Loading...
HomeMy WebLinkAbout2018-03-13 - AGENDA REPORTS - LANDSCAPE MAINT AT CITY TRANSIT FACILITIES (2)O Agenda Item: 4 CITY OF SANTA CLARITA -`' AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:�1 A11�443 DATE: March 13, 2018 SUBJECT: AWARD CONTRACT FOR LANDSCAPE MAINTENANCE AT CITY TRANSIT FACILITIES DEPARTMENT: Neighborhood Services PRESENTER: Valerie Ferchaw RECOMMENDED ACTION City Council: Award a two-year contract to Oakridge Landscape Inc. to provide landscape maintenance services for all City of Santa Clarita (City) Transit facilities for an annual amount of $58,404; and authorize a 20 percent contingency in the annual amount of $11,681 for as -needed repairs, for a total two-year contract not to exceed $140,170. 2. 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, and execute all documents subject to City Attorney approval. 3. Authorize the City Manager or designee to execute up to three (3) additional one-year renewal options beginning in year three, not to exceed the annual amount of $70,085, plus the appropriate Consumer Price Index adjustment, upon request of the contractor, and contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year. BACKGROUND The City of Santa Clarita Special Districts Division administers 59 financially independent zones within the Landscape Maintenance District (LMD). In total, the City's LMD operation encompasses approximately 2,000 landscape acres including landscaped parkways, 20 miles of paseos, 46 miles of landscaped medians, 30 bridges and tunnels, 4 park facilities, 2 transit facilities, 3 Metrolink facilities, and approximately 60,000 trees. Page 1 Packet Pg. 22 On January 12, 2018, Bid No. LMD-17-18-32, for the maintenance of LMD Transit/Metrolink facilities, was published and circulated via the City's PlanetBids system. The request for bids was transmitted to 527 vendors, including the Santa Clarita Valley Chamber of Commerce and the Valley Industrial Association, and downloaded by 22 companies. The City received and opened two bids on February 12, 2018, with the results identified below: BID COMPANY LOCATION BID POINTS AMOUNT AWARDED Bid 1 Oakridge Santa Clarita, CA $58,404 285 (Recommended) Landscape, Inc. Bid 2 Stay Green, Inc. Santa Clarita, CA $62,988 225 To enhance maintenance standards and enforce contractor accountability, LMD-17-18-32 incorporated a multiple criteria selection process based on several weighted categories to encourage proposals that will fully meet the City's maintenance standards. Additionally, the bid specifications include language that gives staff the ability to impose payment reductions on the contractor when maintenance schedules are not met or performance deficiencies are documented. An evaluation panel comprised of staff representing the City's Transit, LMD, and Urban Forestry operations scored proposals based on the following criteria: • Team Composition • Qualifications • Pro -Active Approach • Overall Price The process of scoring the bid submittals utilizing the above criteria resulted in Oakridge Landscape, Inc. achieving the highest overall score. Staff s subsequent due -diligence review of Oakridge Landscape, Inc.'s professional references has confirmed their work history meets the City's standards and performance expectations. Based on the above, staff is recommending award of contract to Oakridge Landscape, Inc. Based on previous experience managing these facilities, staff recommends increasing the potential value of this contract by $11,681 to ensure expenditure authority is available to address unscheduled repairs or as -needed work. It is important to note the bid specifications limit hourly costs for unscheduled services and does not represent any guarantee of compensation under the terms of the recommended contract. By authorizing a contract expenditure authority beyond the base bid amount, the City Council is taking action to ensure LMD revenues are utilized in the most cost-effective manner. Specifically, the City retains the discretion to authorize and compensate the contractor for additional work upon review by field monitors and approval by the Special Districts Manager. ALTERNATIVE ACTION Other action as determined by the City Council. O Page 2 Packet Pg. 23 FISCAL IMPACT There is no impact to the General Fund. The City Council previously appropriated sufficient LMD Funds during adoption of the Fiscal Year 2017-18 budget to support these costs via the following accounts: • Jan Heidt Newhall Metrolink 15207-5161.010, 15207-5141.001 • Santa Clarita Metrolink 15207-5161.010, 15207-5141.001 • Via Princessa Metrolink 12526-5161.010, 12526-5141.001 • McBean Regional Transit Center 12538-5161.010, 12538-5141.001 • Transit Maintenance Facility 12401-5161.010, 12401-5141.001 ATTACHMENTS Transit Facilities - Oakridge Proposal (available in the City Clerk's Reading File) O Page 3 Packet Pg. 24 CITY OF SANTA CLARITA REQUEST FOR PROPOSAL INVITATION BID # LMD-17-18-32 BID OPENING: February 12, 2018 The City of Santa Clarita invites electronically sealed bids for: Annual Maintenance Contract For Landscape Maintenance Zones Transit/ Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) 1. Bids must be ELECTRONICALLY received at: htta://www. r)la netbids.com/porta I/porta 1. cfm?Com r)anvl D=16840# 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for Ninety (90) days or for the stated contract period, whichever is longer. 4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read and understands the requirements contained on pages 1 to 58, Exhibits A to F. 5. Bid Questions. Questions should be submitted electronically to: http://www.planetbids.com/portalbortal.cfm?CompanylD=16840# The last day for questions will be 1:00 PM, February 5, 2018. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. Name (Print): Jeff Myers Email: JeffCa,oakridgelandscape.net Company Phone No.: 661-295-7228 Company: Oakridge Landscape, Inc. Address: 28064 Avenue Stanford, Unit K Valencia City: State/Zip: CA, 91355 Bid # LMD-17-18-32 2 ADDENDUM #1 For City of Santa Clarita Request for Proposal LMD-17-1$-32add1 Annual Maintenance Contract For Landscape Maintenance Zones Transit /Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) January 29, 2018 This addendum must be included with the bid response. Addendums should be submitted electronically to: http://www.planetbids.com/portal/portal.cfm?CompanVID_16840# General Information Provided at the Pre-bid Meeting McBean Regional Transit Center McBean Regional Transit Center — At no time will the awarded contractor be able to park or block access to the runway area specifically dedicated to buses. If at any time work is absolutely necessary, Transit must be notified 48 hours prior to. Any special projects that require access to the runway will require a 2-3 week minimum approval process so Transit has time to realign the busses. • Vehicles park there early for work and remain there late due to work. You will be required to schedule appropriately. Contractors biding on this Contract are encouraged to visit the sites, and it is imperative that you read the Bid Specifications as changes have been made. Any employees of the contractor awarded this contract are required to be Metrolink Certified at all times when working at the Metrolink locations. The City of Santa Clarita LIVID will provide contact information for Metrolink so all contractors bidding can have this information. "Described some of the Metrolink areas and locations based upon the maps that are included in the bid specifications" Irrigation -- Basic minor repairs such as broken heads, bubblers, nozzles, lateral lines that are easily accessible are all inclusive. Read the bid specifications. More challenging locations such as breaks below tree roots or under concrete will be reviewed by LMD staff and the contractor would be permitted to submit a "not to exceed proposal' proposal for this work. Irrigation needs to be repaired Bio-Swales — No direction was ever given as to the required type of maintenance needed. So the bid Specifications cover this in detail and the Bio-Swales will require maintenance that involves keeping them trimmed and clean. Making sure dry brush does not become an issue for cars that park close the plant material, and also for safety purposes as it relates to exposure. Bid # LMD-17-18-32add1 Parking lot planters and debris along curbs. These areas were not covered that well in the last set of specifications, so they were addressed in more detail this time. The curb areas will collect a lot of trash and debris, and the contractor will be required to make sure these areas are cleaned on a regular basis. Labor Compliance — Any question related to labor compliance should be and will be forwarded to Mary Alice Boxall. Mary Alice can be reached at mboxall@santa-clarita.com. 1. Is there a Dollar amount assigned to the small repairs? A. There is no designated dollar amount. Standard breaks such as lateral line, bubbler, sprinkler heads are all Inclusive. Control Valves, Flow Sensors, Quick Couplers are all forms of repairs that will be reviewed and may be permitted to have a proposal submitted. 2. In the event of vandalism or excessive damage is this included in the all-inclusive repairs? A. If it Is vandalism, it is 100% proposal, such as vehicles or trucks running over irrigation lines breaking heads and laterals. In these types of situations, the contractor will be required to submit a proposal. Stolen backflows are an example of what can happen. Contractor is not responsible to make this repair under the all- inclusive section of the bid specifications. Technically, backflows are repaired by a separate back flow company, but it is an example. 3. If awarded the contract, does the City of Santa Clarita provide the classes for the required Metrolink Safety Certification? A. No. Because you are required to work directly with Metrolink to set these classes up. Training is done throughout the year, but certification last either 1 or 2 years. The city does not have the ability to Invite outside agencies as there Is a cost involved. We will provide contact Information for Metrolink Training. 4. Does Metrolink only offer training once a year? They offer training throughout the year. You need to schedule it with Metrolink. They charge for this training and therefore you can schedule with them throughout the year. There are a variety of levels of service. Is the current condition of the sites want the City is looking for, and does it meet the City's standards? A. The current contractor is meeting City standards. The contractor receive scores that reflect this from the assigned monitor for this contract. As it relates to what are the City expectations are, read the bid specifications. The City is happy with the current contractor and the work being proved. 6. In addition to the current condition, what other criteria will the city be considering for the new contractor? What other criteria is required when considering the bids? A. The criteria is listed in the Bid specification. All bids will be reviewed by a designated number of LMD employees. That number may be as few as 3 and up to 5. There are 5 categories that will be reviewed. Bid # LMD-17-18-32add1 We choose multi -criteria because it allows for us to see how the contractors are going to approach the sites and tell us how they plan on maintaining them. There are five categories that get reviewed by LMD Staff. 7. How long has the current contractor been on site? A. The entire contract including the first 2 years, and it was renewed for three years. 8. So is it safe to assume that the current contractor is bidding? A. Yes, it safe to assume that the current contractor will more than likely be bidding again. Contra t r s representative Date 0AVC,(06)r I -A6 Company Name Bid # LMD-17-1 B-32add1 3 PROPOSAL GUARANTEE BID BOND Bid # LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit / Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Oakridge Landscape, Inc. ,as BIDDER, and SureTec Insurance Company , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of the Total Bid Amount dollars (S 10% ), which is ten percent (10%) of the total of first contract year (365 days) amount which is bid by BIDDER, to AGENCY for the above - stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 24 day of January —2018 BIDDER Oakridge Landscape, Inc. Contact: Ron McRae, Business Developer SURETY* Avenue Stanford, Unit K, Valencia, CA 91355 - Phone: (661) 295-7228 Insurance Company Contact: David Melman, Underwriter 131 Camino Del Rio N., Suite 1450, San Diego, CA 92108 - Phone: (619) 400-4104 er K. ree , Attorney -In -Fact and swom to this 24 day of January , 2018 NOTARY. PUBLIC *See Attached* *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid 0 LMD-17-18-32 56 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I A notary or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles Bid Bond No.: NIA On January 24th, 2018, before me, Dolores Emily Godoy, Notary Public, personally appeared Jennifer K. Green, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. DOLORES EMILY GODOY Notary Public - California z Los Angeles County a Commission # 2203151 My Comm. Expires lul 25.2021 POA#: 510541 SureTec Insurance Company LLMTED POWER OF ATTORNEY Snow All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jennifer K. Green its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or othhr instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Ten Million and 001100 Dollars ($10,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until IM112019 and is made under and.by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and atl notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20* of April, 1999.) in Wows Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 17th day of April , A.D. 2017 . SURETEC E ANY yFRIAANcF ruvr X 9 Og By: IW g 2 John Knox ., resi nt State of Texas ss: County of Harris ' On this 17th day of April , A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. ��Wnlp, XENIA CHAVEZ aa4•',;Notary Public, State of Texas �'��•": Comm. F�cpires 09-10-2020 eycommission av Nota Public Notary ID 129117659 r•Y expires September 10, 2020 L M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this day of ar JA A.D. nt Be ft AssistaO 5e8retary Any instrument Issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. " State of California County of Los Angeles On February 1, 2018, before me, Susan L. Meza, Notary Public, personally appeared Jeffrey Myers, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity on behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. SUSAN L. NIEIA Commission # 2087088 a• Notary Public • California Z Los Angeles county Susan L. Meza, Notary Pu is M Comm. Ex ares Noy 19 2018 DESIGNATION OF SUBCONTRACTORS Bid # LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit / Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) City of Santa Clarita, California Subcontractor DBE STATUS: N/A Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( J Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( J Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone { j 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. Bid # LMD-17-18-32 52 REFERENCES Bid # LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit / Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) City of Santa Clarita, California 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 City of Santa Clarita Name and Address of Owner/ Agency Wayne Smith 661-290-2206 Name and Telephone Number of Person Familiar with Project $56,064.00 / year Transit/Metro Facilities Current Contract Contract Amount Type of Work Date Completed 2 City of La Canada Name and Address of Owner / Agency Gonzalo Viengas 818-790-8882 Name and Telephone Number of Person Familiar with Project $357,408.00 per year Parks, sports fields, schools On-going Contract Amount Type of Work Date Completed 3 County of Los Angeles Name and Address of Owner/ Agency Carlos Maciel 310-341-8793 Name and Telephone Number of Person Familiar with Project $174,877.00 Parks On going 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: SureTec Insurance Company, David Melman, 3131 Camino Del Rio N., Suite 1450, San Diego, CA 92018 Bid # LMD-17-18.32 Phone: 619-400-4104 53 C. PRICING SCHEDULE Bid # LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit / Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) Fill out this form completely and return with your bid. Pricing must be entered into line items section of PlanetBids. Item Project Site Monthly Total No. Maintenance Cost Annual cost 971.00 $11,652.00 1. Transit Maintenance Facility a} x12mos b) 2. Mc Bean Regional Transit Center a} 1,386.00 x12mos b) $16,632.00 3. Santa Clarita Metrolink a) 1,498.00 x12mos b) $17,976.00 4. Jan Heidt Metrolink a) 617.00 xl2mos b) $7,404.00 5. Via Princessa Metrolink a) 395.00 xl2mos b) $4,740.00 Total (add lines 1b through 5b) $ 58,404.00 Total bid amount, annually, in legibly printed words: Fifty-eight -eight thousand, four hundred four dollars and no/ 100. Bid # LMD-17-18-32 48 ADDITIONAL PRICING Bid # LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit / Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) Do NOT include this pricing in the cost of your bid response. 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. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer Landscape Laborer $40.00 per hour $65.00 per hour $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 #33) Please initial to verify acknowledgement of labor rates - (initial) Bid # LMD-17-18-32 49 ADDITIONAL PRICING CONT... Bid # LMD-17-18-32 LIVID ADDITIONAL PRICING SHEET #2 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. Do NOT include this pricing in the cost of your bid response. LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY EXTENDED PRICE MEASURE (unit price x quantity) 1 Price for maintenance of landscape with trees, 1 square foot $.05 1000 sq. ft. $50.00 shrubs and ground cover. 2 Price for landscaped, irrigated slope 1 square foot $.03 500 sq. ft. $15.00 maintenance. 3 Price for installation of one (1) gallon shrub 1 each $15.00 (5) Five $75.00 4 Price for installation of five (5) gallon shrub 1 each $35.00 (5) Five $175.00 5 Price for installation of fifteen (15) gallon shrub 1 each $125.00 (5) Five $625.00 6 Price for installation of fifteen (15) gallon tree 1 each $150.00 (5) Five $750.00 Bid # LMD-17-18-32 50 ILAKRIDGE A N D Z C A P i6. 1 N C. CALIFORNIA STATE C©NTRATORS LICENSE Landscape Contractor Arbor Care General Contractor CONTRACTORS C�CC� STATE LICENSE BOARD - "'MM��.°•,..«.,,•.� ACTIVE LICENSE - �,r.�.�...798565 CORP s OAKRIDGE LANDSCAPE INC _�yad4A B C27 C611D49 08/31/2019www.csib.ca.gov fa.ca.gov IAKRIDGE ILANascwf4. 1mc. (qualified Applicator License DEPARTMENT OF PESTICIDE REGULATION dpr LICENSING10ERTIFICATION PROGRAMA MA z QAL QUALIFIED APPLICATOR LICENSE License 4: 135732 EXPIRES: 1213112017 . Categories: B Issued: 0212712017 ARMANDO TRINIDAD 43735 HARDWOOD AVE LANCASTER CA -93534 poll 1110, m 11 �:,'it,, LU M7e�,ia„us1 p� ihvmi 0 -v rVre sw'atvw ctLW Oirodor or Comdasiars�:am roams A D® CERTIFICATE OF LIABILITY INSURANCE ° 6/`/13/203/20 7 617 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT, Ifthe certificate holder is an ADDITIONAL INSURED, the pol(cy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NAME: Stacy Manning, CISR PMOL . (559) 650-3555 c No • (559)650-3558 Landscape Contractors (Lic#0755906) Insurance Services, Inc. E smarming@lcisinc.com 1835 N. Fine Avenue INSURERS AFFORDING COVERAGE NAIC S INSURERA Atlantic Specialty Insurance 27154 Fresno CA 93727 INSURED INSURER B Navigators Specialty Ins Cc 36056 ONSURERC: Oakridge Landscape, Inc. INSURERD; 28064 Avenue Stanford #K INSURER E : INSURER F: Valencia CA 91355 COVERAGES CERTIFICATE NUMBER:17/18 Pkg & Auto 'REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED_ NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO VIMICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BYPAID CLAIMS. LTR TYPE OF INSURANCE OL SUBR POLICYNUYSERSIR N/ODIYYYY PC ICY EXP MMIDDIW LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS MAGE X� OCCUR PREMISES Ee rrence $ 500,000 )�Ep pip one amen g 5,000 613-00-06-41-0002 6/15/2017 6/15/2018 PERSONAL BADVINJURY $ 1,000,000 X $1,000 PD DED Blanket contractual GEN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 Liability POLICY a ,E� 0 LOC PRODUCTS-COMPIOPAGG $ 2,000, 000 Employee Benelts $ 1,000,000 OTHER. AUTOMOBILE LIABILITY Eea001deM INULF LIMIT. $ 1,000,000 BODILY INJURY (Per person) $ ]( ANY AUTO A OOWNED SCHEDULED � 618-00-06-41-0002 6/15/2017 6/15/2018 BODILY INJURY (Par accident) $ Yt $ t%recdRer NON -OWNED X HIRED AUTOS X AUTOS Medical Mments $ 5,000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 10,000,000 AGGREGATE S 10,000,000 B EXCESS UAB CLAIMS -MADE DED I I RETENTION$ ST17EXC905084IC 6/15/2017 6/15/2018 WORKERS COMPENSATION TE ERS STATUNIA AND EMPLOYERS' LIABILITY Y ANY PROPRIErORIPARTNERIEXECLTIVE E.L. EACH ACCIDENT S OFFICEMMEMSER EXCLUDED0 ❑ (Mandatory In PW) E.L. DISEASE - EAEMPLO S E.L. DISEASE - POLICY LIMIT $ if & describe under DESCRIPTION OF OPERATIONS below Limited Professional 618-00-06-41-0002 06-15-2017 06-16-2018 BPP Coverage Dod$500 Limit $25,000 Liability 61MO-06-41-0002 17-18 Policy DESCRIPTION OF OPERATIONSI LOCATIONS) VEHICLES (ACORD 101, Additional RemvAx Schedule, may be attached If more space Is required) RE: All landscape operations performed by or on behalf of the named insured. Primary Insurance: Blanket Additional insured per attached OBPGGLO4340414 & VCA2010109 City of Santa Clarita, its respective elected and appointed boards, officials, officers, agents, employees & volunteers are named additional insured with respects to the operation performed by the insured at the above mentioned job (Excluding Professional Liability) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Santa Clarita THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 23920 Valencia Blvd ACCORDANCE WITH THE POLICY PROVISIONS. Suite 300 Santa Clarita, CA 91355 AUTHORIZED REPRESENTATIVE c- :: . �. a.-.•1 .. �•:. S Manning, CISR/ RBUST u � •u� b' t _> M 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INSO25 (201401) ® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDrYYYY) 6/13/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policypes) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Landscape Contractors (Lia#0755906)o. Insurance Services, Inc. 1835 N. Fine Avenue Fresno CA 93727 CONTACT NAME: Stacy Manning, CISR (559) 650-3555 MG. N,: (559)a50 -355e E -MALL s.smanning@lcisinc.aom INSURERIS) AFFORDING COVERAGE NAICf iN9uRr=RA:CVPreSS Insurance Company 10855 INSURED Oakridge Landscape, Inc. 28064 Avenue Stanford #K Valencia CA 91355 INSURER E : INSURERC: INSURERO: INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER:17/18 WC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CCNTRACT OR OTHER DOCUMENT VVI H RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPEOFINSURANCE t POLICY NUMBER IDD EXP MM LIMITS COMMERCIAL GENERAL LIABILITY CLAIMSAIADE F1 OCCUR EACH OCCURRENCE $ DAMAC-h 10 PREMISES ao=nco S MED EXP (Any one on S PERSONAL & ADV INJURY S GENLAGGREGATE LMITAPPLIES PER: ]POLICY 0 QCT 0 LOC OTHER: GENERAL AGGREGATE $ PRODUCTS -COMPIOP AGO S i AUTOMOBILE LIABILITY ANY AUTO SOS OWNED SSCC HED ED HIRED AUTOS STOS NON-OVW�(Per We ecdderd $ BODILY INJURY tear person) $ BODILY INJURY per eocident) S ecdderd S $ UMBRELLA LIAROCCUR EXCESS UAB HCLAJMS-MADE EACH OCCURRENCE $ AGGREGATE 5 DED I I RETENTION S A WORKERSCOMPENSA710H AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERfEXECUTIVE Y!❑N OFFICEWk lnNHt EX(x.L10ED'I (M:rsdrterylnNH) U ypadasaft under DESG�ftPTION OF OPERATIONS below NIA OAN0003427 6/15/2017 6/15/2018 ]{O S ATUTE E.L. EACH ACCIDENT $ 1,000,00-0 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 ICY IT S 1,000,000 E.L. DISEASE - POLLM DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: All landscape operations performed by or on behalf of the named insured. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Santa Clarita THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 23920 Valencia Blvd ACCORDANCE WITH THE POLICY PROVISIONS. Suite 300 Santa Clarita, CA 91355 AUTHORIZED PEPRESENTATIVE S Manning, CISR/RBUST -• O 1988-2014 ACORD CORPORATION. All riahts reserved. ACORD 26 (2014101) The ACORD name and logo are registered marks of ACORD INS025 (201401) ACKNOWLEDGEMENT & ACCEPTANCE OF BID SPECIFICATIONS Bid # LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit / Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) 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 Maintenance Contract For Landscape Maintenance Zones Transit / Metrolink Facilities. 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: .�� — _L " *Estimator's Signature: ;?., 1� 1XI-0 -- Date: 2 }�1 *Owner's Signature: k ,Date: -7-f l h *All three signatures required Bid # LMD-17-18-32 54 EXHIBIT A LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit /Metro Facilities 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. 180 3) Please provide any sustained complaints made to your company within the past four (4) years to Cal -OSHA. a None. 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. None. EXHIBIT B LMD-17-1 &32 Annual Maintenance Contract For Landscape Maintenance Zones Transit /Metro Facilities 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 Armando Trinidad Job Title Account Manager Licenses/Certificates Qualified Pest Control Applicator 2) Name Mike Roberts Job Title Branch Manager Licenses/Certificates C-27 Licensed Contractor 3) Name Ron McRae Job Title Business Developer Licenses/Certificates Bachelor of Science Degree, Ornamental Horticulture 4) Name Andre Bouweraerts Job Title Business Developer Licenses/Certificates Bachelor of Science Degree, Ornamental Horticulture 5) Name To be assigned Job Title Landscape Working Foreman Licenses/Certificates 5 years experience 6) Name To be assigned Job Title Crewmember Licenses/Certificates 3-5 years experience 7) Name To be assigned Job Title Crewmember Licenses/Certificates 3-5 years experience 8) Name Job Title Licenses/Certificates 9) Name Job Title. Licenses/Certificates 10) Name Job Title Licenses/Certificates 11) Name. Licenses/Certificates 12) Name Licenses/Certificates Job Title Job Title 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. EXHIBIT C-1 LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit /Metro Facilities Provide information on staffing structure and the number of hours per week for each crewmember that will be dedicated to each LMD Zone. Please use the following structure. Feel free to add attachments if additional space is necessary. TRANSIT MAINTENANCE FACILITY Supervisors Crewmember Title Account Manager Qty. of Weekly Hours 2.0 Crewmember Title Working Foreman Qty. of Weekly Hours 2.5 Crewmember Title Branch Manager Qty. of Weekly Hours 2.0 Crew #1 Crewmember Title Crewmember Qty. of Weekly Hours 2.5 Crewmember Title Crewmember Qty. of Weekly Hours 2.5 Crewmember Title Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours Crewmember Title Crew #2 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 Crewmember Title Qty. of Weekly Hours Specialty Positions Crewmember Title lnrigation Tech Qty. of Weekly Hours 1.0 Crewmember Title Spray Tech Qty. of Weekly Hours 1.0 *Attach additional pages as necessary for additional personnel. EXHIBIT C-2 LMD-17-1 &32 Annual Maintenance Contract For Landscape Maintenance Zones Transit /Metro Facilities MCBEAN TRANSFER STATION Supervisors Crewmember Title Account Manager Crewmember Title Workking Foreman Qty. of Weekly Hours 3.0 Qty. of Weekly Hours 3.5 Crewmember Title Branch Manager Qty. of Weekly Hours 2.0 Crew #1 Crewmember Title Crewmember Qty. of Weekly Hours 3.5 Crewmember Title Crewmember Crewmember Crewmember Title Qty. of Weekly Hours 3.5 Qty. of Weekly Hours 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 Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours Specialty Positions Crewmember Title Irrigation Tech Qty. of Weekly Hours 2.0 Crewmember Title Spray Tech Qty. of Weekly Hours 1.0 Specialty Positions Crewmember Title Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours EXHIBIT C-3 LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit /Metro Facilities JAN HEIDT METROLINK STATION Supervisors Crewmember Title Account Manager Qty. of Weekly Hours 2.0 Crewmember Title Working Foreman Qty- of Weekly Hours 1.5 Crewmember Title Branch Manager Qty. of Weekly Hours 2.0 Crew #1 Crewmember Title Crewmember Crewmember Title Crewmember Qty. of Weekly Hours 1.5 Qty. of Weekly Hours 1.5 Crewmember Title Qty. of Weekly Hours. Crewmember Title Crewmember Crew #2 Qty. of Weekly Hours 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. Crewmember Title Qty. of Weekly Hours Specialty Positions Crewmember Title Irrieation Tech Qty. of Weekly Hours 1.0 Crewmember Title Spray Tech Qty. of Weekly Hours 1.0 Specialty Positions Crewmember Title Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours EXHIBIT C-4 LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit /Metro Facilities SANTA CLARITA METROLINK STATION Supervisors Crewmember Title Account Manager Qty, of Weekly Hours 1.0 Crewmember Title Forking Foreman Qty. of Weekly Hours 4.0 Crewmember Title Branch Manager Qty. of Weekly Hours 1.0 Crew #1 Crewmember Title Crewmember Qty. of Weekly Hours 4.0 Crewmember Title Crewmember Qty. of Weekly Hours 4.0 Crewmember Titl Crewmember Titl Qty. of Weekly Hours 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 Specialty Positions Crewmember Title Irrigation Tech Qty. of Weekly Hours Qty. of Weekly Hours 2.0 Crewmember Title Spray Tech Qty. of Weekly Hours 1.0 Specialty Positions Crewmember Title Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours EXHIBIT C-5 LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit /Metro Facilities VIA PRINCESSA METROLINK STATION Supervisors Crewmember Title Account Manager Qty. of Weekly Hours 1.0 Crewmember Title Working Foreman Qty. of Weekly Hours 1.0 Crewmember Title Branch Manager Qty, of Weekly Hours 1.0 Crew #1 Crewmember Title Crewmember Qty. of Weekly Hours 1.0 Crewmember Title Crewmember Qty. of Weekly Hours 1.0 Crewmember Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours Crewmember Title Crew #2 Crewmember Title Crewmember Title Qty. of Weekly Hours Qty. of Weekly Hours 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 Irrigation Tech Qty. of Weekly Hours 1.0 Crewmember Title Spray Tech Qty. of Weekly Hours 1.0 Specialty Positions Crewmember Title Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours PROACTIVE APPROACH FORM Bid # LMD-17-18-32 Annual Maintenance Contract For Landscape Maintenance Zones Transit / Metrolink Facilities (Transit Maintenance Facility, McBean Regional Transit Center, Santa Clarita Metrolink Station, Jan Heidt Metrolink Station, and Via Princessa Metrolink Station) 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? Please see enclosed narrative on the Oakridge Landscape, Inc. approach to providing these services. Bid # LMD-17-18-32 51 Oakridge Landscape, Inc. Approach to Provide Landscape Services City of Santa Clarita LMD-17-18-32 Metrolink Facilities We have examined the LIVID Scope of Work and are pleased to present our approach to the service and care of the Metrolink Facilities. We are currently maintaining these areas and have a 5 year working knowledge of what is required, therefore we can provide a seemless transition into a new contract. Upon contract award and prior to commencement of work, Oakridge Landscape, Inc. will perform a thorough job walk consisting of the Oakridge Supervisor and Oakridge Business Developer, along with General Manager, Mike Roberts. I. Rotational Plan After site visits and pre -start evaluations, our approach will be to utilize maps to create a work plan consisting of dividing the project into a rotational plan for the Supervisor and crew to ensure best quality care within the required time frame. Each section will be rotated throughout the project to ensure each area is serviced thoroughly. Upon completion of each section and prior to starting the next, the foreman will complete a checklist noting items that have been completed and any problem items. This process will help us to deliver the service that is needed to create a clean, safe and healthy environment. Based on the time spent evaluating your property, we feel that we can offer a unique program to help the property reach its highest potential. II. Crew Makeup We will continue to use our crew that has been established for the Metro Link facilities over the past 5 years. The number of crew members may vary upon season and task, generally utilizing more crew hours in the warmer growing season. An irrigation technician will perform routine minor repairs and adjustments as needed. An irrigation truck and crew is available to perform major repairs as needed. An Account Manager will be available throughout the work week. Oakridge Landscape, Inc. can draw from additional departments of over 300 employees, to perform special projects such as installation, irrigation improvements, or tree care. The supervisors assigned to this project will have direct contact with the foreman for each crew via phone to expedite any emergency needs or onsite questions. Supervisors and/or customer service will communicate rapidly with the on and off site project managers for any circumstances which require immediate attention, as well as all incoming and outgoing reports. All crew members are trained on every piece of equipment used and are monitored by the foreman to follow safety protocol at all times. Supervisor visits also include interaction and direction with crew to optimize service levels. Ill. Irrigation Irrigation repairs can be most efficiently made by having a fully stocked vehicle such as a gator, cart of small truck, We will utilize light pole numbers to help identify and report location of issues. Upon contract award, the supervisor will schedule our irrigation technician to perform an initial irrigation inspection. Utilizing the schedule established by the City to assure maximum irrigation system efficiency, the technician will provide a station by station report on the status of the current irrigation and any deficiencies or items needing attention. Controller systems will reviewed and monitored for any adjustment needed as determined by weather and plant requirements. Controls will be shut off during periods of rain. Weather patterns are monitored daily by our office staff and supervisors. This assists our irrigation technicians with future planning such as adjusting watering times in the event of high temperatures and shutting down the systems in advance in the event of rain or inclement weather. Upon inspection, any accidental damage or vandalism caused by others shall be reported promptly to City of Santa Clarita. IV. Tree Care Our tree care specialists are available to help with the care and pruning of trees that are outside the scope of this contract. V. Safety and Crew Identification Oakridge Landscape, Inc. holds ongoing training for crew members at all of our service locations and conducts weekly supervisor meetings to follow up on performance and quality control. These meetings also keep them up to date on the latest industry techniques, laws and OSHA guidelines. In addition to normal safety gear, vests and uniforms, our crews all wear ID badges displayed with our company name, phone number, employee name, classification, equipment certification and supervisor name which provides an additional comfort level of authorized personnel in and around your property. VI. Quality Control Plan Oakridge Landscape quality assurance is based upon a strong partnership with the City inspectors and staff to work toward and achieve quality goals. All of our supervisors and foremen use cell phones and email for quick response. We're fully trained and have dedicated computers to manage central irrigation control systems from our office. Our area supervisors work closely with customers to provide status reports on the condition of the landscape. Work orders/service requests are sent via email for prompt return indicating the nature of work that was completed and the date of completion. As part of our service, the area supervisors will perform regular job walks with the foreman and/or City inspector to monitor the landscape condition and/or evaluate additional work items. VII. Customer Service and After Hour Emergencies In addition to direct communication with your Account Manager, customer service requests can be placed during business hours 8:OOam-4:30pm, contact Linda Peinado, our Customer Service Representative. Oakridge Landscape, Inc. is available to our customers with 24 hour emergency response service. After hours, the main office answering service (661-295-7228 will route calls to the - available supervisor and notify the branch manager. Prior to performing any additional work, the CSR will prepare and submit a written description/proposal (EWA) of the work with an estimate of labor and material. No work will commence without a signed authorization from the City Representative. Once the additional work has been approved, the supervisor is notified to start the job. As soon as the supervisor has responded or resolved the approved request, the supervisor will notify the CSR immediately upon completion. The CSR will notify the customer that the request has been completed, what was done and what time it was completed. All work orders and correspondence are documented to the job file. Oakridge Landscape, Inc. utilizes a combination of practices designed to provide our customers with proactive customer service, safety and job quality. Our supervisors act as your eyes and ears onsite moving safely to achieve the look you desire. We believe that your property will benefit from our proactive customer services approach. Here is an example of our proactive proposal process for extra work: • Onsite supervisor takes a photograph of the area needing enhancements or repairs • This is forwarded to the Customer Service Representative IV • The CSR notifies the City of the item via email with the attached proposal (EWA) and photograph • Client reviews proposal • If the City approves the proposal, the CSR will work with the supervisor to ensure the job is started and performed to your standards `� • City will be notified in writing via our performance forms -V 0 ndscape aintenance Maintenance Irrigation repair Weed Abatement Tree Service Fertigation Pest Control Certified Arborist Enhancements r Care Tree Trimming Certified Arborist Reports Plant Health Care ndscape instruction Streetscape Planned Communities Sod and Hydroseed Synthetic Turf Tree Installation Irrigation Residential Site Furnishings Playground Equipment Masonry ion Control Ir i Sediment Cleaning • BMP Maintenance `• Storm Response !• Erosion Control • Slope Repair • Weed Abatement Brush Cleaning I Site Cleaning • Grading