Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2018-11-13 - AGENDA REPORTS - AWARD SERVICE CONTR FOR LMD ZONE T68 AND T69 (2)
Agenda Item: 6 DATE: November 13, 2018 SUBJECT: AWARD SERVICE CONTRACT FOR LANDSCAPE MAINTENANCE FOR LMD ZONE T68 AND LMD ZONE T69 DEPARTMENT: Neighborhood Services PRESENTER: Kevin Tonoian RECOMMENDED ACTION City Council: 1. Award a two-year contract to Oakridge Landscape, Inc., to provide contractual landscape maintenance services for Landscape Maintenance District (LMD) Zone T68 (West Creek) and Zone T69 (West Hills) for an annual amount of $332,064, and authorize an annual contingency of $66,413 to address unforeseen maintenance and repairs, for a total two-year amount not to exceed $796,954. 2. Authorize an ongoing annual appropriation from LMD Fund Balance 357 in the following amounts: $112,068 to expenditure account 12569-5161.010; $2,395 to expenditure account 12570-5161.010; $9,620 to expenditure account 12569-5161.014; and $35,000 to expenditure account 12569-5131.006 for maintenance, monitoring, and irrigation costs associated with award of this contract. 3. Authorize the City Manager or designee to execute up to three additional, one-year renewal options beginning in year three, not to exceed the annual contract amount, inclusive of contingency of $66,413, plus an adjustment consistent with the appropriate Consumer Price Index, upon request of the contractor, and contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year. 4. Authorize the City Manager or designee to execute all contracts and associated documents, or modify the awards in the event impossibility of performance arise, and execute all documents subject to City Attorney approval. Page 1 BACKGROUND The City of Santa Clarita (City) administers 59 financially independent zones within the LMD, providing landscape maintenance services through contracts with private companies. As part of the November 2016 West Hills and West Creek annexation into the City, the transfer of maintenance responsibility for LMD Zone T68 (West Creek) and T69 (West Hills) occurred on August 1, 2017. Request for Proposals (RFP) number LMD-18-19-05 for the maintenance of LMD Zone T68 and T69 was published and circulated via the City's PlanetBids system on July 18, 2018. To improve maintenance standards and enforce contractor accountability, this procurement utilizes weighted criteria to evaluate and score proposals. The evaluation process is intended to reinforce performance expectations and ensure that vendors dedicate an adequate number of employees to service the contract. The proposal also includes provisions to impose payment reductions for poor performance and for failure of the contractor to meet their maintenance schedule. It is important to note this recommended award is not based on the lowest responsive cost proposal. While the price for services constitutes ten percent of the City's weighted evaluation criteria, the remaining evaluation criteria focuses on the composition and structure of the contractor's crew including total monthly labor hours, the strongest understanding of the performance specifications, and the overall value provided. The following categories comprised the weighted criteria used to evaluate proposals. • Team Composition/Crew Member Structure • Rotation Schedule • Value Provided • Acknowledgement and Understanding of Specifications • Proposal Amount • References & Certifications The RFP was sent to 654 vendors, including the Santa Clarita Valley Chamber of Commerce and the Valley Industrial Association. Twenty-eight companies downloaded the proposals, with five proposal submissions received and opened on August 20, 2018. The results are identified below. PROPOSAL COMPANY LOCATION POINTS AWARDED Proposal 1 (Recommended) Oakridge Landscape, Inc. Santa Clarita, CA 77.4 Proposal 2 Marina Landscape Services, Inc. Santa Clarita, CA 75.6 Proposal 3 BrightView Landscape Services, Inc. Santa Clarita, CA 74.8 Proposal 4 American Heritage Landscape Canoga Park, CA 72.2 Proposal 5 Venco Western, Inc. Oxnard, CA 67.6 Page 2 The process of scoring the bid submittals, utilizing the aforementioned criteria, resulted in Oakridge Landscape, Inc. (Oakridge) achieving the highest overall score by the evaluation team. Oakridge's proposal provides the best overall value to meet the landscape maintenance needs of the community as evidenced below. • Oakridge's proposal encompasses 82 percent more hours than the next highest rated proposal. • Oakridge identifies 760 hours of monthly labor to support present landscape operations, and an additional 508 hours of monthly labor to support future landscape areas, once accepted by the City for maintenance. • Provides strongest balance of ground crew, field supervision, and specialized staff. • Oakridge's proposal exhibits the strongest understanding of the RFP specifications and City's overall maintenance expectations. Following a subsequent due diligence review of Oakridge's professional references, their work history meets the City's standards and performance expectations. Based on the above, staff is recommending award of the contract to Oakridge Landscape, Inc. Based on operational experience with these landscape maintenance zones, staff recommends increasing the potential value of this contract by $66,413 to address unscheduled repairs, or as - needed work, for a total annual contract not to exceed $398,477. It is important to note that hourly costs for unscheduled services are capped through the proposal specifications and does not represent any guarantee of compensation under the terms of the recommended contract. By authorizing contract expenditure authority using this method, the City Council is taking action to ensure it utilizes LMD revenues generated by property owners in the most cost- effective manner. All as -needed work authorized under these contracts will continue to require advance review and approval by the City's Landscape Maintenance Administrator. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT There is no impact to the General Fund associated with this action. The award of this contract is contingent upon the appropriation of additional monies from LMD Fund 357 and upon approval of the recommended actions, the budget will be adjusted accordingly. ATTACHMENTS Request For Proposal LMD-18-19-05 (available in the City Clerk's Reading File) Oakridge LMD-18-19-05 Proposal Response (available in the City Clerk's Reading File) Page 3 NOTICE INVITING PROPOSALS Maintenance For LMD Zone T-68 And Zone T-69 Bid # LMD-18-19-05 The City is currently soliciting proposals for the LMD Zone T-68 West Creek and Zone T-69 West Hills. These services include, but are not limited to; mowing, trimming, edging, hand pruning, fertilization, application of pre-emergent herbicides, weed control, minor tree raising, plant replacements, and cleanup/clearing of drainage systems. TABLE OF CONTENTS PROPOSAL # LMD-18-19-05 Maintenance For LMD Zone T-68 And Zone T-69 Section………………………………………………………………………….…………………………………………………Page Notice Inviting RFP ............................................................................................................................ 1 Invitation For RFP .............................................................................................................................. 2 Instructions to Bidders ...................................................................................................................... 3 Scope of Work ................................................................................................................................... 8 See additional Attached Documents: Attachments A - E Exhibits A – K Maps REQUEST FOR PROPOSALS Proposal responses must be received electronically before 11:00 AM on August 20, 2018, by the Purchasing Agent of the City of Santa Clarita. Electronic bids may be viewed at: http://www.planetbids.com/portal/portal.cfm?CompanyID=16840# PROPOSAL # LMD-18-19-05 Maintenance For LMD Zone T-68 And Zone T-69 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-proposal meeting will occur Thursday, July 26, 2018 at 11:00 AM. Attendees will meet at: City Hall, 23920 Valencia Bl, Santa Clarita, CA 91355 - Council Chambers Conference Room, Suite 105 on 11:00 AM. The specifications in this notice shall be considered a part of any contract made pursuant thereto. Purchasing (661) 255-4399 PROPOSAL # LMD-18-19-05 1 CITY OF SANTA CLARITA REQUEST FOR PROPOSAL INVITATION PROPOSAL # LMD-18-19-05 ELECTRONIC PROPOSALS ARE DUE BEFORE: 11:00 AM, Monday, August 20, 2018 The City of Santa Clarita invites electronic proposals for: Maintenance For LMD Zone T-68 And Zone T-69 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 42 of this document in addition to the attachments document, exhibits document, and maps document. 5. The last day for questions will be 10:00 AM, Wednesday, August 8, 2018. 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 # LMD-18-19-05 2 A. PROPOSAL INSTRUCTIONS 1. Submitting Proposals. (a) The response must be 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 RFP must be submitted to support the total proposal price. (c) Proposals/corrections received after the closing time will not be opened. The City will not be responsible for proposals 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 proposers’ response refer to United States currency. Payment will be made in United States currency. 4. Preparation. All proposals must be submitted via PlanetBids. 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. Proposers are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their proposal. In accordance with Public Contract Code 22152 proposers 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." Proposer 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 RFP with the agreement of the successful proposer(s) and the City of Santa Clarita. The lack of exception to this clause in proposer'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 PROPOSAL # LMD-18-19-05 3 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 proposer of any of the conditions of this proposal or contract resulting from this proposal, the proposer agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the proposer, or collect against the bond or surety, or may invoice the proposer 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. 11. Assignment. No assignment by the proposer 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. Subcontractors. 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 proposer 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 proposer 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 proposer 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 PROPOSAL # LMD-18-19-05 4 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.) 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 proposal. 22. 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. 23. 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. 24. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. Addenda must also be acknowledged on PlanetBids. It is the proposer 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. 25. 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 proposer/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. PROPOSAL # LMD-18-19-05 5 26. 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. 27. 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 proposer in writing of any such non-allocation of funds at the earliest possible date. 28. Safety. Proposer 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. 29. 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. 30. 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. 31. Invoices. Invoices will be forwarded to: City of Santa Clarita NS - Special Districts 23920 Valencia Blvd. Ste. 295 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order #, LMD Zone, 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. 32. 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, Wednesday, August 8, 2018. PROPOSAL # LMD-18-19-05 6 33. Renewal. Contracts entered into pursuant to this Request for Proposals will be entered into for an initial two year term and 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 identified in the most recently City Council approved City of Santa Clarita Combined Engineer’s Report for Landscape Maintenance Districts. The City of Santa Clarita’s “Terms and Conditions” is found on a separate attachment in PlanetBids. PROPOSAL # LMD-18-19-05 7 B. SCOPE OF WORK PROPOSAL # LMD-18-19-05 Maintenance For LMD Zone T-68 And Zone T-69 BACKGROUND The City of Santa Clarita (City) administers 59 financially independent zones within the Landscape Maintenance District (LMD), providing landscape maintenance services for the LMD operations through contracts with private companies. Solicitations for proposals to support contract services are made regularly and often allow an opportunity for multiple zones to take advantage of economies of scale. The City is currently soliciting proposals for the LMD Zone T-68 West Creek and Zone T-69 West Hills. These services include, but are not limited to; mowing, trimming, edging, hand pruning, fertilization, application of pre-emergent herbicides, weed control, minor tree raising, plant replacements, and cleanup/clearing of drainage systems. The areas are expected to be maintained at a crisp, clean level of appearance at California Landscape Contractors Association (CLCA) Industry Standards and all work performed in a professional manner using quality equipment and materials. The following general specifications apply to the areas of the City’s Landscape Maintenance District, Zone T68 and Zone T69, as well as an option to add on areas in Zone T69 which are currently under the builder’s maintenance oversight. This Contract shall run for two (2) years with the option for three (3) additional one (1) year renewals. TENTATIVE TIMELINE EVENT DATE Solicitation advertisement July 18, 2018 Pre-Proposal Meeting July 26, 2018 Last day for questions August 8, 2018 Return of proposals August 20, 2018 Evaluations of proposals August 20 - 23, 2018 Interviews (if necessary) August 27-30, 2018 Contract award September 25, 2018 RESPONSE FILE: A. Introduction A general introduction and description of the proposal shall be provided. The format of the introduction is at the discretion of the contractor. B. Background Provide insight to your company and its resources. Explain the company background and philosophy and what qualifies this company to be a successful candidate for the City’s contract. C. Scope of Work Describe the work program. Identify how the objectives of the specifications will be performed. Relate the business practices to the specific tasks required and explain the proposed method for adhering to the landscape maintenance requirements. Include contractor’s approach to the areas PROPOSAL # LMD-18-19-05 8 of pro-activeness, responsiveness, familiarity with common concerns of the LMD areas, problem resolution, and any other areas that explain how the work will be performed and managed. D. Schedule Describe the time schedule for each proposed task and area rotation. Provide staff descriptions and quantity on daily, weekly, monthly, and seasonal timelines. Proposed work periods and completion dates, as well as any anticipated meeting dates, should also be identified. E. Personnel, Equipment, and Facilities Describe the personnel qualifications, equipment to be provided, and numbers of both dedicated to the areas for this contract. Explain/show the reasoning for the type, number and composition of staff and equipment for this contract and how the cost of such provides adequate or superior value to the contract. F. Exhibits These documents are required and can be referred to throughout the proposal documentation. However, expansion on all aspects listed above is strongly encouraged. Exhibit C – Violation Records – must be completed Exhibit D – Proactive Approach Form – must be completed Exhibit E – Designation of Subcontractors –if none, write “n/a”; Do NOT leave blank Exhibit F – References Page Exhibit G1, G2, G3, & G4 –must be completed (use additional sheets if needed) Exhibit H – Equipment Requirement Acknowledgment Exhibit I –Certifications: 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, WeatherTrak training completion) Exhibit J – Acknowledgement & Acceptance of Specifications Exhibit K –Documents Checklist Maintenance Schedule(s) - Daily, Weekly, Monthly, Semi-Annual, Annual (see examples in Attachments A1 & A2) G. Cost Exhibits These documents are required and can be referred to throughout the proposal documentation. However, expansion on all aspects listed above is strongly encouraged. Exhibit A – Cost Proposal - Pricing must be entered into line items section of PlanetBids Exhibit B1 & B2 & B3 – Additional Pricing PROPOSAL SUBMISSION All proposals must be submitted according to specifications set forth in 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 bids/proposals will not be accepted. Any correction or resubmission done by the proposer will not extend the submittal due date. PROPOSAL # LMD-18-19-05 9 III. Addenda. City may modify the proposal and/or issue supplementary information or guidelines relating to the RFP during the proposal preparation period. 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 published through PlanetBids. 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 is listed below. 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. SELECTION CRITERIA Proposal Evaluation and Contractor Selection. a) Team Composition: Contractor qualifications, staff qualifications, and number of staff provided (includes but not limited to Section 1.04 & 1.13, Exhibit E, G1-G4) b) Rotation Schedule: Use and mobilization of resources (includes but not limited to as described in Section 1.04 & 10, & Attachment A1 & A2.) c) Value: Cost in relation to manpower. What makes the contractor the best candidate to provide the services requested. (includes but not limited to Exhibit D) d) Acknowledgement & Successful Understanding of Bid/RFP Specifications: Proposed method and guidelines for adhering to the landscape maintenance requirements to include but not limited to: Description and clarity of approach in the areas of pro-activeness, responsiveness, familiarity with common concerns of the LMD areas and problem resolution. (includes but not limited to Exhibit D & J) PROPOSAL # LMD-18-19-05 10 e) Cost of services provided (Exhibits A & B1-B3) f) References (Included but not limited to Exhibits C & F & I) 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 # LMD-18-19-05 11 GENERAL REQUIREMENTS 1.01 The City of Santa Clarita is soliciting sealed proposals from qualified landscape maintenance companies for the all-inclusive labor and equipment under the terms of this Request for Proposal (RFP), to provide for the maintenance services of designated landscaped areas within the boundaries of LMD Zone T-68 West Creek and Zone T-69 West Hills and may include other nearby areas within the City of Santa Clarita. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialists, Irrigation Assistants, Foreman, and Supervisors required executing the landscape maintenance as set forth in these all-inclusive labor and equipment specifications. The Contractor will be expected to uphold the highest standards of quality and performance maintenance of plant material, hardscape, and irrigation systems. Maintenance of plant material shall include, but not be limited to: mowing, trimming, edging, hand pruning, fertilization, application of pre-emergent herbicides, weed control, minor tree lifting, plant replacements, and cleanup/clearing of drainage systems. All mulch provided by the City will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free, trash free, and in an overall state of good health. The Landscape Maintenance District (LMD) 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 manner using quality equipment and materials. The manpower required to provide the expected level of services indicated in these specifications shall be supplied at all times. In the event seasonal and/or unforeseen circumstances warrant additional personnel to maintain said specifications, the contractor shall provide additional resources at no additional cost. 1.02 City of Santa Clarita Landscape Maintenance District (LMD) administration staff, consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Landscape Maintenance Administrator, Special Districts Manager or the Deputy City Manager or his qualified representative, shall herein be described as ‘Special Districts.’ 1.03 Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas, shrubs, trees, ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. All locations shall be maintained with nothing but the highest of industry standards at no less than the frequencies provided in the proposal submission by Contractor. 1.04 Contractor must provide all-inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Maintenance of turf areas; b. 85% hand pruning and 15% mechanical; PROPOSAL # LMD-18-19-05 12 c. Fertilization; d. Aeration e. Verticutting f. Over-seeding g. Top dressing; h. Irrigation; minor and major repairs, see sections 17.01g and 22.01 thru 22.09; i. Hand watering (as necessary); j. Bleeding of valves necessary during emergencies when automatic systems are not functioning properly; k. Pruning of shrubs and trees (first 12’ of trees and as agreed); l. Trimming of turf, shrub areas, and ground cover; m. Edging turf and keeping minimum 18” clearance from fence lines behind homes; n. Disease control; o. Pest control; p. Tree maintenance; (first 12’ of trees and as agreed) structural pruning per ANSI Best Management Practices; q. Maintenance and repairs 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 areas; v. Marking underground irrigation lines and other LMD equipment upon Dig Alert notification and/or other requests; w. Artificial turf maintenance; x. Traffic control (per Watch Manual) while working in the public right of way, medians, and parkways; y. Litter pickup, doggie litter removal, trash bags removed and replaced from receptacles (City provided dog waste bags and trash bags – when trash bags are not provided they are reimbursable at cost +15%); z. Dedicated full-time Irrigation Specialist, As-Needed Irrigation Assistant, Laborers and Foreman as proposed and/or as required. aa. Hardscape Maintenance (i.e.: sweeping or blowing down concrete, gum and litter removal, crack and/or gutter weed abatement, and removal of weeds within 18” of a fence or wall); Provided in Attachments A1 & A2 are examples of Maintenance Program Guides. They are to serve as a guideline for proposal purposes only. The contractor shall submit within their proposal a PROPOSAL # LMD-18-19-05 13 “Team Composition” and “Rotation Schedule” that will serve as the expected minimum monthly requirements. The minimum is only acceptable once all field conditions reflect the expectations of the specifications herein. The contractor is expected to supply sufficient resources at all times to meet or exceed expectations. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage turf and planted areas. The contractor may work on alternative tasks or locations within the zone as approved by Special Districts. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by alternative contracted parties. These activities may include, but are not limited to: a. Landscape refurbishment; tree, shrub, and ground cover installation; b. Irrigation system refurbishment and/or repair; c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and Crete Rail; i. Artificial turf installation; j. Integrated pest management / Chemical applications to trees; k. Streetscape furniture cleaning and pressure washing of walkways and appurtenances. l. Turf removal At the discretion of LMD, the Landscape Maintenance Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 1.07 When notified of a landscape or irrigation emergency during the hours and days of maintenance service as identified in Section 10, the contractor shall respond by phone and/or text message to the Landscape Maintenance District Monitor and/or Special Districts Office within fifteen (15) minutes of notification. When notified of an emergency outside of the normal hours and days of maintenance service, the contractor has thirty minutes to respond by phone or text to the Landscape Maintenance District Monitor and/or Special Districts. If personnel and equipment are necessary for the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02 for consequences for failure to comply. 1.08 Contractor shall 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 PROPOSAL # LMD-18-19-05 14 name, and phone number. Contractor shall require each employee to adhere to basic public works standards of working attire. Uniforms (matching pants and shirts), proper shoes, safety vests and other gear required by State Safety Regulations (OSHA) shall be properly exhibited. 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 the general public throughout the term of this contract. All communication will be professional in manner between all parties. The City will employ consulting Landscape Maintenance Monitors. These consultant monitors will be treated the same as other Special District staff. Failure to properly and respectfully communicate may be cause for contract termination. 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 with maintaining areas of twenty (20) acres or larger and median/parkway maintenance a minimum of two (2) linear miles or larger. Vendor is to provide a minimum of three (3) references with a similar scope & type of work within the proposal response. 1.11 Contractor’s employees and/or representatives shall be thoroughly trained and experienced in the computer based central operating systems of WeatherTrak and Calsense irrigation control systems, and all other corresponding equipment. Should Special Districts choose a different controller manufacturer, the contractor shall make available employees or representatives for product training at no additional cost to City. 1.12 Contractor shall provide cellular communication to each crew foreman and have the ability to connect to City Monitors and Special Districts representatives. 1.13 The contractor, and/or subcontractors, must possess the following licenses at time of proposal submission; C-27 California Landscaping Contractor License. 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 submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held at the time of proposal submission. 1.14 The contractor will be required to obtain and pay for any permits that may be required for the performance of any tasks under this contract with the exception of oak tree permits. 1.15 Contractor and employees are required to complete and pass, by start date of contract, a SCRRA Third Party Construction and Utility Workers Safety Training Program if the LMD Zone up for proposal includes a SCRRA right of way. 2. LANDSCAPED AREAS TO BE MAINTAINED 2.01 The LMD areas to be maintained under the provisions of this Agreement are specifically PROPOSAL # LMD-18-19-05 15 identified in Attachments C1 through D3 (Inventory Lists and Area Maps). 2.02 Contractor must acknowledge personal inspection of the Zone’s irrigation system and planted areas. Contractor must also evaluate the extent which the physical condition thereof will affect the services to be provided. Contractor accepts the premises in their present physical condition, and agrees to make no demands upon LMD for any improvements or alterations to irrigation, and landscaped areas thereof. Contractor agrees to possessing the ability to maintain LMD areas within the provision of this proposal, to the standards set forth herein, without modification, improvement, or alteration. 2.03 Estimated square footages are provided by LMD for all areas to be maintained on the attached Attachments C1 & C2 (Inventory Lists). However, these estimates are for reference only and it is the responsibility of Contractor to verify by inspection and observe the various areas’ characteristics. 3. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to LMD upon request. Contractor shall provide the required information in a form acceptable to Special Districts. The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the maintenance. 3.02 Maintenance Function Report: Contractor shall maintain and keep current a report that records when all Periodic, Seasonal, and Additional Work maintenance functions performed by Contractor's personnel were completed. Said report shall be in a form and content acceptable to Special Districts and will be made available to Special Districts upon request. The monthly payment may not be made if such report is requested and not made available or is in a form that is unacceptable to Special Districts. 3.03 Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a. Quantity and complete description of all commercial and organic fertilizer(s) used. b. Quantity and label description of all grass seed used. c. Quantity and complete description of all soil amendments used. d. A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 3.04 Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet. PROPOSAL # LMD-18-19-05 16 3.05 Violation Records: The awarded contractor shall not have two (2) or more Cal-OSHA sustained complaints or four (4) or more California State Contractor Board sustained complaints within the past four (4) years. A proposal response from the awarded vendor that does not meet these requirements may be considered a non-responsive proposal, and the City of Santa Clarita will proceed to the next qualified bidder. Please supply this information on Exhibit C (Violation Records). 4. ADDITIONAL WORK 4.01 Special Districts may arrange for additional Contractor personnel to cover additional work needed due to extraordinary incidents such as vandalism, Acts of Nature or third party negligence for which Contractor will be compensated. Regularly occurring “bad weather” is not considered an Act of Nature for the purposes of this contract. 4.02 Prior to performing any extra work, Contractor shall prepare and submit a written description of the work with an estimate including the hours and skill level of labor and a list of materials. This written description and estimate (or proposal) shall be provided within 72 hours of request. No work shall commence without the written authorization from Special Districts. Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet #1. For material it shall be Contractor’s cost plus no more than 15%. The contractor will maintain and submit copies of invoices to demonstrate the contractors cost. 4.03 When a condition exists wherein there is imminent danger of injury to the public or damage to property, Special Districts may verbally authorize the work to be performed upon receiving a verbal estimate from Contractor. However, within 24 hours after receiving such verbal authorization, Contractor shall submit a proposal to be approved by Special Districts. 4.04 All extra work shall commence on the specified date established, and Contractor shall proceed diligently to complete said work within the time allotted. All invoices submitted by Contractor for extra work shall include a detailed itemization of labor and/or materials and specific zone(s) identified. All invoices for extra work and items must be submitted biweekly to Special Districts. 5. CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractor's operation within the LMD areas shall be repaired or replaced at Contractor's expense within 48 hours. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced prior to the next regularly scheduled watering event or as agreed upon with Special Districts. b. All damages to shrubs, trees, or ground cover shall be repaired or replaced within five (5) working days or sooner as directed by Special Districts. c. All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired within a reasonable timeframe agreed upon by LMD staff. PROPOSAL # LMD-18-19-05 17 5.03 All repairs or replacements shall be completed in accordance with the following maintenance practices. a. Trees Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree, the damaged tree shall be removed and replaced at Contractor’s expense to comply with the specific instructions of Special Districts. b. Shrubs Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrub and Ground Cover Care" of the Specifications. c. Chemicals Any damage resulting from chemical operations, either spray-drift or lateral-leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise, Special Districts will interpret this Agreement. If the Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with the work in accordance with Special District’s interpretation. Within 30 days after receipt of the interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as provided hereinafter. The written request shall outline in detail the area of dispute. 6.02 The Disputes Review Panel will be appointed by Special Districts and will be composed of not less than three (3) Qualified personnel or representatives having experience in the administration of grounds maintenance contracts. The panel will convene within one (1) week of appointment in order to hear all matters related to the dispute. The hearing will be informal and formal rules of evidence will not apply. The Panel will submit its recommendation to Special Districts for consideration, within one (1) week following the conclusion of the hearing. Special Districts shall render an interpretation based upon review of the Panel's recommendation. Special Districts’ decision shall be final. 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 LMD or from Special Districts personnel, representatives or patrons using the facility. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the answering service. Neither answering machines 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 PROPOSAL # LMD-18-19-05 18 of Contractor, at the supervisory level, who is responsible for providing maintenance services, shall be available for notification by telephone or text communication. 7.02 Whenever immediate action is required to prevent impending injury, death, or property damage to the LMD being maintained, Special Districts may authorize such action to be taken by a third-party work force and shall charge the cost thereof as determined by the Administrator, against the Contractor, or may deduct such cost from an amount due to Contractor from Special Districts. 7.03 Contractor shall maintain a written log of all complaints, the date and time thereof, and the action taken pursuant thereto or the reason for non-action. The log of complaints shall be available for inspection by Special Districts at all reasonable times. 7.04 All complaints shall be addressed as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours, Special Districts shall be notified immediately of the reason for not resolving the complaint followed by a written report to Special Districts within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Special Districts, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet all California Landscape Industry Standards for safe practices during the maintenance operation for medians and parkways and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all local, City, State or other legal requirements including but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL-O.S.H.A. Safety Orders at all times so as to protect all persons, including Contractor's employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. Contractor shall inspect all potential hazards at the LMD areas covered by this Agreement and keep a log indicating date inspected and action taken. 8.02 It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders any portion of the LMD premises unsafe, as well as any unsafe practices occurring thereon. Special Districts shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including, but not limited to: a. filling holes in turf, planting 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. PROPOSAL # LMD-18-19-05 19 During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. 8.03 Under the circumstance that landscape maintenance work be performed in a Caltrans right of way; including but not limited to freeway onramps and off-ramps; the contractor shall adhere to the safety requirements in the Caltrans Maintenance Manual/Protection of Workers. 9. HOURS AND DAYS OF MAINTENANCE SERVICES 9.01 The hours of maintenance service shall occur Monday thru Friday between 7:00 a.m. to 5:00 p.m. Overtime rates will only apply to work performed outside these hours of maintenance service or completed on a day specified in (Attachment E) “2018 Holiday Schedule”. A work schedule shall be provided and approved in advance by Special Districts. No work will be performed on City Legal Holidays (Attachment E) unless authorized by Special Districts Administration in advance. Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels may not be used before 7:00 a.m. within the City of Santa Clarita. 9.02 Contractor shall provide on-site staffing to perform the required maintenance to meet required California Industry Standards anytime between Monday through Friday. However, if the contractor can accomplish the same work within a shorter service schedule, then the Special Districts Division can modify their maintenance schedule. Alternate days or any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the Special Districts Division. 10. MAINTENANCE SCHEDULES 10.01 Contractor shall submit a work schedule prior to start of contract. Though a work schedule is requested as part of the response file for the contractor proposal, any modifications or changes must be agreed to prior to start of a contract. Said work schedule shall be set on a monthly rotational basis, identifying and delineating the time frames for the required functions by the day of the week and time of day. Work schedules shall be reviewed and approved by LMD Staff following submittal. City, at its discretion, may impose liquidated damages for each subsequent day the Contractor is delinquent in delivering said work schedule to the Special Districts Office. 10.02 Contractor shall submit revised schedules when actual performance differs substantially from planned performance. The Contractor is provided the opportunity and procedure for adjusting scheduling requirements. The Contractor has also been provided the opportunity and procedure for adjusting schedules to meet special circumstances and inclement weather. Said revisions shall be submitted to Special Districts for review and approval within three (3) working days prior to scheduled time of work. A written copy of the current City approved schedule must be kept in the site foreman’s vehicle at all times and be available upon request of City Staff or the City’s contracted Landscape Monitor. 10.03 Contractor shall notify Special Districts, in writing, at least one (1) week prior to the date PROPOSAL # LMD-18-19-05 20 and time of all the following maintenance operations: a. Fertilization; b. Turf Aerification; c. Turf Renovation/Verticutting; b. Micro-Nutrients/Soil Amendments; c. Spraying of Trees, Shrubs or Turf; d. Aesthetic/Structural Tree and Shrub Pruning; e. Preventative disease control; f. Transplanting of small and medium sized plants; g. Lane closures notification for median or parkway maintenance is required; h. Fire protection of the natural slopes area maintenance. (Contractor at his cost shall be responsible for all inclusive weed abatement as specified in Section 20.) i. Other Items as Determined by Special Districts 10.04 Failure to complete the work as scheduled or as specified herein may result in the following actions: a. A sum of up to five hundred dollars ($500.00) per day will be deducted and forfeited from payment to the Contractor for each instance where an item of work is not completed in accordance with the schedule or any portion of the specifications herein. b. Deficiencies: An additional amount equal to the cost incurred by completion of the work by an alternate source, whether it be City forces or separate private contractor, even if it exceeds the contract unit price, will be deducted from the Contractor’s invoice. c. These actions shall not be construed as penalty but as adjustment of payment to the Contractor for only the actual work performed or as the cost to the City for inspection and other related costs from the failure by the Contractor to complete the work according to the schedule or specifications. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient 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 proposal. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the interest of the public using the premises, Contractor shall meet PROPOSAL # LMD-18-19-05 21 with representatives of Special Districts to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure Special Districts that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the LMD covered under this Agreement. 11.03 LMD 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 LMD. 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 LMD 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 LMD Special Districts. 13. UTILITIES 13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Contractor will be required to manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain storm and/or watering the day after rain and/or watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14. NON-INTERFERENCE 14.01 Contractor shall not interfere with the public use of the LMD 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 The application of chemicals such as herbicides and pre-emergent will be at the contractor’s expense inclusive of this contract. The City of Santa Clarita will pay the contractor’s price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's PROPOSAL # LMD-18-19-05 22 License and valid Pest Control Advisor's License, or a copy of said licenses from a sub-contractor to Special Districts prior to using chemicals within the area. 15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by copies of Material Data Sheets (MDS) for all chemicals that may be used in binder or booklet form. No work shall begin until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical application has on the environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result. 15.03 Chemicals shall only be applied by those persons possessing the training in chemical application or a valid California Applicator's Certificate. Application shall be in strict accordance with all governing regulations. 15.04 Records of all operations stating dates, times, methods of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active file for a minimum of three (3) years. Contractor shall provide a chemical use report and a copy of the PCA recommendation to Special Districts for each application (site specific) made during each month. This shall be in addition to the copy of the usage summary that is provided to the Agricultural Commissioner. 15.05 All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts. 15.06 All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California shall be adhered to. 15.07 Chemicals shall be applied when air currents are still; preventing drifting onto adjacent property and preventing any toxic exposure to persons whether or not they are in or near the area of application. 16. STORAGE FACILITIES 16.01 Special Districts shall not provide any storage facilities for the Contractor. Any Contractors storage facilities must be located outside of the boundaries of the Zone for which landscape maintenance services are performed, unless Special Districts determines it would be in the best interests of Special Districts to waive this restriction. 17. TURF CARE 17.01 Contractor shall perform the following services under the terms of this agreement; a. Mowing: Turf to be mowed by a separate mow crew (not to include regular crew member hours). 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 PROPOSAL # LMD-18-19-05 23 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 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 Special Districts during periods of renovation. (4) Unless mulching mowers are used; all grass clippings will be collected and removed from the site on the same day the area is mowed. 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 during the summer, and once every two weeks during the winter. This schedule will be submitted to Special Districts for approval. Refer to items 1 and 2 in this section for turf length ranges. b. Edging: With each mowing, the edge of the grass along sidewalks, curbs, shrub, flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be maintained at all times and concurrent with each mowing. (1) The edge of the turf shall be trimmed around valve 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 14 to 24 inches mulched clearance where applicable. c. Weed Control: Control turf weeds as needed. Hand removal of noxious weeds or grasses will be required as necessary. All mulch brought in by the LMD will be disbursed by the contractor on site to control weed growth. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the 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 PROPOSAL # LMD-18-19-05 24 once over. Special Districts 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. Special Districts is to be notified at least two (2) weeks prior to the exact date of renovation. g. Irrigation: Irrigation, including hand watering and bleeding of valves during an emergency situation as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Special Districts with a written winter and summer irrigation schedule in accordance with the recommendations on Attachment A & Section 24 (Irrigation Program) provided for this purpose. Special Districts shall have the ability to change the irrigation schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: (1) Consideration must be given to the soil conditions, seasonal temperatures, wind conditions, humidity, minimizing runoff, and the relationship of conditions which affect day and night watering. 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 will be discontinued. No watering medians in windy conditions, to avoid drift and wetting vehicles. (2) In areas where wind creates problems of spraying water into private property or road right-of-ways, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) Contractor shall be responsible for monitoring all irrigation systems within the jurisdiction of this Specification and execute corrective actions for: coverage, adjustment, clogging of lines, and removal of obstacles, including plant materials which obstruct the spray. All water supply infrastructure, including the meter and backflow, shall be monitored for proper function and flow. Any and all issues that may arise pertaining to the water supply infrasture, regardless of responsibility for repairs, shall be immediately reported by the contractor to City staff. (4) Check systems, as needed, for optimum performance and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted) within the LMD areas covered under this Agreement. (5) All controllers shall be adjusted as needed for optimum performance considering the water requirements of each remote control valve (sprinkler station). “Smart” or “weather based” controllers shall be configured to water in the “optimized” or “automatic scheduling engine” when available. Plant establishment periods do not apply to PROPOSAL # LMD-18-19-05 25 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. (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor’s ability to mow all turf. (7) Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones (10) Contractor will provide their own irrigation receiver/transmitter for control of the WeatherTrak or other controllers not listed in the event they are unable to utilize the manufacturer’s mobile phone application. The use this device is required during inspections to verify that irrigation systems are functioning properly. The bleeding of valves and hand watering are to be limited to emergency situations. (See also Section 24.) h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (Attachment A.) All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts 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. (Attachment A) Contractor shall reseed turf areas in the following sequence; they will aerify, verticut, seed and top dress (evenly distributed over the entire area at a uniform depth of ¼-inch). Special Districts 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. 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 LMD staff prior to installation. Typically, Fescue and Fescue blends are required. PROPOSAL # LMD-18-19-05 26 1. SHRUB AND GROUND COVER CARE 18.01 Contractor shall perform at his sole expense under the terms of this agreement the following services: a. Pruning: Manually select prune shrubs throughout the year to encourage healthy growth habits, and to encourage growth to the natural shape of the plant according to its species and appearance with the exception of roses, which shall be pruned no later than the end of January. Periodic pruning may be required to maintain consistent size, structure, and/or appearance of large groupings of the same species. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Removal of all clippings will be completed the same day pruning occurs. Pruning will not be completed while plants are flowering, during the emergence of new growth, or when high temperatures are present during the hottest time of the year (typically July-August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this RFP. Selective pruning is required following the natural habit of the particular plant. b. Trimming: The growth of shrubs and ground cover will be restricted to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts. c. Disease and Insect Control: All LMD areas are to be maintained free of disease and insects and treated when needed pursuant to Section 21. d. 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 (Removal on an as needed basis of existing/spent mulch may be required to insure the level of grade is kept below surrounding hardscapes and/or at an acceptable height as determined by LMD staff. Such removal will be considered an extra and will require submittal of a proposal and approval by LMD staff.) (2) Hand removal (3) Cultivation (4) Chemical eradication using non-residual herbicides e. Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead shrubs and ground covers whose damage occurred due to natural conditions/causes, will be replaced under the terms of “additional work” as described in Section 4 of this RFP document. All shrubs shall be guaranteed to live and remain in healthy condition for no less than ninety (90) days and trees for a period of one (1) year from the date of installation of the plants or trees. f. Fertilization: Application of an LMD approved fertilizer a minimum of two (2) times per year to provide a healthy color in all plants with foliar feedings. 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 as needed. Fertilizer PROPOSAL # LMD-18-19-05 27 shall be appropriate for plant type and season (time of year) and approved by LMD staff prior to installation. The Contractor shall provide a fertilization schedule two (2) weeks prior to the proposed fertilization. g. Irrigation: Irrigation, including hand watering and manual bleeding of valves, is required in the event of an emergency situation and/or where automatic systems are not functioning as required. Irrigation practices described in Section 23 shall apply to trees, shrubs, turf, and ground cover. h. Diversion requirements: In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 85% of the green waste generated by above referenced zones. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on site at a minimum of twice per week. j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2- inch layer of mulch under all trees and around all shrubs/groundcover. A minimum 3- inch layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be disbursed with the above specifications by the contractor who will provide the labor at his expense. l. 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.) 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) All trees in the Zone, regardless of the overall stature, from the base up to the first twelve (12) feet shall be maintained free of all dead, diseased and damaged branches back to the point of breaking as per contract. Wound dressings are never used on any tree pruning cuts. (2) All sucker growth is to be removed from trees as it occurs. (3) Maintain an 8-foot clearance for branches overhanging walkways and public sidewalks. (4) Report insects and tree diseases to Special Districts Inspector. (5) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees. (6) 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 PROPOSAL # LMD-18-19-05 28 trees sizes (two per tree), and no galvanized stakes. (7) 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. (8) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. (9) Broken branches are to be removed immediately whether they are in the tree or on the ground. (10) All tree wells in sidewalks within the maintenance areas’ boundaries to be kept weed free and mulched where applicable. 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 LMD, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Special Districts with two (2) weeks notification prior to the fertilizer application. c. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to commencement of work by Contractor. d. Tree Replacement: All trees permanently damaged as a result of action or inaction by the contractor will be replaced as provided for under Section 5 with the identical species of tree existing previously, unless otherwise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size. Substitutions will require prior written approval by Special Districts. Original plans and specifications should be consulted to insure correct identification of species. All newly planted trees installed by the Contractor are the responsibility of the Contractor to maintain and guarantee healthy establishment for a period of one (1) year. Any trees installed by others will be the responsibility of the Contractor when special care or accommodations are required during the establishment period. e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use of “Maintain,” "Florel" or other approved product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when ½ to ¾ of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 psi. pressure. The Landscape Maintenance District’s Tree Maintenance contractor will provide most of the chemical applications to trees. If the landscape contractor provides this service it will be considered “extra work cost”. f. 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 PROPOSAL # LMD-18-19-05 29 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. Special Districts 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. i. Street Tree Wells: Contractor is responsible to keep all tree wells within LMD areas weed-free and maintain tree well irrigation system in accordance with Section 24 of these Specifications. Mulching of tree wells is required as needed and/or as directed by Special Districts. 20. NATURAL, BRUSHED, MANUFACTURED, HYDROMULCHED SLOPE CARE 20.01 Natural areas or riparian corridor areas in these zones are open space areas that have minimal usage due to the sloping character of the land and/or the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of trash or other debris removal. Contractor at his cost will visually inspect these areas throughout the year as scheduled, providing pick up and removal of any debris or trash. 20.02 Contractor at his cost shall 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 structures requirements pursuant to County fire code. Copy of current requirements can be found at https://www.fire.lacounty.gov/. 20.03 These slope areas are hillside areas and are designed to meet the Los Angeles County Ordinances for fire retardation. These areas generally occur in sloping terrain with gradients ranging 10 percent to 100 percent. Slopes are either manufactured or natural. The natural slopes have been brushed to remove certain plant materials. Manufactured slopes have been hydromulched or planted in accordance with applicable County Ordinances. Use of these areas by the residents should be minimal. 20.04 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, and may be PROPOSAL # LMD-18-19-05 30 up to 200 feet at the request of Special Districts, from a dwelling or structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the LMD 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 LMD within a maximum period of 30 days. (4) Contractor shall be responsible for maintaining the brushed slope areas throughout the year in accordance with the above-identified height of weeds, dead wood removal and distance from dwellings or structures requirements. This may require that certain areas will need additional brushing as directed by the County Fire Marshall. If the Fire Marshall determines additional brushing is necessary the contractor will be paid additional compensation at the rate specified in the form of this RFP. 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. 20.05 Where reference is made to weeding, brushing, or clearing within 100 feet (but may be up to 200 feet) of a structure, it is intended that the space between the structure and the private property line is the responsibility of the owner of the property except where Special Districts has accepted an easement to maintain a portion of the private lot. As an example, assume a private residential lot has a depth of 100 feet, the rear or side of which abuts a fire protection slope. Assume that the structure is set back 20 feet from the property line abutting this slope. The Contractor’s responsibility is within the portion or balance of the 100 feet outside of the private property boundary, or, in this case, 80 feet. However, Special Districts is responsible for those areas where an easement has been accepted by Special Districts over a portion of a private lot. Consult with Special Districts for any questions regarding these areas. 20.06 The maintenance of the manufactured slopes requires that the planted slopes be weeded on a regular basis throughout the year. Planted slopes which were not hydroseeded shall be kept weed free at all times and the use of chemicals is permitted. Planted slopes that were hydroseeded require weed removal by hand as the use of chemicals is not permitted. The removal of weeds by hand shall be performed each month from March through November during the term of the maintenance contract. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices or to plant material caused by lack of water. Plants and trees shall be fertilized in accordance with the requirements of Sections 18 and 19 of these Specifications. PROPOSAL # LMD-18-19-05 31 21. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 21.01 Materials (Biological insects) shall be at Contractor’s cost plus no more than 15%, as necessary for integrated pest management (IPM) and contractor at his expense under the terms of this agreement will provide the labor. a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non-target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non-target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are used as a last resort when careful monitoring indicates that they are needed according to pre-established guidelines. When treatments are necessary, the least toxic and most target-specific pesticides are chosen. Implementing an integrated pest management program requires a thorough understanding of pests, their life histories, environmental requirements, and natural enemies, as well as establishment of a regular, systematic program for surveying pests, their damage, and other evidence of their presence. IPM has been mandated on Federal property since 1996 by Section 136r_1 of Title 7, United States Code, and is cited in Title 41 of the Code of Federal Regulations (102-74.35) as a required service for agencies subject to the authority of the General Services Administration. The Contractor will develop an IPM program for work covered by this statement of work. b. Chemical Application: All work involving the use of chemicals will be accomplished by a State of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c. Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner’s Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the “Pesticide Information and Safety Manual” published by the University of California will be adhered to. e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. PROPOSAL # LMD-18-19-05 32 22. GENERAL CLEAN-UP 22.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal: The contractor shall provide a trash pickup schedule for approval by Special Districts. The contractor shall pick up trash and accumulated debris from the site on a regularly scheduled rotation approved by LMD staff in advance. b. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints (up to 2’ from curb) at all times. c. Fence Clearance: Contractor is responsible for removal of weeds and grass from within 18” of any fence or wall within the areas under Contractor’s maintenance at all times. d. Walkway and Crack Maintenance: Walkways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces such as: (1) Gum, (2) Animal feces, (3) Grease, (4) Paint, (5) Graffiti, (6) Glass and debris All walkway cracks and expansion joints shall be maintained weed and grass free 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. This includes the accumulation of leaves/debris at the base and lower branch structures of shrubs. f. Diversion: The Contractor will be responsible for creating and implementing a written program to divert a minimum of 85% all green waste from landfills. The program should include, but not be limited to, mulching and composting. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the City’s Environmental Services Office. The goal will be at least 85% diversion. g. Drainage Systems & Maintenance: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for: (1) All drains and catch basins shall be free of silt and other debris at all times. The Contractor shall insure all drainage devices within LMD are functioning PROPOSAL # LMD-18-19-05 33 properly at all times (2) All LMD 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. (3) All LMD area sub-surface drains (except storm drains), 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) (4) If the sub-surface drainage backs up or is blocked due to lack of periodic flushing of silt and debris as stated above, the contractor shall be responsible at their cost for plumbing services to clear the drain. (5) 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. 23. MAINTENANCE INSPECTIONS 23.01 The Contractor shall perform a maintenance inspection of all facilities on a weekly basis within the LMD during daylight hours. Such inspections shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non-contractual service request information into the City’s “Resident Service Center” at: http://user.govoutreach.com/santaclarita/faq.php 23.02 The Contractor shall be expected to meet on site with an authorized representative of Special Districts for a walk-through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at a minimum of one (1) week prior to the date of inspection. In addition, bi-weekly interim inspections may be made by Special Districts if deemed necessary by LMD Staff. 24. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 24.01 All irrigation systems within the LMD areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. Irrigation repairs, (not to include programming) are considered to be additional work or “extras”. For all irrigation repairs, including main lines, all irrigation parts will be reimbursed at no more than a 15% mark up over the contractor’s cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP’S) at: PROPOSAL # LMD-18-19-05 34 http://www.irrigation.org/uploadedFiles/Standards/BMPDesign-Install-Manage.3-18-14(2).pdf a. Scope of Responsibility: The contractor shall maintain (repair and/or replace as needed) and keep operable all irrigation equipment consisting of: (1) Irrigation Programming (2) Irrigation Station Identification/Location (3) Irrigation Heads (4) Remote Control Valves (5) Flow Sensors (6) Flow Sensor Programming (7) PVC Piping (Including mainline and laterals) (8) Quick Couplers (9) Risers (10) Swing Joints (11) Check Valves (12) Irrigation Booster Pumps (13) Solar Controllers/Valves (14) Battery Operated Controllers/Valves (15) Valve Boxes, Quick Coupler Boxes, Etc. (16) Irrigation Controller Programming and Setup b. Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation. c. Extent of Responsibility: Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all 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. d. Ordinances: All materials and workmanship will be in accordance with the applicable City Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. e. Controllers: The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather-based controllers or equivalent, controller programming through the contractors office via a desk top or any wireless computer, or hand held device. The LMD will provide a password for access. f. Inspections: Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at minimum of twice a year. PROPOSAL # LMD-18-19-05 35 24.02 The contractor will be responsible to complete the following WeatherTrak training through HydroPoint University. Proof of completion to be provided with proposal submission. Additional trainings are available and participation is encouraged. Level 1 – WeatherTrak Basic Systems Training 24.03 Controllers: a. 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. b. The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather-based controllers or equivalent, controller programming through the Contractors office via a desk top or any wireless computer, or hand held device. The LMD will provide a username/password for access. c. Response to WeatherTrak Alerts by category shall be made within the time frames listed below. Failure to comply with response times will be considered a deficiency and may be subject to a deduction from payment in the amount up to five hundred ($500.00) dollars for each instance where an alert is not resolved within the time frame. (1) Severe Alerts to be resolved within 24 hours. (2) Major Alerts to be resolved within 5 working days d. Contractor will provide their own irrigation remote (receiver and transmitter) for control of the Rain Master, Calsense, LEIT (solar), 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 LMD areas. Use of this device will conserve water consumption, provide for more cost effective maintenance of irrigation systems, and assure all parties concerned that the automatic system is operating at maximum efficiency. Special Districts’ inspectors 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. e. 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 PROPOSAL # LMD-18-19-05 36 paused until normal conditions exist. No watering medians in windy conditions, to avoid drift and wetting vehicles. f. 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. g. 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.). h. Contractor shall be responsible for monitoring all irrigation systems within the jurisdiction of this Specification and correct for coverage, adjustment, clogging of lines, and removal of obstacles, including plant materials which obstruct the spray. Monitoring shall be scheduled for all systems at minimum 1x monthly. i. 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). j. 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. k. Contractor shall utilize “cycle & soak” in programming in order to eliminate excessive run-off. l. Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved by The City of Santa Clarita. m. When available, copies of controller maps shall be kept in enclosures at all times. n. 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. o. 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. p. 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. q. 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. r. 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 PROPOSAL # LMD-18-19-05 37 watering times on the controller and supplemental hand or deep watering as necessary. s. 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 t. 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 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. u. 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. v. It is required that soil conditions be constantly monitored with a soil probe to insure that over-saturation of the soil does not occur. w. 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. 24.04 Operation of System: a. 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). b. 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. c. Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor’s ability to mow/maintain landscaped areas. d. All irrigation systems shall be personally inspected by Contractor a minimum of once per month to verify effectiveness of sprinkler operation. The appropriate Irrigation Inspection Form must be filled out per controller and submitted to The City of Santa Clarita LMD for review. e. Contractor shall adjust and clean as necessary all sprinkler heads, valves and pressure regulators to continue operation at maximum efficiency and performance. PROPOSAL # LMD-18-19-05 38 f. All materials and workmanship will be in accordance with the City Plumbing Ordinances if/when applicable. g. 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. h. Contractor shall be responsible for trimming plant material and making necessary adjustments to riser heights as growth rates indicate. i. Contractor shall be responsible for hand-watering any pots not provided with an irrigation system to maintain plants and promote optimum growth. j. 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. k. Contractor shall be required to walk each site upon request by The City of Santa Clarita representative a minimum of one time per quarter to inspect the operation of the irrigation system. l. 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. m. 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. n. 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, including plant material, 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. o. 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. p. Once a year, the contractor shall clean all controller cabinets and valve boxes, remove intruding soil and replace gravel as needed. q. 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. r. Contractor shall not repair, manipulate or remove backflow devices unless prior authorization has been received by a City of Santa Clarita representative. However, PROPOSAL # LMD-18-19-05 39 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. s. Contractor shall notify the LMD office immediately should a backflow prevention device malfunction occur. t. Landscape Maintenance District Consultants/Inspectors/City staff will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at minimum of twice a year. u. Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered. 24.05 Repairs: a. All pop-up heads should be assembled on triple swing joints. b. When irrigation heads, risers, nozzles, etc. break, they will be replaced with like for like irrigation heads. Uniformity is of the utmost importance. c. All remote control valves shall be Superior 950DW brass valves unless other(s) are accepted by LMD staff. d. Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from LMD of such a deficiency. e. 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. f. Contractor shall submit itemized irrigation invoices for repairs, per LMD Zone on an as needed basis. g. Repair logs shall be maintained and will include date of repair, nature of repair, and itemized list of materials for clarity. Site map/photo documentation to illustrate location of repair, photo of site condition, and work completed shall be included with repair log(s). 24.06 Conservation: The City of Santa Clarita may 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. PROPOSAL # LMD-18-19-05 40 The City of Santa Clarita takes Water Conservation very seriously and will not tolerate mismanaged or neglected water delivery systems. 24.07 The Contractor shall provide WeatherTrak generated reports called “Controller Inventory Reports” at the request of City Staff. The first report will be due 30 days after the start of this Agreement and updated every two weeks. At a minimum, the report shall identify each irrigation controller subject to this Agreement, the location, alert status, and confirm the controller is “online”. Failure to provide a completed report on time will be considered an incomplete work item and may be subject to a deduction from payment in the amount up to five hundred ($500.00) dollars. 24.01 Water Budgets: In order to ensure efficient and responsible water management with regards to landscape irrigation, the City of Santa Clarita Special Districts office may require the following: When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (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). http://www.water.ca.gov/wateruseefficiency/landscapeordinance/ 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, Castaic Lake Water Agency, or SCV Water, 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 water budgets 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. 25. MAINTENANCE AND REPAIR OF HARDSCAPE, SERVICE ROADS, AND DRAINAGE SYSTEMS 25.01 Hardscape surfaces, walkways, and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking and/or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the proposal submission without written approval of Special Districts Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LMD Monitor or directly to City Staff. a. Contractor may be responsible for total replacement or repair of hardscaping and/or plant replacement if damage occurs due to Contractor’s negligence or by accidental damage within maintenance operation. b. Contractor shall be responsible for sweeping/blowing all hardscape surfaces within the contract boundaries on a regularly scheduled routine approved by LMD Staff or as requested by Special Districts. All debris must be collected and removed. PROPOSAL # LMD-18-19-05 41 c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited and may be cause for contract termination or a deduction in payment as described in Section 10.04 a. 26. GRAFFITI ERADICATION AND CONTROL 26.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, fences, or any appurtenant structures or equipment within the areas under Contractor’s maintenance. Special Districts Inspector will be informed of all graffiti immediately upon discovery. Contractor is required to input graffiti information into the City’s reporting system at: http://www.santa-clarita.com/city-hall/departments/administrative-services/technology- services/egraffiti 26.02 The contractor may be required to remove small amounts of debris which would fit into a small pick -up truck. In such cases the dump fee may be invoiced to Special Districts. Removal of larger items would be considered as an “additional work” item and subject to the terms of Section 4. 26.03 All materials and processes used in graffiti eradication shall be non-injurious to surfaces and adjacent District property and approved by Cal-OSHA. Materials and processes used must be approved by LMD prior to use. 27. DECOMPOSED GRANITE 27.01 Contractor will be required to keep DG areas and pathways free of soil, litter, debris, and weed free. Any areas in need of repair or fill should be reported and a proposal provided to bring the area back to an acceptable condition. 28. FUTURE/ADDITIONAL MAINTENANCE AREAS 28.01 For the maintenance of future/additional maintenance areas that have been accepted by the City, contractor to provide pricing consistent with the Cost Proposal Template (Exhibit A) and Additional Pricing (Exhibits B1 & B2) in this document for similar landscape/terrain. PROPOSAL # LMD-18-19-05 42 CITY OF SANTA CLARITA REQUEST FOR PROPOSAL INVITATION PROPOSAL 4 LMD-18-19-05 ELECTRONIC PROPOSALS ARE DUE BEFORE: 11:00 AM, Monday, August 20, 2018 The City of Santa Clarita invites electronic proposals for: Maintenance For LIVID Zone T-68 And Zone T-69 1, Proposal responses must be uploaded to Planet Bids at: httr)://www.planetbids.corn/portal/22ELal.cfm?Companyl D=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 42 of this document in addition to the attachments document, exhibits document, and maps document. S. The, last day for questions will be 10:00 AM, Wednesday, August 8, 2018. Questions should be submitted electronically to: httplLwww.r)lanetbids.coni p2rtk!/p_grtal..cfim?CollimoanvlD=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: Oakridge Landscape, Inc. Name (Print): Jeff Myers Company Phone No.: 661-295-7228 PROPOSAL # LMD-1 8-19-05 Address: 28064 v nue Stanford, Unit K, Valencia, CA 91355 Signature: Title of Person 4gening Bid: President ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-18-19-05 Maintenance For LMD Zone T-68 And Zone T-69 August 3, 2018 This addendum must be acknowledged via Planet Bids and should be included with the bid response. There was a non -mandatory, pre-bid meeting on July 26, 2018 beginning at 11:00 AM. The meeting was located at City Hall, 23920 Valencia BI, Santa Clarita, CA 91355 - Council Chambers Conference Room, Suite 105. Attending staff: • Melanie Theisgen - LMD Specialist, Neighborhood Services • Keith Miller - Landscape Maintenance Administrator, Neighborhood Services • Matthew Hults - LMD Specialist, Neighborhood Services • Melody Avakian - Buyer, Administrative Services • Heather Andrews - Buyer, Administrative Services The following vendors were in attendance: Cristal Victoria — CS Creations Ron McRae—Oakridge Landscape Inc. Gary Gonzalez — BrightView Landscape Efrain Lupercio — Marina Landscape Services Alonzo Aguilar - Marina Landscape Services Joe Schlottman — BrightView Landscape The following was reviewed: • A PowerPoint presentation was showed to highlight the key points in the contract. The PowerPoint is attached to this addendum. The following questions were asked and answered: Q. For the future zones do you only want the price per controller? What about weed abatement? a. Please arrange the responses as shown, by controller and include weed abatement in your price estimate. Q. Any changes in the Scope of Work from the previous bid? Bid # LMD48-19-05 1 a. Clarification of the riparian corridor map, an update to the maintenance map and additional miscellaneous details no longer relevant to our needs were removed. Q. is a bid bond required? Q. Acacia should bemaintained low? |nthe entire community? a. The expected maintenance for the Acacia throughout the community is consistent with the maintenance ofAcacia slopes throughout the City, This includes edges being trimmed back along fences/walkways and large outgrowths being removed 1mmaintain a relatively consistent height. Please note the following correction inyour RFP document: 1. SHRUB AND GROUND COVER CARE Should be: 18, SHRUB AND GROUND COVER CARE August t5,2018 Contract presentative Date Company Name Exhibit C: VIOLATION RECORDS RFP # LMD-18-19-05 Annual Maintenance Contract for Landscape Maintenance Zones T-68 (WEST CREEK) & T-69 (WEST HILLS) 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 proposal submission at this time.) 2) in the year of 2017, what was the longest stretch of days worked without an accident in the landscape maintenance division? 86 3) Please provide any sustained complaints made to your company within the past four (4) years to Cal -OSHA. N/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. N/A Exhibit D: PROACTIVE APPROACH FORM RFP # LMD-18-19-05 Annual Maintenance Contract For Landscape Maintenance Zones T-68 (WEST CREEK) & T-69 (WEST HILLS) 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? What makes your company the best for this service area and how does your company stand out from others? Please see attached narrative on how Oakridge Landscape will provide these services. *Attach additional pages as necessary. Oakridge Landscape, Inc. VVehave examined the LIVID Scope of Work and are pleased tVpresent our approach tnthe service and care ufT-68 &T-69. As the current contractor for T-68 and T-69 we have a working knowledge of the rotational and service requirements. Our team iswell equipped tohandle this project. Our understanding ofthe |andscape and irrigation will make the transition toa new contract seamless. Upon contract award Oakridge Landscape, Inc. will perform an update walk thorough with the Oakridge Account Manager, Armando Trinidad, along with Branch Manager, Mike Roberts. We utilize maps to createa work plan consisting ofdividing the project into serviceable areas 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 the landscape objectives are met. Asthe backbone ofany successful landscape, the irrigation system needs tnbemonitored and repaired quickly amissues arise. For both VWeatherTRAK(T60)aand Cabenme(T69),malfunction alerts are sent to our account manager Armando |nreal time. |naddition, Oakridge will cycle through checking controllers and valves onadaily basis. Alerts are double checked and attended toatthe controller, Field inspection ofthe systems for that controller are checked Losee ifthere are any issues that did not show upinthe alerts. We rotate through all controllers to make sure they are checked throughout the month. When analert |mfound inthe system via reports or direct notification, focus will beplaced on correcting and repairing the issue. Mowing aindedg|ngturfforbmLhzoneswviUhand|edthesameday,curmemt|ydnnemnMondays. Following mowing, planter bed maintenance will occur throughout T-68and l -6B. The work ]s segmented into areas serviced byeach controller. Planter and slope maintenance includes detailing shrubs, trimming, minor dead wood removal and weeding. Overgrown shrubs tobepruned back to ensure they donot impede the throw ofsprinklers. Shrubs and ground cover tmbepruned'! to maintain in, bounds and off nfv-dltchesand sidewalks. Where appropriate, hedges are sheared and shrubs are hand pruned with selective pruning techniques. Acacia will get trimmed along the horse trial. Weeds are knocked down along the white rail fences. Along the street, Little Johns get hand pruned, Rhus Uanceasget pruned mppruned for walkway clearance. Roses get trimmed, dead headed and suckers removed. Clearance pruning shall be provided for all structures. Trees to be skirted for vehicle and pedestrian clearance. Tree vwaUlstmbecleared ofencroaching ground cover. Valve boxes should be kept clear. Acacia tmbetrimmed away from home and rotor sprinkler heads, Weeds are controlled by a combination or chemical, mechanical and hand removal. Chemical applications for broadleaf weeds are performed in lawns. Pest control has included spraying for spittlebug and Aphids. Irrigation tech and crews report and reconcile all work with the Account Manager in the afternoon, daily. 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. 11. Crew Makeup The zones will be serviced with a Working Foreman and Crewmembers as outlined in the staffing plan. Work will vary each day depending on the week and task. The total crew hours may vary based on task and season. Our Account Manager will be available on a daily basis as needed. See enclosed staffing awlAi= 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 stocked irrigation vehicle. The supervisor will schedule our irrigation technician to perform regular irrigation inspections. 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. WeatherTrak and Calsense controller systems will reviewed and monitored for any adjustment needed as determined by weather and plant requirements. We will ensure systems are shutting down 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 crews 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. V1. 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 ands,/or evaluate additional work items. Customer Service and After Hour Emergencies In addition to dlirect communication with your Account Manager, customer service requests can be placed during business hours 8:00am-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: a Onsite supervisor takes a photograph of the area needing enhancements or repairs This is forwarded to the Customer Service Representative The CSR notifies the City of the item via email with the attached proposal (EWA) and photograph 'Client reviews proposal • If the Cit a p roves the proposal, the CSR will work with the City pp p p supervisor to ensure the job is started and performed to your standards �� • City will be notified in, writing via our performance farms / // / %/ �i// /oo � ///,/�r � /i, ✓ / Vii, / // � �� //// /,. / ndscape rbor Care 1endscape ;Erosion Control aintenance 'Construction Maintenance `* Tree Trimming ;• Streetscape if• Sediment Irrigation repair • Certified Arborist `o Planned) Cleaning Re nes p Communities BMP Weed Abatement Health Care `- Sod and MaintenancePlant Tree Service Hydroseed o Storm Response Fertigation %• Synthetic Turf " Erosion Control Pest Control . Tree Installation ;w Slope Repair Certified Arborist + irrigation . Weed Enhancements P• Residential Abatement fo Site Furnishings *Brush Cleaning Playground Site Cleaning Equipment r Grading • Masonry Exhibit E: DESIGNATION OF SUBCONTRACTORS RFP # LMD-18-19-05 Annual Maintenance Contract For Landscape Maintenance Zones T-68 (WEST CREEK) & T-69 (WEST HILLS) City of Santa Clarita, California Fill out this form completely and upload it with your proposal. Subcontractor DBE STATUS: Dollar Value of Work As needed McKinley & Associates License No. Exp. Date: j / Phone ( ) Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business 1734 Del Valle Avenue Glendale, CA 91208 Bid Schedule Item Nos: Description of Work Certified arborist, as needed when required by City. License No. Exp. Date: / j Phone ( 6-2432 WE -4578A December 31, 2020 818-4 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: j / Phone ( ) 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: / J 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. Exhibit F: REFERENCES RFP # LMD-18-19-05 Annual Maintenance Contract For Landscape Maintenance Zones T-68 (WEST CREEK) & T-69 (WEST HILLS) City of Santo 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. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Complete this form out accordingly. Fill out this form completely and upload it with your proposal. 1 City of Santa Clarita T-68 & T-69 Name and Address of Owner J Agency Melanie Theisgen, 661-290-2203 Name and Telephone Number of Person Familiar with Project $216,000.00 Slopes & street panels Current contract Contract Amount Type of Work Date Completed Z City of La Canada Name and Address of Owner J Agency Travis Lange, 818-790-8897 Name and Telephone Number of Person Familiar with Project $360,000.00 Parks, sports fields, schools Current contract Contract Amount Type of Work Date Completed 3 County of Los Angeles Group B Name and Address of Owner/ Agency Dana Zindroski 661-294-3520 Name and Telephone Number of Person Familiar with Project $450,000.000 Slopes & streetscape Current contract 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: HUB International Insurance Services, Inc., 6701 Center Drive West, Suite 1500, Los Angeles, CA 90045 (310)568-5900 SureTec Insurance Company, David Melman, 3131 Camino Del Rio N., Suite 1450 San Diego, CA 92018 Exhibit G1 RFP # LMD-18-19-05 Annual Maintenance Contract For Landscape Maintenance Zone T-68 (WEST CREEK) & Zone T-69 (WEST HILLS) Provide information �on any and all applicable crewmembers. This includes the Rlpervisar, crew foreman, certified arborist (if applicable), chemical applicator, irrigation specialist, etc. 2), Name Armando Trinidad jobTitle Account Manager licenses/Certificates Qualified Pest Control Applicator, Weather TRAK Certified 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 Ornamental Horticulture 4) Name To be assigned —JobTide Landscape Working Foreman Licenses/Certificates 5 years experience 5) Name To be assigned Job Title Crew member Licenses/Certificates 3-5 years experience 6) Name To be assigned — Job Title Crew member Licensees/Certificates 3-5 years experience 7) Name Job Title Licenses/Certificates Exhibit G1 (Continued) RFP # LMD-18-19-05 Annual Maintenance Contract For Landscape Maintenance Zone T-68 (WEST CREEK) & Zone T-69 (WEST HILLS) 8) Name Job Title Licenses/Certificates 9) Name Job Title Licenses/Certificates 10) Name Job Title Lice nses/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. Exhibit G2: RFP # LMD-18-19-05 Annual Maintenance, Contract For Landscape Maintenance Qty. of Weekly Hours_ CrewmemberTifle Zones T-68 (WEST CREEK) Supervisors Qty. of Weekly Hours 4 Crewmember Title Irrigation Technician Qty. of Weekly Hours 8 Crewmember Title Account Manager Qty. of Weekly Hours 4 Crewmember Title Working Foreman Qty. of Weekly Hours- 13 CrewmemberTitle Branch Manager -Qty. of Weekly Hours 2 Crew #1 Crewmember Title Crew Member Qty. of Weekly Hours 13 - Crewmember Title Crew Member Ctty. of Weekly Hours 13 Crewmem be,r Title Qty. of Weekly Hours CrewmemberTitle Qty- of Weekly Hours CrewmemberTitle Qty, of Weekly Hours Crew #2 Crewmember Title Qty. of Weekly IHouurs_ CrewmemberTMe Qty. of Weekly Hours CrewmemberTitle Qty, of Weekly Hours_ CrewmemberTtle Qty. of Weekly Hours CrewmemberTitie Qty. of weekly Hours Specialty Positions CrewmemberTitle Qty. of Weekly Hours_ CrewmemberTifle Qty. of Weekly Hours Specialty Positions CrewmemberTifle Spray Technician Qty. of Weekly Hours 4 Crewmember Title Irrigation Technician Qty. of Weekly Hours 8 *Attach additional pages as necessary for additional personnel. Exhibit G3 Annual Maintenance Contract For Landscape Maintenance Zones T-69 (WEST HILLS) Supervisors CrewmemberTitie Account Manager Qty. of Weekly Id ours 12 Crewmember Title Working Foreman Qty- of Weekly Hours 28 C,rewmember Title Branch Manager Qty. of Weekly IHours 4 19=3 CrewmemberTitle Crew member Qty. of Weekly Hours 28 CrewmemberTit,le Crew member City. of Weekly Hours 28 CrewmemberTMe Qty. of Weekly Hi ours C,rewmember Title Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours Crew #2 CrewmemberTiUe Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours Crewmem ber Title Qty. of Weekly IHours CrewmemberTitle Qty. of Weekly Hours CrewmemberTut] Specialty Positions Qty- of Weekly Houirs CrewmemberTitle Spray Technician Qty. of Weekly Hours 12 Crewm e:m bet Title Irrigation Technician Qty_ of Weekly Hours 12 CrewmemberTitle Qty. of Weekly Hours CrewmemberTitll Qty- of Weekly Hours *Attach additional pages as necessary for additional personnel. Exhibit G4 RFP # LMD-18-19-OS Annual Maintenance Contract For Landscape Maintenance Qty. of Weekly Hours 30 CrewmemberTitle Zone T-69 (WEST HILLS) - FUTURE AREAS CrewmerriberTitle Supervisors CrewmemberTftle Qty. of Weekly Hours,,_ CrewmemlberTftle Account Manager Qty. of Weekly Hours 8 CrewmemberTftle Working Foreman Qty. of Weekly Hour -1 ,- 30 Crewmember Title Branch Manager Cid. of Weekly Hours 4�. Crew #1 Crewmember Title Crew Member City. of Weekly Hou!rs 30 CrewmemberTitle Crew Member Qty. of Weekly Hours 30 CrewmemberTitle Qty- of Weekly Hours CrewmerriberTitle Qty- of Weekly Hours CrewmemberTftle Qty. of Weekly Hours,,_ Crew #2 Crewme:mber Title Qty- of Weekly Hours_ CreluvrnemberTitl Qty. of Weekly Hours Crewm°remmberTutla Qty. of Weekly Hours Crewmerr berTfle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours specialty Positions CTewrnemberTftle Spray Technician -- Qty„ of Weekly Hours 8 C,rewm ember Title Irrigation Technician Qty. of Weekly IHours 12 Specialty Positions Cxewmembei-Tffle .................. . . Qty- of Weekly Hours Crewm ember Title Qtye of Weekly Hours *Attach additional pages as necessary for additional personnel. EXHIBIT H: EQUIPMENT REQUIREMENTS Annual Maintenance Contract For Landscape Maintenance Zones T-68 (WEST CREEK) & T-691 (WEST HILLS) Additional equipment requirements for work within proposed Landscape Maintenance District or the ability of Contractor to rent/lease at no additional cost: • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform, pruning tasks including hand pruners, loppers, saws, pole pruners and chainsaws • Commercial Grade Battery Powered Leaf Blowers • ANI maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels (various sizes and shapes) • Commercial Grade Chipper • Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters,- particularly WeatherTrak & Calsense • All the required tools and equipment to make minor and major irrigation repairs • All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shall be Cal -OSHA approved Please initial to ver* acknowledgement of equipment requirements - — — (initial) EXHIBIT 1: CERTIFICATIONS RFP # LNID- 18-19-05 Annual Maintenance Contract For Landscape Maintenance Zones T-68 (WEST CREEK) & T-691 (WEST HILLS) Provide information on the certified arborist, chemical appficator, Irrigation specialist, crew foreman, includin name, cerrffication and whether st,aff or subcontractor. 9 4M 1 ) Armando Trinidad, Certified Pest Control Applicator, Staff Member 2) Armando Trinidad, Weather TRAK Certified, Staff Member I California State Contractor's License A, B, C-27 C61/D49 #798565, Oakridge Landscape, Inc. 4) William McKinley, ISA Certified Arborist, WE -4578A EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF PROPOSAL SPECIFICATIONS RFP # 1,MD- 18-19-05 Annual Maintenance Contract For Landscape Maintenance Zones T-68 (WEST CREEK) & T-69 (WEST HILLS) By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Proposal Specifications for the Annual Maintenance Contract For Landscape Maintenance Zones T-68 (WEST CREEK) & T-69 (WEST HILLS), The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. . r, *Supervisor's Signature- 9-11- Date: August 15, 2018 *Estimator's Signature: *All three signatures required Date: August 15, 2018 August 15, 2018 Exhibit K: DOCUMENTS CHECKLIST RFP # LMD-18-19-05 Annual Maintenance Contract For Landscape Maintenance Zones T-68 (WEST CREEK) & T-69 (WEST HILLS) In addition to the items requested for the proposal the following documents are required to be completed and submitted by the proposer. DO NOT send more information than is requested. DO send the REQUESTED information. With RFP Proposal (All Bidders) ✓ Request for Proposal Invitation page filled out ✓ Any addendum published through PlanetBids — signed form and acknowledgement through planet bids ✓ Cost File - Exhibit A — Cost Proposal - Pricing must be entered into line items section of PlanetBids and Exhibit B1 & B2 & B3 — Additional Pricing shall be submitted as the cost file. ✓ Response File ❑ Exhibit C - Violation Records — must be completed ❑ Exhibit D — Proactive Approach Form — must be completed ❑ Exhibit E — Designation of Subcontractors —if none, write "nja", Do NOT leave blank ❑ Exhibit F - References Page ❑ Exhibit G1, G2, G3, G4 - must be completed (use additional sheets if needed) ❑ Exhibit H - Equipment Requirement Acknowledgment ❑ Exhibit I —Certifications: Required certificatesJlice nses— ✓ Proof of Contractor's License - license number will suffice ✓ Required certificates/qualifications (as identified in solicitation including, but not limited to: License C27 & WeatherTrak training completion) ❑ Exhibit J —Acknowledgement & Acceptance of Specifications ❑ Exhibit K —Documents Checklist ❑ Maintenance Schedule(s) - Daily, Weekly, Monthly, Semi -Annual, Annual (see examples in Attachments Al & A2) AK,RIDGE I H c OSPARTr,IFNTOFprzsfibliD'E"REr,ULA110t,J dpr LICENSINO/aRTIFICATION PROGRAM iil�, QAL QUALWIED APPLICATOR LICENSE LICENSE #: 135732 EXPIRES: 121310019 Categories: 6 fssued: VIR2018 Tbil Uc-s a itm# I bahown to 01(Lofuv UonininsIm—woo roquuvL r CALIFORNIA DEPARTMENT OF PESTICIDE REGULATION 1 1001 I STREET SACRAMENTO, CA,LFORNIA.95814 ISSUED: January 26,2Q1 8 Maintenance'Gardenet< Pest Cont EgpWS: December 31, 2019 _LICENSE • ,.1;;I�ELNSEI��:;:3�7195 Invalid if snB fiance airdh, 9ualifie� ersi� �� T�apse-igfore expiration date. 1. Please make sure the information on your license is correct. 2: Notify us immediately of any changes to your business (e.g., name, address, insurance carrier or qualified person). 3. If you lose your license, then you -may request anew one for a $20 fee. 4. Please refer to the license number located in the middle of the page when contacting us. 5. For more information, please contact us at (916).445-4038 or at <licensemail a@cdpr.ca.gov>. Or you may write to Department of Pesticide Regulation Pest Management and Licensing Branch Licensing akd:Certification Program P.O.'Box 401.5 Sacramento, California 95812-4015 go O&P 16137571 Mailing Address 41 j . i3usinees Location OAKR DGE LANDSCAPE INC +�' 1KRIDGE LANDSCAPE INC 28064 AVE STANFORD #K ; �: :; t ,: �-�. `f.';f' .i" r :: 8064 AVE STANFORD #K ; VALENCIA, CA 91355 �,; "':-' - N:,.• ,.; ;s•. ; VALENCIA, CA 91355 POST THIS LICENSE rROM WMTLY IN PUBLIC VIEW THIS LICENSE IS NOT TRANSFERABLE - ANY CHANOE IN OWNERSHIP REQUIRES A NEW LICENSE 1. Please make sure the information on your license is correct. 2: Notify us immediately of any changes to your business (e.g., name, address, insurance carrier or qualified person). 3. If you lose your license, then you -may request anew one for a $20 fee. 4. Please refer to the license number located in the middle of the page when contacting us. 5. For more information, please contact us at (916).445-4038 or at <licensemail a@cdpr.ca.gov>. Or you may write to Department of Pesticide Regulation Pest Management and Licensing Branch Licensing akd:Certification Program P.O.'Box 401.5 Sacramento, California 95812-4015 go O&P 16137571 I r, HydroPointa' VI We hereby cerfify that Aring-ndo Trinid,!.2-d ��M has succesSfdly cornpleted Basic WeatherTRAK System Introduction Oak dhris Spain I/ Efen CoOe Y Chief ExeCLIfiVe Officer Training Manager Issued. 05/19/2018 Expires: 05/19/2019 MAKRIDGE 7 v7if's- x , 4 m STATE LICRSENSE BOARD AC'rlVE LICENSE (if 798566 RP OA,KRIDGE LANDSCAPE INC A B C217 C011D49 AA& 08/3112019 www,cs±,ca.gov William McKinley 1 r�nar'a1r ISACertifiedArbodstO 31 Dec 2020 Intermtionai society of Adndcultm R�� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 6/19/2018 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 policy(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:CT Stacy Manning, CISR Landscape Contractors (Lic#0755906) Insurance Services, Inc. PHONED E (559) 650-3555 FAC No): {55I)650-3SS8 ADWC6DRESS: smanning@lcisine.com INSURERM) AFFORDING COVERAGE NAIC• 1835 N. Fine Avenue INSURERA ;COICInY Insurance Company 39993 Fresno CA 93727 INSURED INSURERB:The First Liberty Ins Corp 33588 INSURER C Navi ators Specialty Ins Cc 36056 Oakridge Landscape, Inc. INSURER D: ress Insurance Company 10855 28064 Avenue Stanford #K INSURER E:Liberty Mutual Fire Ins Co 23035 INSURER F Valencia CA 91355 COVERAGES CERTIFICATE NUM13ER-18-19 Pka & Auto & Umb 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 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 MAY HAVE BEEN REDUCED BY PAID CLAIMS. �TTRR 'TYPE OF INSURANCE Suite 300 POLICY NUMBER MM! CY EFF POLICY EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 AX ❑ OCCUR PREMISEDAMAGES (Ea o�rrence $ 17- 500, 000 MED EXP (Any one person) $ 5,000 103 GL 0024193-00 6/15/2018 6115/2019 X $1,000 PD DED PERSONAL BADV INJURY $ 1,000,000 Blanket Contractual GEN'L AGGREGATE LIM R APPLIES PER: Liability GENERAL AGGREGATE $ 2,000,000 POLICY PRO - ECT FILOC PRODUCTS - COMP/OP AGG $ 2,000,000 Employee Benefits $ 1,000,000 OTHER AUTOMOBILE LIABILITY COMBINED SINGLE Ea oxident LIMIT $ 1,000,000 BODILY 1I (Per person) $ B X ANY AUTO SCHE AALLLOSWNED AUTOS�LED AS6-Z91-469092-018 6/15/2018 6/16/2019 BODILY INJURY (Per accident) $ Per accident E $ X HIREOAUTOS X NON-OWNEDPROPERTY Medical Payments $ 5,000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ C EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ 9FIBEXC9068841C 6/15/2018 6/15/2019 WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Ya OAVC904755 6/15/2018 7-01-2018 X STFRATUTE ERH EI EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? (MandatorylnNH) NIA OAVC905045 7/1/2018 7/1/2019 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 Ityes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 000,000 E Inland Marine YM2-291-469092-028 6/15/2018 6/15/2019 Commercial Property YU2-291-469092-038 6-15-2010 6/15/2019 DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES (ACORD 101, Addlflomd Remarks Schedule, may be attached If more space Is required) RE: All landscape operations performed by or on behalf of the named insured. (See Attached CG20100704 & CG224040509 & CA88100113) 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) CERTIFICATE wni nFR CANCFLI_AT1nN ACORD 25 (2014101) INS025 (201401) ©1588-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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 AUTHORIZED REPRESENTATIVE Santa Clarita, CA 91355 S Manning, CISR/KSAEN ACORD 25 (2014101) INS025 (201401) ©1588-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD w U ui u In ZA yrT U. 0 .0 P"