Loading...
HomeMy WebLinkAbout2018-01-23 - AGENDA REPORTS - AWARD OF LMD CONTR (2)Agenda Item: 10 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: 41 DATE: January 23, 2018 SUBJECT: AWARD OF CONTRACT FOR PARKS LANDSCAPE MAINTENANCE DEPARTMENT: Neighborhood Services PRESENTER: Susan Nelson RECOMMENDED ACTION City Council: Award a two-year contract to Stay Green Inc. to provide contractual landscape maintenance services to Northbridge Park, Chesebrough Park, David March Park, Pacific Crest Park, Fair Oaks Park, Copper Hill Park, Duane Harte Park at River Village, Golden Valley Park and West Creek Park for an annual amount of $322,735 for base services, plus $112,957 to be utilized as -needed for unforeseen circumstances and repairs, for a total two-year amount not to exceed $871,384. 2. Appropriate additional funds for five months of landscape maintenance services for Fiscal Year 2017-18 as follows: $14,469 from the Council Contingency expenditure account 19300- 5401.001 to expenditure account 12600-5161.010; and $28,215 from LMD Fund Balance (Fund 357) to the following expenditure accounts: Fair Oaks Park $8,268 (12556-5161.010), Northbridge Park $4,502 (12520-5161.010), Chesebrough Park $5,039 (12521-5161.010), Copper Hill Park $5,737 (12563-5161.010) and Golden Valley Park $4,669 (12567- 5161.010). 3. Commencing in Fiscal Year 2018-19, approve additional ongoing base budget funding in the amount of $34,726 from the General Fund (Fund 100) to expenditure account 12600- 5161.010; and $67,717 from the LMD Fund Balance (Fund 357) to the following expenditure accounts to support annual landscape maintenance service as follows: Fair Oaks Park $19,843 (12556-5161.010), Northbridge Park $10,805 (12520-5161.010), Chesebrough Park $12,094 (12521-5161.010), Copper Hill Park $13,769 (12563-5161.010) and Golden Valley Park $11,206 (12567-5161.010) contingent upon the appropriation of funds by the City Council. Page 1 Packet Pg. 48 4. Authorize the City Manager or designee to execute all contracts and associated documents or modify the award in the event issues of impossibility of performance arise, contingent upon the appropriation of funds by the City Council in the annual budget for such Fiscal Year. 5. Authorize the City Manager to execute up to (3) three additional one-year renewal options beginning in year three in the amount of $303,360, plus $112,957 for as -needed repairs, for a total of $416,317 per year, plus the appropriate Consumer Price Index adjustment, upon request of the contractor. BACKGROUND The City of Santa Clarita (City) Parks Division maintains 34 developed parks, which is a total of 392.6 acres. Currently, the City contracts nine parks, or 75 acres, to be maintained by a contractor on a weekly basis. These parks include Northbridge, Chesebrough, David March, Pacific Crest, Fair Oaks, Copper Hill, Duane Harte at River Village, Golden Valley and West Creek Parks. The contractor is responsible for the turf, planters, and irrigation at these nine locations. Request for Proposal (RFP) bid number PR -17-18-27 for the landscape maintenance of nine parks, was published and circulated via the PlanetBids system on November 9, 2017. The request for proposals was sent to 204 vendors, including the Santa Clarita Valley Chamber of Commerce and the Valley Industrial Association, and downloaded by 25 perspective vendors. To enhance maintenance standards and enforce contractor accountability, PR -17-18-27 encompasses an updated scope of work that provides staff with the ability to impose payment reductions on the contractor when maintenance schedules are not met or performance deficiencies are documented. Staff also incorporated a multiple criteria selection process in order to evaluate proposals on the basis of several weighted categories as opposed to just the lowest price. The intention of this multiple criteria bid process is to encourage proposals to be reflective of the complement of landscape staff necessary to meet the City's maintenance standards. The following categories comprised the weighted criteria used to evaluate bid proposals: • Team Composition (10 points) • Rotation Schedule (15 points) • Value (10 points) • Acknowledgement & Successful Understanding of Bid Specifications (5 points) • Qualifications (5 points) • Pro -Active Approach (5 points) • Overall Price (50 points) Five bids were received and opened on December 11, 2017, with the results identified below: Bid Company Location Bid Amount Points Bid 1 (Recommended) Stay Green Inc. Santa Clarita, CA $ 322,735 86.5 Bid 2 Brightview Inc. Santa Clarita, CA $ 318,181 82.6 Page 2 Packet Pg. 49 Bid 3 J & B Landscape Inc. Sylmar, CA $ 315,075 67.5 Bid 4 American Heritage Inc. Canoga Park, CA $ 236,126 61.9 Bid 5 Venco Western Inc. Oxnard, CA $ 354,181 44.9 The process of scoring the bid submittals utilizing the above criteria resulted in Stay Green Inc. achieving the highest overall score. Staff completed a due -diligence review of Stay Green Inc. and their professional references have confirmed that their work history meets the City's high standards and performance expectations. Based on the above, staff is recommending award of contract to Stay Green Inc. Based on operational experience with the landscape maintenance of these parks, staff recommends increasing the potential value of this contract by $112,957 to ensure expenditure authority is available to address unforeseen repairs and as needed materials for landscape improvements for a total annual contract not to exceed $435,692. For Fiscal Year 2017-18, additional funds are being appropriated to the base budget for five months due to the increase in cost to maintain these parks sites on a monthly basis. It is important to note that hourly costs for unscheduled services are capped through the bid specifications and does not represent any guarantee of compensation under the terms of the recommended contract. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommend action, adequate funds will be available to fund hybrid parks maintenance services for the remainder of Fiscal Year 2017-18. Staff is also requesting the City Council approve additional base budget to fund ongoing park maintenance services in the amount of $34,726 from the General Fund (Fund 100) to expenditure account 12600-5161.010 and $67,717 from the LMD Fund Balance (Fund 357) beginning in Fiscal Year 2018-19 contingent upon appropriation of monies by the City Council during the annual budget process. ATTACHMENTS PR -17-18-27 (available in the City Clerk's Reading File) Stay Green Nine Hybrid Parks Bid Proposal (available in the City Clerk's Reading File) Page 3 Packet Pg. 50 REQUEST FOR PROPOSALS RFP # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks The City of Santa Clarita, Park Maintenance Division is requesting proposals from qualified landscape companies for landscape maintenance of the City of Santa Clarita nine Hybrid Parks. REQUEST FOR PROPOSALS 11:00 AM on December 11, 2017, by the Purchasing Proposal responses must be received electronically before Agent of the City of Santa Clarita. Electronic bids may be viewed at: http://www.planetbids.com/portal/portal.cfm?CompanyID=16840# PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Specifications for this proposal may be downloaded from the City’s Purchasing website at http://www.santa- clarita.com/city-hall/departments/administrative-services/purchasing. Please refer to specifications for complete details and proposal requirements. A voluntary pre-bid meeting will occur Monday, November 20, 2017 at 11:00 AM. Interested parties may RVSP via Planet Bids. Attendees will meet at: City Hall, 23920 Valencia Bl, Santa Clarita, CA 91355 - Council Chambers Conference Room, Suite 105 on 11:00 AM. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. 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 http://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. This bid is subject to SB 854. See bidder instructions for details. The specifications in this notice shall be considered a part of any contract made pursuant thereto. Purchasing (661) 255-4399 PROPOSAL # PR-17-18-27 1 CITY OF SANTA CLARITA REQUEST FOR PROPOSALINVITATION PROPOSAL # PR-17-18-27 ELECTRONIC PROPOSALS ARE DUE BEFORE: 11:00 AM, Monday, December 11, 2017 The City of Santa Clarita invites electronic proposals for: Annual Landscape Maintenance For Nine Hybrid Parks 1. Proposal responses must be uploaded to Planet Bids at: http://www.planetbids.com/portal/portal.cfm?CompanyID=16840# 2. Prices shall be D.D.P. Destination or for the service rendered. 3. Proposer shall honor proposal prices for One Hundred Twenty (120) days or for the stated contract period, whichever is longer. 4. Proposals must include this Proposal form and be signed by the contractor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 53, Parks Maps, and attachments A to E. 5. The last day for questions will be 10:00 AM, Monday, December 4, 2017. Questions should be submitted electronically to: http://www.planetbids.com/portal/portal.cfm?CompanyID=16840# 6. The contractor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. PROPOSER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this proposal. The undersigned agrees to furnish the commodity or service stipulated on this proposal as stated above. Company: Address: Name (Print): Signature: Company Phone No.: Title of Person Signing Bid: PROPOSAL # PR-17-18-27 2 TABLE OF CONTENTS PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Section………………………………………………………………………….…………………………………………………Page Notice Inviting RFP .................................................................................................................................. 1 Invitation For RFP .................................................................................................................................... 2 Table of Contents .................................................................................................................................... 3 Instructions to Bidders ............................................................................................................................ 4 Scope of Work ......................................................................................................................................... 8 Contract Agreement (Sample Only) ........................................................................................................ 37 Designation of Subcontractors ............................................................................................................... 43 References .............................................................................................................................................. 44 Proactive Approach Form ....................................................................................................................... 45 Acknowledgement and Acceptance of Bid Specifications ...................................................................... 46 Price Schedule ......................................................................................................................................... 47 Parks Additional Pricing Sheet ................................................................................................................ 49 Faithful Performance Form ..................................................................................................................... 52 Document Checklist ................................................................................................................................ 53 PROPOSAL # PR-17-18-27 3 A. PROPOSAL INSTRUCTIONS 1.Submitting Proposals. (a) The bid response must be ELECTRONICALLY submitted on this form and include the notice, Request for Proposal Schedule, and all forms or information included in or required by Section B, Specifications, (attachments accepted) (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. Alternatives. Any changes or alternatives must be set forth in a letter attached to this proposal. The City has the option of accepting or rejecting any alternative proposal. 3. Currency. All references to dollar amounts in this solicitation and in contractor's response refer to United States currency. Payment will be made in United States currency. 4. 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 proposal. In compliance with Resolution 93- 9, all proposals and attachments must be submitted double-sided on recycled paper. 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 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 and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 6. Failure to Submit Proposal. Your name may be removed from the mailing list if the City receives no response to this proposal. 7. Taxes, Charges and Extras. (a) Proposer 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 proposal. 8. Awards. The City may make an award based on partial items unless the proposal submitted is marked "All or none." Contractor selection is based upon multiple award criteria as specified in Section C, Statement of Work and Format. A list of responding vendors may be posted on the City’s website at www.santa- clarita.com/purchasing, normally within 24 hours. 9. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful contractor(s) and the City of Santa Clarita. The lack of exception to this clause in contractor's response will be considered agreement. However, the City of Santa Clarita is 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. 10. Default. In case of default by the contractor of any of the conditions of this proposal or contract resulting from this proposal, the contractor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the contractor, or collect against the bond or surety, or may invoice the contractor 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. PROPOSAL # PR-17-18-27 4 PROPOSAL INSTRUCTIONS (continued) 11. Assignment. No assignment by the contractor 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. 12. Sub contractors. The Proposer 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. 13. 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 (I-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. 14. Termination. The City may terminate any service or requirement contract, with or without cause, either verbally or in writing any time. 15. 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. 16. Bonds. No bonds are necessary for this Request For Proposal. 17. 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 or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker’s 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 proposer. 18. Payment. (a) Proposer 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. 19. On-Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Proposer is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) PROPOSAL # PR-17-18-27 5 PROPOSAL INSTRUCTIONS (continued) 20. 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. 21. 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 proposers 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 proposals 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 specifications. 22. Proposal Rejection. The City reserves the right to reject any or all proposals and to waive any informality in any proposal. The City may reject the proposal of any proposer who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the proposal of a proposer who is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any proposer who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. The City reserves the right to reject any or all proposals and to waive any informality in any proposal. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. Addenda must also be acknowledged on PlanetBids. It is the quoter’s responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the quote 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 quote was downloaded. 24. Price Reductions. If at any time during the life of this contract, the successful proposer 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, price proposals 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 proposal. 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. PROPOSAL # PR-17-18-27 6 PROPOSAL INSTRUCTIONS (continued) 27. 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 proposal will conform and comply with the indemnity and hold 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. 28. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or 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. 29. Delivery. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order. 30. Invoices. Invoices will be forwarded to: City of Santa Clarita NS - Parks 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. 31. Proposal Questions. Questions should be submitted electronically to: http://www.planetbids.com/portal/portal.cfm?CompanyID=16840# The last day for questions will be 10:00 AM, Monday, December 4, 2017. 32. Renewal. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area-Riverside-Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 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. The City of Santa Clarita’s “Terms and Conditions” is found on a separate attachment in Planet Bids. PROPOSAL # PR-17-18-27 7 B. SCOPE OF WORK PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks The City of Santa Clarita, Park Maintenance Division is requesting proposals from qualified landscape companies for landscape maintenance of the City of Santa Clarita nine Hybrid Parks, Northbridge, Chesebrough, Copperhill, Fair Oaks, David March, Pacific Crest, Duane Harte at River Village, Golden Valley and West Creek Parks. This contract shall run for two (2) years with the option for three (3) additional one (1) year renewals. EVENT DATE Solicitation advertisement November 9, 2017 Prebid meeting November 20, 2017 Last day for questions December 4, 2017 Return of proposals December 11, 2017 Evaluations of proposals December 11 – 15, 2017 Tentative Contract award January 9, 2017 Tentative Start Date February 1, 2018 The City requires the landscape contractor to include all labor and equipment for an all-inclusive contract for landscape maintenance. The area is approximately 72.5 acres. The 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, shrub, tree, and groundcover planting, spreading mulch as needed (approx. 2000 cubic yards), fertilizer application (minimum of four times annually), turf maintenance, over seeding, chemical applications, litter pickup, turf aerification, dethatching, plant replacements, weed abatement and cleanup of drainage systems and the possible application of micro nutrients/soil amendments. It is the intent of these specifications to provide maintenance methods to keep all areas safey, weed free and in a state of good plant health. Materials will be paid by the Parks Division at the Contractor’s price plus a maximum markup of 15%. In keeping with State mandated diversion requirements, the Parks Division strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 85% of the green waste generated by referenced Park locations. This bid is subject to SB 854. See bidder instructions for details. The Contractor shall have a minimum of five years’ experience maintaining landscaped sites of twenty acres or larger. (See References Sheets) The contractor shall have qualified water management and auditing personnel (CLIA – Certified Landscape Irrigation Auditor). The Contractor will be required to communicate work requests back and forth to Parks Staff through desktop computer, hand held device, or laptop. The Contractor is encouraged to provide copies of awards, and recognitions received for landscape maintenance excellence. And must supply a C-27 license copy or, at minimum, the license number with their bid response. Please refer to the following General Requirement 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. PROPOSAL # PR-17-18-278 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’ . Future effective general prevailing wage rates which have Internet web site at http://www.dir.ca.gov/dlsr/PWD 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. Evaluation Criteria Tier 1 - Team Composition The individual crewmembers skills, experience, and abilities as well as the amount of time each of those crew members are dedicated to this contract. Rotation Schedule The theoretical approach, efficiency or route, frequency of visits, and the total amount of time areas are provided service. Comparable Experience Past experience in maintaining landscape in a park setting Tier 2 – Qualifications Certifications, training, experience, etc. Proactive Approach The quality and substance of the answer to the proactive approach form: Tier 3 - Overall Price The total price entered on Planetbids. PROPOSAL # PR-17-18-279 ADMINISTRATIVE SPECIFICATIONS Introduction 1.Locations Park Location Acres Chesebrough Sunset Hills/McBean 6 Copperhill Copperhill/Deer Springs 4 David March Via Joyce/Adriene 4.5 Duane Harte at River Village Riverrock/Brightwood 19.75 Fair Oaks Honey Maple/Cherry Willow 6.25 Golden Valley Five Knolls/Golden Valley 5 Northbridge Grandview/Chadsford 8.5 Pacific Crest Garnet Canyon/Cypress 7 West Creek Village Circle/Rio Norte 14.5 standard for the maintenance of landscaped 1.01 These specifications represent the all-inclusive Parks throughout the City of Santa Clarita. City of Santa Clarita Hybrid Parks 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 at the level of services provided for in these specifications at all times. 1.02City of Santa Clarita Parks Administration Staff, consisting of the Parks Administrator, Project Development Coordinator-Parks, Parks Supervisor or the Deputy City Manager or his qualified representative, shall herein be described as ‘Park Maintenance Staff’. 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. Materials will be paid by the Parks Division at the contractor’s price plus a maximum of 15%. 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; PROPOSAL # PR-17-18-2710 g. Aeration; h. Verticutting; i. Top dressing; j. Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a-e; k. Hand watering; l. Bleeding of valves necessary during emergencies when automatic systems are not functioning; m. Pruning shrubs and trees; n. Trimming of shrub areas, and ground cover; o. Disease control; p. Tree maintenance; structural pruning per ANSI. Best Management Practices; q. Maintenance of irrigation systems; r. Mulching (City provided mulch); will be disbursed by the contractor at their expense; s. Manual weed abatement; t. Chemical weed control; u. Maintenance of fire protection / fuel modification of slope areas; v. Litter pickup, doggie litter removal; w. Sport courts blowing down; x. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman as required. y. Hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement); z. Provide and furnish rope, approved fencing and “grounds under repair” signs as needed when landscape areas are being renovated and must be closed for public safety. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas, shrubs; trees; ground cover and turf which may be irrigated by automatic or manual systems. 1.05 Contractor shall not work or perform any maintenance operations, particularly during periods of inclement weather, which may cause unsafe working conditions or that man damage landscape areas 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; Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 1.07 When notified of landscape or irrigation emergency during the hours and days of maintenance service as identified in Section 9, the contractor shall respond by phone to the Parks Maintenance Staff, within fifteen (15) minutes of notification. When notified of an emergency outside of the normal hours and days of maintenance service, the contractor has (30) minutes to respond by phone to the Parks Maintenance Staff. If personnel and equipment are necessary for the emergency, the contractor PROPOSAL # PR-17-18-2711 must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to mitigate 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 clearly identify and equip each vehicle used within the City of Santa Clarita with decals on the exterior right and left front door panels identifying the Contractor's name, and phone number. Contractor shall require each employee 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 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of this contract. All communication will be professional in manner between all parties. Any employee who fails to work or act in an acceptable manner, as determined by the City Representative, shall be removed from working on City contracts immediately. 1.10 The contractor is required to have a minimum of five (5) years’ experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of landscaped areas of fifty (50) acres or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.11 Contractor shall provide cellular communication to each crew foreman. 1.12 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 (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / 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 bidder will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held with bid submission. 1.13 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 Parks areas to be maintained under the provisions of this Agreement are specifically identified in PR-17-18-27 Maps document. and 2.02 Contractor must acknowledge personal inspection of the Parks irrigation system, turf, planter areas and evaluate the extent to which the physical condition thereof will affect the services to be provided. Contractor accepts the premises in their present physical condition, andagrees to make no demands upon Parks for any improvements or alterations to irrigation, turf, and landscaped areas thereof. 2.03 Estimated acreage is provided by Parks for all areas to be maintained in Section 1. However, it is the responsibility of Contractor to verify byinspection and observe the various area characteristics. PROPOSAL # PR-17-18-2712 3. CERTIFICATIONS/REPORTS/RECORDS Contractor shall complete a Payroll and Prevailing Wage 3.01 Payroll and Prevailing Wage Report: Certification Report which shall be made available to Parks concurrent with the monthly invoicing. Contractor shall provide the required information in a form acceptable to Parks Division. The City is requesting that one monthly bill be submitted by the contractor to Parks Division for the maintenance. The monthly payment will not be made until such report is received and approved by Parks Division. Vendor to provide sample of monthly bill with bid response. Contractor shall complete a Daily Staff Attendance 3.02 Daily Staff Attendance Report: Report which shall be made available to Parks upon request. This report shall include the date, names and titles of all on-site staff working in the Parks each day. 3.03 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 Parks and will be made available to Parks upon request. When applicable, Contractor shall include with 3.04 Certification of Specialty Type Maintenance: 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 allgrass seed used. c. Quantity and complete description of allsoil 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. 3.05 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. The awarded contractor shall not have two (2) or more Cal-Osha sustained 3.06 Violation Records: complaints orfour (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 Parks 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 writtendescription of the work with an estimate including the hours and skill level of labor and a list of materials. No work shall commence without the written authorization from Park Division. Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet. For PROPOSAL # PR-17-18-2713 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 a condition exists wherein there is imminent danger of injury to the public or damage to property, Parks 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 Parks Division. 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 park location identified. All invoices for extra work and items must be submitted biweekly to Parks. 5. CONTRACTOR'S LIABILITIES 5.01 Failure on the Contractor’s part to complete required maintenance, service requests, and/or cure deficiencies to the satisfaction of the assigned Parks Maintenance Staff in a time that is determined by Parks Maintenance Staff is subject to liquidated damages of $500 per day. 5.02 All damages resulting from Contractor's operation within the Parks areas shall be repaired or replaced at Contractor's expense within 48 hours or be subject to liquidated damages of $500 per day. If contractor’s damage occurs to the irrigation system, it must be repaired prior to the next scheduled water cycle or be subject to liquidated damages of $500 per day. 5.03 All such repairs or replacements shall be completed within the following time limits or be subject to liquidated damages of $500 per day. a. Contractor shall make all irrigation repairs immediately upon occurrence, or within 24 hours following notification from Parks Division of such a deficiency. If not repaired within 24 hours or agreed time in writing, contractor will be subject to liquidated damages. b. All damages to shrubs, trees, turf, or ground cover shall be repaired or replaced within five (48) hours days or as agreed upon by Parks Division. 5.04 All repairs or replacements shall be completed in accordance with the following maintenance practices or be subject liquidated damages of $500 per day. 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 Parks Division. Minor damage may be corrected by appropriate pruning as required in b. Shrubs 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. PROPOSAL # PR-17-18-2714 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise, Parks Division will interpret this Agreement. If the Contractor disagrees with the interpretation of parks Division, Contractor shall continue with the work in accordance with Parks Division 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 Parks Division 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 not apply. The Panel will submit its recommendation to Parks Division for consideration, within one (1) week following the conclusion of the hearing. Parks Division shall render an interpretation based upon review of the Panel's recommendation. Parks Division decision shall be final. 7. 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 Parks or from Parks 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 nor 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 Parks being maintained, Parks Division 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 Parks Division. 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 Parks Division 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 Parks Division. If any complaint is not resolved within 24 hours, Parks Division shall be notified immediately of the reason for not resolving the complaint followed by a written report to Parks Division within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Parks Division, Parks Division may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Parks Division. 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 PROPOSAL # PR-17-18-2715 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 in the Parks that are 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 Parks premises unsafe, as well as any unsafe practices occurring thereon. Parks Division 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 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 Parks Division 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 4:30 p.m. on those days maintenance is to be provided pursuant to the work schedule approved in advance by Parks Division. No work will be performed on City Legal Holidays unless authorized by Parks Division Administration in advance (Exhibit D). 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 the minimum specified on-site staffing per Section 11, 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 Parks 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 Parks 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. PROPOSAL # PR-17-18-2716 10. MAINTENANCE SCHEDULES 10.01 Contractor shall, within ten (10) days after the effective date of this Agreement, submit a premises work schedule to Parks Division for review and approval. Said work schedule shall be set on a weekly rotational basis, as well as an annual calendar, identifying and delineating the time frames for the required functions by the day of the week, morning, and afternoon. Rotational requirements for each Park are to be approved by Parks Division upon review of the work schedule. 10.02 Contractor shall perform maintenance as scheduled and approved by the Parks Division. Failure to perform maintenance according to the approved schedule is subject to liquidated damages of $500 per day. from 10.03 Contractor shall submit revised schedules when actual performance differs substantially planned performance. Said revisions shall be submitted to Parks Division for review, within five (5) working days prior to scheduled time for the work. 10.04 Contractor shall notify Parks Division, in writing, at least two (2) weeks prior to the date and time of all maintenance operations. a. Fertilization; b. Turf Aerification; c. Turf Renovation/Verticutting; d. Turf Reseeding; e. Micro-Nutrients/Soil Amendments; f. Spraying of Trees, Shrubs or Turf; g. Aesthetic Tree and Shrubbery Pruning; h. Preventative disease control; i. Seasonal color. Transplanting small and medium sized plants; j. Lane closures for median or parkway maintenance prior notification is required; Contractor at his cost shall k. Fire protection of the natural slopes area maintenance. be responsible for all inclusive weed abatement, maintaining the brushed slope areas throughout the year in accordance with the below-identified height of weeds, dead wood removal in accordance with the 100’ distance from dwellings or structuresrequirements pursuant to County fire code. 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 hydro-mulched 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 for the 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 PROPOSAL # PR-17-18-2717 the Parks 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 Parks within a maximum period of 30 days. (4) Contractor shall be responsible for maintaining the brushed slope areas throughouttheyearinaccordance withtheabove-identifiedheightof 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 Parks Division 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 or balance of the 100 feet outside of the private property boundary, or, in this case, 80 feet. However, Parks Division is responsible for those areas where an easement has been accepted by Parks Division over a portion of a private lot. Consult with Parks Division 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 ments of Sections 18 and 19 of these be fertilized in accordance with the require Specifications l. Other Items as Determined by Parks Division. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide the specified number of personnel to satisfy daily and/or weekly requirements for high quality landscape maintenance. 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, assigned to PROPOSAL # PR-17-18-2718 Hybrid Park maintenance shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Staffing requirements for maintenance of the City of Santa Clarita nine hybrid parks will be a minimum off 200 man hours per week. Assigned staff shall consist of one irrigator, one lead maintenance worker and three maintenance workers. 11.03 Parks Division 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 Parks Division Staff, detrimental to the interest of the public using the premises, Contractor shall meet with representatives of Parks Division to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure Parks Division that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the Parks covered under this Agreement. 11.04 Parks Staff reserves the right to require the Contractor provide alternate staff members to supplement and/or replace staff that is determined to be performing below the expectations of Parks Division. The City of Santa Clarita will maintain sole authority of determining if and when a staff members’ performance falls below these standards. The request for replacement from City staff is not limited to field crewmembers but also extends to management, supervisors, and specialized staff. Upon request, the contractor shall provide appropriately qualified alternatives for selection by Parks staff as necessary. 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 Parks Division. 13. UTILITIES 13.01 Parks Division shall pay for all utilities associated with the maintenance of the Parks. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Parks Division. 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 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 Parks Division will be presented to Contractor by Parks Division prior to actual deduction to allow for explanations. 14. NON-INTERFERENCE 14.01 Contractor shall not interfere with the public use of the Park 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, shall provide the necessary labor in these specifications to apply chemicals such as herbicides and pre-emergent. The City of Santa Clarita will pay the PROPOSAL # PR-17-18-2719 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 overseen by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural regulations, 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 Parks Division prior to using chemicals within the parks. 15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Parks Division 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 Parks Division. 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 Parks Division 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 Parks Division. 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. 16. STORAGE FACILITIES 16.01 Parks Division shall not provide any storage facilities for the Contractor. Any Contractors storage facilities must be located outside of the boundaries of the Park for which landscape maintenance services are performed, unless Parks Division determines it would be in the best interests of Parks Division to waive this restriction. 17. TURF CARE Contractor shall perform the following services under the terms of this agreement; 17.01 a. Mowing: Turf to be mowed with an adequately sharpened rotary or reel type mower equipped with rollers must be used, to ensure a smooth surface appearance without scalping. (1) All warm season grasses (Bermuda and St. Augustine) to be cut at ½ inch through 1 inch height throughout the year. Subject to change. (2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 ½ inch PROPOSAL # PR-17-18-2720 and 2 ½ inches during April through November, and at 2 inches during December to March of each year. Subject to change. (3) The mowing heights may be adjusted by Parks Division 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. All clipping removed to be properly disposed of in green waste containers only. (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 when turf is actively growing and once every two weeks or as directed during the non-growing season. This schedule will be submitted to Parks Division for approval. Refer to items 1 and 2 in this section for turf length ranges. (6) Mowing speeds shall not exceed the speed recommended for optimal performance based upon the manufactures specifications and recommendations in the owners / operation manuals. flower b. Edging: With each mowing, the edge of the grass along sidewalks, curbs, shrub, 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 24 to 36 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 or broom. (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 24 to 36 inches mulched clearance where applicable. (7) All edging where turf meets concrete walkways and mow curbs to be completed with a hard blade edger . Hand removal of noxious weeds or c. Weed Control: Turf is to be maintained weed free grasses will be required as necessary. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. Aerate all turf areas two (2) times annually, once in the spring and once in the e. Aerating: fall prior to the over-seeding operations. Aerate all turf by using ½-inch tines, removing 2-inch cores of soil with an aerator machine at not more than 6-inch spacing once over. Parks Division is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and once in the fall prior to the over-seeding operations. Equipment will consist of standard renovating or vertical mowing types. Parks Division is to be notified at least two (2) PROPOSAL # PR-17-18-2721 weeks prior to the exact date of renovation. Hauling costs and dumping fees are included in the contract and are to be performed at the contractor’s sole expense. g. Top Dressing: Top dress all turf areas two (2) times annually, once in the spring and once in the fall after seeding. The City of Santa Clarita will pay the contractors price for the top dressing plus no more than a 15% mark up. The contractor shall provide the labor to apply the top dress. Turf shall be fertilized with a turf type commercial fertilizer at a minimum of h. Fertilization: four (4) times a year. All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Parks Division. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Parks Division prior to application. 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 twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots, as needed, throughout the remainder of the year to re- establish turf to an acceptable quality. When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of ¼-inch) in this sequence.Parks Division may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation, (extra) for the cost of the sod only, provided that the loss of turf was not due to the negligence of Contractor. The City of Santa Clarita will pay the contractors price for the seed plus no more than a 15% The contractor shall provide the labor to apply the seed. mark up. 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 approved by Parks Staff prior to installation. To promote new growth, cut back the foliage to about 4-6 j. Ornamental Grass Care: inches in the late winter to early spring before growth resumes. k. Irrigation: 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 22, concerning irrigation practices shall apply to all turf. 18. SHRUB AND GROUND COVER CARE 18.01 Contractor shall perform at his sole expense under the terms of this agreement the following services: shrubbery throughout the year to encourage healthy a. Pruning: Manually select prune 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 Parks Division. No balls, squares or PROPOSAL # PR-17-18-2722 unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimming: Restrictgrowth ofshrubberyandground covertoareasbehindcurbsand walkways, and within planter beds by trimming, as necessary, or upon notice by Parks Division. All trimming practices are subject to change as directed by Parks Division. 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” layer maximum (approx. 2,000 combined cubic yards annually) (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 Parks Division Administrator or qualified representative. g. Fertilization: Apply balanced fertilizer two (2) times per year to provide a healthy color in all plants with foliar feedings if applicable. The fertilizer shall be applied once during the months of March or April and once during the months of September or October. Contractor will cultivate around plants where needed. Fertilizer shall be appropriate for plant type and season (time of year) and approved by Parks Staff prior to installation. The Contractor shall provide the Director with 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 22, concerning irrigation practices shall apply to shrubs and ground covers. i. 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 Parks will be disbursed with the above specifications by the contractor who will provide the labor athis expense. PROPOSAL # PR-17-18-2723 j. Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-6 inches in the late winter to early spring before growth resumes. 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) All trees to be maintained up to 12’ (feet) and 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 all public walkways and 14-foot over parking lots and roadways. (3) Report insects and tree diseases to Parks Division 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. (9) All trees should have a weed free tree well and should 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 Parks, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Parks Division 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 Parks Division. The need for and the size of replacement will be determined by Parks Division 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 Parks Division. Original plans and specifications should be consulted to insure correct identification of species. Upon notification, all newly planted trees, by others, are the responsibility of the Contractor to maintain and guarantee healthy establishment for a period of 90 days. If the landscape contractor plants additional trees it will be considered “extra work cost.” PROPOSAL # PR-17-18-2724 e. Fireblight Treatment: Preventative Fireblight treatment for Pyrus Kawakamii to consist of spray application between October 1 and mid-November. Post treatment to consist of pruning out dead wood, sterilizing pruning tools after each cut. Preventative Fireblight treatment for Platanus to consist of two applications and possibly a third application, depending on the effectiveness of the previous application. The first application shall occur in February, during the budding stage. The second treatment shall occur in March, during the juvenile growth stage of the leaf. The third application shall occur in April if there is evidence of blight after mature growth of leaf. Materials used shall be of an approved type by the County Agriculture Department. If the landscape contractor provides this service it will be considered “extra work cost”. g. 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 the landscape contractor or their subcontractor. Parks Division will procure Oak Tree Permits once work is approved. h. 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 Parks Division will provide the materials necessary for integrated pest management (IPM) and contractor at his under the terms of this agreementwill provide the labor. Integrated pest management (IPM) is a pest a. Integrated Pest Management (IPM): 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. All work involving the use of chemicals will be accomplished by a b. Chemical Application: State of California Certified or Licensed pest control applicator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. All chemicals requiring a special permit for use must be registered by the c. Permits: Contractor with the County Agricultural Commissioner’s Office and a permit obtained with PROPOSAL # PR-17-18-2725 a copy to Parks Division, prior to use. A copy of all forms submitted tothe County Agricultural Commissioner shall be given to Parks Division on a timely basis. d. Compliance with Regulations: All applications should comply with all applicable local, state and federal laws e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Parks Division. 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 Parks Division. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Parks Division upon detecting a need for rodent control. 21. GENERAL CLEAN-UP 21.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Curb and Gutter Maintenance: Contractor is responsible for removal of debris, weeds and grass fromgutter expansion joints and three feet from curb face at all times. b. 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. c. Walkway and Driveway Maintenance: Walkways, paseos and driveways, will be cleaned immediately following mowing and edging at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces. All walkway and driveway cracks and expansion joints shall be maintained weed and grass free at all times. d. Drain Maintenance: All drains and catch basins shall be free of silt and other debris at all times. e. 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. The City’s Environmental Services Office. The goal will be at least 85% diversion f. Debris: 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 Parks Division. Removal of larger items would be considered as an “additional work” item and subject to the terms of Section 4 22. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR All irrigation systems within the Park areas designated in these specifications will be repaired and maintained as ALL INCLUSIVE LABOR AND EQUIPMENT required for proper operation by the Contractor. All programming will be included by the contractor. For irrigation repairs, materials will be reimbursed at no more than a 15% mark up over the contractor’s cost. The Contractor must provide invoices upon request of Parks Maintenance Division. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management PROPOSAL # PR-17-18-2726 Practices (BMP’S) at: http://www.irrigation.org/uploadedFiles/Standards/BMPDesign-Install- Manage.3-18-14(2).pdf The contractor will be responsible to complete the following WeatherTrak training through HydroPoint University. Proof of completion to be provided upon request no later than thirty (60) days after start of contract. Additional trainings are available and participation is encouraged. a.Level 1 – WeatherTrak Basic Systems Training Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: Irrigation Station Identification/Location Irrigation Heads Remote Control Valves Flow Sensors Flow Sensor Programming PVC Piping (Including mainline and laterals) Quick Couplers Rise rs Swing Joints Check Valves Irrigation Booster Pumps Solar Controllers/Valves Battery Operated Controllers/Valves Valve Boxes, Quick Coupler Boxes, Etc. Irrigation Controller Programming and Setup PROPOSAL # PR-17-18-2727 22.01 Controllers: 1. All controllers shall be adjusted as needed for optimum performance considering the water requirements of each remote control valve (irrigation station). “Smart” or “weather based” controllers shall be configured to water in the “AUTO MODE” or “ET MODE” when available. Plant establishment periods do not apply to this requirement and should be scheduled accordingly. Contractor is responsible for adjusting the controller parameters/attributes in order to irrigate efficiently and each valve shall be customized for the needs of the plant material. Excessive watering or excessive runoff shall not be permitted. 2. 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 Parks will provide a username/password for access. 3. Contractor will provide their own irrigation remote (receiver and transmitter) for control of the WeatherTrak or other industry standard controllers not listed. The City requires the Promax universal irrigation remote or other “smart phone” technology for its use in field testing and operation of all irrigation systems for the Parks 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. Parks Division’ inspectors may 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, not for normal or day- to-day inspections. 4. Consideration must be given to the soil conditions, seasonal temperatures, wind conditions, slope, humidity, and the relationship of conditions which affect irrigation. This may include daytime 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 shall be paused until normal conditions exist. No watering medians in windy conditions, to avoid drift and wetting non landscaping areas. 5. Contractor shall be responsible for data input with regards to irrigation station reference in the programming function of the central server or at the controller. Example: Station 1 - SE Corner of parking lot, Turf NW of restroom, Shrubs on large slope, etc. 6. 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 9:00 p.m. and 7:00 a.m.). PROPOSAL # PR-17-18-2728 7. Contractor shall be responsible for monitoring all irrigation systems within the jurisdiction of this Specification and correct for coverage, adjustment, clogging of lines, andremoval of obstacles, including plant materials which obstruct the spray. Monitoring shall be scheduled for all systems at minimum 1x monthly. 8. 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 or walks (where sprinkler heads can be adjusted). Contractor is to maintain the watering schedule in “AUTO” mode which will equal the evapotranspiration rate based on topography, soil type, plant material, season or climatic factors. Contractor shall notify The City of Santa Clarita of any schedule changes. 9. Contractor shall utilize “cycle & soak” in programming in order to eliminate excessive run- off. 10. Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved by The City of Santa Clarita. 11. Copies of controller maps shall be kept in enclosures at all times. 12. Contractor is responsible for maintenance of the interiors of controller enclosures and shall be kept clean free of debris and pests, regardless of condition(s) at time of contract award. Once a year, the contractor shall clean all irrigation controller cabinets. 13. Contractor shall be responsible to notify The City of Santa Clarita of any additional water requirements to the landscape which is outside of the “AUTO” scheduled program application. 14. It is the responsibility of the Contractor to keep the plant material alive. If this requires an extra application of irrigation water, the Contractor is to make the necessary adjustments and immediately notify The City of Santa Clarita upon doing so. 15. Only The City of Santa Clarita Staff, City Monitors, the Contractor Supervisor/ Foreman or Irrigation Technician will have access to all controllers. Enclosures will be locked/padlocked at all times. 16. The Contractor shall test the soil in turf and groundcover areas and around all trees and shrubs monthly or as necessary with soil probes to determine that the proper amount of water is being applied at all times. This information should be used to adjust watering times on the controller and supplemental hand or deep watering as necessary. 17. The Contractor shall make adjustments to the water programs to compensate for irrigation heads on each system, soil type and permeability, wind condition, orientation to the sun, air temperature, season, and logistical considerations 18. Once the irrigation system has been adjusted to only irrigate the planting areas it was designed to irrigate, the contractor shall then monitor the irrigation watering application PROPOSAL # PR-17-18-2729 time to determine the length of time each system runs until irrigation runs off the landscape area. This information will then be used to establish “cycle & soak” parameters. 19. The maximum run time should then be set a minimum of one minute less than the time it takes for run off to occur. This will establish the maximum run time for each valve, with full sun exposure. Adjust valves with partial shade or full shade to have less run time than the systems in full sun. 20. It is required that soil conditions be constantly monitored with a soil probe to insure that over-saturation of the soil does not occur. 21. In addition to the soils condition, the individual plant material requirements must be taken into account. As the plant material becomes established, a reduction in the frequency of watering should be implemented to harden-off the plant material while maintaining it in a healthy condition. Operation of System: 22.02 1. As a standard practice, the Contractor shall formally acknowledge receipt of the irrigation System within the first 60 days of the notice to proceed. It is the Contractors responsibility to conduct a full scale irrigation audit/assessment to determine deficiencies in the system and make recommendations for repair(s). 2. Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, annuals, perennial plants, and ground covers when automatic systems are not functioning. 3. Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet or dry areas which could interfere with the safe use of the park for the public and Contractor’s ability to mow/maintain landscaped areas. 4. All irrigation systems shall be personally inspected by Contractor a minimum of once per monthto verify effectiveness of sprinkler operation. The appropriate Irrigation Inspection Form must be filled out per controller and submitted to The City of Santa Clarita Parks Division with each month’s monthly invoice. 5. Contractor shall adjust and clean as necessary all sprinkler heads, nozzles, filters, screens, valves and pressure regulators to continue operation at maximum efficiency and performance. 6. All materials and workmanship will be in accordance with the City Plumbing Ordinances if/when applicable. 7. Sprinkler heads in turf areas shall be kept clear of overgrowth, which may obstruct maximum operation. No chemical spraying or growth inhibitors around head shall be allowed. PROPOSAL # PR-17-18-2730 8. Contractor shall be responsible for trimming plant material and making necessary adjustments to riser heights as growth rates indicate. 9. Contractor shall be responsible for hand-watering any pots not provided with an irrigation system to maintain plants and promote optimum growth. 10. Adjustments in operating pressure for spray and rotor type heads shall be followed per manufacturer’s recommendation to provide optimum efficiency unless instructed otherwise by The City of Santa Clarita. 11. Contractor will be required to walk each site upon request by Parks Division representative a minimum of one time per quarter to inspect the operation of the irrigation system. 12. Plant damage or loss resulting from the failure to promptly report irrigation system failure shall be considered Contractor negligence and such plant material shall be repaired or replaced at Contractor expense. 13. All hand watering performed with a hose shall require the hose to have a flow control that will allow the operator to turn the hose off between watering areas to minimize any wasted water. 14. The Contractor shall be responsible for monitoring all project irrigation systems and should correct coverage, head adjustments, clogged lines, loose staking of heads and pipes, and obstacles which obstruct the spray. Make all necessary adjustments to heads that spray onto roadways, walks, walls, and patio areas or out of intended area of coverage. The Contractor shall clean and adjust sprinkler heads as needed for proper coverage. Each system should be operated via remote control and observed on a regular basis. 15. During extremely hot weather, long holiday periods, and during or following breakdown of systems, the contractor should provide adequate personnel and materials as required to adequately water all landscaped areas at no extra cost to The City of Santa Clarita. When breakdowns or malfunctions exist, the contractor should water manually by whatever means necessary to maintain all plant materials in a healthy condition. Overly wet or dry conditions should not be permitted to develop. 16. Once a year, the contractor shall clean all valve boxes, remove intruding soil and replace gravel as needed. 17. Testing, certification and service of the backflow prevention devices on the irrigation systems shall be done by a certified tester as provided by The City of Santa Clarita. 18. Contractor shall not repair, manipulate or remove backflow devices unless prior authorization has been received by a City of Santa Clarita representative. However, Contractor is permitted to make use of shutoff valves located on or near backflow devices in the event of a mainline break and/or maintenance. PROPOSAL # PR-17-18-2731 19. Contractor shall notify the Parks office immediately should a backflow prevention device malfunction occur. 20. Parks Division Staff will spot check controller schedules to assure compliance with irrigation program standards. 22.03 Repairs: 1. All irrigation should be assembled on triple swing joints. 2. When irrigation heads, risers, nozzles, etc. break, they will be replaced with like for like irrigation heads. Uniformity is of the utmost importance. 3. All remote control valves shall be Superior 950DW brass valves unless other(s) are accepted by Parks Staff. 4. Contractor shall make all irrigation repairs immediately upon occurrence, or within 24 hours following notification from Parks Division of such a deficiency. If not repaired within 24 hours or agreed time in writing, contractor will be subject to liquidated damages. 5. Malfunctions of any nature which are deemed to be the fault of materials or workmanship still covered under original installation guarantee shall be reported immediately to The City of Santa Clarita. 6. Contractor shall submit itemized irrigation invoices for materials per park on an as needed basis. 7. Repairs shall be noted on the monthly inspection form and will include date of repair, nature of repair, and itemized list of materials for clarity that is submitted to the City. 22.04 Conservation: The City of Santa Clarita will conduct monthly water management meetings with the contractor to review all controllers with irregular usage and situations where water consumption is excessively high. All plant stress or loss due to under-watering or over- watering will demonstrate contractor neglect and cost to replace said material will be at Contractor’s sole expense. The City of Santa Clarita may conduct monthly Water Management Meetings with the contractor to review any penalty charges that were caused by the Contractor’s inability to properly manage water allocations, when applicable. The Contractor will be responsible for paying all water penalties incurred on each water meter for all overages exceeding allocation established by the respective water purveyor. The City of Santa Clarita may waive specific penalties at its sole discretion. The City of Santa Clarita takes Water Conservation very seriously and will not tolerate mismanaged or neglected water delivery systems. In order to ensure efficient and responsible water management with 22.05 Water Budgets: regards to landscape irrigation, the City of Santa Clarita Parks Division office requires the following: PROPOSAL # PR-17-18-2732 When water budgets have been established for each individual service area within a Park (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). Formula: MAWA = (ETo) (0.62) \[(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any “penalty” tier the City of Santa Clarita is subjected to. 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGESYSTEMS 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 Parks Division. Any unsafe condition of a walkway or service road shall be reported immediately to the Parks 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 Parks Division. 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. The following services shall be provided by Contractor at their 23.02 Drainage Systems: expense per Contract Agreement except as otherwise provided for: a. All Parks 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 storm drain 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. PROPOSAL # PR-17-18-2733 b. All Parks 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 Storm drain 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 storm drains is prohibited. Such action could result in termination of maintenance contract. d. During periods of inclement weather, Contractor will provide inspections of the property during regular assigned hours to prevent or minimize the possible damage from inclement weather. Contractor shall report any storm damage to City Parks within12 hours of occurrence. All storm damages must be photo documented prior to removal or clean up. If remedial work is requested beyond scope of this contract, it may be paid as extra work. e. Contractor shall be responsible for periodic inspection of surface drains, v-ditches, swales, etc. located within the landscaped areas. These drains shall be checked to assure proper functioning prior to inclement weather. Contractor shall remove any debris or vegetation that may accumulate at the inlet and prevent proper flow of water. 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the Parks during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, 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-clarita.com/e-service. 24.02 Monthly or bi-monthly: meet on site with an authorized representative of Parks Division for a walk-through inspection. Said meeting shall be agreed upon by both the contractor and Parks representative. Any corrective work required as a result of the walk-through inspection shall be accomplished to the satisfaction of Parks Division within five working days of the notification of deficiencies or agreed time line indicated in writing, except in the case of leaking valves or broken irrigation. The valves and/or irrigation must be repaired within 24 hours and before next scheduled water cycle following notification. Any corrective work not completed could be subject to liquidated damages of $500 per day 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, walls, or any appurtenant structures or equipment within the areas under Contractor’s maintenance. Parks Division 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- graffiti 25.03 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 Parks prior to use. 26. NATURAL AREAS MAINTENANCE PROPOSAL # PR-17-18-2734 26.01 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 weed and debris removal as directed by Parks Division. 27. SEASONAL COLOR AREAS 27.01 Annuals (flowers) shall be replaced as needed 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 contractor, price of the annual color plants plus no more than a 15% mark up will be paid by the City; under the terms of this agreement shall provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within Parks 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. 29. DECOMPOSED GRANITE 28.01 Contractor will be required to keep DG areas and pathways free of soil, litter, debris, and weed free. DG area should not have any standing water or be over saturated. Any areas in need of repair or fill should be reported and a proposal provided to bring the area back to an acceptable condition. 30. RESPONSE FORMAT The organization of the scope of work proposed is described in this section of the RFP. All potential contractors must follow this format. All requested form and documents must be uploaded into PlanetBids. PROPOSAL SUBMISSION All proposals must be submitted according to specifications set forth in Section 8 (a) - Contents of Proposal and this section. Failure to adhere to these specifications may be cause for rejection of proposal. I. Signature. An authorized representative of the bidder should sign all proposals. II. Due Date. All proposals must be received as noted in the “Instructions” section. Late proposals will not be accepted. Any correction or resubmission done by the proposer will not extend the submittal due date. III. Addenda. City may modify the proposal and/or issue supplementary information or guidelines relating to the RFP during the proposal preparation period of 11/9/17 to 12/11/17. Proposers are cautioned against relying on verbal information in the preparation of proposal responses. All official information and guidance will be provided as part of this solicitation or written addenda. PROPOSAL # PR-17-18-2735 IV. Rejection. A proposal may be deemed non-responsive and may be immediately rejected if: - It is received at any time after the exact date and time set for receipt of proposals and/or; - It is not prepared in the format prescribed and/or; - It is signed by an individual not authorized to represent the firm. V. Disposition of Proposals. The City reserves the right to reject any or all proposals. All responses become the property of the City. A copy of the proposal shall be retained for City files. VI. Proposal Changes. Once submitted, proposals, including the composition of the contracting team, cannot be altered without the prior written consent of the City. All proposals constitute an offer to the City and may not be withdrawn for a period of one hundred and twenty (120) days after the last day to accept proposals. VII. Proposal Evaluation and Contractor Selection. An evaluation panel comprised of representatives from the requesting department will evaluate all proposals to determine responsiveness to the RFP. The panel will recommend the selection of the responsible Proposer whose proposal is most advantageous to the City. Accordingly, the City may not necessarily make an award to the Proposer with the highest technical ranking nor award to the Proposer with the lowest Price Proposal if doing so would not be in the overall best interest of the City. The overall criteria listed below are listed in relative order of importance. As proposals are considered by the City to be more equal in their technical merit, the evaluated cost or price becomes more important so that when technical proposals are evaluated as essentially equal, cost or price may be the deciding factor 1.Team Composition 2.Rotation Schedule 3.Comparable Experience 4.Qualifications 5.Proactive Approach 6.Overall Price Staff will thoroughly evaluate each category, beginning with the category of greatest importance, #1, and ending with category #6. The final category, Overall Price, will be revealed following completion of a thorough evaluation of all previous categories. During the selection process, the evaluation panel may wish to interview bidders with scores above a natural break. Should an interview process take place the results of the interview will carry great weight in the selection process. The City reserves the right to make a selection solely on the basis of the proposals without further contact. PROPOSAL # PR-17-18-2736 C. SAMPLE CONTRACT MAINTENANCE AGREEMENT (SAMPLE) BETWEEN THE CITY OF SANTA CLARITA AND FOR THIS MAINTENANCE AGREEMENT (“Agreement”) is made by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation (“CITY”) and , (“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 orcivil 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 Engineering Division or the website for State of . A copy of the California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD prevailing rate of per diem wages must be posted at the job site. PROPOSAL # PR-17-18-2737 B.If this contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City’s California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita’s Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City’s Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. Protection of Resident Workers C. 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 (I-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: PROPOSAL # PR-17-18-2738 Type of InsuranceLimits (combined single) Commercial general liability:$1,000,000 Business automobile liability$1,000,000 Workers compensationStatutory requirement B.Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 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 01 06 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 andmaintain 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 In the alternative, should CONTRACTOR fail tomeet any of the Agreement or terminate. insurance requirements under this agreement, F.City may cancel the Agreement immediately with no penalty. G.Should Contractor’s insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR mustnotify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer’s issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. 7.TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A.CONTRACTOR furnishes proof of insurance as required under Section 6of this Agreement; and B.CITY gives CONTRACTOR a written Notice to Proceed. C.Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR’s own risk. PROPOSAL # PR-17-18-2739 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 any judgment 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 ameasure 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. 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. PROPOSAL # PR-17-18-2740 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.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 willimmediately terminate without obligation of either party to the other. 23.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. 24.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) PROPOSAL # PR-17-18-2741 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: Sample Only –Do Not Sign By: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: PROPOSAL # PR-17-18-2742 DESIGNATION OF SUBCONTRACTORS PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks City of Santa Clarita, California Subcontractor DBE STATUS:Dollar Value of Work Age of firm:Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No.Exp. Date: / / Phone ( ) Subcontractor DBE STATUS:Dollar Value of Work Age of firm:Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No.Exp. Date: / / Phone ( ) Subcontractor DBE STATUS:Dollar Value of Work Age of firm:Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No.Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. PROPOSAL # PR-17-18-2743 REFERENCES PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. __________________________________________________________________________________ Name and Address of Owner / Agency __________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed 2. __________________________________________________________________________________ Name and Address of Owner / Agency ___________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed 3. __________________________________________________________________________________ Name and Address of Owner / Agency __________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: _____________________________________________________________________________________ ______________________________________________________________________________________ PROPOSAL # PR-17-18-2744 PROACTIVE APPROACH FORM PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Please explain what policies or procedures you and your company will provide to insure your team will proactively identify deficiencies, suggest solutions, and execute resolution? PROPOSAL # PR-17-18-2745 ACKNOWLEDGEMENT & ACCEPTANCE OF BID SPECIFICATIONS PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Bid Specifications for the Annual Landscape Maintenance For Nine Hybrid Parks. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. *Supervisor’s Signature:___________________________________________Date:__________ *Estimator’s Signature:____________________________________________Date:__________ *Owner’s Signature:______________________________________________Date:__________ *All three signatures required PROPOSAL # PR-17-18-2746 PRICE SCHEDULE PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Fill out this form completely and return with your bid. Use this form for reference ONLY Pricing must be entered into line items section of PlanetBids. If the number entered on this page or the total entered on page one of the bid response conflicts with what is entered on Planetbids, the number entered on Planetbids shall govern. Item No./Project Site Monthly Total Maintenance Cost Annual cost 1. Northbridge Park a) x12mos b) 2.Chesebrough Park a) x12mos b) 3.David March Park a) x12mos b) 4.Pacific CrestPark a) x12mos b) 5.FairOaks Park a) x12mos b) 6. Copper Hill Park a) x12mos b) 7. RiverVillagePark a) x12mos b) 8.Golden Valley Park a) x12mos b) 9. West Creek Park a) x12mos b) ************************************************************************************** Subtotal (add lines1b through 9b) $ s ee next page PROPOSAL # PR-17-18-2747 PRICE SCHEDULE Hybrid Park Tree Replacement – A combined total for tree replacement. 10) Tree Replacement to include replacement of (25) 24” inch box trees (including two 2” inch diameter lodge poles x 10’ feet in length and two 36” rubber cinch ties per tree) in one of the following or similar species of tree; Platanus acerfolia “Columbia” sycamore Quercus agrifolia - Coast live oak Koelrueteria bipinnata – Chinese flame tree Lagerstroemia “fauriei” – Crape myrtle Cercis occidentalis – Western redbud Cercis canadensis – Eastern redbud Pinus canariensis – Canary island pine Ulmus parviflora – Chinese elm Geijera parviflora – Australian willow This work to be completed and invoiced within the first 24 months of the contract term and will not be included in the annual maintenance amount for additional contract years. 10. Tree replacement Lump Sum 11) Shrub replacement to include the replacement of (250) 5 gallon shrubs in one of the following or similar species of shrubs; Euonymous (spp) Callistemon v. “Little john” Muhlenbergia rigens “deer grass” Rhaphiolepis umbellate “minor” Rhaphiolepis (spp) Photinia fraseri “Birmingham” Rosaceae white carpet rose “iceberg” Pittosporum (spp) This work to be completed and invoiced within the first 24 months of the contract term and will not be included in the annual maintenance amount for additional contract years. 11. Shrub replacement Lump Sum Total bid amount for line items 9, 10, and 11 $ Total bid amount, annually, in legibly printed words: PROPOSAL # PR-17-18-2748 PARKS ADDITIONAL PRICING (SHEET #1) - DO NOT ADD TO TOTAL PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Pricing and Billing Schedule Detail Hourly labor rates 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 shall be used in evaluating cost estimates for “additional” or “extra” work requested by the City under this contract. Do NOT include this pricing entered on PlanetBids. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer $40.00 per hour $65.00 per hour Landscape Laborer $30.00 per hour $45.00 per hour QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour N/A Please note: pricing increase allowance will be according to Consumer Price Index (see Section A, “Bid Instructions, Item #34) Please initial to verify acknowledgement of labor rates - (initial) PROPOSAL # PR-17-18-2749 PARKS ADDITIONAL PRICING SHEET #2 - DO NOT ADD TO TOTAL Please list the unit price for labor, 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. Fill out this form completely and upload it with your proposal. In the event any Do NOT include mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. this pricing entered on PlanetBids. EXTENDED UNIT OF UNIT LINE DESCRIPTION QUANTITY PRICE MEASURE PRICE (unit price x i) Price for landscaped 1 1 square foot 500 sq. ft. park maintenance with turf. Price for landscaped park maintenance for shrubs 2 1 square foot 1000 sq. ft. and ground cover. Weed / Brush clearance 3 1 square foot 500 sq. ft. Price for landscaped, 4 1 square foot 500 sq. ft. irrigated slope maintenance. Installation of shrub, one 5 One gallon (5) gallon container. Installation of shrub, five 6 Five gallon (5) gallon container Installation of shrub / tree, 7 Fifteen gallon (5) 15 gallon container Installation of tree, 24” 8 24” inch box (5) inch box container PROPOSAL # PR-17-18-2750 PARKS ADDITIONAL PRICING SHEET #3 - DO NOT ADD TO TOTAL Fill out this form completely and upload it with your proposal. In the event any mathematical discrepancies are Do NOT include this pricing entered on found in the pricing forms submitted, the unit price shall govern. PlanetBids. This pricing shall include the cost of the additional staff needed to maintain these parking to City standards. Item No./Project Site Monthly Total Maintenance Cost Annual cost 1. Market PlacePark a) x12mos b) 2.SummitPark a) x12mos b) PROPOSAL # PR-17-18-2751 FAITHFUL PERFORMANCE BOND PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks 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. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract. 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 ___________________, 20__. CONTRACTOR* ________________________________________________________________________ ________________________________________________________________________ SURETY* ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ Subscribed and sworn to this ______________________ day of ____________________, 20__. NOTARY PUBLIC *Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. PROPOSAL # PR-17-18-2752 DOCUMENTS CHECKLIST PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks In addition to the items requested for the proposal the following documents are required to be completed and submitted by the proposer. Request for Proposal Invitation page filled out Any addendum published through Planetbids – signed form and acknowledgement through planet bids Designation of Subcontractors form – if none, write “n/a”; Do NOT leave blank Reference Page Price Schedule – Use the City supplied pricing page only Additional Pricing Page Acknowledgement & Acceptance of Bid Specifications Proactive Approach Form Required certificates/licenses – Proof of Contractor’s License - license number will suffice Required certificates/qualifications (as identified in solicitation including, but not limited to, License C27 and CLIA certification) Acknowledgement & Acceptance of Bid Specifications Exhibit A - Violation Records – must be completed Exhibit B –Staff –must be completed Exhibit C-1 throughC-9–– must be completed Staffing Structure PROPOSAL # PR-17-18-2753 EXHIBIT A PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Violation Records 1)The last six (6) months of tailgate safety meeting sign in sheets and topics covered must be made available UPON REQUEST. (Do not send with bid at this time.) 2)In the year of 2016, 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.______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________ 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.______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________ RFP PR-17-18-27 1 EXHIBIT B PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Provide information on any and all applicable crewmembers. This includes the supervisor, crew foreman, certified arborist (if applicable), chemical applicator, irrigation specialist, etc. 1)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 2)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 3)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 4)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 5)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 6)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 7)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ RFP PR-17-18-27 2 8)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 9)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 10)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 11)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 12)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 13)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 14)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ 15)Name______________________________ Job Title____________________________ Licenses/Certificates______________________________________________________ *Attach additional pages as necessary for additional personnel. RFP PR-17-18-27 3 EXHIBIT C-1 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Provide information on team composition and the number of hours per week for each crewmember that will be dedicated to each park. Please use the following structure. Feel free to add attachments if additional space is necessary. Northbridge Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ *Attach additional pages as necessary for additional personnel. RFP PR-17-18-27 4 EXHIBIT C-2 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Chesebrough Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 5 EXHIBIT C-3 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks David March Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 6 EXHIBIT C-4 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Pacific Crest Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 7 EXHIBIT C-5 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Fair Oaks Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 8 EXHIBIT C-6 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Copper Hill Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 9 EXHIBIT C-7 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks River Village Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 10 EXHIBIT C-8 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Golden Valley Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 11 EXHIBIT C-9 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks West Creek Park Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 12 EXHIBIT C-10 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Summit Park –As refrenced in the additional pricing sheet. Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 13 EXHIBIT C-11 PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks Market Place Park – As refrenced in the additional pricing sheet. Supervisors Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #1 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crew #2 Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ Specialty Positions Crewmember Title__________________________________ Qty. of Weekly Hours__________ Crewmember Title__________________________________ Qty. of Weekly Hours__________ RFP PR-17-18-27 14 EXHIBIT D PROPOSAL # PR-17-18-27 Annual Landscape Maintenance For Nine Hybrid Parks *1/2 Day for New Year's Eve Friday, December 29 New Year's DayMonday, January 1 Martin Luther King Day Monday, January 15 President’s Day Monday, February 19 Memorial Day Monday, May 28 Independence Day Wednesday, July 4 Labor Day Monday, September 3 Veteran's Day Monday, November 12 Thanksgiving Day Thursday, November 22 Day after Thanksgiving Friday, November 23 *1/2 Day for Christmas Eve Monday, December 24 Christmas Day Tuesday, December 25 *1/2 Day for New Year's Eve Monday, December 31 New Year's Day Tuesday, January 1 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. RFP PR-17-18-27 15 This map is a user-generated static output from City of reliable. The City of Santa Clarita does not warrant the accuracy of the data and assumes no liability for any Santa Clarita GIS Online mapping website and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise errors or omissions. This map is a user-generated static output from City of reliable. The City of Santa Clarita does not warrant the accuracy of the data and assumes no liability for any Santa Clarita GIS Online mapping website and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise errors or omissions. This map is a user-generated static output from City of reliable. The City of Santa Clarita does not warrant the accuracy of the data and assumes no liability for any Santa Clarita GIS Online mapping website and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise errors or omissions. any for City NORTHBRIDGE PARK otherwise warrant for is this and from liability on not output website appear or does no t static assumes mapping thatClarita layers accurat Santa and Online Data of data be GIS City not thes y omis onl a Clarita The of is may or mapreference accuracy reliable or errors Sanla may This the of any for CHESEBROUGH PARK map otherwise City warrant is for this and from liability does not output mapping website on appear assumes no static Santa Clarita that generated layers Onlineand Datadata of - user be GIS City only. the is a Clarita The of may reference map accuracy reliable. or Santa This the of any for map otherwise FAIR OAKS PARK City warrant is for this and from liability not output mapping website on does appear assumes no static Santa Clarita that generated layers Onlineand Datadata of - user be GIS City only. the is a Clarita The of may reference map accuracy reliable. or Santa This DAVID MARCH PARK any for from City otherwise warrant is for and this liability not on output website or appear does no current, static assumes mapping Clarita that accurate, layers Santa and Online Dataof data onuss1ons be GIS City not reference only the a Clarita The of may is mapor accuracy reliable or Santaerrors may This the of PACIFIC CREST PARK any for map otherwise City warrant is for this and from liability does not output mapping website on appear assumes no static Santa Clarita that generated layers Onlineand Datadata of - user be GIS City only. the is a Clarita The of may reference map accuracy reliable. or Santa This This map is a user-generated static output from City of reliable. The City of Santa Clarita does not warrant the accuracy of the data and assumes no liability for any Santa Clarita GIS Online mapping website and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise errors or omissions. This map is a user-generated static output from City of reliable. The City of Santa Clarita does not warrant the accuracy of the data and assumes no liability for any Santa Clarita GIS Online mapping website and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise errors or omissions. This map is a user-generated static output from City of reliable. The City of Santa Clarita does not warrant the accuracy of the data and assumes no liability for any Santa Clarita GIS Online mapping website and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise errors or omissions. 1 / 8 150002LS landscape architecture 1461 ford street, suite 105, redlands, ca 92373 civil engineering phone 909.748.7777 land planning fax 909.748.7776 est. 1989 EASEMENTS ATTN: DARIO PASCARELLI, LEED, AP UNDERGROUND SERVICE ALERT PREPARED FOR/APPLICANT: PHONE: (818) 825-4668 FOCUS BUILDING 23780 NEWHALL AVE NEWHALL, CA 91321 SOLUTIONS R ON POINT LAND SURVEYING INC. SOURCE OF SURVEY NON-PROFIT CORPORATION CHURCH, A CALIFORNIA ATTN: DARIO PASCARELLI, LEED, AP C/O FOCUS BUILDING SOLUTIONS REAL LIFE CHRISTIAN PHONE: (818) 825-4668 23780 NEWHALL AVE. NEWHALL, CA 91321 LEGAL DESCRIPTION 4-5 2-3 6-7 PROPERTY OWNER: 1 8 IRRIGATION & PLANTING SPECIFICATIONS PLANTING & IRRIGATION DETAILS LANDSCAPE ARCHITECT'S NOTE TO CONTRACTOR BASIS OF BEARING UNAUTHORIZED CHANGES AND USES BENCHMARK IRRIGATION PLAN SHEET INDEX PLANTING PLAN TITLE SHEET GENERAL NOTES Y A W A N A D T A N CURVE DATA: W E IO V O D N A RL C G R M 4L 4 C SEE SHEETS 5 L 3 & 5 SEWER WATER CABLE 2 L LINE DATA: 2 C '' '' 3300 001 55 .. C 66 1 L ,, RR "" 33 '' 00 22 '' 22 55.. 2222 UTILITIES LL ELECTRIC PHONE GAS '' '' 11 00 44 .. 00 .. 00 00 33 00 77 00 == TT 44 SEE SHEETS ,, == "" RR 88 ,, '' 44 '' 2 & 4 1100 44 99 .. 44 00 2244 44 11 DD == LL L L VICINITY MAP A H W E N INDEX MAP L C S T N est. 1989 ATTN: DARIO PASCARELLI, LEED, AP PHONE: (818) 825-4668 23780 NEWHALL AVE NEWHALL, CA 91321 R E W E S " 8 R E W E S " 8 est. 1989 W E IV D N A R G ATTN: DARIO PASCARELLI, LEED, AP PHONE: (818) 825-4668 23780 NEWHALL AVE NEWHALL, CA 91321 SDD S D S D S D S R E WE S " 8 8 " ES W E R R E W E S " 8 est. 1989 R E W E S " 8 est. 1989 W E IV D N A R G SDD S D S D S R E WE S " 8 8 " ES W E R 6 4 4 6 43 est. 1989 ATTN: DARIO PASCARELLI, LEED, AP PHONE: (818) 825-4668 23780 NEWHALL AVE NEWHALL, CA 91321 MEETS SIDEWALK TO 0' WHERE IT 1' AT TURF; TAPER GROUNDCOVER, 2' AT EDGE OF PAVEMENT est. 1989 est. 1989 ATTN: DARIO PASCARELLI, LEED, AP PHONE: (818) 825-4668 23780 NEWHALL AVE NEWHALL, CA 91321