGI les recuerda que es arte de la I'fi d
les o on Espatlol, o usando ambos ""omas, para la perfecta com-
adelante un tratia'o res onsable hones[o se uro. Todos los empleados dol
constancia [ambien que los contemdos de esta reunion son parte de In
politica on materia de seguridad de SGI la em II
nod
on
est
ENGLISH: All the signatory employees cert fy that the meeting waInsstpres [ed no English IoraSpanah, orruos ng both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is art of the otic of [he 'am
an to erform res onsibie honest and safe work.
All the employees also put record [hat the contents of this meeting are part of the policy in [th matter of security of So
and are part of the periodic res[ of
evaluation ufthe personnel.
STAY • GREEN
Landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
Ibt
Page/Pagina 1 oVde: 3
Date/ Fecha:
NAME
Hour / Hora:
4435
AM/PM
Department / Departamento:
SCV2
Jose G Jimenez
4592
Manuel Reyes Gonzalez
4640
Miguel Vazquez Delguado
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Grant Clack / Rafael Caballero
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discutido o Accidente y Lastimadura Revisada (Ad'unte una copia)
4873
Salvador Gabriel
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Acci6n Tomada
5064
Francisco P Avila
Employee #
NAME
Sign / Firme.
4435
Hector Ramos Perez
4502
Jose G Jimenez
4592
Manuel Reyes Gonzalez
4640
Miguel Vazquez Delguado
4640
Adalberto Reynaga
4873
Salvador Gabriel
5064
Francisco P Avila
5121
Jose Luis Villegas
5328
Bartolo Magana
i
ESPANGL: Todos Ins empleados firmantes certifican que la reunion fue realizada en Ingles o en Espanol, o u8 ndo ambos idiomas. para Is perfecta com-
prension de todos los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabalo responsable, honesto y seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de Is
politica en materia de seguridad de SGI y que fonnaran parte de los test periodicos de evaluacidn del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY • GREEN • INC
INI
fandsccr/)e ,Servicew For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
2 of/de: 3
Employee #
NAME
Sign / Firme
5330
Manuel Vides Lopez
5412
Alfredo Mora
5434
Gabriel Trejo Navarette
5458
Edgar Garcia
5473
Gustavo Perez
5477
Hector Gomez
5480
Jose Luis Perez Morales
5507
William Ernesto De Paz
5520
Juan Carlos Pelayo
_ �y
f V,4
5533
Gerardo B Gonzalez
5564
Javier Trejo Cervantes
5565
Manolo Chavez
5593
Antonio Magana
5594
Ramon Caballero Avila
5605
Jose Luis Perez
n:' L ' Z
30 6 r7llrt e<'rlt
55�1�j
iS�tC�I 41l':Jrt`�c�cs�
�Z�fu( !� IVU,
v
ESPANOL: Todos los empleados firmantes certifican que in reunion foe realizada en Ingles o en Espaflol. o usando ambos idiomas, para In perfecta com-
prension de todos los presentee de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabaio responsable, bonesto v seguro. Todos los empleados dejan constancia tambien que los comenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding orals
treated subjects of security. In all meetings SGI remids them that it is part of the noliev of the company to perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY • GREEN • INC
IM
Landscape Services For Better Pr%)erties
5320 —
Jaa�
at�dyad�
ESPAIJOL: Todos los empleados firmantes certifican que Is reunion fue realizada en fogies o en Espanol, o usando ambos idiomas, para la perfecta com-
prension de todos los presentes de Ins temas de seguridad tratados. Que en toda reunion SGI les recuerda que es Parte de la Politica de la empresa Ilevar
adelante an trabaio resuonsable. honesto y seguro. Todos los empleados dgian constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que forrnaran parte de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is Part of the Policy of the company to Perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY • GREEN
landscape Services For Better Propartdec
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
rst
Page/Pagina 1 of/de: 4
Date / Fecha:
1 6--,2
1 Hour / Hora:
6 ,`()
M M
Department / Departamento:
SCV
Jose, A Romero
4520
Jose, Pelayo Leon
f
.00. �6
4524
Alejandro, Garcia de Alba
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / Rufino Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discutido o Accidents y Lastimadura Revisada Ad'unte una copia)
4567
Jose, Aguilera
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Acci6n Tomada
4613
Enrique, Pelayo
Employee #
NAME,
Sign / Firme.
4015
Salvador, Hernandez
4432
Jose, A Romero
4520
Jose, Pelayo Leon
f
.00. �6
4524
Alejandro, Garcia de Alba
Y
ale
4535
David, Pelayo Leon
4567
Jose, Aguilera
r
4613
Enrique, Pelayo
_. ' re
4705
Francisco, S Cortes
",
ESPANOL: Todos los empleados tirmantes certitican que la reunion foe realizada en Ingles o en Espanol, o usando ambos idiomas. para la perfecta com-
prension de todos los presentes de los temas the seguridad tratados. Que en Coda reunion SGI les recuerda que es parte de la oolitica de la emnresa Iles'ar
adelante un trabaio resoonsable, honesto v sector . Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que forrnaran parte de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the comanv to perform responsible honest and safe isork.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY • GREEN INC
hivarlccrr/,�e ,S rrices
For Better Prol.)ertles
SGI Meeting Record
______TAILGATE SAFETY MEETING
Page/pagina 2 of/de: 4
Employee #
NAME
Sign / Fi e
4713
Benjamin, Gutierrez Rios
4727
Miguel, Vargas Munos
4882
Vera-Mojica, Leonardo
.5054
Juan, Jose Uribe
!
5118
Alejandro, Corona
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo -
5223
Ledezma-Cisneros, Carlos
Salvador, Alaniz
5239
Omar, Garcia
5252
5300
Francisco, Mejia
5329
Efrain, Nava
Lucio, Rodriguez Amable
5353
5360
Alfredo, Benitez
IK
Critian, D Monroy Garcia
5362
I �
�9A� J9
I
J
I — f
FSPANOL: Todos los empleados finnantes certifican que In reunion the realizada en Ingles o en Espanol, o usando ambos idiomas. para la perfecta com-
prension de tortes los presentes de los temas de seguridad tratados. Que en Coda reunion SGI les recuerda que es parte de la politica de In empress llevar
adelante un trabaio responsable, honesto v seauro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que fomtaran parte de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible. honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
r
STAY • GREEN
Landscerpe Sert.4ces For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
I N C
I xt
Page/pagina 3 of/de: 4
Employee #
NAME
Sign / Firme
5390
Marcelino, Pelayo Aguilar
5406
Jose, S Herrera
�4
5471
Elias, Javier Juarez
5474
Alanis, Delfino
r
5485
Pelayo, Juan A
5521
Perez, Noe
0
�2-
5526
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
JCL52
5534
Protillo Salgado, Andres Avelino
�Rd res e 2r% ILO
5541
Luna, Camilo
5544
Lopez, Tiburcio
5545
Albarado, Raul
5548
Perez, Hector
FSPANOL.: Todos los empleados tirmantes certifican que la reunion fue realizada en Ingles o en EspOol, o usando ambos idiomas. para la perfecta com-
prension de todus los presentee de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es Parte de la politica de la empresa Ilevar
adelante un trabaio resoonsable, honesto v seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran pane de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish. or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is Part of the poliev of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY GREEN INC
P11
tandscape servives For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pagina 4 of/de: 4
Employee #
Numero del
Em leado
PRINT YOUR NAME PLEASE
PONGA SU NOMBRE EN LETRA IMPRENTA
POR FAVOR.
Sign / Firme
5570
Pelayo Valasco, Rosalio
,o
---46096
5607
Aguirre Gerson
5609
Vazquez Jose Manuel
5667
Lares Saldivar Victor
4844
Carrera Alfredo Escobedo
ESPANOL: Todos los empleados firmantes certifican que In reunion tue realizada en Ingles o en Espanol, o usando ambos idiomas. para la perfecta com-
prensi6n de todos los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de Is empresa Ilevar
adelante un trabaio responsable, honesto v seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que Immaran parte de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages. for clear understanding of all
.treated subjects of security. In all meetings SGI remids them that it is part of the police of the company to perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
WNRS It
Landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
Page/Pagina 1 of/de: 4
Date/ Fecha: I
— ,2— (v
1 Hour/ Hora:
; 15
AM/PM
Department / Departamento:
SCV
Jose, A Romero
–7)
0S� O�FO
4520
Jose, Pelayo Leon '
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / Rufino Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed, (Attach a copy)
Tema presentado y discutido o Accidente y Lastimadura Revisada Ad'unte una co is
4524
Alejandro, Garcia de Alba
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Acci6n Tomada
r r
Employee #
NAME
Sign / Firme.
4015
Salvador, Hernandez
4432
Jose, A Romero
–7)
0S� O�FO
4520
Jose, Pelayo Leon '
4524
Alejandro, Garcia de Alba
r,
r r
4535
David, Pelayo Leon
t
�C
4567
Jose, Aguilera
t -
4613
Enrique, Pelayo
_
.4679
Gerson, Aguirre
4705
Francisco, S Cortes
ESPA&OL: Todds los empleados frmantes certifican que Is muni6n fue malvada en Inglds o en Espaiiol, o usando ambos idiomas, para Is perfecta com-
prensi6h de todos los presentee de los tomos de seguridad tratados. Que en toda munirm SGI les recuerda que es parte de la politica de Is emnresa Ilevar
adelante on trabaio responsable. honesto v seeuro. Todds los empleados dean constancia tambidn que los contenidos de esta reunirin son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test peri6dicos de evalu rci6a del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
0
STAY • GREEN a INC
Landscape Services For Better Properties rn,
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pfigina 2 of/de: 4
Employee #
NAME
Sign / Fir e
4713
Benjamin, Guti6rrez Rios
4727
Miguel, Vargas Mufios
4882
Vera-Mojica, Leonardo
--
5054
Juan, Jose Uribe
5118
Alejandro, Corona
•., Z ,
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
?plc
5252
Omar, Garcia
5300
Francisco, Mejia
5329
Efrain, Nava
5353
Lucio, Rodriguez Amable
5354
Miguel, Angel Roman
5360
Alfredo, Benitez
5362
Critian, D Monroy Garcia
/ 1
I
ESPANOL: Todos los empleados fimrantes certifican que Is reuni6n foe realizada en Inglds o en Espanol, o usando ambos idiomas, pam Is perfecta com-
prensi6n de todos los presentes de los temas de seguridad tmtados. Que en toda reuni6n SGI les recuerda que as parte de Is politica do la empress never
adelante on trabajo responsable. honesto y seyuro. Todos los empleados dejan constancia mmbidn que los contenidos de esta reuni6n son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test peri6dicos de evaluaci6n del personal
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
1
STAY • GREEN INC
Landscape Services For Better Properties TN
TAILGATE SAFETY MEETING
SGI Meeting Record
Page/pigina 3 oUde: 4
Employee #
NAME
Sign / Firme
5389
Hector, Camacho Ruiz
5390
Marcelino, Pelayo Aguilar
G e—t r �,
5406
Jose, S Herrera
Est' S�v14
5426
David, Alanis Ruiz
5471
Elias, Javier Juarez
7
5474
Alanis, Delfmo
t
5485
Pelayo, Juan A
_
t
5486
Pelayo, Pedro A
5506
Robles Garcia, Miguel Angel
5516
Alcala Reyes, Victor H
5521
Perez, Noe
/uC�// /
�L°
5524
Martinez, Gerardo
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
J ore
5534
Protillo Salgado, Andres Avelino
„
5541
Luna, Camilo
q
L
5544
Lopez, Tiburcio
5545
Albarado, Raul
r `
5547
Reyes, Rolando
`
5548
Perez, Hector
ESPANOL: Todds los empleados firmantes certifican que la reunion fue realizada en Inglds o en Fspadol, o usando ambos idiomas, pam In perfecta com-
pnmsi6n de lodes los presentes de los temas de seguridad tmtados. Que en toda reunion SGI les recuerda que es parte de In polftica dela empresa Oeyar
adelante un trabajo responsable. honesto v seeuro. Todos los empleadbs dejan constzncia tambi6n que los contenidos de esta reuni6n son parte de Is
politica en materia de seguridad de SGI y que fotmatan parte de los test peri6dicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it Is part of the policy of the company to perform responsible. honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel .
_ STAY • GREEN • INC
Landscape Services For Better Properties TM
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pagina 4 of/de: 4
ESPANOL: Todos los empleados firmautes cenifican que Is muni6n fue malizada on Ingl6s o eo Espanol, o usando ambos idioms, para Is perfecta com-
prensi6n de lodes los presentee de los team de seguridad tratados. Que Co toda reuni6n SGI les recuerda que s parte dg la politica de In empresa 11
eyar
adelante un trabajo responsabla honesto y seguro. Todos los empleados dejan constancia tambidn que los contenidos de esta muni6n son parte de Is
Politics en materia de seguridad de SGI y que formaran pane de los test peri6dicos de evaluaci6n del personal.
ENGLISH: An the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it le Part of the P!Ilicv of the company to perfm
evaluation of the personnel. responsible. honest d t
e work.
All the employees also put record that the contents of this meeting are part of the policy m the matter of security of SGI and are part of the periodic test of
Y'
STAY • GREEN
LandscapeServices For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
rm
Paae/PaQina 1 of/de: 4
Date / Fecha:
1 6 —
Hour/ Hora:
d
Salvador, Hernandez
M
Department / Departamento:
SCV
4432
Jose, A Romero
i
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / Rufino Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema resentado discutido o Accidente Lastimadura Revisada Ad'unte una co ia)
e
^ e- r
/
1 6
Suggesti / Recommendati or Action ken / Su erencia / Recomendaci6n o Acci6n Tomada
r
4535
Employee #
NAME
Sign / Firme.
4015
Salvador, Hernandez
4432
Jose, A Romero
i
4520
Jose, Pelayo Leon
r
e Pllr� Yo 1605
4524
Alejandro, Garcia de Alba
r
4535
David, Pelayo Leon
4567
Jose, Aguilera
4613
Enrique, Pelayo
rt tee, -he .
4679'
4705
Francisco, S Cortes
ESPANOL: Todos los empleados firmames certifican que la reunion fue realizada en Ingles o en Espailol, o usando ambos idiomas, para la perfecta com-
prension de todos los presentee de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la Politica de la emnresa Ilevar
adelante ma trabaio responsable, honesto v seouro. Todos los empleados dejan constancm tambien que los contenidos de esta reunion son pane de la
politica en materia de seguridad de SGI y que Immaran parte de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certify that themeeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the Policy of the company to Perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy to the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
ll�
STAY • GREEN • INC
r n+
Landscrepe Sertlees Bor.Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pagina 2 of/de: 4
Employee #
NAME .
Sign / Firme
4713
Benjamin, Gutierrez Rios
4727
Miguel, Vargas Muiios
4882
Vera-Mojica, Leonardo
5054
Juan, Jose Uribe
'-
5118
Alejandro, Corona
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
5252
Omar, Garcia
5300
Francisco, Mejia
5329
Efrain, Nava
5353
Lucio, Rodriguez Amable
5354
el ng Ro a
Af
F
5360
Alfredo, Benitez,
5362
Critian, D Monroy Garcia
ESPANOL: Todos los empleados firmantes certifican que In reuni6n fue realizada en Ingles o en Espadol, o usando ambos idiomas, para la perfecta com-
prensi6n de todos los presences de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabsio responsable, honesto y seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que fonnaran parte de los test peri6dicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the Policy of the company to perform responsible honest and safe work.
All the employees alto put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
S TAY • GREEN
L,andscty5e S'e Aces For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
M
Page/pagina 3 oVde: 4
Employee #
NAME
Sign / Firme
5390
Marcelino, Pelayo Aguilar
_
5406
Jose, S Herrera
�Se $rL via
5426
5471
Elias, Javier Juarez
5474
Alanis, Delfino
5485
Pelayo, Juan A
—
VA n
5521
Perez, Noe
r
/VO
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
5534
Protillo Salgado, Andres Avelino
n r eS
5541
Luna, Camilo
5544
Lopez, Tiburcio
5545
Albarado, Raul
1� V t2%V Ca U
5548
Perez, Hector
ESPANOL: Todos los empleados firmantes certifican que In reunion foe realizada en Ingles o en Espadol, o usando ambos idiomas, para la perfecta com-
prensibn de Indus los presentes de los temas de seguridad tratados. Que en toda reunidn SGI les recuerda que es Parte de la politica de la emnresa Ilevar
adelante an trabaio resnonsable, honesto v seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunidn son parte de In
politica en materia de seguridad de SGI y que formaran parte de Ins test periddicos de evaluaci0n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is Part of the Policy of the company to Perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel. -
ion
u
STAY • GREEN • INC
IN
Landscape services For Better Pro/5erties
I -- _ _ __:__ - _ _____TAILGATE-SAFETY.MEETING_ .___.--.
SGI Meeting Record
Page/pagina 4 of/de: 4
Employee #
Numero del
Em leado
PRINT YOUR NAME PLEASE
PONGA SU NOMBRE EN LETRA IMPRENTA
POR FAVOR.
Sign / Firme
5570
Pelayo Valasco, Rosalio
I D
5607
5607
Aguirre Gerson
L (f/5 0 9 (JU-%
-1
5609
Vazquez Jose Manuel
y ! i 0
5667
Lares Saldivar Victor
4844
Carrera Alfredo Escobedo
t4 P
lteV
1
t
ESPANOL: Todos los empleados firmantes certifican que la reunion the realizada en Ingles o en Espanol, o usando ambos idiomas, para la perfecta com-
prensi6n de lodes los presentes de los temas de seguridad tratados. Que en Coda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabaio responsable, honesto v seauro. Todos los empleados dejan constancia tambien que los contenidos de esta reuni6n son parte de In
politica en materia de seguridad de SGI y que formaran parte de los test peri6dicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all r
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
All the employees also pm record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
STAY
GREEN
Landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
INC
Paize/P:kina 1 of/de! 4
Date / Fecha:
— — ! C7
Hour/ Hora:
4015
Salvador, Hernandez
Department/ Departamento:
SCV
Jose, A Romero
4520
Jose, Pelayo Leon
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / Rufmo Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discutido o Accidente y Lastimadura Revisada Ad'unte una co is
Suggestion / Recommendation or Action Taken / Sugerencla / Recomendacidn o Acc & Tomada
4535
David, Pelayo Leon
Employee #
NAME
Sign / Firme.
4015
Salvador, Hernandez
4432
Jose, A Romero
4520
Jose, Pelayo Leon
4524
Alejandro, Garcia de Alba
4535
David, Pelayo Leon
l e
4567
Jose, Aguilera
4613
Enrique, Pelayo
G A
)e le,
4679
Gerson, Aguirre
t
4 5-14 A9���
4705
Francisco, S Cortes
i
ESPANOL: Todos los empleados fumantes certifican que In mmi6n foe realizada en Inglds o m Espanol, o wmdo ambos idiomas, para Is perfecta com-
prensidn de todos los presentes de los temas de seguridad mdados. Que en toda reuni6n SGI les recuerda que as parte de la politica de Is empress lleyar
ante an trabalo resoonsable. honestgaY smro. Todos los empleadbs dejan constancia tambidn que los contenidos de esm reuni6n son parte de Is
politica en materia de seguridad de SGI y que formas, parte de los test peri6dicos de evalmoi6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that itis part of the policy of the cgmpagy to perf2rm responsible, honest and safe wo 15.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security
evaluation of the personnel. of SGI and are part of the periodic test of
I
Landscape Services For Better Properties
SGI Meeting Record
TAILGATE SAFETY MEETING
Page/pagina 2 of/de: 4
Employee #
NAME
Sign / Firme
4713
Benjamin, Guti6rrez Rios
e2C�1
Miguel, Vargas Munos
4727
r
4882
Vera-Mojica, Leonardo
_
5054
Juan, Jose Uribe
5118
Alejandro, Corona
Samuel Francisco, Romero Cruz
5199
c-
5216
David, Pelayo
` ..
Ledezma-Cisneros, Carlos
5223
Salvador, Alaniz
5239
5252
Omar, Garcia
rn
Francisco, Mejia
5300
Efrain, Nava
5329
Lucio, Rodriguez Amablei
5353
Miguel, Angel Roman
5354
5360
Alfredo, Benitez
5362
Critian, D Monroy Garcia
ESPANOL: Todos los empleados fumantes certifican que la reuni6n fue malizada en Ingl6s o en Espanol, o usando ambos idiomas, para In perfecta com-
prensi6n de todos los presentes de los temas de seguridad tratados. Que en toda reuni6n SGI les recuerda que es parte de In polltica de In empresa Ilevar
adelante un trabajqresoansable honesto y se u . Todos los empleados dejan constancia tambidn que los contenidos de esta reuni6nson pane de In
politica en materia de seguridad de SGI y que formaran parte detos test pedddicos de evaluaci6n del personal.
ENGLISH: All dte signatory employees certify that the meeting was presented in English or Spanish, or using bout languages, for clear tmderstanding of all.
treated subjects of security. in all meetings SGI remids them that itis nart fa nol'cv of the comoanv to perform responsible hon st and safe work.
All the employees also put record that the contents oftia meeting aze pan 6f the policy. in the matter of security of SGI and aze part of the penodm test of
evaluation of the personnel.
STAY
GREEN
landscape Services For Better properties
TAILGATE SAFETY MEETING
SGI Meeting Record
Employee #
5389
5390
5406
5426
5471
5474
5485
5486
5506
5516
5521
5524
5526
5528
5534
5541
5544
5545
5547
5548
INC
Page/p'agina 3 of/de: 4
NAME Sign / Firme
Hector, Camacho Ruiz
Marcelino, Pelayo Aguilar
Jose, S Herrera
David, Alanis Ruiz I
Elias, Javier Juarez _ J
Deifmo
Pelayo, Juan A
Pelayo, Pedro A
Robles Garcia, Miguel Angel
Alcala Reyes, Victor H
Perez, Noe
Martinez, Gerardo
Magana-Lopez, Nicolas
Pelayo, Jose Isaac
Protillo Salgado, Andres Avelino
Luna, Camilo
Lopez, Tiburcio
Albarado, Raul
.Reyes, Rolando
Perez, Hector
ESPANOL: Todos los emplmdos fumantm certifican que la mmidn fue realizada en Inglds o m Espanol 0 usando ambos idiomas, para la perfecta com-
prensidn de todos los presentee de los temas de seguridad tmtados. W
add me un trab io r �pon�aF�e �_---•- - --- Que en toda remi6n SGI les rceuerda a es Dart¢ dela politica de la ¢more a never
--.y_o. Todos los empleados'dejan constancia tambidn que los contemdos de este reunidn son parte de ]a
pohUca en matena de seguridad de SGI y que fom�aran parte de los test periddicos de evaluacidn del personal.
ENGLISH: All the signatory employees certify that fhe meeting was presented in English or Spanish, or vein both len
treated subjects of security. In all meetings SGI remids them that it is part ft
oolicv of the.rBes� for clear understanding of all
All the employces also put record that the contents of this meeUn are sibl ho eer nd safe a
evaluation of the personnel. B Part of the pobcy m the matter of secunty of SGI and aze part of the periodic ten of
GI Y�
Landscape I Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
INC
Page/pagina 4 of/de: 4
Employee #
Numero del
Em leado
PRINT YOUR NAME PLEASE
PONGA SU NOMBRE EN LETRA IMPRENTA
POR FAVOR.
Sign / Firme
5551
Lopez, Guilmer
5556
Vazquez, Juan
5557
Tapia Garcia, Cesar E
5570
Pelayo Valasco, Rosalio
"^ %
5574
Diaz, Benjamin
,BGG
L ki
Ste.
ESPANOL: Todos.los empleados firmantes certifican que Is reuni6n fue realizada en Inglds o en Espanol, o usando ambos idiomas, para Is perfecta cwm-
prensi6n de todos los presentes de los temas de seguridad tratados. Que en toda reuni6n SGI les recuerda que as parte de la politica de la empress Veva
adelaute un trabaio responsable honesto )_sePuro. Todos los empleados dejan constancia tambien que los wntenidos de esta reuni6n son parte de la
politica en materia de seguridad de SGI y que fornu m parte de los test peri6dicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
I
STAY • GREEN
landscapeServices For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
IM
Page/Pagina 1 of/de: 4
Date / Fecha:
NAME
Hour / or
4015
Department/ De artamento:
SCV
4432, -••
Jose, A Romero
4520
Jose, Pelayo Leon
)oe:
4524
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / saias Leo Rufino Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discutido o Accidente y Lastimadura Revisada Ad'unte una copia)
David, Pelayo Leon
C 1 i)
4567
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Acci6n Tomada
4613
Enrique, Pelayo
Employee #
NAME
Sign / Firme.
4015
Salvador, Hernandez
4432, -••
Jose, A Romero
4520
Jose, Pelayo Leon
)oe:
4524
Alejandro, Garcia de Alba
D� O WLr�P
4535
David, Pelayo Leon
C 1 i)
4567
Jose, Aguilera
4613
Enrique, Pelayo
,
4679
Gerson, Aguirre
4705
Francisco, S Cortes
J
is
ESPANOL: Todos los empleados firmantes certifican que In reunion Poe realizada en Ingles o en Espadol, o usando ambos idiomas, para In perfecta com-
prension de Indus Ins presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica do la emresa llevar
adelante un trabato responsible, honesto v seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test periodicos de evaluacion del personal..
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY • GREEN INC
1:N
Landscape Services For Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pagina 2 of/de: 4
Employee #
NAME
Sign / Firme
4713
Benjamin, Gutierrez Rios
4727
Miguel, Vargas Muiios
4882
Vera-Mojica, Leonardo
5054
Juan, Jose Uribe
A
5118
Alejandro, Corona
s y"
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo
-ter
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
5252
Omar, Garcia
5300
Francisco, Mejia
'
5329
Efrain, Nava
5353
Lucio, Rodriguez Amable
_
5354
Miguel, Angel Roman
5360
Alfredo, Benitez
JW
y
5362
Critian, D Monroy Garcia}
,-
ESPANOL: Todos los empleados fmtantes certifcan que la reunion fire realizada en Ingles o en Espadol, o usando ambos idiomas, para la perfecta com-
prension de todos los presentee de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabaio responsable. honesto y seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de In
politica en materia de seguridad de SGI y que formaran parte de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
STAY • GREEN
Landscape Services for Setter Properties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
IM
Page/pagina 3 of/de: 4
Employee #
NAME
Sign / Firme
5390
Marcelino, Pelayo Aguilar
VA V � r
5406
Jose, S Herrera
OSS S /L vit
5426
David, Alanis Ruiz
5471.
Elias, Javier Juarez
5474
Alanis, Delfino
5485
Pelayo, Juan A
7
5521
Perez, Noe
5526
Magana-Lopez, Nicolas
,
5528
Pelayo, Jose Isaac
eir sa'ya
5534
Protillo Salgado, Andres Avelinon
1 pP C
5541
Luna, Camilo
f I
5544
Lopez, Tiburcio
,
5545
Albarado, Raul
1 GYM
5548
Perez, Hector
(�I
t9ri 04
ESPANOL: Todos los empleados fimtantes certifican que la reunion foe realizada en Ingles o en Espahol, o usando ambos idiomas, para la perfecta com-
prensi6n de Indus los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es Parte de la Politica de la emnresa Ilevar
adelante un trabaio responsible, honesto v seauro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de Ins test peri6dicos de evaluaci6n del personal. .
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is Part of the Policy of the company to Perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
J
) C-)
STAY • GREEN • INC
r,t
fandscape Services ror Better Pro/)erties
_TAILGATE SAFETY MEETING__
SGI Meeting Record Page/pagina 4 of/de: 4
Employee #
Numero del
Em leado
PRINT YOUR NAME PLEASE
PONGA SU NOMBRE EN LETRA IMPRENTA
POR FAVOR.
Sign / Firme
5570
Pelayo Valasco, Rosalio
o I:
5607
Aguirre Gerson
5607
Aguirre Gerson
L[ ®►n Uj Y
/)
5609
Vazquez Jose Manuel
5667
Lares Saldivar Victor
/
44844
Carrera Alfredo Escobedo/
ESPANOL: Todos los empleados finnantes certifican que la reunion fue realizada en Ingles o en Espanol, o usando ambos idiomas, para Is perfecta com-
prensi6n de lodes los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabaio responsable, honesto v sevum. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test peri6dicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the nolicv of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
IN
STAY • GREEN
1,cazJsarpe Services Pm• Better 1'r%)erttes
TAILGATE SAFETY MEETING
CGI Meeting Record
• INC
IM
Page/Pigina 1 of/de: 3
Employee #
Hora:
Sign / Firme.
Date / Fecha:
Department / Departamento:
SCV
4015
4432
7Gom
Meeting was conducted by
La clase fue dirigida por
Rene Ris n / Rufino
7Accideni(and7copy)
Subjects Presented and Discussed or Injuries Reviewed (Attac
Tema resentado y discutido o Accidente y Lastimadura Revisada (Adjunte una copia)
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Acci6n Tomada
4524
Employee #
NAME
Sign / Firme.
Salvador, Hernandez
4015
4432
Jose, A Romero
Jose, Pelayo Leon
4520
Alejandro, Garcia de Alba
4524
r
,I
David, Pelayo Leon
4535
\l
Jose, Aguilera
r f
4567
4613
Enrique, Pelayo
/
Gerson, Aguirre�C
4679
Francisco, S Cortes
4705
ESPAWL: Todos los empleados tirmantes certifican que la reunion fue realizada en IngNs o en Espanol. o usando ambos idiomas. para la perfecta com-
prensi6n de todos los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de In empress Ilevar
adelante un trabaio responsable honesto v seguro. Todds los empleados dejan constancia tambien que los contenidos de esta reuni6n son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test peri6dicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish. or using both languages. for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the polio ' of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation orthe personnel
STAY • GREEN
landscre/ e Sortlevs for Better t'ropertles
SGI Meeting Record
• INC
TAILGATE.SAFETY_MEETING_
Page/pagina 2 of/de: 3
Employee #
NAME
Sign / Firme
4713
Benjamin, Gutierrez Rios
t
4727
Miguel, Vargas Munos
4882
Vera-Mojica, Leonardo
4844
Carrera Alfredo Escobedo
5054
Juan, Jose Uribe
%
c/ Al
5118
Alejandro, Corona
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo
V I
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
f'
5252
Omar, Garcia
5300
Francisco, Mejia
5329
Efrain, Nava
5353
Lucio, Rodriguez Amable
5360
Alfredo, Benitez
5362
Critian D Monroy Garcia
T'
it
ESPANOL: Todos los empleados tirmantes certitican que la reuni6n foe real izada en Ingles o en Espadol. o usando ambos idiomas. para la perfecta com-
prensi6n de lodes los presentes de los temas de seeuridad tratados. Queen toda reunion SGI les recuerda que es parte de la politica de la emnresa IIevar
adelante un trabaio responsable, honesto v seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de to
politica en materia de seeuridad de SGI y que formaran parte de los test peri6diecs de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish. or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
STAY • GREEN
l"iindeca/ie .Sereiccw Por Better Pr%)erf es
TAILGATE SAFETY MEETING
SGI Meeting Record
I N C
Page/pagina 3 of/de: 3
Employee #
NAME
Sign / Firme
5390
Marcelino, Pelayo Aguilar
—
5406
Jose,S Herrera
..
GS" '✓A
5471
Elias, Javier Juarez
5474
Alanis, Delfino
5485
Pelayo, Juan A�
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
5534
Protillo Salgado, Andres Avelino
— n d fes
5541
Luna, Camilo
5544
Lopez, Tiburcio
u
5545
Albarado, Raul
UA wekvca�
5548
Perez, Hector
�� m�
5570
Pelayo Valasco, Rosalio
OS of
5609
Vazquez Jose Manuel
5667
Lares Saldivar Victor
is .
5691
Mervin Mendez 'tlArvi ✓�
ESPANOL: Todos los empleados firmantes certifican que la reunion tue realizada en Ingles o en Espadol, o usando ambos idiomas. para la perfecta com-
prension de todos los presentee de los temas de seguridad tratados. Que en Coda reunion SGI les recuerda que es oartede In politica de la empresa Ilevar
adelante un trabaio responsable, honesto v seauro. Tories los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the oolicv of the company to perform responsible honest and safe work
k.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
I
STAY • GREEN
Landscape Sel-llres Por Getter Prc)perties
TAILGATE SAFETY MEETING
SGI Meeting Record
INC `
to
Page/Pagina 1 of/de: 3
Date / Fecha: S — — I
Hour / Hora:
Sign / Firme.
4015
Department / Departamento:
SCV
4432
Jose, A Romero
{y
4520
Jose, Pelayo Leon
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / Rufino Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discutido o Accidente y Lastimadura Revisada Agjunte una copia)
4535
David, Pelayo Leon
aut c�
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendacitin o Accibn Tomada
Jose, Aguilera
t,
4613
Employee #
NAME
Sign / Firme.
4015
Salvador, Hernandez
41
4432
Jose, A Romero
{y
4520
Jose, Pelayo Leon
4524
Alejandro, Garcia de Alba
r r
4535
David, Pelayo Leon
aut c�
4567
Jose, Aguilera
t,
4613
Enrique, Pelayo
�tf JC
4679
Gerson, Aguirre
4705
Francisco, S Cortes
ESPAWL: Todos los empleados firmantes certitican que la reunion foe realizada en Ingles o en Espadol. o usando ambos idiomas. para la perfecta com-
prension de Indus los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es nfl to de la politica de la emnresa Ile a
adelante on trabaio responsable, honesto y seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que tormaran parte de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish. or using both languages. for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to Perform responsible honest and safe ii orL.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
t�
STAY GREEN • INC
Alt
/,(irrdscal)e Serrices For Better Pro/>erties
.. _ TAILGATE-SAFETY,MEETING
SGI Meeting Record Page/pagina 2 of/de: 3
Employee 4
NAME
Sign / Firme
4713
Benjamin, Gutierrez Rios
��
4727
Miguel, Vargas Munos
e' ,•� E
4882
Vera-Mojica, Leonardo
✓
4844
Carrera Alfredo Escobedo
5054
Juan, Jose Uribe
5118
Alejandro, Corona
�•`M r Vis..... ,
" f
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo _.
'DWO(I 26WO
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
5252
Omar, Garcia
5300
Francisco, Mejia
5329
Efrain, Nava
5353
Lucio, Rodriguez Amable
5360
Alfredo, Benitez
r)t or
5362
Critian, D Monroy Garcia
F�
ESPANOL: Todos los empleados finnantes certifican que la reunion fte realizada en Ingles o en E.spahol. o usando ambos idiomas, para la perfecta com-
prensi6n de lodes los presentee de los temas de seeuridad tratados. Que en toda reunion SGI les recuerda que es Parte de la politica de la empresa Ilevar
adelante un trabaio responsable, honesto v seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seeuridad de SGI y que fonnaran pane de los test peri6dicos de evaluacidn del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it's part of the poliev of the company to Urform resnonsible honest and safe work
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation orthe personnel.
a
STAY • GREEN • INC
Lcrndca%pe ,Sere sices for Better lire/wrties
TAILGATE SAFETY MEETING
SGI Meeting Record
Page/pagina 3 of/de: 3
Employee #
NAME
Sign / Firme
5390
Marcelino, Pelayo Aguilar
5406
Jose, S Herrera
t7sga '�m�✓�'
5471
Elias, Javier Juarez
5474
Alanis, Delfino
g
5485
Pelayo, Juan A
� y
J
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
5534
Protillo Salgado, Andres Avelino
Nix 65
5541
Luna, Camilo
02
5544
Lopez, Tiburcio
5545
Albarado, Raul
u I wCA�'cA
5548
Perez, Hector
5570
Pelayo Valasco, Rosalio
o S r e
5609
Vazquez Jose Manuel
Lei f
5667
Lares Saldivar Victor
5691
Mervin Mendez
d I -50 T
S GGp /1
ESPANOL: Todos Ins empleados firmantes certifican que la reunion fue realizada en htgles o en Espafiol. o usando ambos idiomas. para la perfecta com-
prension de todos los presences de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empress lle, ar
adelante un trabaio responsable, honesto v seguro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte do la
politica en materia de seguridad de SGI y que fortnaran parte de los test periodicos de evaluacion del personal.
ENGLISH: All the signatory employees certiN that the meeting was presented in English or Spanish. or using both languages. for clear understanding of all
treated subjects of security. In all meetings SGI rentids them that it is part of the poliev of the company to perform responsible, honest and safe trork.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of S61 and are part of the periodic tett of
evaluation of the personnel
7
STAY GREEN • INC
Lconclscccpe SeroJces For Better Nropertia5 r n.
TAILGATE SAFETY MEETING
SGI Meeting Record
Page/Pagina 1 of/de: 4
Date / Fecha:
— —/ p Hour / Hora:
Q M M
Department / Departamento:
CV
4432
Jose, A Romero
Meeting was conducted by
La clase fue dirigida por
Rene Rivera / Isaias Leon / Rufino Gomez
Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy)
Tema presentado y discutido o Accidente y Lastimadura Revisada Ad'unte una copia)
o
4524
Alejandro, Garcia de Alba
Suggesti6n / Recommendation or Action Taken / Sugerencia / Recomendaci6n o Acci6n Tomada
4535
David, Pelayo Leon
Employee #
NAME
Sign / Firme.
4015
Salvador, Hernandez
4432
Jose, A Romero
4520
Jose, Pelayo Leon
o
4524
Alejandro, Garcia de Alba
rn P
4535
David, Pelayo Leon
tri ayt
4567
Jose, Aguilera
i.
4613
Enrique, Pelayo
4W
300@0010
4705
Francisco, S Cortes
� 11✓G ° d
ESPANGL: Todos los empleados firma ims certifican que la reunion foe realizada en Ingles o en Espahol, o usando ambos idiorras, para la perfecta com-
prension de lodes los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es Parte de la politica de la emuresa Ilevar
adelante un trabaio responsable, honesto v seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte do la
politica en materia de seguridad de SGI y que formaran parte de los test periodicos de evaluation del personal.
.ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is Part of the Policy of the company to perform responsible honest and safe wor k.
.All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
g STAY GREEN • INC
t.t
landsca/)e Services For Better Pro/)erties
' TAILGATE SAFETY MEETING
SGI Meeting Record Page/pagina 2 of/de: 4
Employee #
NAME
Sign / Firme
4713
Benjamin, Guti6rrez Rios
4727
Miguel, Vargas Mulnos
4882
Vera-Mojica, Leonardo
' Y
5054
Juan, Jose Uribe
� U
5118
Alejandro, Corona
5199
Samuel Francisco, Romero Cruz
5216
David, Pelayo
0-
5223
Ledezma-Cisneros, Carlos
5239
Salvador, Alaniz
5252
Omar, Garcia
5300
Francisco, Mejia
i/
5329
Efrain, Nava
5353
Lucio, Rodriguez Amable
fV
5354
Miguel, Angel Roman
TT
5360
Alfredo, Benitez
5362
Critian, D Monroy Garcia
1
ESPANOL: Todos los empleados firmantes certifican clue la reunion fue realizada en Ingles o en Espadol, o usando ambos idiomas, para la perfecta com-
prensidn de Indus los presentee de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de In politica de la empresa Ilevar
adelante un trabaio responsable, honesto y seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test periddicos de evaluaci6n del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
STAY • GREEN • INC
ar
Ltuzclscqpe ,Sarr#ces Por Better Properties
TAILGATE SAFETY MEETING
SGI Meeting Record Page/pagina 3 of/de: 4
Employee #
NAME
Sign / Firme
5390
Marcelino, Pelayo Aguilar
5406
Jose, S Herrera
5426
David, Alanis Ruiz
5471
Elias, Javier Juarez
5474
Alanis, Delfino
5485
Pelayo, Juan A
T,Yl�O1 a o,"Ac-7-
�.
-- Ir
a
5521
Perez, Noe
5526
Magana-Lopez, Nicolas
5528
Pelayo, Jose Isaac
5534
Protillo Salgado, Andres Avelino
Anc(r&S
5541
Luna, Camilo
5544
Lopez, Tiburcio
5545
Albarado, Raul
5548
Perez, Hector
E.SPANGL: Todos los empleados firmantes certifican que la reunion fine realizada en Ingids o en Espahol, o usando ambos idiomas, para la perfecta com-
prension de todos los presentee de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la emo esa Ile ar
adelante un trabaio responsable, honesto y seeuro. Toros los empleados dejan constancia tambidn que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the companv to Perform responsible honest and safe work,
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel
c
STAY GREEN
lanclsatpe S'ereices For Better Pra/vrties
TAILGATE SAFETY MEETING
SGI Meeting Record
• INC
,:,t
Page/pagina 4 of/de: 4
Employee #
Numero del
Em leado
PRINT YOUR NAME PLEASE
PONGA SU NOMBRE EN LETRA IMPRENTA
POR FAVOR.
Sign / Firme
5570
Pelayo Valasco, Rosalio
S /i 0 IG 1, O
400
ANNNOMW
5607
Aguirre Gerson
5609
Vazquez Jose Manuel
5667
Lares Saldivar Victor
4844
Carrera Alfredo Escobedo
'
V�r l 0
f1 cYC Z
ESPAWL: Todos los empleados firmantes certifican que la reunion fire realizada en Ingles o en Espahol, o usando ambos idiomas, para la perfecta com-
prension de todos los presentes de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de la politica de la empresa Ilevar
adelante un trabaio resnonsable. honesto v seeuro. Todos los empleados dejan constancia tambien que los contenidos de esta reunion son parte de la
politica en materia de seguridad de SGI y que formaran parte de los test periodicos de evaluation del personal.
ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of ail
treated subjects of security. In all meetings SGI remids them that it is part of the policy of the company to perform responsible, honest and safe work.
All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of
evaluation of the personnel.
EXHIBIT B
STAFF AND EQUIPMENT
Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman,
including name, certification and whether staff or subcontractor.
Staff
Trade and skill level Number of staff
Equipment
Make and model Description Number
Bid # LMD-10-11-04 57
Exhibit A
STAFF
Name
Certification
Staff or Subcontractor
.Michael_.Frilot-- ___._.
a Castaneda
Jorge
Arborist— WE=6432A-------.----------
Arborist - WE -8703A
---------------Sta------
__,_Jor
Staff
Richard Angelo
ICaliTornia Landscape Technician
Staff
Richard An elo
Qualified Applicators License - 98566
Staff
Michael Frilot
Qualified Applicators License - 98093
Staff
Rene Rivera
Qualified Applicators License - 118964
Staff
Kevin Cawley
Qualified Applicators License - 108212
Staff
Leonardo Moran
Qualified Applicator Certificate - 119089
Staff
Richard Angelo
ICaliTornia Landscape Technician
Staff
Richard An elo
I Certified Water Auditor
Staff
Rufino Gomez
Irrigation Technician Certificate
Staff
Jose Romero
Irrigation Technician Certificate .
Staff
Alejandro de Alba
Irrigation Technician Certificate
Staff
Adalberto Pelayo
Irrigation Technician Certificate
Staff
Francisco Cortes
Irrigation Technician Certificate
Staff
Leonardo Vera
Irrigation Technician Certificate
Staff
Samuel Romero
Irrigation Technician Certificate
Staff
Richard Angelo
Pest Control Advisor - ABDE73173
Staff
W:Administration\Forms\Customer Service\Bidding\City of Santa Clarita Bid Fonns A
eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public.
See section 11.02 for consequences for failure to comply.
1.08 Contractor shall be required to clearly identify and equip each vehicle used at said
facility with decals on the exterior right and left front door panels identifying the Contractor's
name, and phone number. Contractor shall require each of his employees to adhere to basic
public works standards of working attire. These are basically: uniforms (matching pants and
shirts), proper shoes, safety vests and other gear required by State Safety Regulations
(OSHA), and proper wearing of the clothing. Shirts shall be buttoned and worn at all times.
1.09
throughout term of this contract. All communication will be professional in manner between all parties.
The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors.
These consultant monitors will be treated the same as other Special District staff. Unsatisfactory
communication and service may be cause for contract termination.
1.10 The contractor will be required to have a minimum of five (5) years experience in the
landscape maintenance field. The contractor will be required to have experience in the maintenance
of landscaped areas for ten (10) acres or larger and median and parkways maintenance In size of two
(2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work
within the bid response. Please see Exhibit D.
1.11 Contractor's employees or representatives shall be thoroughly trained and experienced in
computer based central operating systems of Rain Master, Weather -Trak and Calsense irrigation
control systems and equipment. Should Special Districts choose a different controller, the contractor
shall make available employees or representatives for product training at no cost to City.
1.12 Contractor shall provide cellular and radio communication (preferably Nextel) to each
crew foreman and have the abilityto connect to City Inspectors and Special Districts representatives.
-IJ—The-contractor, and or subcontractors, must possess the following licenses at time of bid
�Uvs` submission C,2y. The contractor or subcontractor must Ldentfyastaffinembercerti edor_hcensad
s as a qualified applicator through the California Department of -Pesticide Regulation. The contractor
�,S° �w shall have an Ar600st identtfied by the IOternationa] Sodietq ot_Arbonculturs:(ISA) / or have a contract3
with a Certified_Arbonst oh_e need tiasis The contractor must identify a staff member who is a
` ce Me"
auditor CLI ` . The contractor shall have a person gertifed m�ATCH
ANUAL traffidecontml The bidder will submit copies of the licenses, an cert—d ficates or_..
su contractor -information -sheets, indicating_licenses:held with bid submission. r
1.14 The contractor will be required to obtain and pay for any permits that may be r I uired for the 7
performance of anytasks under this contract with the exception of oak tree permits
2. LANDSCAPED AREAS TO BE MAINTAINED vlau
2.01 The LMD areas to be maintained under the provisions of this Agreement are specifically
identified in Exhibit F and G, Map of Area (Inventory Lists and Area Maps).
Bid M LMD -10-11-04 15
Exhibit B
EQUIPMENT
Make & Model
Description
Quantity
Echo Quiet Blowers
Blowers
60
Vermeer Chipper Model 1500
Chipper
2
Vermeer Chipper Model 1800
Chipper
1
Vermeer Chipper Model BC1000
Chipper
1
Vermeer Chipper Model BC1400
Chipper
1
Vermeer Brush Chipper
Chipper
1
Vermeer Chipper
Chipper
1
Power Trim Edgers
Edger
35
Exmark Laser Mower Model 60L
Mower
7
Exmark Laser Mower Model 72L
Mower
4 -
Exmark 44" Mower
Mower
3
Exmark 48" Mower
Mower
6
Exmark 21" Mower
Mower
30
Exmark 26" Mower
Mower
2
Stihl Chain Saw
Saw
20
Echo Chain Saw
Saw
8
SDI Spray Rig Model VM300
Spray Rig
4
Spray Rig
S ra Ri
1
Vermeer Stump Cutter
Stump Cutter
1
Vermeer SC352 Stump Cutter
Stump Cutter
1
Massey Ferguson Tractor Model MF30E
Tractor
1
Butler Carrier Trailer
Trailer
1
Butler TS310 Carrier Trailer
Trailer
1
Ditch Witch Trencher Model 1330H
Trencher
1
Echo String Trimmer
Trimmer
60
TMC Hedge Trimmer
Trimmer
60
Pressure Washer
Washer
2
W:\Administration\FormslCustomer Service\Bidding\City of Santa Clarita Bid Forms g
EXHIBIT C
DESIGNATION OF SUBCONTRACTORS
Listed below are the name and location of the place of each subcontractor who will perform work or labor or
render service in excess of Yz of 1 percent of the prime Contractor's total bid:
Name:
Business Address:
Telephone No.
Contractor's License No. Class Expiration Date_
Bid Schedule Item Nos. Dollar Value of Work:
Description of Work
----------------- ------------------------------- ---
Name:
Business AddrE
Telephone No.
ComractorsLice .�
Bid Schedule Item Nos.
Description of Work _
Dollar Value of Work:
------------------ ------------------- --------------
Name:
Business AI
Telephone I
Contractor':
Bid Schedule Item Nos.
Description of Work _
Dollar Value of Work:
Bid#LMD-l0-I1-04 58
Name:
Business Address:
Telephone No.
Contractor's License No.
Bid Schedule Item Nos.
Description of Work _
1 , Expiration Date
Dollar Value of Work:
------------------ ---------------------------------
Name:
Business Address:
Telephone No.
Contractor's License No.
Bid Schedule Item Nos.
Description of Work _
Value of Work:
Expiration Date
---------------------------- -----------------------
Name:
Business Address:
Telephone No.
Contractor's Lice
Bid Schedule Item Nos.
Description of Work _
Bid # LMD-10-I1-04
Dollar Value of Work:
59
EXHIBIT D
REFERENCES Must be for jobs with a similar size and scope of work, see section 1.16
Bidder shall provide five (5) references with each referenced area being located within fifty (50) miles from
Santa Clarita; California. Ail references submitted shall -tie foe locations in which "Bidder has provided
Landscape maintenance services for a period of not less than two consecutive years. All references shall be
of a similar type facility in nature to the location reviewed during the pre bid meeting.
Only three references of the five can be from the same agency the remaining two references shall be from
different agencies or businesses.
All references shall be evaluated and areas managed by contractor shall have site inspections.
Contractor's Name: ON !k7 �S�v��Y �1 U� �1�(� lt` (�y �
Who the work was done for: l�\l+U:. � 01 ha 1 Q IU IiX��
Address:
Telephone No:
Contact Pe
Date Work
Contractor's Name:
Who the work was done for: 2 ryk Q'V rb
Address:
Telephone No: _
Contact Person:
Date Work Coml
Contractor's Name: UL�k i J JNULA111
Who the work was done for:
Address:
Telephon
Contact Person: 1 ' l l k c\ lV
Date Work Completed:
Q)1 1 I I IM
Bid # LMD-10-11-04 60
LMD-10-11-04 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
DISTRICT ZONES, T-46 NORTHBRIDGE and T-47 NORTHPARK
Company: —i- 72 r,,P�c-!5 Date:
1. Did the contractor meet all of the required standards for your landscape
maintenance/construction contract? Y
2. Was the contractor able to accurately perform the specifications as set forth by
your bid? Y
3. With this contractor, have you received any complaints from citizens or staff
regarding their conduct or work performance?IV
4. Have you had any problems with this contractor paying prevailing wage?
IVB i(/
5. Have you had any problems with the contractor's billing practices?
A/ Al
6. Have
there been deficiencies in the performance of the contract?
N
7. Did you need to document in writing any contractor deficiencies?
N
8. Do you have any concerns with the contractor's ability to perform work in a safe
andpractical manner?
AlN
9. Would you hire them again?
LMD-10-11-04 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
DISTRICT ZONES, T-46 NORTHBRIDGE and T-47 NORTHPARK
Company:
1. Did the contractor meet all of the required standards for your landscape
maintenance/construction contract?
2. Was the contractor able to accurately perform the specifications as set forth by
your bid?
3. With this contractor, have you received any complaints from citizens or staff
regarding their conduct or work performance?
4. Have you had any problems with this contractor paying prevailing wage?
5. Have you had any problems with the contractor's billing practices?
6. Have there been deficiencies in the performance of the contract?
7. Did you need to document in writing any contractor deficiencies?
8. Do you have any concerns with the contractor's ability to perform work in a safe
and practical manner?
9. Would you hire them again?
LMD-10-11-04 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
DISTRICT ZONES, T-46 NORTHBRIDGE and T-47 NORTHPARK
Company: Date:
1. Did the contractor meet all of the required standards for your landscape
maintenance/construction contract?
2. Was the contractor able to accurately perform the specifications as set forth by
your bid?
3. With this contractor, have you received any complaints from citizens or staff
regarding their conduct or work performance?
4. Have you had any problems with this contractor paying prevailing wage?
5. Have you had any problems with the contractor's billing practices?
6. Have there been deficiencies in the performance of the contract?
7. Did you need to document in writing any contractor deficiencies?
8. Do you have any concerns with the contractor's ability to perform work in a safe
and practical manner?
9. Would you hire them again?
LMD-10-11-04 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
DISTRICT ZONES, T-46 NORTHBRIDGE and T-47 NORTHPARK
Company:
1. Did the contractor meet all of the required standards for your landscape
maintenance/construction contract?
2. Was the contractor able to accurately perform the specifications as set forth by
your bid?
3. With this contractor, have you received any complaints from citizens or staff
regarding their conduct or work performance?
4. Have you had any problems with this contractor paying prevailing wage?
5. Have you had any problems with the contractor's billing practices?
6. Have there been deficiencies in the performance of the contract?
7. Did you need to document in writing any contractor deficiencies?
8. Do you have any concerns with the contractor's ability to perform work in a safe
and practical manner?
9. Would you hire them again?
LMD-10-11-04 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
DISTRICT ZONES, T-46 NORTHBRIDGE and T-47 NORTHPARK
Company:
1. Did the contractor meet all of the required standards for your landscape
maintenance/construction contract?
2. Was the contractor able to accurately perform the specifications as set forth by
your bid?
3. With this contractor, have you received any complaints from citizens or staff
regarding their conduct or work performance?
4. Have you had any problems with this contractor paying prevailing wage?
5. Have you had any problems with the contractor's billing practices?
6. Have there been deficiencies in the performance of the contract?
7. Did you need to document in writing any contractor deficiencies?
8. Do you have any concerns with the contractor's ability to perform work in a safe
and practical manner?
9. Would you hire them again?
J
Contractor's Name:
Who the work was done for: AU LmMM)
Address: �n�Y1C,��C��t YUI(ile �`1VN
Telephone No: \�51 4 ° `M'
Contact Person: 1a i k/ QW, i vbdA
Date Work Completed: IDI � 10'b —UuLQQri- -
Contractors Name
Reference: I yUYIDlD U l� MO
O
LuAw J
Who the work
twas done for: 9� 2 I , ,� � g ,�{� � p
Address: ala40)buEb�u 1�1Y �vUOc C�nc� t1l.U<J
Telephone No: l of o:tI(j ' d wci u
Contact Person: Ou 1Wlno IAM M M
Date Work Completed: I I��•
Contractor's Name:
Reference:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed:
Bid # LMD-10-1I-04 61
W
a
k
W
N
>
O
N
O'
3
O
N
l0
C
d
N
C
p
3
U
L
m
vmi
U
c
01
a
ca_
U
0
N
W
a
k
W
l`0
>
O
0 .
O'
O
N
C
d
f0
L
3
p
3
U
m
vmi
c
a
a
ca_
U
N
N70,
L
M ca
ca
E
'
0
3
CO N
y
T
w
Cl
O.
co
N
Ol
U
C
f0 O
N
i y
>
N
U N
y
E
G
n
N p
N X
N 70
C
E NCL 2
` y
mLo
O O
d N
V= 2CL
maow
N
O(Dm
N
C
m
'L
E
O
U
fC 7
3w
E
U O
C w
a
O C '=
O
.0
C O
'y0N N
N N
U
c0
O.
mc m O
L
O U.
C G
O
m m c
a N
E
C E
m
m
CL
a
m
E y
ECLN
o
3 t: `3
d
m co
CL s
c
a c
30
0
N U
CL E m
a A=
yN
a)
E
L
CDw
3 Q —
= E
m N
U
l0 61 CL
O
y
N C
-p
-a) C N LL
C
O y
C7
f`0 N V m
rn a
y N 0-0
O
75
-a Co ca
> a o
U(n
c
U�8
N
N
N C
d U
E
E
E N N m N
E aE'E oY
O_ iO
O� mL,
N N
0
0 2= (O L (O
U W 'E
__
00
a. u)ofV1U)
�QQ
............
LL
t
W
W
Z
O
N
w
O
LL
W
u
Q
Z
W
H
Z
Q
LU
a
a
U
U)
a
Z
W
C7
m
2
O
z
co
r
G
cc
N
`��-
N
O
CD
N
C
N
C
C14
N
w
N
0
C
t!i
Cl)
T
V
W
0
W
co
n
O
to
N
U
l0
c0
tb
N
N
U
f0
M
q
P,
N
U
N
to
N
Cl)
p
N
N
N
N
co
O
WC
W
M
Cl)
m
m
0
0
d
c
W
c0
O
r
N
O
p0
M
M
m
N
N
r
M
0
tb
n
O
ELa
N
N
N
d
(0
0
a
NU
Co
co
oU
N
CO
co
U
C
C
C=
w.
s>
y
L
N
o
to
a
°
y
d
3
L
�'
U
C
v
N
W
0
U
o
Y
C
v
N
0
r
C
v
N
3
075
r`
V
m¢
p
U
C
'C
2
m
N
m
N
N
m
o
N
m
y
v)
N
N
0
ami
C
a
N
cc
T
N
-p
@
m
'E
C
d
E
cfii
U
w
N
N
i`
CL
j
CL
N
N
0
0
0)
E
C
O
y
0
O1
_E
E
c0
dcol(n
O
N
MLo
p
n
tp
N
M
O
) \ly�ico
SRbaG�
(\
\�
a !�
:5 .
� 2»
W
Z
O
NY
IX�
0Q
LL a.
LU
z�
¢0
ZZ
�
a
Z_V
Q W
� J
a>
Q h
vy
d1 F.
D
Z
M,
4i
a
d
(o
_
4
N
'C
O
O
1
w
m
C
O
LO
r
w
N
C
O
N
V
O
M
07
Cl)
O
ITC)
N
`
U
cp
1
O
N
N
V
c0
N
ap
U
t0
M
In
N
U
N
N
O)
M
N
d
U
c0
00
r
w
CO
O
V
O
O
oc
c[)
O
O
O
r
U
m
O
N
r
LL
M
n
M
d
N
0
O
N
ca
LU
¢
co
L
OOLO CD
Lo
0
O
ccoo
CD
V
r
0
co
r
O
N
X
a
d
o.
m
m
cn
c
O
a
m
o
l�6
Y
N
3
o
m
a
rn
C
'U
ot!
'm
w>
N
N'0
t
>
N
c
o
0
m
a
Y
t
cm
0
m
a
mami
�
m
c
a
0
o
v
L2
0
o
ci
N
m
m¢
0
o
O
m
c
f—
�
c3/!
0a
0
N
t
N
2
m
0
�
o
t
N
N
a
0
N
m
a
d
ro
E°
N
Lu
N
N
I"-
C
o
N
c
0-0
,01
m
c
d
d
OL
tY
a
L'-
E
r
N
M
V
LO
to
r.-
CO
O
O
r
N
M
7
N
O
N.
N
r
r
r
r
LO
to
P
dF�
Z',
a
aG
iw!£ fib'
--i.; a w`'T?`n;c +yh�aik�
z�, � �.c�k `a t '`
/,�• ra'� F 1 x `t r
ti F
lz
3
co
U C
0
rl-
co
,.
ncc
❑-
n
3
Q 0 J Qii
.h� .�, z4k�!�=�
SF QYi
Qi
o '
❑
3
� �
.awl
„_ .�
U>m
O
n
❑�
?
,..iG �, Z
�Y� ;
-
m
�
a
4)
w
_
: _
'a
� az
`Ys�a av
i,^
o
o
Mai
mill
®,1,1„
d)
1
❑
i,t
R i
M
aS "i
6i"k
Sy
� a
T
1,
es�'".3.RIO
(6
.W
LLJ
a
`�"ag
LL.
y
N
�
G
O
�
�
O1
C
N
C
y
C
y
E
c`
m
c
Z
O
0
N
N
X
H
W
a
w
N
w
W
CL
O
0
2
N
n
•
(0
>
Q
•
F
a
3
v
a 2
m
rl-
co
U111111
®,1,1„
i,t
R i
F(
aS "i
6i"k
Sy
� a
T
1,
es�'".3.RIO
•
•
•
rl-
co
Y
N
3
_
N
O
3
'c
g
>
W
Y
m
U
d
2
O4
v
O
>`
a
CL
WCL
Z
O
~
O p
O
O
m
N
j
V O
y
"O
N
C
p
p
C
L
v
N 'O
N G
N OC
3:V
N
N
v
C
O
o
F
G
d
N
C
O
.'t*!
>
V
N N
N
d
O
r
YO
❑
O
N
U
O N
U
>
LL
C N N
C
N
N W N
rt
Q
LL
[0
0
U [0
0
L
w
H
d 5 H_
m
EXHIBIT H-2
SPRING - SUMMER IRRIGATION SCHEDULE
A. As climatic conditions become warmer, the irrigation schedule will be
correspondingly increased. The run times/cycles will be adjusted to utilize `cycle
and soak' methods on a daily basis to maximize soil percolation and
consequently minimize run-off.
B. The irrigation controllers will be programmed to be on solely during nighttime,
lower -temperature hours.
FALL -WINTER IRRIGATION SCHEDULE
A. As climatic conditions become cooler, the irrigation schedule will be
correspondingly reduced. The run times/cycles/days will be decreased to levels
that will minimize excess soil moisture and run-off.
B. The irrigation controllers will be programmed to be on solely during daylight, non -
frost threat, hours. The contractor will schedule the irrigation program to water
during less peak hours of the day to avoid wetting vehicles.
VARIATION
A. Variations from the irrigation schedules will occur when water has been shut
down due to construction by developers which results in above -normal watering
required to restore landscaping appearance to an acceptable level.
B. Certain soil conditions may require more or less watering than the norm,
resulting in variations in the schedule for specific stations on a controller.
C. The Contractor is responsible to make adjustments as necessary in any other
circumstance so as to maintain acceptable appearance at all times.
MONITORING
A. The Contractor shall submit to the LMD Consultant a completed Irrigation
Schedule, for review and approval, at the beginning of each climatic season
[Spring, Summer, Fall, and Winter].
B. LMD Consultants will spot-check irrigation controllers while on monthly
inspections of district with the Contractor to ensure appropriate run
times/cycles/days for the current season and weather conditions.
C. The Contractor will conduct a complete irrigation system inspection for each
assigned district a minimum of twice a year and inform the LMD Consultant of
the results of those inspections.
Bid # LMD-10-11-04 69
EXHIBIT H-3
IRRIGATION SCHEDULE GUIDE - MANUAL TYPE CONTROLLER (For Reference
nnly— nehinl irriontian needs shall he based on plant requirements)
SUMMER IRRIGATION SCHEDULE (March 21 — October 20)
A. Shrub Beds
1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week.
2. Stream Heads — 10 minutes per station/per cycle, 3 cycles per day, 5 days per week.
3. Stream Rotary — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week.
B. Turf Areas
1. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week.
2. Stream Rotary 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per
week.
3. Stream Rotary 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per
week.
4. Gear Rotary 180 (half) — 20 minutes per station/per cycle, 3 cycles per day, 5 days per week.
5. Gear Rotary 360 (full) — 40 minutes per station/per cycle, 3 cycles per day, 5 days per week.
C. Planted Slopes
1. Impact Heads 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per
week.
2. Impact Heads 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per
week.
3. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week.
WINTER IRRIGATION SCHEDULE (October 21 — March 20)
As the climatic conditions become cooler, the watering schedule will be reduced. The time elements
will remain the same, but the number of cycles and number of days will be reduced to 3 days or less per
week.
VARIATION OF IRRIGATION SCHEDULES
A. Variations of the schedules will occur when water has been shut down due to construction by
developers which results in above -normal watering required to restore landscaping appearance to an
acceptable level.
B. Certain soil conditions may require additional watering, resulting in variations in the schedule for
specific stations on a controller.
C. Private contractor is responsible to make adjustments as needed to maintain acceptable appearance at
all times.
INSPECTIONS
Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each
inspection of a district to assure compliance with irrigation program standards. Contractor shall
Bid#LMD-10-I1-04 70
conduct a complete irrigation system inspection for each district at a minimum of twice a year.
Bid # LMD-10-11-04
71
EXHIBIT H-4
Preventative Disease Control Guide
I. Olea Europaea (Olive Tree)
Fruit Set — Preventative Treatment
First application to be done when %z to'/4 of blooms are open.
Second application to be done 7-10- days after the first application.
Exhibit F-1 indicates that this preventative treatment is to be done as follows:
First Application — April 1 to May 10, depending on blooming state.
Second Application — 7 to 10 days after first application.
II. Pyrus Kawakamii (Evergreen Pear)
Firebli2ht — Preventative Treatment
Spray application to occur October l through mid-November.
Firebli2ht — Post Treatment
Prune out diseased wood, sterilizing pruning tools after each cut.
Exhibit F-1 indicates when preventative treatment should occur only.
III. Platanus (Sycamore)
Anthracnose (Firebli2ht) — Preventative Treatment
This treatment would consist of two (2) applications and possibly a third application, depending on
the effectiveness of the previous application. Materials used shall be of an approved type by the
County Agriculture Department.
Exhibit F-1 indicates that this preventative treatment is to be done as follows:
First Application — During the month of February, during the budding stage.
Second Application — During the month of March, during the juvenile growth state of the leaf.
Third Application— During the month of April, if there is evidence of blight after mature
growth of leaf.
Above applications could vary depending on climatic conditions.
IV. Preventative Treatments
Any materials used while performing all of the above described operations will be of a type approved
by the County Agricultural Commissioner.
Bid#LMD-10-I1-04 72
EXHIBIT H-5
Artificial Turf Maintenance
Taking care of your new artificial lawn
With synthetic grass you will never have to mow, water or fertilize your lawn ever again. However, you will
have times when you will want to clean the artificial turf fibers or need to clear off fallen leaves in the fall.
Unfortunately, your new green synthetic lawn can't solve all of your lawn maintenance issues.
Washing Artificial Grass;
While Synthetic lawn does not require routine lawn maintenance, you will need to clean it periodically to
maintain its appearance. Depending on how your lawn is used and whether you have a pet, you may need to
wash your lawn more or less often. A cleaning detergent can be used if needed to remove pet wastes or
oxidation from nearby sprinklers. We recommend cleaners like Agent Orange or Simple Green for mostjobs.
For sprinkler oxidation we find CLR works the best.
Simply spray down the lawn as if you were hosing down a driveway or patio. If using cleaners, apply in
problem areas and let it sit for several minutes. When ready, simply rinse off cleaner.
• Simply spray off lawn like you were hosing down a driveway or patio.
• Cleaning detergents may be used if necessary.
Blowing Off Lawn;
To remove leaves and other debris, it is best to use a power blower. While a plastic leaf rake will not hurt the
turf fibers, using one of these rakes can break up the leaves making it tougher to remove from the fibers.
Start from one side of your lawn and blow off any leaves or debris. Sweep up after you have removed the
debris and discard.
• Using a power blower is the easiest way to remove leaves and debris.
• Using plastic rakes can break up leaves making it hard to remove from fibers.
Weekly;
Remove leaves and trash.
Hand pull weeds.
Spot clean spills.
Monthly;
Check seams and report failures.
Brush the surface to redistribute infill and maintain vertical fibers.
Annually
Top dress with infill.
Treat moss, mold and algae.
Bid # LMD-10-11-04 73
J'. a
EXHIBIT I
2010 HOLIDAY SCHEDULE
HOLIDAY DATE CELEBRATED
New Year's Day
Friday, January 1
Martin Luther King Day
Monday, January 18
President's Day
Monday, February 15
Memorial Day
Monday, May 31
Independence Day
Sunday, July 4 (observed Monday 7/5)
Labor Day
Monday, September 6
Veteran's Day
Thursday, November 11
Thanksgiving Day
,Thursday, November 25
Day after Thanksgiving
Friday, November 26
1/2 Day for Christmas Eve
Friday, December 24 (observed Thursday 12123)
Christmas Day
Saturday, December 25 (observed Friday 12124)
1/2 Day for New Year's Eve
Friday, December 31 (observed Thursday 12130)
New Year's Day
Saturday, January 1, 2011 (observed Friday 12131)
If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday
should fall on a Sunday, it will be celebrated the following Monday.
Bid # LMD - 10- 11-04 74
J
CITY OF
SANTA CLARITA
LABOR COMPLIANCE PROGRAM
Effective Date of Approval: November 20, 2003
Updated: February 17, 2009
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM
IMPLEMENTATION PLAN & OPERATIONAL MANUAL
Table of Contents
Section
1. introduction
II Labor Compliance Program
III. Implementation Plan
IV. Operational Manual
• Site Visitation/Interviewing Requirements
V. Procedures
• Certified Payroll Verification
• Labor Compliance Site Monitoring
VI. Forms
• Public Works Contract Award Information (DAS 140)
• Training Funds Contributions (CAC 2)
• Contractor Fringe Benefit Statement
• Certified Payroll Reporting (sample)
• DIR Public Works Payroll Reporting Form A-1-131(2-80)
• Prevailing Wage Determination (sample)
• Rules of Engagement
• Labor Compliance Site Visitation Interview Form
• Site Visitation Log
• Pre -Award Letter (sample)
• Post -Award Letter (sample
• 1st Request for Certified Payrolls Letter (sample)
• Missing Documents List
• Certified Payroll Worksheet
• Certified Payroll Correction Letter (sample)
• Report of Action for Prevailing Wage Violations
Select"`4 Certified"
w
IHNit! AI IQN AS$of. IAT( 4N
f'.rwrriniw'od Pr„brnipnnta. I frlrrnnl xuiltlwna
February, 1, 2010
Richard Angelo, CLIA
Stay -Green, Inc.
26415 Summit Cir
Santa Clarita, CA 91350-2991
RE: Irrigation Association 2010 Certification Renewal
IrCigation
q'�ip hrhry {b In (flvA.
1,111i 1 hum Ir. VA :M4)
Imi. /0I lip 101111
lix
Dear Richard,
Congratulations on successfully renewing your irrigation certification!
The attached 2010 renewal card demonstrates your commitment to following industry
standards, ongoing professional development and sound water management.
Your certification should be a key component of your marketing activities to differentiate
yourself from the competition. Your professional credentials enhance your credibility by:
Documenting your personal and professional achievement.
• Recognizing your efforts to keep current on the latest techniques and technology.
• Serving as an impartial, third -party endorsement of your knowledge and experience.
As you know, certification is an ongoing commitment to expand your knowledge base
and stay up to date with industry best practices. Continuing education units (CEUs) for
your next renewal will be due December 31, 2010, but may be submitted throughout the
year by logging in with your identification number at www.irrigation.org/certification.
For questions about your certification or the Irrigation Association, please contact me at
703.536.7080 or sherrie@irrigation.org.
Congratulations again!
Best regards,
Sherrie Schulte
Education/Certification Manager
Certification & Education
Select`4Certified`
IRRIGATION ASSOCIATION
Richard Angelo
CLIA
Certification #000 ID #013404
Expiration date 1/31/2011
certification@irrigation.org ' www.irrigation.org
THIRD AMENDMENT TO
AGREEMENT NO. 10-00445 BETWEEN
THE CITY OF SANTA CLARITA AND
STAY GREEN, INC.
Contract No. 10-00445-C
THIS THIRD AMENDMENT ("Amendment") is made and entered into this F f+'v\day of
,JCtV tX rV 20-6 , by and between the CITY OF SANTA CLARITA, a general law city and
municipal corporation existing under the laws of California ("CITY"), and STAY GREEN, INC.
("CONTRACTOR").
1. Pursuant to Section 2. TERM of Agreement No. 10-00445 ("Agreement"), amendment to
section to read as follows:
"The term of this renewed Agreement will be from January 1, 2015 to December 31, 2015.
The Agreement may be renewed upon mutual consent of the parties. "
2. Pursuant to Exhibit A, Bid Instructions, Section A 34, of Agreement No. 10-00445
("Agreement"), the contract is hereby increased by the Consumer Price Index (CPI) of .54% under
the current contract term as depicted below:
LMD Zone Current
CPI of
Updated
Updated
Monthly
.54%
Monthly
Annual
Zone T46 — Northbridge $19,586.00
$105.76
$19,691.76
$236,301.17
Zone T47 — Northpark $12,656.00
$68.34
$12,724.34
$152,692.11
$32,242.00
$174.11
$32,416.11
$388,993.28
3. This Amendment may be executed in any number or counterparts, each of which will be an
original, but all of which together constitutes one instrument executed on the same date.
4. Except as modified by this Amendment, all other terms and conditions of Agreement
No. 10-00445 remain the same.
[SIGNATURES ON NEXT PAGE]
Revised 1/2011 Page 1 oft
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year
first hereinabove written.
FOR CONT&AXTOR:
Print Name & Ti
Date:
FOR CITY OF NTA CLARITA:
KENNETH W IPL?, -, QTY MANAGER
wo
City
Date: L— b!"
ATTEST:
By:
City Cler
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By: —2,J
2----
CityAttorneyjrDate: 1 / 5..// (-/
Revised 1/2011 Page 2 oft