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