HomeMy WebLinkAbout2021-05-11 - AGENDA REPORTS - LMD 29 30 31 CONTR (2)O
Agenda Item: 8
P
CITY OF SANTA CLARITA AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:1
DATE: May 11, 2021
SUBJECT: AWARD LANDSCAPE MAINTENANCE CONTRACT FOR LMD
ZONES 29 (VILLA METRO), 30 (PENLON), AND 31 (FIVE
KNOLLS)
DEPARTMENT: Neighborhood Services
PRESENTER: Keith Miller
RECOMMENDED ACTION
City Council:
Award a two-year contract to American Heritage Landscape, Inc., to provide landscape
maintenance services for Landscape Maintenance District Zones 29 (Villa Metro), 30
(Penton), and 31 (Five Knolls) in the annual base amount of $88,776, plus an additional
$17,755 in annual contract expenditure authority to address unforeseen maintenance and
repairs, for a total two-year amount not to exceed $213,062.
2. Authorize ongoing appropriations from Landscape Maintenance District Fund 357 totaling
$35,691 as identified in Attachment A to support recurring landscape maintenance services
expenditures associated with the recommended contract award.
3. Authorize a one-time appropriation in the amount of $11,600 from Landscape Maintenance
District Fund 357 to Reserve Project Expenditures Account 12567-5161.013 to support one-
time slope renovations in LMD Zone 31.
4. 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 a
$17,755 for as -needed work, plus an adjustment consistent with the appropriate Consumer
Price Index upon request of the contractor, contingent upon the appropriation of funds by the
City Council during the annual budget for such fiscal year.
5. Authorize the City Manager or designee to execute all contracts and associated documents,
subject to City Attorney approval.
Page 1
Packet Pg. 53
O
BACKGROUND
The City of Santa Clarita (City) administers 60 financially independent zones within the
Landscape Maintenance District (LMD) providing landscape maintenance services through
contracts with private companies. Request for Proposals (RFP) No. LMD-20-21-24, for the
maintenance of LMD Zones 29 (Villa Metro), 30 (Penlon), and 31 (Five Knolls) was published
and circulated via the City's Bidnet system on February 29, 2021.
The City transmitted the solicitation to 363 vendors, in addition to the Santa Clarita Valley
Chamber of Commerce and the Valley Industry Association. Twenty companies downloaded the
proposals, with five vendors providing proposals for consideration. The results are below:
BID
COMPANY
LOCATION
BID
AMOUNT
POINTS
AWARDED
Proposal 1
(Recommended)
American Heritage
Landscape, Inc.
Canoga Park, CA
$88,776
246.33
Proposal 2
Oakridge Landscape, Inc.
Santa Clarita, CA
$287,760
213.34
Proposal 3
Stay Green, Inc.
Santa Clarita, CA
$87,192
186.33
Proposal 4
Brightview Landscapes, Inc.
San Fernando, CA
$80,868
183.66
In reviewing proposals, the evaluation team awarded the highest score to American Heritage
Landscape, Inc. (American Heritage). The evaluation team determined that American Heritage's
proposal offered the best overall value to meet the landscape maintenance needs within the three
identified LMD Zones.
Specifically, American Heritage's proposal dedicates 40 monthly hours of management staff
time to overseeing zone operations, while providing a strong overall team composition and
maintenance rotation schedule that creates the best opportunity for success in managing
landscape services within LMD Zones 29, 30, and 31.
Unlike a bid procurement, where the recommended contract award is based upon the lowest,
most responsive bid, this procurement utilizes multiple weighted criteria to evaluate and score
proposals. While the price for services is a component constituting 10 percent of the weighted
evaluation criteria, 65 percent of the evaluation criteria focuses on the composition and structure
of the contractor's crew, their schedule to rotate through the maintenance areas, and overall
value.
A multiple weighted criteria procurement reinforces performance expectations and works to
ensure that vendors dedicate adequate employees to service the contract. The solicitation also
includes provisions to impose payment reductions for poor performance should the contractor
fail to meet their maintenance schedule.
The following categories comprise the weighted criteria used to evaluate proposals:
• Value Provided (30%)
• Rotation Schedule (20%)
• Team Composition/Crew Member Structure (15%)
Page 2
Packet Pg. 54
O
• Acknowledgement and Understanding of Specifications (15%)
• Proposal Amount (10%)
• References and Certifications (10%)
Staff has completed a due -diligence review of American Heritage's professional references and
determined their work meets the City's standards and performance expectations. Based on the
above, staff recommends awarding this landscape maintenance contract to American Heritage
Landscape, Inc.
As part of this action, staff is requesting the ongoing appropriations of an additional $35,691 in
base budget to support recurring landscape maintenance services expenditures associated with
the recommended contract award, as listed in Attachment A. Staff is also requesting the
appropriation of one-time funds in the amount of $11,600 to complete additional slope
restoration work within LMD Zone 31.
Additionally, based on operational experience with these three landscape zones, staff
recommends increasing the authorized annual amount associated with this contract by $17,755 to
provide additional expenditure authority for unscheduled repairs and as -needed work. By
authorizing as -needed contract expenditure authority using this method, the City Council is able
to utilize LMD assessments generated by property owners in a cost-effective and responsible
manner.
It is important to note that hourly costs for unscheduled services are limited through the proposal
specifications, and as -needed work does not represent any guarantee of compensation under the
terms of the recommended contract. All as -needed work performed by American Heritage under
this contract will require advance review and authorization by the City's Special Districts
Division.
ALTERNATIVE ACTION
1. Do not award contract to American Heritage Landscape, Inc.
2. Other action as determined by the City Council.
FISCAL IMPACT
There is no impact to the General Fund associated with this action. The recommended action
requires an appropriation of $35,691 in additional ongoing base budget from LMD Fund 357 to
sufficiently fund recurring landscape maintenance costs associated with the award of this
contract and $11,600 one-time appropriation from LMD Zone 31 for reserve project
expenditures.
ATTACHMENTS
LMD Requested Budget Appropriations
LMD 20-21-24 Request for Proposal (available in the City Clerk's Reading File)
Page 3
Packet Pg. 55
O
American Heritage LMD 20-21-24 Bid Response (available in the City Clerk's Reading File)
Page 4
Packet Pg. 56
8.a
Attachment A
City of Santa Clarita
LMD Local Zones - Requested Budget Appropriations
Fiscal Year 2020-2021
Zone
Account Number
Acct Title
Current Budget
Amount
Proposed Budget
Amount
Amount of Increase
One-time
or Ongoing
Zone 29
12565-5161.010
Landscape Services
$10,308
$26,040
$15,732
Ongoing
Zone 30
12566-5161.010
Landscape Services
$6,120
$11,136
$5,016
Ongoing
Zone 31
12567-5161.010
Landscape Services
$26,792
$41,735
$14,943
Ongoing
��IJ!!!!Ul °
11W 11)11llVGI�
IIII�IIIII(V�(((I�
Packet Pg. 57
Of'
01,
3ANTA CLARITA
NOTICE INVITING PROPOSALS
TABLE OF CONTENTS
PROPOSAL # LMD-20-21
Maintenance of LIVID Zones 29, 30 & 31
SECTION A
PROPOSAL INSTRUCTIONS
DOCUMENT CHECKLIST
SECTION B
SCOPE OF WORK
RESPONSE FORMAT AND SELECTION CRITERIA
SECTION C
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
REFERENCES
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
DESIGNATION OF SUBCONSULTANTS/SUBCONTRACTORS
EQUAL OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT
CITY OF SANTA CLARITA DISCLOSURE STATEMENT
SECTION D
SAMPLE CONTRACT
SECTION E
EXHIBITS
SECTION F
ATTACHMENTS
CITY OF SANTA CLARITA NOTICE INVITING PROPOSALS
Project Name: Maintenance of LMD Zones 29, 30 & 31
PROPOSAL #: LMD-20-21-24
Bid Opening: March 11, 2021
Last Day for Questions: March 3, 2021
Engineer's Estimate: $86,026.00
License(s) Required: C-27, California Landscaping Contractor License
Project Description: This project will include, but is not limited to, maintenance services of
designated landscaped areas within the boundaries of Landscape Maintenance
District (LMD) Zone 29 (Villa Metro), 30 (Penlon) & 31 (Five Knolls) and may
include other nearby areas within the City of Santa Clarita.
Pre -Bid Meeting: No
DBE Goal: No
Prevailing Wage: Yes
Required Contractor Only bids submitted by bidders (along with all listed subcontractors) that are
& Subcontractor currently registering and qualified to perform public work pursuant to Labor
Registration: Code Section 1725.5.
Bond Requirements: No
Contact Information: Jonathan Cosh
Phone: (661) 286-4187 Email: icosh@santa-clarita.co
Specifications for this request for proposals (RFP) may be downloaded from the City's Purchasing website
at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and RFP
requirements. The specifications in this notice shall be considered a part of any contract made pursuant
thereto. A paper copy of the RFP documents is available upon request in the City Clerk's office, suite 120.
RFP Questions must be submitted electronically via the BidNet "Question and Answer" tab.
Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged
via BidNet in addition to a printed and signed version submitted with the proposal response. If addenda
are not signed and submitted with the proposal response, the submission may be deemed non-
responsive and rejected.
Dates Published: February 9, 2021, and February 16, 2021
PROPOSAL INSTRUCTIONS
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
1. SUBMITTING PROPOSALS.
1.1. The response must be submitted on this form and include all forms provided or information
requested or required by the scope of work or specifications (uploaded via BidNet).
1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be
submitted to support the total proposed price.
1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be
responsible for proposals not properly or timely, uploaded. Upon award, all submissions become
a matter of public record.
2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is
the vendor's responsibility to monitor BidNet for release of the addenda prior to submission of the
quote to make certain the package is complete and all required addenda are included. This
information will be available via BidNet. Vendors 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. Addenda, if issued by the Agency, will be transmitted via
BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed
version submitted with the proposal. If addenda are not signed and submitted with the proposal
response, the proposal may be deemed non -responsive and rejected.
3. AWARDS.
3.1. The City reserves the right waive any informality in any proposal.
3.2. This RFP does not commit the City to award a contract, or to pay any amount incurred in the
preparation of the proposal. The City reserves the right to accept or reject all proposals received
as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part
or in its entirety. The City may require the selected consultant to participate in negotiations and
to submit such technical, price, or other revisions of the proposal as may result from negotiations.
The City reserves the right to extend the time allotted for the proposal, and to request a best and
final offer, should it be in its best interest to do so.
3.3. The proposal may be awarded in its entirety as proposed; however, the City reserves the right to
award elements of the work, independently, and to do portions "in-house." Additionally, the City
reserves the right to award subsequent work on this project based on information presented in
this proposal, without recourse to a separate or subsequent RFP process, should it be in its best
interest to do so.
3.4. The City may make an award based on partial items unless the proposal submitted is marked "All
or none." Where detailed specifications and/or standards are provided the City considers them
to be material and may accept or reject deviations. The list of proposals submitted will be posted
on BidNet, normally within 24 hours.
4. BONDS.
4.1. When deemed necessary by the City, proposal bonds shall be furnished by all vendors in the
amount of at least 10% of the total value of the proposal OR 10 % of the value of the 1st year of
service for service projects, to guarantee that proposers will enter into contract to furnish goods
or services at prices stated. The bonding company must be listed on Treasury Circular 570 and
licensed to operate in the state of California.
4.2. Likewise, a Performance Bond and/or Material and Labor bonds may be required of the
successful vendor when stated in the specification (cash deposit, certified or cashier's check or
money order may be substituted in lieu of either bond).
4.3. Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa
Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "PROPOSAL BOND FOR"
and the proposal #, NO LATER THAN the proposal due date and time, for the vendor to be
considered responsive.
5. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
5.1. The use of the name of a manufacturer, or any specific brand or make, in describing any item
contained in the solicitation document does not restrict vendors to the manufacturer or specific
article, this means is being used simply to indicate a quality and utility of the article desired; but
the goods on which bids/quotes/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 supersede any other specifications or requirements cited. 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.
5.2. If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product
please provide the cut sheet/spec sheet or detailed product description for the proposed
product via the BidNet Q&A section. For each product proposed documentation provided must
include a description reflecting the characteristics and level of quality that will satisfy the salient
physical, functional, or performance characteristics of "equal" products specified in the
solicitation. The proposal must also clearly identify the item by brand name (if any), and
make/model number. In addition, the proposal may include descriptive literature such as
illustrations, drawings, or a clear reference to previously furnished descriptive data or
information available to the City, and clearly describe any modifications the offeror plans to
make in a product to make it conform to the solicitation requirements. Staff will provide an
answer via BidNet if the proposed product will be considered.
5.3. Any alternatives or equivalent product proposals must be made prior to the last day for
questions. The City has the option of accepting or rejecting any alternative or equivalent
product. Exception is made on those items wherein identical supply has been determined a
necessity and the notation NO SUBSTITUTE has been used in the specification section.
6. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this
solicitation with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of
exception to this clause in vendor's response will be considered agreement. However, the City of
Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not
obligated or liable for any action or debts that may arise out of such independently negotiated "piggy-
back" procurements.
7. 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.
8. INVOICES. Invoices will be forwarded to:
City of Santa Clarita
NS - Special Districts
Attn: Martin McKnight
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms
of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
9. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No BIDDER or subcontractor may be
listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless
registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with
limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)].
No BIDDER or subcontractor may be awarded a contract for public work on a public works project
(awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations
pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations.
10. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General
Attachments Section.
11. 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 vendor who has previously failed to perform
properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who
is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any
vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa
Clarita.
12. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this RFP may be renewed
annually, up to three times, in accordance with the terms of the contract. If not otherwise stated, the
contract may be renewed if the new pricing of the contract does not change more than the Consumer
Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange
county area and prevailing wage rates, if applicable. The index level for the month preceding the
month of solicitation advertisement will become the beginning index. The price adjustment limit will
be the percentage change based on the difference between the beginning level or the adjustment
level last used and the index level for the period 90 days prior to the award anniversary. The final
adjusted amount will be determined by purchasing staff. If a price adjustment is not requested prior
to the award anniversary date, the previous year's rates will apply.
13. STATE CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California
Public Contract Code Section 3300, the successful vendor shall submit proof of a State Contractor's
License, C-27 with bid response. Failure to possess the specified license shall render the bid as non-
responsive and shall act as a bar to award the contract to any bidder not possessing said license at the
time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor
may substitute securities for monies withheld by the City to ensure performance under the contract.
14. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the
California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5.
Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor
Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates
in the county, or counties, in which the work is to be done have been determined by the Director of
the California Department of Industrial Relations. These wages are set forth in the General Prevailing
Wage Rates for this project, available from the California Department of Industrial Relations' Internet
web site at htt : rnr�nrrnr.r�ii .c: oar C�If"If L Olf i eUV e etei rrniir tioir.lrtrrn. Future effective general
...................I.......................................................................................g....................................................................................................g................................................................................................................................
prevailing wage rates which have been predetermined and are on file with the California Department
of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of
the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible for
obtaining a current edition of all California statutes and regulations, and adhering to the latest editions
of such.
15. SUBCONTRACTORS. For all projects, the vendor 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.
Each BIDDER must submit with his bid the following:
• The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or
legibly printed.
• The address of each firm.
• The telephone number at the place of business.
• Work to be performed by each subcontracting firm.
• Total approximate dollar amount of each subcontract.
• If sub -contractor is participating as a Disadvantaged Business Enterprise (DBE), the following
additional information is required on the "Designation of Subcontractors" form enclosed:
➢ Status as a DBE, age of the firm and the annual gross receipts.
• Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be
considered unless such list is submitted as required.
Copies of subcontracts will be provided to the City Engineer upon his request.
16. PREVAILING WAGES, MONITORING AND ENFORCEMENT. This Project is subject to the requirements
of Division 2, Part 7, Chapter 1 of the Labor Code (Public Works). Contractor shall pay to persons
performing labor in and about Work provided for in the Contract Documents an amount equal to or
more than the general prevailing rate of per diem wages for (1) work of a similar character in the
locality in which the Work is performed and (2) legal holiday and overtime work in said locality. The
per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule
that has been ascertained and determined by the Director of the State Department of Industrial
Relations and Owner to be the general prevailing rate of per diem wages for each craft or type of
workman or mechanic needed to execute this Contract. Contractor shall also cause a copy of this
determination of the prevailing rate of per diem wages to be posted at each Site.
Contractor shall forfeit, as a penalty to Owner, Two Hundred Dollars ($200.00) for each worker
employed in performing labor in and about the Work provided for in the Contract Documents for each
Day, or portion thereof, that such worker is paid less than the said stipulated rates for any work done
under the Contract Documents by him or her or by any Subcontractor under him or her, in violation
of Articles 1 and 2 of Chapter 1 of Part 7 of Division II of the California Labor Code. The sums and
amounts which shall be forfeited pursuant to this paragraph and the terms of the Labor Code shall be
withheld and retained from payments due to Contractor under the Contract Documents, pursuant to
this Document 00 7200 and the Labor Code, but no sum shall be so withheld, retained or forfeited
except from the final payment without a full investigation by either the State Department of Industrial
Relations or by Owner. The Labor Commissioner pursuant to Labor Code Section 1775 shall determine
the final amount of forfeiture.
Contractor shall insert in every subcontract or other arrangement which Contractor may make for
performance of work or labor on Work provided for in the Contract, provision that Subcontractor shall
pay persons performing labor or rendering service under subcontract or other arrangement not less
than the general prevailing rate of per diem wages for work of a similar character in the locality in
which the Work is performed, and not less than the general prevailing rate of per diem wages for
holiday and overtime work fixed in the Labor Code.
Contractor stipulates that it shall comply with all applicable wage and hour laws, including without
limitation Labor Code Section 1813. Failure to so comply, including without limitation Labor Code
Section 1776, shall constitute a default under this Contract.
This Project is subject to prevailing wage compliance monitoring and enforcement by the
Department of Industrial Relations.
16.1 Contractor and Subcontractors must keep accurate payroll records, showing the name,
address, social security number, work classification, straight time and overtime hours worked
each day and week, and the actual per diem wages paid to each journeyman, apprentice,
worker, or other employee employed by him or her in connection with the Work of the
Contract Documents. Each payroll record shall contain or be verified by a written declaration as
required by Labor Code Section 1776.
16.2 With each application for payment, Contractor shall also deliver certified payrolls to Owner as set
forth above in this Document 00 7200 (General Conditions), and concurrently therewith (but in no
event less frequently than monthly) directly to the Labor Commissioner in the format prescribed by
the Labor Commissioner.
16.3 Contractor shall post all jobsite notices if and when prescribed by regulation.
16.4 The payroll records enumerated above must be certified and shall be available for inspection at
all reasonable hours at the principal office of Design -Build Team as required by Labor Code
Section 1776.
16.5 Contractor shall inform Owner of the location of records enumerated above, including the street
address, city and county, and shall, within five working Days, provide a notice of a change of
location and address.
16.6 Contractor or Subcontractor has 10 Days in which to comply subsequent to receipt of a written
notice requesting the records enumerated above. In the event that Contractor or Subcontractor
fails to comply with the ten -Day period, he or she shall, as a penalty to Owner on whose behalf
the contract is made or awarded, forfeit $100.00 for each calendar Day, or portion thereof, for
each worker, until strict compliance is effectuated. Upon the request of the Division of
Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall
be withheld from progress payments then due. Contractor is not subject to a penalty assessment
pursuant to this paragraph due to the failure of a Subcontractor to comply with this paragraph.
16.7 Contractor shall also deliver certified payrolls to Owner with each Application for Payment as
described in Section 00 2000 (Measurement and Payment).
16.8 Contractor will be fully responsible for reporting to and providing all documentation and other
information required by the Department of Industrial Relations, and for paying all resulting
penalties, fines, and other amounts due on account of any prevailing wage or other labor, wage
or hour violation. Without limiting the foregoing, Contractor will forward certified payroll
records directly to the Labor Commissioner in accordance with 8 CCR.
16.9 Pursuant to 8 CCR 16451, Contractor shall post on the Project Site a Notice containing the
following language:
"This public works project is subject to monitoring and investigative activities by the Compliance
Monitoring Unit (CMU) of the Division of Labor Standards Enforcement, Department of Industrial
Relations, State of California. This Notice is intended to provide information to all workers
employed in the execution of the contract for public work and to all contractors and other
persons having access to the job site to enable the CMU to ensure compliance with and
enforcement of prevailing wage laws on public works projects.
The prevailing wage laws require that all workers be paid at least the minimum hourly wage as
determined by the Director of Industrial Relations for the specific classification (or type of work)
performed by workers on the project. These rates are listed on a separate job site posting of
minimum prevailing rates required to be maintained by the public Team which awarded the
public works contract. Complaints concerning nonpayment of the required minimum wage rates
to workers on this project may be filed with the CMU at any office of the Division of Labor
Standards Enforcement (DLSE).
Local Office Telephone Number: [Contractor to provide]
Complaints should be filed in writing immediately upon discovery of any violations of the
prevailing wage laws due to the short period of time following the completion of the project that
the CMU may take legal action against those responsible.
Complaints should contain details about the violations alleged (for example, wrong rate paid, not
all hours paid, overtime rate not paid for hours worked in excess of 8 per day or 40 per week,
etc.) as well as the name of the employer, the public Team which awarded the public works
contract, and the location and name of the project.
For general information concerning the prevailing wage laws and how to file a complaint
concerning any violation of these prevailing wage laws, you may contact any DLSE office.
Complaint forms are also available at the Department of Industrial Relations website found at
www.dir.ca.gov/dlse/PublicWorks.html."
16.10 Contractor shall assist Owner in conducting the pre -job conference required by 8 CCR 16454.
16.11 Contractor and all Subcontractors shall keep accurate payroll records in accordance with Labor
Code Section 1776. Such records shall be furnished to the Compliance Monitoring Unit each
month, no later than the time Contractor submits each Application for Payment as described in
Section 00 2000 (Measurement and Payment). and within 10 days of any separate request by the
Compliance Monitoring Unit. Payroll records shall be furnished in a format prescribed by section
16401 of Title 8 of the California Code of Regulations, with use of the current version of DIR's
"Public Works Payroll Reporting Form" (A-1-131) and "Statement of Employer Payments" (DLSE
Form PW26) constituting presumptive compliance with this requirement, provided the forms are
filled out accurately and completely. If the Compliance Monitoring Unit has provided for and
requires the electronic submission of certified payroll reports in lieu of paper forms, Contractor
shall comply with the electronic submission requirements. Contractor shall provide Owner with
a concurrent hard copy of any electronic payroll report submission.
16.12 If directed by the Labor Commissioner, Owner shall withhold Contract payments when payroll
records are delinquent or inadequate.
17. TERMINATION. The City may terminate any purchase, service or contract with or without cause either
verbally or in writing at any time without penalty.
The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet.
DOCUMENTS CHECKLIST
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
The following documents must be provided by ALL bidders:
Uploaded via BidNet (see Section C)
❑ Response File
❑ Cost File — Exhibit A (to be submitted separately from Response File)
❑ Notice to Bidders Regarding Contractual Requirements
❑ Designation of Subcontractors/Subconsultants
❑ References
❑ Acknowledgement and Acceptance of Scope of Work
❑ Equal Opportunity/Affirmative Action Statement
❑ City of Santa Clarita Disclosure Statement
❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via
BidNet
❑ Exhibit B1 & B2 — Additional Pricing (must be submitted separately from Response File on
BidNet)
❑ Exhibit C — Violation Records — must be completed
❑ Exhibit D — Proactive Approach Form — must be completed
❑ Exhibit G1 & G2 - must be completed (use additional sheets if needed)
❑ Exhibit F - Equipment Requirement Acknowledgment
❑ Exhibit H — Certifications: Required certificates/licenses/qualifications (as identified in
solicitation, including, but not limited to:
o Proof of Contractor's License (license number will suffice)
o C27 License
o WeatherTrak training completion
❑ Maintenance Schedule(s) -Daily, Weekly, Monthly, Semi -Annual, Annual (see examples in
Attachments A & B)
The following documents must be provided by the AWARDEE ONLY (With Agreement)
Delivered to City Hall, Attn: Martin McKnight
❑ Professional Services Agreement
❑ Insurance Required by Contract
❑ W-9 Form
SCOPE OF WORK
PROPOSAL # LMD-20-21-24
Maintenance Of LIVID Zones 29,30 & 31
EVENT
Solicitation advertisement
Last day for questions
Return of proposals
Evaluations of proposals
Contract award
*all dates subject to change
BACKGROUND
DATES
February 9, 2021
March 3, 2021
March 11, 2021
March 15 - 26, 2021
April 27, 2021
The City of Santa Clarita (City) administers 59 financially independent zones within the Landscape
Maintenance Districts (LIVID), providing landscape maintenance services for the LIVID 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 LIVID Zones 29 (Villa Metro), 30 (Penlon) & 31 (Five Knolls).
These services include, but are not limited to; 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 Scope of Work applies to the areas of the City's LIVID Zones 29, (villa Metro) 30
(Penlon) & 31 (Five Knolls). All items in this scope of work, unless indicated as Additional Work, shall be
considered as included in the monthly maintenance cost of each zone. Please consider this when submitting
your proposal. All items indicated as Additional Work shall be requested on an "as -needed" basis. This
Contract shall run for two (2) years with the option for three (3) additional one (1) year renewals.
SCOPE OF WORK
1. GENERAL REQUIREMENTS
1.1 The City of Santa Clarita (City) is soliciting sealed proposals from qualified landscape maintenance
companies (Contractor) for the 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 Landscape Maintenance District (LIVID) Zone 29 (Villa Metro), 30 (Penlon) & 31 (Five
Knolls) and may include other nearby areas within the City of Santa Clarita. All items in this scope
of work, unless indicated as Additional Work (Section 4), shall be considered as included in the
monthly maintenance cost of each zone. Please consider this when submitting your proposal. All
items indicated as Additional Work shall be requested on an "as needed" basis.
1.2 Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e.
Irrigation Specialists, Irrigation Assistants, Foreman, and Supervisors required for the provision of
grounds, irrigation, and landscape maintenance services as set forth in this labor and equipment
Scope of Work. The manpower required to provide the expected level of services indicated in this
Scope of Work shall be supplied at all times, regardless of minimum manpower proposed. In the
event seasonal and/or unforeseen circumstances warrant additional personnel to maintain this
Scope of Work, Contractor shall provide additional resources at no additional cost.
The City requires the landscape contractor to include all labor and equipment for an all-inclusive
contract for landscape maintenance of LIVID Zones 29 (Villa Metro), Zone 30 (Penlon) & Zone 31
(Five Knolls). Said areas shall be maintained to provide the manpower necessary at the level of
services provided for in these specifications at all times.
Labor must include at a Minimum:
One irrigation specialist (CLIA trained) 3 days/week 24 hours/week
One full time working foreman/leadman 40 hours/week
Three full time crewmen 120 hours/week
Total weekly labor minimum hours 184 hours/week
1.3 Contractor will be expected to uphold the highest standards of quality and performance in
maintenance of plant material, natural areas, hardscape, and irrigation systems. The LIVID areas
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.
1.4 The landscape areas include, but are not limited to: irrigated and landscaped areas; fire protection
slopes and natural areas, shrubs, trees, ground cover which may be irrigated by electrically
controlled automatic or manual systems. Maintenance of landscape shall include, but not be
limited to, trimming, edging, hand pruning, fertilization, brush clearance, application of pre -
emergent herbicides, weed control, disbursement of mulch, minor tree lifting, dead plant removal,
plant replacements, blowing down of bike path/trail as needed and cleanup/clearing of drainage
systems. It is the intent of this Scope of Work to provide plant material maintenance methods to
keep all areas weed free, trash free, and in an overall state of good health.
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.
1.5 City LIVID 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.'
1.6 Contractor must provide labor and equipment for landscape, grounds and irrigation maintenance
services including, but not limited to:
a. 85% hand pruning and 15% mechanical;
b. Fertilization;
c. Trimming of shrub areas, and ground cover;
d. Irrigation; inspection, maintenance, and minor and major repairs, see sections 17.01g
and 22.01 thru 22.09;
e. Hand watering (as necessary);
f. Bleeding of valves necessary during emergencies and/or when automatic systems are
not functioning properly;
g. Pruning of shrubs and trees (first twelve (12) feet of trees and as agreed), including for
trees structural pruning standards established by the International Society of
Arboriculture (ISA) and ANSI 300 Best Management pruning practices;
h. Manual weed abatement;
i. Chemical weed control;
j. Disease control;
k. Pest control;
I. Mulching (City provided mulch); will be disbursed by Contractor at their expense;
m. Maintenance of fire protection/fuel modification areas;
n. Marking underground irrigation lines and other LIVID equipment upon Dig Alert
notification and/or other requests;
o. Traffic control (per Watch Manual) while working in the public right of way, medians,
and parkways;
p. 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%);
q. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman are provided as
proposed at minimum and as necessary to provide the expected level of maintenance.
r. Hardscape Maintenance (i.e.: sweeping or blowing down concrete, asphalt bike paths,
gum and litter removal, crack and/or gutter weed abatement, and removal of weeds
within 18" of a fence or wall);
Provided in Attachments A & B are examples of Maintenance Program Guides. They are to serve as
a guideline for proposal purposes only. Contractor shall submit within their proposal a "Team
Composition" and "Rotation Schedule" that must satisfy at the very least the requirements set forth
in Section 1.02 and will serve as the expected minimum monthly requirements. The minimum is
only acceptable once all field conditions reflect the expectations of the Scope of Work herein.
Contractor is expected to supply sufficient resources at all times to meet or exceed expectations.
1.7 Inclement Weather and Adverse Conditions
a. Contractor shall not perform any operations during unsafe working conditions which
may risk individuals or result in damage to property/landscape.
Unless determined to be an unsafe working condition, on days of light precipitation
and/or forecasted rain the contractor shall continue to be present as scheduled
performing alternative tasks, such as but not limited to the following; monitoring of
drainage devices, drain inlet clearing, maintaining/cleaning of walkways and bike
paths, debris removal within planting areas, hand pruning of shrubs, etc., or as directed
by Special Districts.
During periods of extremely adverse and inclement weather, the Contractor shall be
present as scheduled performing inspections of the maintained areas, maintaining
drainage devices for proper flow, as well as monitoring the overall state of the site and
reporting any concerns in regards to safety and property during regular assigned hours.
d. Contractor shall report any storm damage or issues related to inclement weather/
adverse conditions to Special Districts within 24 hours of occurrence. All storm
damages must be photo documented prior to any removal or clean up. If remedial work
is required beyond the scope of the contract, it may be paid as additional work upon
approval by Special Districts.
1.8 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. Integrated pest management / Chemical applications to trees;
j. Streetscape furniture cleaning and pressure washing of walkways and appurtenances.
At the discretion of LIVID, the Landscape Maintenance Contractor may be required to modify or
curtail specific tasks and operations within their maintenance contract.
1.9 When notified of a landscape or irrigation emergency during the hours and days of maintenance
service as identified in Section 10, 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, 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, Contractor must have these resources available within 2 hours. Upon arriving
at an emergency situation, it shall be the responsibility of Contractor to eliminate all unsafe
conditions which would adversely affect the health, safety, or welfare of the public. See section
10.04 for consequences for failure to comply.
1.10 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 Contractor's 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.
1.11 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 Districts staff. Failure to
properly and respectfully communicate may be cause for contract termination.
1.12 The company shall provide a minimum of three (3) references within the proposal response. The
references shall demonstrate that the company (proposer) has a minimum of five (5) years'
experience in the landscape maintenance field, experience maintaining site areas of twenty (20)
acres or larger, and the ability to complete work of the type and scope being proposed under the
terms of this contract. If necessary, more than three (3) references can be submitted to
demonstrate these qualifications. While staff employed by the company's (proposer's) time and
experience in the industry is beneficial, and will be considered in the overall scoring of the proposal,
it shall not be used as a substitute for the company's (proposer's) overall time in the industry. If the
references provided do not meet our minimum requirements, the proposer shall be deemed non-
responsive and their proposal will not be considered.
1.13 Contractor's employees and/or representatives shall be thoroughly trained and experienced in the
computer based central operating systems of WeatherTrak irrigation control systems, and all other
corresponding equipment. Should Special Districts choose a different controller manufacturer,
Contractor shall make available employees or representatives for product training at no additional
cost to City.
1.14 Contractor shall provide cellular communication to each crew foreman and have the ability to
connect to City Monitors and Special Districts representatives.
1.15 Contractor, and/or Subcontractors, must possess the following licenses at time of proposal
submission; C-27 California Landscaping Contractor License. Contractor or Subcontractor must
identify a staff member certified or licensed as a qualified applicator through the California
Department of Pesticide Regulation. Contractor shall (when required) have an Arborist identified
by the International Society of Arboriculture (ISA)/ or have a contract with a Certified Arborist on
an as -needed basis. Contractor must submit copies of the licenses, and certificates or
Subcontractor information sheets, indicating licenses held at the time of proposal submission.
1.16 Contractor will be required to obtain and pay for any permits that may be required for the
performance of any tasks under this contract with the exception of oak tree permits.
2. LANDSCAPED AREAS TO BE MAINTAINED
2.1 The LIVID areas to be maintained under the provisions of this Agreement are specifically identified
in Attachments C & D (Inventory List and Area Map).
2.2 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 LIVID for any improvements or alterations to irrigation, and
landscaped areas thereof. Contractor agrees to possess the ability to maintain LIVID areas within
the provision of this proposal, to the standards set forth herein, without modification,
improvement, or alteration.
2.3 Estimated square footages are provided by LIVID for all areas to be maintained on the attached
Attachment C (Inventory List). 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
3.1 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage
Certification Report which shall be made available to LIVID 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 Contractor to Special Districts for the maintenance.
3.2 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.
3.3 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 complete description of all soil amendments used.
c. 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.
3.4 Company Financial Records: Contractor may be required to supply the City with their financial
records through a reputable independent auditor, such as Dunn & Bradstreet.
3.5 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
4.1 Special Districts may arrange for additional Contractor personnel to cover Additional Work needed.
All items in this scope of work, unless indicated as Additional Work, shall be considered as included
in the monthly maintenance cost of each zone. The need for Additional Work may be 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.
4.2 Prior to performing any additional (or 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. Labor
rate for Additional Work shall not exceed the labor rate identified on the Additional Pricing Sheet
#1. The City of Santa Clarita will pay Contractor's price for materials plus no more than a 15% mark
up. Contractor will maintain and submit copies of invoices to demonstrate Contractor's cost.
When a condition exists wherein there is imminent danger of injury to the public or damage to
4.3 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.
All additional (or extra) work shall commence on the specified date established, and Contractor
4.4 shall proceed diligently to complete said work within the time allotted. All invoices submitted by
Contractor for Additional Work shall include a detailed itemization of labor and/or materials and
specific zone(s) identified. There should be one invoice for each approved proposal for Additional
Work, a copy of which to be submitted with the invoice by Contractor. All invoices for Additional
Work and items must be submitted biweekly to Special Districts.
CONTRACTOR'S LIABILITIES
5.1 All damages resulting from Contractor's operation within the LIVID areas shall be repaired or
replaced at Contractor's expense within 48 hours.
5.2 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 LIVID staff.
5.3 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 Scope of Work. 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 Scope of Work.
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 SCOPE OF WORK
6.1 Should any misunderstanding arise, Special Districts will interpret this Agreement. If 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.
6.2 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
7.1 Contractor shall at all times, have some responsible person(s) employed by Contractor to take the
necessary action regarding all inquiries and complaints that may be received from the
Homeowners Associations, property owners, and tenants within said LIVID or from Special Districts
personnel, representatives or patrons using the facility. This person(s) shall be reachable 24 hours
per day. An answering service (answered by a live person) shall be considered an acceptable
substitute to full time coverage, provided Contractor is advised of any complaint within one (1)
hour of receipt of such complaint by the answering service. Neither answering machines nor
voicemail are acceptable. The telephone of said Contractor shall be on the exchange or exchanges
of said District(s) or a toll -free number, and in no case shall the people of said District(s) be required
to pay a toll charge to telephone said Contractor. During normal working hours, Contractor's
Foreman or an employee of Contractor, at the supervisory level, who is responsible for providing
maintenance services, shall be available for notification by telephone or text communication.
7.2 Whenever immediate action is required to prevent impending injury, death, or property damage
to the LIVID 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
Contractor, or may deduct such cost from an amount due to Contractor from Special Districts.
7.3 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.
7.4 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 Contractor from Special Districts.
8. SAFETY
8.1 Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet all
California Landscape Industry Standards for safe practices during the maintenance operation for
medians and parkways and to safely maintain stored equipment, machines, and materials or other
hazards consequential or related to the work; and agrees additionally to accept the sole
responsibility for complying with all local, City, State or other legal requirements including but not
limited to, full compliance with the terms of the applicable O.S.H.A. and CAL-O.S.H.A. Safety Orders
at all times so as to protect all persons, including Contractor's employees, agents of the City,
vendors, members of the public or others from foreseeable injury, or damage to their property.
Contractor shall inspect all potential hazards at the LIVID areas covered by this Agreement and keep
a log indicating date inspected and action taken.
8.2 It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders any
portion of the LIVID premises unsafe, as well as any unsafe practices occurring thereon. Special
Districts shall be notified immediately of any unsafe condition that requires major correction.
Contractor shall be responsible for making minor corrections including, but not limited to:
a. 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.
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.
8.3 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; Contractor shall adhere to the safety
requirements in the Caltrans Maintenance Manual/Protection of Workers.
8.4 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 LIVID Zone up for
proposal includes a SCRRA right of way.
9. HOURS AND DAYS OF MAINTENANCE SERVICES
9.1 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) "2021 Holiday Schedule". This applies to all future
Holiday Schedules. 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.
9.2 Contractor shall provide on -site staffing to perform the required maintenance to meet required
California Industry Standards anytime between Monday through Friday. 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
10.1 Contractor shall submit a work schedule prior to start of contract. Though a work schedule is
requested as part of the response file for Contractor's 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 LIVID Staff following submittal.
City, at its discretion, may impose liquidated damages for each subsequent day Contractor is
delinquent in delivering said work schedule to the Special Districts Office.
10.2 Contractor shall submit revised schedules when actual performance differs substantially from
planned performance. Contractor is provided the opportunity and procedure for adjusting
scheduling requirements. 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.
10.3 Contractor shall notify Special Districts, in writing, at least one (1) week prior to the date and time
of all the following maintenance operations:
a.
Fertilization;
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 their cost shall
be responsible for all inclusive weed abatement as specified in Section20.)
i.
Other Items as determined by Special Districts
10.4 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 Scope of Work 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
Contractor for only the actual work performed or as the cost to the City for inspection
and other related costs from the failure by Contractor to complete the work according
to the schedule or Scope of Work.
11. CONTRACTOR'S STAFF
11.1 Contractor shall provide additional personnel and increased freauencv of work on site to sati
daily and/or weekly requirements for high quality landscape maintenance regardless of the
minimum staffing proposed in Exhibits G1 and G2 and as stated in Section 1.02. Contractor's staff
MUST be employees of Contractor except Subcontractors identified in the response to this
proposal. Contractor must perform all work in accordance with the Scope of Work 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.
11.2 Special Districts may at any time give Contractor written notice to the effect that the conduct or
action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff,
detrimental to the interest of the public using the premises, Contractor shall meet with
representatives of Special Districts to consider the appropriate course of action with respect to
such matter and Contractor shall take reasonable measures under the circumstances to assure
Special Districts that the conduct and activities of Contractor's employees will not be detrimental
to the interest of the patrons of the LIVID covered under this Agreement.
11.3 LIVID staff reserves the right to require Contractor to provide alternate staff members to
supplement and/or replace staff that is determined to be performing below the expectations of
LIVID. 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, Contractor shall provide appropriately qualified alternatives for selection by
LIVID staff as necessary.
12. SIGNS/IMPROVEMENTS
12.1 Contractor shall not post signs or advertising matter upon the premises or improvements thereon,
unless prior approval therefore is obtained from LIVID Special Districts.
13. UTILITIES
13.1 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 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
14.1 Contractor shall not interfere with the public use of the LIVID areas covered under this Agreement,
and shall conduct its operations as to offer the least possible obstruction and inconvenience to the
public or disruption to the peace and quiet of the area within which the services are performed.
15. USE OF CHEMICALS
15.1 The labor associated with the application of chemicals such as herbicides and pre- emergent will
be at Contractor's expense inclusive of this contract. The City of Santa Clarita will pay Contractor's
price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals
shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified
Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the
California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's
License and valid Pest Control Advisor's License, or a copy of said licenses from a Subcontractor to
Special Districts prior to using chemicals within the area.
15.2 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. Contractor shall
consider the effects chemical application has on the environment. Contractor shall use the least
toxic chemicals in the lowest quantity that will be effective in achieving the needed result.
15.3 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.
15.4 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.
15.5 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.
15.6 All regulations and safety precautions listed in the "Pesticide Information and Safety Manual"
published by the University of California shall be adhered to.
15.7 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
16.1 Special Districts shall not provide any storage facilities for 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. SHRUB AND GROUND COVER CARE
17.1 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. Dead shrubs, not a result of third -party negligence, will be
removed and disposed of by Contractor at their cost. Shrubs to be pruned to stay below
a height that is consistent with Scope of Work or as directed by Special Districts.
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 LIVID 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 LIVID staff. Such removal will be considered an extra and will require
submittal of a proposal and approval by LIVID 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 and/or
Exhibit 132: Additional Pricing. All shrubs and groundcover shall be guaranteed to live
and remain in healthy condition for no less than ninety (90) days from the date of
installation.
Fertilization: Application of an LIVID 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
shall be appropriate for plant type and season (time of year) and approved by LIVID
staff prior to installation. 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 24 shall apply to
trees, shrubs, turf, and ground cover.
h. Diversion requirements: In keeping with State mandated requirements, the LIVID
strives to exceed diversion obligations to keep green waste from the landfills.
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 LIVID will
be disbursed with the above requirements by Contractor who will provide the labor at
Contractor's expense.
I. 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.)
18. TREE CARE
18.1 Contractor under the terms of this agreement at his sole expense 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. Contractor will be
responsible for all maintenance as it pertains to trees up to twelve (12)
feet tall. Contractor will be responsible for removal of trees up to twelve
(12) feet tall as directed by Special Districts. Root removal may be
considered Additional Work at the discretion of Special Districts.
(2) All sucker growth is to be removed from trees as it occurs.
(3) Maintain an eight (8) foot clearance for branches overhanging walkways
and public sidewalks. Maintain a six (6) to eight (8) foot clearance for all
other trees that are in maintained areas (i.e. turf, slopes, etc.) and that are
taller than twelve (12) feet or as otherwise directed by Special Districts.
(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
trees sizes (two per tree), 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 twelve (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 and reachable within twelve (12) feet, or on the ground. Branches
exceeding a size which can be removed by using a standard pickup truck
may be considered Additional Work (See Section 4) at the discretion of
Special Districts.
(10) All tree wells in sidewalks within the LIVID Zone boundaries shall be kept
weed free and mulched where applicable.
b. Fertilization: May be required at the direction of Special Districts to apply fertilizer
within drip line at least once per year (during the months of March or April) to provide
a healthy color in all plants. Fertilizer should, at the direction of LIVID, be a balanced
organic 10-6-4 ratio with trace element. Contractor shall provide Special Districts with
two (2) weeks notification prior to the fertilizer application.
c. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior
to commencement of work by Contractor.
d. Tree Replacement: All trees permanently damaged as a result of action or negligence
by 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 ensure correct
identification of species.
All newly planted trees installed by Contractor are the responsibility of 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," "Floret" or other approved product. Two (2) applications shall be
required 7-10 days apart. The first application shall be applied when % to % of the olive
blooms are open (sometime between April 1 and May 10). Both spray applications shall
be put on using a power sprayer with a minimum of 150 psi. pressure. The Landscape
Maintenance District's Tree Maintenance contractor will provide most of the chemical
applications to trees. If (landscape) Contractor provides this service it will be
considered "Additional Work."
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 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 (landscape)
Contractor provides this service it will be considered "Additional Work" (See Section
4).
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 (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 the LIVID Zone
boundaries weed -free and maintain tree well irrigation system in accordance with
Section 24 of this Scope of Work. Mulching of tree wells is required as needed and/or
as directed by Special Districts.
19. NATURAL, BRUSHED, MANUFACTURED, HYDROMULCHED SLOPE CARE
19.1 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, brush 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.
Waste disposal costs will be allowed for larger items as determined by Special Districts.
19.2 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' clearance from dwellings or structures
requirement or as otherwise pursuant to Los Angeles County Fire Code. A copy of current
requirements can be referenced at the following website: httpsWwww.fire.Iacounty.gov/.
19.3 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.
19.4 Contractor shall perform, under the terms of this agreement, at their sole expense, 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 or as required
by Los Angeles Fire Code from a dwelling or structure and all debris removed from
the site at Contractor's cost.
(2) Dead wood from woody plants shall be removed and/or trimmed when the area is
brushed. May be required at the direction of Special Districts to apply water within
the cleared zone only as needed during fire season to maintain sufficient moisture
content for sustenance of the plants and to inhibit combustion. Remove all debris
from this operation off the LIVID property. Weeding shall commence immediately
following the rainy season once the growth of weeds has reached a maximum of
12 inches in height or when the County Fire Marshall has determined that a fire
hazard condition exists.
(3) When weeding or brush removal is required, the required weeding shall be
completed as soon as possible and shall be completed throughout an LIVID within
a maximum period of 30 days.
(4) Contractor shall be responsible for maintaining the brushed slope areas
throughout the year in accordance with the above -identified height of weeds, dead
wood removal and distance from dwellings or structures requirements. This may
require that certain areas will need additional brushing as directed by the County
Fire Marshall. If the Fire Marshall determines additional brushing is necessary
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.
19.5 Where reference is made to weeding, brushing, or clearing within 100 feet of a structure, it is
intended that the space between the structure and the private property line is the responsibility
of the owner of the property except where Special Districts has accepted an easement to maintain
a portion of the private lot. As an example, assume a private residential lot has a depth of 100 feet,
the rear or side of which abuts a fire protection slope. Assume that the structure is set back 20 feet
from the property line abutting this slope. 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.
19.6 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 or machines (such as trimmers) are not
permitted. The removal of weeds by hand shall be performed throughout 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 this Scope of Work.
20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.)
20.1 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. 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
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.
21. GENERAL CLEAN-UP
21.1 Contractor shall at his sole expense under the terms of this agreement perform the following
services:
a. Trash Removal: Contractor shall provide a trash pickup schedule for approval by
Special Districts. Contractor shall pick up trash and accumulated debris from the site
on a regularly scheduled rotation approved by LIVID staff in advance. Contractor may
be required to remove small to medium sized trash and refuse (Furniture, appliances,
etc.) which would fit into a standard pick-up truck. Waste disposal costs will be allowed
for larger items as determined by Special Districts. Removal of larger items would be
considered "Additional Work" and subject to the terms of Section 4.
b. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and
grass from curb and gutter expansion joints (up to 2' from curbs including medians) 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/Bike Trail and Crack Maintenance: Walkways and Bike Trails, if any, will be
cleaned immediately 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: 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. 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 goalwill 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. Contractor shall insure all drainage devices within LIVID are
functioning properly at all times
(2) All LIVID area surface drains ("V" ditches), shall be kept clear of debris at all
times so that water will have an unimpeded passage to its outlet.
Contractor will not flush dirt or debris into the 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 LIVID 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, 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.
22. MAINTENANCE INSPECTIONS
22.1 Contractor shall perform a maintenance inspection of all facilities on a weekly basis within the LIVID
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 luser.lovoutreach.com/santaclarita/fag.php
22.2 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 LIVID Staff.
23. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR
23.1 All irrigation systems within the LIVID areas designated in this Scope of Work will be repaired and
maintained as all-inclusive labor and equipment required for proper operation by the Contractor.
For all irrigation repairs, including main lines, all irrigation parts will be reimbursed at no more than
a 15% mark up over Contractor's cost. Contractor must provide invoices upon request of Special
District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor.
Contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at:
http://www.irr'igation.org/uploadedFiIesIStandards/BMPDesjp Install-Manage.3-13-14(2).pdf
a. Scope of Responsibility: Contractor shall maintain (repair and/or replace as needed)
and keep operable all irrigation equipment consisting of but not limited to:
(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 anyinstallation.
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, shrubs, annuals, perennial plants,
and ground covers or when automatic systems are not functioning properly.
d. Ordinances: All materials and workmanship will be in accordance with the applicable
City Plumbing Ordinances. Where the provisions of the Scope of Work exceed such
requirements, the Scope of Work shall govern.
e. Controllers: Contractor will be responsible for the control of Smart Water Application
Technologies (SWAT) certified weather -based controllers or equivalent, controller
programming through Contractor's office via a desk top or any wireless computer, or
hand-held device. The LIVID will provide a password for access.
f. Inspections: Landscape Maintenance District Consultants/Inspectors will spot check
controller schedules on each inspection of a district to assure compliance with
irrigation program standards. Contractor shall conduct a complete irrigation system
inspection for each district at minimum of twice a year.
23.2 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
23.3 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. Contractor will be responsible for the control of Smart Water Application Technologies
(SWAT) certified weather -based controllers or equivalent, controller programming
through Contractor's office via a desk top or any wireless computer, or hand-held
device. The LIVID 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
(3) Critical Alerts to be resolved in an acceptable timeframe to ensure health of
plant material.
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 LIVID 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 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
rights -of -way, 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.
I. 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 Contractor to keep the plant material alive. If this requires an
extra application of irrigation water, 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, Contractor Supervisor/ Foreman or
Irrigation Technician will have access to all controllers. Enclosures will be
locked/padlocked at all times.
r. Contractor shall test the soil in turf and groundcover areas and around all trees and
shrubs monthly or as necessary with soil probes to determine that the proper amount
of water is being applied at all times. This information should be used to adjust watering
times on the controller and supplemental hand or deep watering as necessary.
s. 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. Once the irrigation system
has been adjusted to only irrigate the planting areas it was designed to irrigate,
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.
t. 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.
u. It is required that soil conditions be constantly monitored with a soil probe to ensure
that over -saturation of the soil does not occur.
v. In addition to the soils condition, the individual plant material requirements must be
considered. 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.
23.4 Operation of System:
a. As a standard practice, Contractor shall formally acknowledge receipt of the irrigation
System within the first 60 days of the notice to proceed. It is the Contractor's
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 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 LIVID 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.
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.
I. 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. 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. 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, 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, 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, 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,
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 LIVID 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.
23.5 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 LIVID staff.
d. Contractor shall repair all leaking or defective valves immediately upon occurrence, or
within 24 hours following notification from LIVID 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 LIVID 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).
23.6 Conservation: The City of Santa Clarita may conduct monthly water management meetings with
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 Contractor to
review any penalty charges that were caused by the Contractor's inability to properly manage water
allocations, when applicable. Contractor will be responsible for paying all water penalties incurred
on each water meter for all overages exceeding allocation established by the respective water
purveyor. The City of Santa Clarita may waive specific penalties at its sole discretion.
The City of Santa Clarita takes Water Conservation very seriously and will not tolerate mismanaged
or neglected water delivery systems.
23.7 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.
23.8 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).
e//www.water.ca.gov/wateruseefficiency/ansca eorinance/
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.
24. MAINTENANCE AND REPAIR OF HARDSCAPE, SERVICE ROADS, AND DRAINAGE SYSTEMS
24.1 Hardscape surfaces, walkways, bike paths, paseo bridges decomposed granite and service roads, if
any, shall be maintained by Contractor so as to keep the integrity of the walking, biking and/or
driving surface in a safe, unimpaired condition. 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 LIVID Monitor
or directly to City Staff. See also Section 22.01 g.
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/bike paths, paseo
bridges, surfaces within the contract boundaries on a regularly scheduled routine
approved by LIVID Staff or as requested by Special Districts. All debris must be collected
and removed.
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.
25. GRAFFITI ERADICATION AND CONTROL
25.1 Contractor may be responsible to remove small amounts of graffiti (license plate size) as it appears
upon any of the walkways, bike paths, paseo overpasses and underpasses, walls, fences, or any
appurtenant structures or equipment within the areas under Contractor's maintenance. Special
Districts Monitor 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
25.2 All materials and processes used in graffiti eradication shall be non -injurious to surfaces and
adjacent District property and approved by Cal -OSHA. Materials and processes used must be
approved by LIVID prior to use.
26. DECOMPOSED GRANITE
26.1 Contractor will be required to keep decomposed granite (DG) areas and pathways free of soil, litter,
debris, and weeds. Any areas in need of repair or fill should be reported and a proposal provided
to bring the area back to an acceptable condition.
27. FUTURE/ADDITIONAL MAINTENANCE AREAS
27.1 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 & 132) in this document for similar landscape/terrain.
RESPONSE FORMAT AND SELECTION CRITERIA
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
1. RESPONSE FORMAT -The organization of the response and cost files is described in this section of the
RFP. All potential vendors must follow this format.
1.1. RESPONSE FILE:
1.1.1. Introduction - A general introduction and description of the proposal shall be provided. The
format of the introduction is at the discretion of the contractor.
1.1.2. 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.
1.1.3. 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 of pro -activeness,
responsiveness, familiarity with common concerns of the LIVID areas, problem resolution,
and any other areas that explain how the work will be performed and managed.
1.1.4. 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.
1.1.5. 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.
1.1.6. Exhibits - These documents are required and can be referred to throughout the proposal
documentation. However, expansion on all aspects listed above is strongly encouraged.
1.1.6.1. Exhibit A — Cost Proposal Pricing must be entered into line items section of BidNet.
1.1.6.2. Exhibit B1 & B2—Additional Pricing
1.1.6.3. Exhibit C —Violation Records
1.1.6.4. Exhibit D — Proactive Approach Form
1.1.6.5. Forms — Designation of Subcontractors —if none, write "n/a'; Do NOT leave blank
1.1.6.6. Forms — References Page
1.1.6.7. Exhibit G1 & G2 —must be completed (use additional sheets if needed)
1.1.6.8. Exhibit F — Equipment Requirement Acknowledgment
1.1.6.9. Exhibit H —Certifications: Required certificates/licenses —
1.1.6.9.1. Proof of Contractor's License — license number will suffice
1.1.6.9.2. Required certificates/qualifications (as identified in solicitation including,
but not limited to, Contractor's License C27, WeatherTrak training
completion)
1.1.6.10. Forms — Acknowledgement & Acceptance of Specifications
1.1.6.11. Maintenance Schedule(s) — Daily, Weekly, Monthly, Semi -Annual, Annual (see
examples in Attachments Al & A2)
1.1.6.12. Rotation Schedule (Maintenance Map showing frequency of work within
designated areas/sections)
2. 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.
2.1. Selection Criteria
2.1.1. Value: Cost in relation to manpower. What makes the contractor the best candidate to
provide the services requested. (Includes but not limited to Exhibits A, B1, B2, D, GI-G2)
2.1.2. Team Composition: Contractor qualifications, staff qualifications, and number of staff
provided. (Includes but not limited to Sections 1.06, 1.12, & 1.15, Exhibits E & GI-G2)
2.1.3. Rotation Schedule: Use and mobilization of resources. Proposed timeline to service all
areas. (Includes but not limited to as described in Section 1.06 & 10, & Attachments A &
B)
2.1.4. Acknowledgement & Successful Understanding of Bid/RFP Scope of Work: 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 LIVID areas and
problem resolution. (Includes but not limited to Exhibits D & Acknowledgement of Scope
of Work)
2.1.5. Cost of services provided (Exhibits A & 131-132)
2.1.6. References (Included but not limited to References Form, Exhibits C & H)
2.2. 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.
NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
1. SUMMARY OF CONTRACT REQUIREMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita
(City). Contract language will be negotiated upon acceptance of proposal and prior to
commencement of work. Work cannot begin until the contract has been fully executed
by both parties
2. SUMMARY OF INSURANCE REQUIREMENTS
a. These are the Insurance Requirements for Contractors providing services or supplies to
the City. By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. When Contract documents
are executed, the actual Contract language and Insurance Requirements may include
additional provisions as deemed appropriate by City's Risk Manager.
b. You should check with your Insurance advisors to verify compliance and determine if
additional coverage or limits may be needed to adequately insure your obligations
under this agreement. These are the minimum required and do not in any way
represent or imply that such coverage is sufficient to adequately cover the Contractor's
liability under this agreement. The full coverage and limits afforded under Contractor's
policies of Insurance shall be available to Buyer and these Insurance Requirements shall
not in any way act to reduce coverage that is broader or includes higher limits than
those required. The Insurance obligations under this agreement shall be: 1—all the
Insurance coverage and limits carried by or available to the Contractor; or 2—the
minimum Insurance requirements shown in this agreement, whichever is greater. Any
insurance proceeds in excess of the specified minimum limits and coverage required,
which are applicable to a given loss, shall be available to City.
c. Contractor shall furnish the City with original Certificates of Insurance including all
required amendatory endorsements and a copy of the Declarations and Endorsement
Page of the CGL policy listing all policy endorsements to City before work begins. City
reserves the right to require full -certified copies of all Insurance coverage and
endorsements.
3. INSURANCE
a. General Insurance Requirements
i. All insurance shall be primary insurance and shall name City of Santa Clarita as
an additional insured. The naming of an additional insured shall not affect any
recovery to which such additional insured would be entitled under the policy if
not named as an additional insured, and an additional insured shall not be held
liable for any premium or expense of any nature on the policy or any extension
thereof solely because they are an additional insured thereon.
ii. If the operation under this Agreement results in an increased or decreased risk
in the opinion of the City's Risk Manager, then Consultant agrees that the
minimum limits hereinabove designated shall be changed accordingly upon
written request by the Risk Manager.
iii. Consultant agrees that provisions of this Section as to maintenance of insurance
shall not be construed as limiting in any way the extent to which Consultant may
be held responsible for the payment of damages to persons or property
resulting from Consultant's activities, the activities of its subconsultants, or the
activities of any person or persons for which Consultant is otherwise
responsible.
iv. A Certificate of Insurance, and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a
company acceptable to the City's Risk Manager shall be submitted to City prior
to execution of this Agreement on behalf of the City.
v. The terms of the insurance policy or policies issued to provide the above
insurance coverage shall provide that said insurance may not be amended or
canceled by the carrier, for nonpayment of premiums otherwise, without 30
days prior written notice of amendment or cancellation to City. In the event the
said insurance is canceled, Consultant shall, prior to the cancellation date,
submit new evidence of insurance in the amounts heretofore established.
vi. All required insurance must be in effect prior to awarding this Agreement, and it
or a successor policy must be in effect for the duration of this Agreement.
Maintenance of proper insurance coverage is a material requirement of this
Agreement, and the failure to maintain and renew coverage or to provide
evidence of renewal may be treated by the City as a material breach of contract.
If Consultant, at any time during the term of this Agreement, should fail to
secure or maintain any insurance required under this Agreement, City shall be
permitted to obtain such insurance in Consultant's name at Consultant's sole
cost and expense, or may terminate this Agreement for material breach.
vii. Without limiting any other Consultant obligation regarding insurance, should
Consultant's insurance required by this Agreement be cancelled at any point
prior to expiration of the policy, Consultant must notify City within 24 hours of
receipt of notice of cancellation. Furthermore, Consultant must obtain
replacement coverage that meets all contractual requirements within 10 days of
the prior insurer's issuance of notice of cancellation. Consultant must ensure
that there is no lapse in coverage.
b. General Liability and Property Damage Insurance
i. Consultant agrees to procure and maintain general liability and property
damage insurance at its sole expense to protect against loss from liability
imposed by law for damages on account of bodily injury, including death
therefrom, and property damage, suffered or alleged to be suffered by any
person or persons whomsoever, resulting directly from any act or activities of
Consultant, its subconsultants, or any person acting for Consultant or under its
control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by
or from acts or activities of Consultant, or its subconsultants, or any person
acting for Consultant, or under its control or direction. Such public liability and
property damage insurance shall also provide for and protect City against
incurring any legal cost in defending claims for alleged loss. Such general
liability and property damage insurance shall be maintained in the following
minimum limits: A combined single -limit policy with coverage limits in the
amount of $1,000,000 per occurrence will be considered equivalent to the
required minimum limits.
c. Automotive Insurance
i. Consultant shall procure and maintain public liability and property damage
insurance coverage for automotive equipment with coverage limits of not less
than $1,000,000 combined single limit. If Consultant does not use automobiles
in performing its work under this Agreement, Consultant shall provide a waiver
releasing City from all liability resulting from Consultant's use of personal
vehicles under this Agreement.
d. Worker's Compensation Insurance
i. Consultant shall procure and maintain Worker's Compensation Insurance in the
amount of $1,000,000 per occurrence or as will fully comply with the laws of the
State of California and which shall indemnify, insure, and provide legal defense
for both Consultant and City against any loss, claim, or damage arising from any
injuries or occupational diseases happening to any worker employed by
Consultant in the course of carrying out this Agreement.
Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against City, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by Consultant for City.
Questions and requests for modification of these terms must be negotiated and approved prior to
contract execution and are at the full discretion of the City.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature:
Printed Name:
Date:
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
The City of Santa Clarita has adopted a Disadvantaged Business Enterprise (DBE) Program to support federally funded procurements. The City
strongly encourages the participation of small and Disadvantaged Business Enterprises in its federally funded projects and this site is intended to
provide assistance to such businesses. Listed below are the names and locations of the places of business of each subcontractor, supplier, and
vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's
total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
DIR Registration No.
Dollar Value of Work
Age of firm:
PAP. c5 P}e
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Age of firm:
PAP. c5 P}e
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Age of firm:
D°C-Xes Ne
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a 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 proposal 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.
REFERENCES
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
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.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the Maintenance of LIVID Zones
29, 30 & 31. The Contractor will be expected to perform maintenance practices and uphold the standards
herein to the established Scope of Work throughout the length of the contract.
*Supervisor's Signature:
Date:
*Estimator's Signature: Date:
*Owner's Signature: Date:
*AH three signatures required
CITY OF SANTA CLARITA DISCLOSURE STATEMENT
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
The following information must be disclosed:
1. List the names of all persons having a financial interest in the Request for Proposal.
2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names
of all individuals owning more than ten percent of the shares in the corporation or owning any
partnership interest in the partnership.
3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the
names of any persons serving as a director of the non-profit organization or as a trustee or
beneficiary or trustor of the trust.
4. Has the offeror had more than $250.00 worth of business transacted with any member of the
City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve
months? If yes, please indicate the person(s) with whom you have conducted business.
NOTE: Attach additional pages as necessary.
Signature of Offeror
Print or Type Name of Offeror
Date
EQUAL OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
The offeror hereafter described will not discriminate against any employee or applicant for employment
because of race/color, national origin, sex, sexual preference, religion, age, or handicapped status in
employment or the provisions of services.
Signature of Offeror
Print or Type Name of Offeror
Date
SAMPLE CONTRACT
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA
AND
FOR
THIS MAINTENANCE AGREEMENT ("Agreement") is made by and between the CITY OF
SANTA CLARITA, a general law city and municipal corporation ("CITY") and
("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR an amount as set
forth in the attached Exhibit " ," which is incorporated by reference, for
CONTRACTOR's services. CITY will pay such amount promptly, but not later
than thirty (30) days after receiving CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from , to The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit " "
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
C. CONTRACTOR guarantees each portion of the services as installed against
defective materials and workmanship for a period of one (1) year from date of
CITY's written acceptance of the work. Promptly upon CITY's request within
that one (1) year period, CONTRACTOR agrees to correct by repair or
replacement without charge to CITY any defects which may appear in the work or
any portion thereof. Notwithstanding the foregoing, all guarantees and warranties
obtained by CONTRACTOR from manufacturers and vendors of equipment used
in the performance of the services shall be extended to CITY's benefit for the full
limit of their terms.
4. PREVAILING WAGES.
A. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No
contractor or subcontractor may be listed on a bid proposal for a public works
project (submitted on or after March 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with
limited exceptions from this requirement for bid purposes only under Labor Code
Section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for
public work on a public works project (awarded on or after April 1, 2015) unless
registered with the Department of Industrial Relations pursuant to Labor Code
Section 1725.5. This project is subject to compliance monitoring and enforcement
by the Department of Industrial Relations.
B. PREVAILING WAGES. If this contract is subject to the State prevailing wage
requirements of the California Labor Code including, but not limited to, Sections
1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California
prevailing wage laws including, to the extent applicable, Labor Code Section
1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage
rates in the county, or counties, in which the work is to be done have been
determined by the Director of the California Department of Industrial Relations.
These wages are set forth in the General Prevailing Wage Rates for this project,
available from the California Department of Industrial Relations' Internet web site
at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Future effective
general prevailing wage rates which have been predetermined and are on file with
the California Department of Industrial Relations are referenced but not printed in
the general prevailing wage rates. A copy of the prevailing rate of per diem wages
shall be posted at the job site. The Contractor is responsible for obtaining a
current edition of all California statutes and regulations, and adhering to the latest
editions of such.
C. FEDERAL PREVAILING WAGE. If this is a federally funded project and the
Davis Bacon Act will be enforced. The current General Decision of wage
determinations issued by the United States Department of Labor is set forth at the
following website address: https://beta.sam.gov/. If there is a difference between
the prevailing wage rate determined by the Department of Labor and the
prevailing wage rate predetermined by the Director of Industrial Relations for
similar classifications of labor, the Contractor and its Subcontractors shall pay not
less than the higher prevailing wage rate. The Agency will not accept lower State
prevailing wage rates not specifically included in the Federal prevailing wage
determinations. This includes "helper" (or other classifications based on hours of
experience) or any other classification not appearing in the Federal prevailing
wage determinations. Where Federal prevailing wage determinations do not
contain the State prevailing wage rate determination otherwise available for use
by the Contractor and Subcontractors, the Contractor and Subcontractors shall pay
not less than the Federal prevailing wage rate which most closely approximates
the duties of the employee(s) in question. The prevailing wage rate for any
classification not listed by the Department of Labor or the Director of Industrial
Relations, but which may be required to execute the Contract, shall be in accord
with specified rates for similar or comparable classifications or for those
performing similar or comparable duties, within the Agency's determinations.
D. Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act
(INA), which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only
persons who may legally work in the United States (i.e., citizens and nationals of
the U.S.) and aliens authorized to work in the U.S. The employer must verify the
identity and employment eligibility of anyone to be hired, which includes
completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is
not legally eligible to perform such services or employment.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONTRACTOR discover any latent or unknown conditions that may
materially affect the performance of the services, CONTRACTOR will
immediately inform CITY of such fact and will not proceed except at
CONTRACTOR's own risk until written instructions are received from CITY.
C. CONTRACTOR represents that the CONTRACTOR agrees to comply with all
applicable federal and state workplace and employment laws including those that
relate to minimum hours and wages, occupational health and safety, workers
compensation insurance and state, county and local orders.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Limits (combined single)
$1,000,000
$1,000,000
Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name City, its officials, and employees as "additional insureds" under
said insurance coverage and to state that such insurance will be deemed "primary"
such that any other insurance that may be carried by City will be excess thereto.
Such insurance will be on an "occurrence," not a "claims made," basis and will not
be cancelable or subject to reduction except upon thirty (30) days prior written
notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of "AXII." Certificate(s) must reflect that the insurer will provide
thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require
its insurer to modify such certificates to delete any exculpatory wording stating that
failure of the insurer to mail written notice of cancellation imposes no obligation,
and to delete the word "endeavor" with regard to any notice provisions.
E. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against CITY, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by CONTRACTOR for CITY.
F. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative, should
CONTRACTOR fail to meet any of the insurance requirements under this
agreement, City may cancel the Agreement immediately with no penalty.
G. Should Contractor's insurance required by this Agreement be cancelled at any point
prior to expiration of the policy, CONTRACTOR must notify City within 24 hours
of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain
replacement coverage that meets all contractual requirements within 10 days of the
prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that
there is no lapse in coverage.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from
and against any claim, action, damages, costs (including, without limitation, attorney's fees),
injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should
CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising
out of performance by CONTRACTOR of services rendered pursuant to this Agreement,
CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and
will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or
costs incurred in defense otherwise.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR
will act as an independent contractor and will have control of all work and the manner in which is
it performed. CONTRACTOR will be free to contract for similar service to be performed for other
employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY
and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY
provides for its employees. Any provision in this Agreement that may appear to give CITY the
right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of
control over the work means that CONTRACTOR will follow the direction of the CITY as to end
results of the work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail will
be addressed as follows:
To CITY: City of Santa Clarita
ATTN: Kenneth W. Striplin, City Manager
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR:
B. When addressed in accordance with this paragraph, notices will be deemed given
upon deposit in the United States mail, postage prepaid. In all other instances,
notices will be deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are to
be given by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this Agreement, whether of the same or different
character, nor will it be deemed to constitute a continuing waiver.
14. CONSTRUCTION. The language of each part of this Agreement will be construed simply
and according to its fair meaning, and this Agreement will never be construed either for or against
either party.
15. SEVERABLE. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent
necessary in the opinion of the court to render such portion enforceable and, as so modified, such
portion and the balance of this Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
17. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
18. AUTHORITY/MODIFICATION. This Agreement maybe subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
CITY until executed by the City Manager. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written agreement.
CITY's City Manager may execute any such amendment on behalf of CITY.
19. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
20. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between
any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the
provisions of this Agreement will govern and control.
21. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will immediately
terminate without obligation of either party to the other.
22. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole
agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there
are additional terms and conditions contained in Exhibit " " that are not in conflict with this
Agreement, those terms are incorporated as if fully set forth above. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
23. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
24. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties
agree that this Agreement may be transmitted and signed by electronic mail by either/any or
both/all Parties, and that such signatures shall have the same force and effect as original
signatures, in accordance with California Government Code section 16.5 and Civil Code section
1633.7.
(SIGNATURES ON NEXT PAGE)
IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of
FOR CONTRACTOR:
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
City Attorney
Date:
IF CORPORATION:
By:
Print Name & Title
Date:
EXHIBIT A: COST PROPOSAL
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
Fill out this form completely and return with your bid. Pricing must be entered into line item section of
BidNet. If the number entered on this page conflicts with what is entered on BidNet, the number
entered on BidNet shall govern.
Item Project Site
1. LIVID Zone 29
2. LIVID Zone 30
3. LIVID Zone 31
Column A
Monthly Maintenance Cost
$ x12mo.
$ x12mo.
$ x12mo.
Total (add lines in ColumnB)
Total proposed amount annually, in legibly printed words:
Column B
Annual Maintenance Cost
EXHIBIT 1131: ADDITIONAL PRICING
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
Do NOT include this pricing in the cost of your bid response.
Pricing and Billing Schedule Detail
Hourly labor rates to be used in performing the work required in the specifications for annual landscape
maintenance. These rates will not be used in evaluating the bid, but shall be used in evaluating cost
estimates for "additional" or "extra" work requested by the City under this contract when applicable.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below:
Skill Level Hourly Cost After -Hour Emergency
SAMPLE
Irrigation Laborer $40.00 per hour
Landscape Laborer $30.00 per hour
QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour
Please initial to verify acknowledgement of labor rates - (initial)
$60.00 per hour
$45.00 per hour
N/A
EXHIBIT 1132: ADDITIONAL PRICING CONTINUED
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
Do NOT include this pricing in the cost of your RFP response.
Please list the unit price for labor, EXCLUDING part/material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
LINE
DESCRIPTION
UNIT OF
MEASURE
UNIT PRICE
QUANTITY
EXTENDED PRICE
(unit price x quantity)
Price for maintenance of
1
landscape with trees,
1 square foot
1000 sq. ft.
shrubs, and ground cover.
Price for maintenance of
2
landscaped, irrigated slope.
1 square foot
500 sq. ft.
Please list the unit price for all-inclusive labor and material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
EXTENDED PRICE
MEASURE
(unit price x quantity)
3
Price for Installation of one
1 each
(5) Five
(1) gallon shrub.
4
Price for Installation of five
1 each
(5) Five
(5) gallon shrub.
5
Price for Installation of
leach
(5) Five
fifteen (15) gallon shrub.
6
Price for Installation of
1 each
(5) Five
fifteen (15) gallon tree.
Price for installation of
7
twenty -four -inch (24-inch)
1 each
(2) Two
box tree.
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
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 2020, what was the longest stretch of days worked without an accident in the
landscape maintenance division?
3) Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
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.
EXHIBIT D: PROACTIVE APPROACH FORM
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
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?
*Attach additional pages as necessary.
EXHIBIT GI
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
Attach additional pages as necessary for additional personnel.
Proviode inforimation on, any and all applicable crewimeirnlbe.rs. TINs includes the SIL11perv'isor, cirewforeeimain, certified
arboriust (if appkable), cheirical alp1p]lka,tor, irrigatJoin sjpeda]i�st, etc.
1) Naire Job Tiiitle
L i ceiin se s/Ce rtff ioc�at es
2), Na
Job Titl
3), Naire Job Tiiitle
L i ceiin se s/Ce rtff ioc�at es
4), Na
L i ceiin se s/Ce rtff kait es
5), Na
L i ceiin se s/Ce rtff icat ea
Job Tiiitl
Job Tiiitl
6), Naire Job Tiiitle
L i ceiin se s/Ce rtiI ioc�at es
7), Naire Job Tiiitle
L i ceiin se s,/Ce rtff ioc�at es
8) Name
Liceinses/Certificates
9) Name
Liceinses/Certificates
10) Name
Licenses/Certificates
11) IName
(Liceinses/Certificates
12) Name
Licenses/Certificates
13) Name
Licenses/Certificates
14) Name
(Licenses/Certificates
15) Name
Licenses/Certificates
EXHIBIT GI (CONTINUED)
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
upervilsors
C rewm e m bear Tiot I e
C rewr im e m beim Tiot I
C rewr im e m beim 711 e
Crew #1
EXHIBIT G2
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
ty. of Weekly IHouursi
ty. of Weekly IHours,
0,. +". of Weekly IHours,
Crewr imeim ber Tiutle 0,ty. of Weekly IHowaur
Crewr i meim bear Tiutle 0,ty. of Weekly IHowaur
Crew imeum ber Tiot.le ty. of Weekly Hours
Crewr i meim bear Tiutle 0,ty. of Weekly IHowaur
Crew imeum ber Tiot.le ty. of Weekly Hours
Crew 2.
Crew imeum ber Tiotle ty. of Weekly Hours
Crew imeum ber Tiotle ty. of Weekly Hours
Crew imeum ber Tiotle ty. of Weekly Hours
Crewrwimeum ber Tiotle ty. of Weekly Hours,,
C rewrw im e umr ber
Specialty Positions
ty. of Weekly Hours,,
Crewr i meim beam Tiutle 0,ty. of ti eekly IHouirs,
Crewr i meim bear Tiutle 0,ty. of Weekly IHouirs,
Specialty Positions
Crew imeum ber Tiot.le ty. of Weekly Hours
Crewimeum ber Tiotle ty. of Weekly Hours
*Attach additional pages as necessary for additional personnel.
EXHIBIT F: EQUIPMENT REQUIREMENTS
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
Additional equipment requirements for work within proposed Landscape Maintenance District or the
ability of Contractor to rent/lease at no additional cost:
• Proper equipment required to perform pruning tasks including hand pruners, toppers, saws,
pole pruners and chainsaws
• Commercial Grade Battery Powered Leaf Blowers
• All 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
• 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 verify acknowledgement of equipment requirements - (initial)
EXHIBIT H: CERTIFICATIONS
PROPOSAL# LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
ProlAde iii7termation on the cerfilied arboriist, chlembill applicator, inigaffoil specialist„ crem
foreman, includng nanie, ceii'lification amid whiethler staff: or submiiilractor,
Staff
2)
2)
4)
5)
6)
7)
8)
g)
10)
KY
WINE'
V
rl
rti
µr
M
dd
4�I
ullEmills
011EMMMIM"
allimmill
ul�lmm-F.Mll
ill
dL
d
;
a
"^4r
i
x
l,
ATTACHMENT A2
EXAMPLE OF TYPICAL MAINTENANCE PROGRAM
Semi -Annual and Annual
(For reference only: Actual maintenance schedules shall comply
with maintenance specifications.)
EXHIBIT B
GENERAL INVENTORY LISTS
Zone 29 Villa Metro
Approximate
Contractor's
Item #
Description
Square Footage
Estimated
Quantity
1
Parkway
10,430
(Trees, Shrubs, Groundcover, and Mulch)
2
Bridge Approach
52,180
(Trees, Shrubs, Groundcover, and Mulch)
PARKWAY
• SOLEDAD CANYON ROAD - North Side from approximately 650 ft. east of Prima Way to approximately 2,150
ft. west of Prima Way
IRRIGATED SLOPE/PEDESTRIAN BRIDGE APPROACH AREA
• SOLEDAD CANYON ROAD — North Side from approximately 1,600 ft. west of Prima Way to approximately
2,150 ft. west of Prima Way.
Zone 30 Penlon
Item #
Description
Approximate
Square Footage
Contractor's
Estimated
Quantity
Parkway, Entry Slopes,
1
and Sound Wall Vines
30,390
(Trees, Hedges, Shrubs, Groundcover,
and Mulch)
Non -Irrigated Landscape
2
(Trees, Hedges, Shrubs, Groundcover,
347,205
and Mulch
PARKWAY
• SOLEDAD CANYON ROAD — South side approximately 950 ft. east of Prima Way to approximately 725 ft.
west of Prima Way.
ENTRY SLOPES
• PRIMA WAY —Northwest and southeast panels extending approximately 250 ft. from Soledad Canyon Rd.
SOUND WALL VINES
• LACMTA Sound Wall — Extending approximately 430 ft. west of Prima Way and approx. 1,100 ft. east of
Prima Way.
Zone 31 Five Knolls
Approximate
Contractor's
Item #
Description
Square Footage
Estimated
Quantity
Parkway
94,775
(Trees, Shrubs, and Mulch)
Slopes -Permanent & Temporary
2
Irrigation
622,955
(Trees, Shrubs, Groundcover, and
Mulch
PARKWAY
• GOLDEN VALLEY RD — Both the north and south side; extends north of Newhall Ranch Rd. and south
of Dorothy St.
SLOPES
• GOLDEN VALLEY RD — Both the north and south side at multiple locations between Newhall Ranch
Rd. and Dorothy St.
Total LMD Responsibifity - 16.47 acres
C',LFN IFIR
tilia (IwH�)NIVYMO
�r—
CL
CJ)' ry
0
Coll
CL
all
0
0
0
m
00
41
CAMP
•
"
I
Jf
,y�uY
yys�`
Tex
5
�i
ky�
f
MSG `
�h
�I
I
�
eul
4
t"rR[ POIN Pq PISkyfT
"r,
�
i
4
�f
rya
u�r
bM
n�
o
'
d
y
N
_
rn„
"L7
Pot
dl
d7
r
CL
Wrr
p
dl
oa
dl
rD
Q
D
per+
dl
rD
�T,7
yynn. �4Q�nnd.
ffi J.1
FY
M
C
ci^j
„'z7
D
Cl)�+
YJJ
ATTACHMENT E
New Year's Day Friday, January 1
Martin Luther King Day Monday, January 18
President's Day Monday, February 15
Memorial Day Monday, May 31
Independence Day Monday, July 5
Labor Day Monday, September 6
Veteran's Day Thursday, November 11
Thanksgiving Day Thursday, November 25
Day after Thanksgiving Friday, November 26
1/2 Day for Christmas Eve Thursday, December 23
Christmas Day Friday, December 24
1/2 Day for New Year's Eve Thursday, December 30
New Year's Day Friday, December 31
AMERICAN
,,,,,,"-HERITAGE
TAGE
Since 1973 - Services in Los Angeles and Ventura Counties
.........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Landscape Maintenance District
Request for
Zone 29 (Villa Metro), 30 (Penlon)
Proposal:
& 31 (Five Knolls)
LM D-20-21-24
.........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
City of Santa Cla rita
NS - Special Districts
Submitted To:
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Attention: Jonathan Cosh
.........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
American Heritage Landscape, LP
7013 Owensmouth Avenue
By:
Canoga Park, CA 91303
(818) 999-2041 Office
(818) 883-7410 Fax
.........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Bid Date & Time:
Thursday, March 11, 2021 5:00 P.M.
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
11111, LAN'DSC",APIE LP
Since 1973 - Services in Los Angeles and Ventura Counties
INTRODUCTION
American Heritage Landscape is proud to present the following proposal to provide landscape
services for the City of Santa Clarita, MD Zones 29 (Villa Metro), 30 (Penlon) & 31 (Five Knolls).
Our company has provided landscape services to the Counties of Los Angeles and Ventura for
over two decades. Years of landscape experience have allowed us to understand and meet the
requirements needed to execute the work outlined in the SOW.
BACKGROUND
American Heritage Landscape has been providing quality landscape services since 1973.In that
time, we've held contracts with numerous cities such as the cities of Santa Clarita, Westlake
Village, Santa Monica, Palmdale, Lancaster, San Diego, and Simi Valley. We have also been
providing landscape services to various entities including Homeowners Associations;
commercial and industrial sites contracted through LA County ISD, LA County Special Districts,
and LA County Health Services. Our Construction Division has been contracted to install
numerous projects such as Jurassic Park for Universal Studios, park sites for LA County and the
Natural History Museum in Down Town LA. Our management team is well trained and
knowledgeable with more than 30 years of experience in the landscape industry.
AMERICAN HERITAGE LANDSCAPE
03-11-2021
Since 1973
Services in Los Angeles, Ventura and Orange Counties
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
Since 1973 - Services in Los Angeles and Ventura Counties
SCOPE OF WORK
American Heritage Landscape shall provide all landscaping supplies, equipment & manpower to
perform the necessary work outlined in the SOW. American Heritage Landscape is proposing to
provide (3) full time crew members, (1) full time foreman and (1) irrigation specialist, as needed
to oversee and supervise the required services as set forth in the SOW for Zones 29 (Villa
Metro), 30 (Penlon) & 31(Five Knolls). We intend to provide all required landscape services
such as trimming, edging, hand pruning, fertilization, weed control, and cleanup/clearing of
drainage systems. All work will be performed in a professional manner using quality equipment
and materials.
GENERAL ONGOING MAINTENANCE TASKS:
1— Four (3) full time crewmen will service the area and will be working 8 hours per day.
2 — Will provide (1) full time foreman to oversee and supervise the daily activities; supervisors
will conduct inspections as required with the on -site manager or person in charge as required
3 — Will provide (1) part time irrigation specialist (CLIA trained) to oversee all irrigation work
3 — Will provide 1-F150 vehicle to do the necessary work for this region
4 — Will provide 2 blowers as needed
5 — Will provide 2 string trimmers as needed
6 — Will provide 1 edger to edge all lawn areas as needed
7 — Will provide 1 power sheer and 1 pole power sheers to hedge all shrubs in these properties
8 — Will provide sufficient hand tools as necessary; clippers, trash cans, leaf rakes, shovels etc.
9 — Crews will start by inspecting the sites first thing in the morning to make sure that
everything is okay and police all landscape and hardscape areas for trash
10 — No subcontractors will be used for this contract
PLANT MATERIALS:
American Heritage Landscape will provide healthy, vigorous and free of disease plant
material from licensed nurseries that comply with State and Local regulations.
USE OF CHEMICALS:
American Heritage Landscape will provide a list of all chemicals including commercial
name and application rate to the project manager for approval; all chemicals will be
applied by proposer's trained employees.
AS NEEDED SERVICES/EMERGENCY SERVICES:
American Heritage Landscape will provide written proposals for as needed and
emergency services for approval to the project manager. American Heritage will
respond immediately to all emergency calls and will be to the site within 2 hours of
request.
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
Since 1973 - Services in Los Angeles and Ventura Counties
CONTRACTOR RESPONSIBILITY:
American Heritage Landscape provides a sample of staffing plan as part of bid package
and will provide a revised staffing plan if contract is awarded, we will designate an
account manager (foreman) which will direct the entire crew under his responsibility.
We will provide a supervisor, as needed to oversee the operations and needs of this
contract. The supervisor is equipped with a cell phone at all times 365 days per year, 24
hours per day so he can be available at all times. Furthermore, he will take the time to
inspect all sites with the account manager to make sure that all work gets done on a
timely manner. American Heritage Landscape has the ability to replace or deploy
staffing for unanticipated absences by utilizing extra crews as needed; scheduled
vacations, emergencies and sick days. All new hires are trained when they're first hired
for safety and job regulations and safety meetings are handled every week to update
our employees. No subcontractors are to be utilized in this contract.
PROPOSER'S GREEN INITIATIVE:
American Heritage Landscape contracts with rubbish companies to recycle all our green
waste generated from all the accounts.
SCHEDULE
American Heritage Landscape will, in accordance with the scope of work, provide daily
irrigation inspections. We will provide the following services on a weekly basis; pruning shrub
and ground cover maintenance, litter control, and hardscape maintenance and will also provide
weekly maintenance inspections. Weed abatement, pest control, mulching, and disease control
will be provided on a "as needed" basis. Fertilization will be provided every three months to
promote the healthy growth of plant material.
AMERICAN HERITAGE LANDSCAPE
03-11-2021
Since 1973
Services in Los Angeles, Ventura and Orange Counties
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
Since 1973 - Services in Los Angeles and Ventura Counties
PERSONNEL
DAVID PRICE, President
David Price is both the owner and Chief Financial Officer of American Heritage Landscape. David
received his degree in Horticulture and Agronomy from Horry-Georgetown. He worked in the
family business, American Golf Corporation, gaining extensive experience in construction and
management. As a California State Licensed Landscape Contractor, he now focuses on the
construction and installation of hardscape, pools, and pergolas. He owns and manages two
additional companies, American Growers Company which he founded with his wife Tracey and
specializes in landscape design and project management, as well as American Landscape
Incorporated which focuses on commercial and municipal projects, including the new LACMA
gardens and Westmont College in Montecito, California.
ANDREA MUSICK, Director of Operations
Andrea Musick is the current Director of Operations for American Heritage Landscape. She
received her degrees in Agriculture and Ornamental Horticulture while attending California
State University Chico where she was Vice President of the Ornamental Horticulture Club. She
previously worked with Valley Crest Landscape Companies as Vice President Regional Manager,
where she was responsible for operations in the Southern Los Angeles Region, driving sales and
profitability of the region. As Director of Operations for American Heritage Landscape, she is
responsible for southern California operations and is focused on growing the business
profitably while keeping customers happy and satisfied.
ARTURO PEREZ, Branch Manager
Arturo Perez is the current Branch Manager for our Ventura Division and has been a member of
the American Heritage team for over thirty years. He began his career at American Heritage in
1981 as a landscape maintenance laborer working the Pasadena area. Over the years, Arturo's
hard work and commitment to personal self -growth have allowed him to move his way up the
company and achieve many promotions. His exceptional customer service skills, integrity,
quality focus and proven continuous successes have promoted him over the years to his role as
Ventura County Branch Manager. As Branch Manager, Arturo also oversees all Los Angeles ISD
county contracts ensuring that our clients are happy and satisfied with the work performed by
American Heritage Landscape.
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
Since 1973 - Services in Los Angeles and Ventura Counties
EFRAIN CERVANTES, Supervisor
Efrain Cervantes is one of the account managers based in our Ventura Branch. He joined the
company in 1986 and brings with him over twenty-five years of experience in the green
industry. Efrain was instrumental in supervising the crews for the City of Santa Clarita in which
he worked for many years and was promoted to Branch Manager of this area. Efrain specializes
in city and governmental contracts for the City of Oxnard and the City of Westlake Village.
FLORENTINO PULIDO, Foreman
Florentino Pulido will operate as the foreman if we are awarded this contract. He has been with
American Heritage Landscape for over twenty-two years. He offers extensive knowledge of
irrigation operations and general landscape maintenance. He has optimal leadership skills,
presiding over landscape crews.
FRANCISCO SANCHEZ, Irrigation Technician
Francisco Sanchez is one of American Heritage's senior irrigation technicians. He also operates
as a junior manager for the company. He has been employed with American Heritage for over
twenty-seven years. He has extensive experience working with irrigation systems and has been
conducting irrigation audits for the city of Westlake Village for the last fifteen years. He has
experience with controller calibrations and has worked with various controllers such as
Rainbird, RainDial, Irritrol, Orbit and other controller brands.
AMERICAN HERITAGE LANDSCAPE
03-11-2021
Services in Los Angeles, Ventura and Orange Counties
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
Since 1973 - Services in Los Angeles and Ventura Counties
EQUIPMENT
1-F250 PICK UP
1-TOW BEHIND TRAILER
4-STIHL BLOWERS MODEL BR 500: These blowers are proven to be a low emission and quiet.
4-Toro Z-Master Ride on Mower MODEL 74409 Z255
2- Honda Micro cut walk -behind mowers MODEL HRC216HXA
2-Power Trim Edger MODEL 308-IC
4-MARUYAMA POWER SHEERS MODEL HT2321
2-72" TORO WALK -BEHIND MOWER MODEL PH541V
9-MARUYAMA STRING TRIMMERS MODEL BC3020
1-Brush Chipper BC-1000XL Vermeer
• SEE PICTURES PROVIDED ON NEXT PAGES
Note: Other equipment may be used on a as needed basis while some of the assigned
equipment may break down or is taken to be serviced. Brands and modes may vary. American
Heritage has its own repair shop that keeps the equipment in good condition and has extra
equipment on hand to replace any necessary piece of equipment.
M3
STIHL BLOWER -MODEL BR-500
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
LANDSCAVE LP
Since 1973 - Services in Los Angeles and Ventura Counties
POWER TRIM EDGERS -MODEL 308-IC
.[�I►i�7_\�i�%��:d 3 :11►i 71 [�i�i�t �'111 [�h7 11TOA[:1:EI_1
TORO WALK -BEHIND MODEL PH541V
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
LANDSCAVE LP
Since 1973 - Services in Los Angeles and Ventura Counties
MARUYAMA POWER TRIMMERS -SHEARS MODEL HT232
MARUYAMA STRING TRIMMERS MODEL BC3020
TORO RIDE ON MOWER MODEL 74409 Z255
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
Since 1973 - Services in Los Angeles and Ventura Counties
Brush Chipper BC-1000XL Vermeer
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
,,,,,,"-HERITAGE
TAGE
LANDSCAPIE LP
Since 1973 - Services in Los Angeles and Ventura Counties
Company Uniform
Company Vehicle
FACILITIES
LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 * www.americanheritagelandscape.com
AMERICAN
HERITAGE
11" 11111, LANDSCAPIE LP
Since 1973 - Services in Los Angeles and Ventura Counties
American Heritage Landscape (Corporate Office)
7013 Owensmouth Avenue
Canoga Park, CA. 91303
P: (818) 999-2041
F: (818) 884-4407
info(@ a merica n heritaRela ndsca De.com
American Heritage Landscape (Ventura)
1607 Los Angeles Avenue Suite # I
Ventura, CA 93004
P: (805) 647-5077
F: (805) 647-7112
scuevas@americanher'itagelandsca_pe.com
American Heritage Landscape (Chatsworth)
10201 Canoga Avenue
Chatsworth, CA 91311
P: (818) 882-8031
F: (818) 882-8041
a a lea no@ a merican heritagela ndsca pe.com
American Heritage Landscape (Paramount)
15713 Vermont Avenue
Paramount CA 90723
P: (818) 968-3262
F: (818) 884-4407
lizaramirez@am_erican_herita_gel_a_ndscape.com
AMERICAN HERITAGE LANDSCAPE
03-11-2021
Sin" 1973
Services in Los Angeles, Ventura and Orange Counties
LOS ANGELES 7013 Owensmouth Avenue 11, Canoga Park, CA 91303 (818) 999-2041 Tel (818) 883-7410 Fax
VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel (805) 647-7112 Fax
C-27 License 891577 www.americanheritagelandscape.com
EXHIBIT A: COST PROPOSAL
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
Fill out this form completely and return with your bid. Pricing must be entered into line item section of
BidNet. If the number entered on this page conflicts with what is entered on BidNet, the number
entered on BidNet shall govern.
Item Project Site
Column A
Column B
Monthly Maintenance Cost
Annual Maintenance Cost
1. LIVID Zone 29
$ 29170 x12mo.
$ 269040
2. LIVID Zone 30
$ 928 x12mo.
$11,136
3. LIVID Zone 31
$ 4,300 x12mo.
$ 551,600
Total (add lines in ColumnB) $88,776
Total proposed amount annually, in legibly printed words:
Eighty-eight thousand seven hundred seventy six dollars.
EXHIBIT B1: ADDITIONAL PRICING
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29,30 & 31
Do NOT include this pricing in the cost of your bid response.
Pricing and Billing Schedule Detail
Hourly labor rates to be used in performing the work required in the specifications for annual landscape
maintenance. These rates will not be used in evaluating the bid, but shall be used in evaluating cost
estimates for "additional" or "extra" work requested by the City under this contract when applicable.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below:
Skill Level Hourly Cost After -Hour Emergency
SAMPLE
Irrigation Laborer $40.00 per hour $60.00 per hour
Landscape Laborer $30.00 per hour $45.00 per hour
QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour N/A
Please initial to verify acknowledgement of labor rates V (initial)
EXHIBIT 1132: ADDITIONAL PRICING CONTINUED
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
Do NOT include this pricing in the cost of your RFP response.
Please list the unit price for labor, EXCLUDING part/material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
LINE
DESCRIPTION
UNIT OF
MEASURE
UNIT PRICE
QUANTITY
EXTENDED PRICE
(unit price x quantity)
Price for maintenance of
1
landscape with trees,
1 square foot
$0.02
1000 sq. ft.
$20.00
shrubs, and ground cover.
Price for maintenance of
2
landscaped, irrigated slope.
1 square foot
$0.01
500 sq. ft.
$5.00
Please list the unit price for all-inclusive labor and material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
EXTENDED PRICE
MEASURE
(unit price x quantity)
3
Price for Installation of one
1 each
$12.00
(5) Five
$60.00
(1) gallon shrub.
4
Price for Installation of five
1 each
$35.00
(5) Five
$175.00
(5) gallon shrub.
5
Price for Installation of
leach
$95.00
(5) Five
$475.00
fifteen (15) gallon shrub.
6
Price for Installation of
1 each
$115.00
(5) Five
$575.00
fifteen (15) gallon tree.
Price for installation of
7
twenty -four -inch (24-inch)
1 each
$350.00
(2) Two
$700.00
box tree.
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
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 2020, what was the longest stretch of days worked without an accident in the
landscape maintenance division?
184 days
3) Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
None
4) Please provide any sustained complaints made to your company within the past four (4) years to
the California State Contractor Board in regards to your C-27 license.
None
EXHIBIT D: PROACTIVE APPROACH FORM
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
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?
American Heritage will assign one (1) full-time foremen and three (3)
full-time crew men to over -see Zone 29, Zone 30 and Zone 31, five (5)
days per week. Additionally, there will be one (1) irrigation specialist
assigned to oversee these zones, helping the crews to identify irrigation
deficiencies and make suggestions to enhance all landscape areas.
Supervisors will be able to meet with City inspectors and walk areas
as needed to better maintain the quality and performance of these
areas. Supervisors will also be available via cellphone if any
emergency were to arise.
*Attach additional pages as necessary.
EXHIBIT F: E UIPMENT RE UIREMENTS
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29,30 & 31
Additional equipment requirements for work within proposed Landscape Maintenance District or the
ability of Contractor to rent/lease at no additional cost:
• Proper equipment required to perform pruning tasks including hand pruners, loppers, saws,
pole pruners and chainsaws
• Commercial Grade Battery Powered Leaf Blowers
• All 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
• 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 verify acknowledgement of equipment requirements (initial)
EXHIBIT GI
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
Attach additional pages as necessary for additional personnel.
Proviode inforimation on, any and all applicable crewimeirnlbe.rs. TINs includes the SIL11pervisor, cirewforeeimain, certified
arboriust (if appkable), cheirical alp1p]iuca,tor, irrigatJoin sjpeda]i�st, etc.
U1 Naire Efrian Cervantes Job Title Areas Supervisor
L i ceiin se s/Ce rtff ioc�at es
2) Na,,, Florentino Pulido Job Title Foreman
3) Naire Johnny Rojan —JoID Title Crew member
L i ceiin se s/Ce rtff ioc�at es
4) NaireRamon Gonzalez Job Title Crew member
L i ceiin se s/Ce rtff kait es
5), Naire Joaquin Mota Job Title Crew member
L i ceiin se s/Ce rtff icat e,,7
6), Naire Francisco Sanchez Job Title Irrigation Specialist
L i ceiin se s/Ce rtiI ioc�at es
7), Naire Job Title
L i ceiin se s,/Ce rtff ioc�at es
upervilsors
C rewnm e m bear
Crewr member
Crew i meimrbeir71le
EXHIBIT G2
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
Florentlno Pulido ty. of Weekly IHouiirs, 40
ty. of Weekly IHours,
0,. +". of Weekly IHow.uurs,,
Crew #t.
Crew i mem ber 711e Johnny Rofan ty. of `e�ekly IHours, 40
Crew i mem ber Tiutle Ramon Gonzalez ty. of Weekly IHouiirs, 40
Crew i member Tiutle Joaquin Mota ty. of Weekly Hours 40
Crewr i meim beam Tiutle 0,ty. of Weekly IHowaur
Crew i meumrbeir Tiut.le ty. of Weekly Hours
Crew 2.
Crew i meim bear Tiotle ty. of Weekly Hours
Crew i meim bear Tiotle ty. of Weekly Hours
Crew i meum bear Tiotle ty. of Weekly Hours
Crewrwi meum ber Tiotle ty. of Weekly Hours,,
Crewrwi meumrbeir
Specialty Positions
ty. of Weekly Hours,,
Crew i mem ber Tiutle Francisco Sanchez ty. of Weekly IHouiirs, 24
Crewr i meim beam Tiutle 0,ty. of Weekly IHouirs,
Specialty Positions
Crew i meum bear Tiut.le ty. of Weekly Hours
Crewi meum ber Tiotle ty. of Weekly Hours
*Attach additional pages as necessary for additional personnel.
EXHIBIT H: CERTIFICATIONS
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
ProlAde iii7termation on the certilied arb rii t, ctremiic il! applicator, irrigaffoi7 spacialist, crem
foreman, includ ng rnanieu cerfifircation amid whiethler staff: or submrilractcr,
Stahl
) Francis.co Sanchez/Irrigation Technician
S;i Efrain Cervantes/Supervisor
...... ........
) Florentino Pulido/Foreman
DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
PROPOSAL # LMD-20-21-24
Maintenance of LMD Zones 29, 30 & 31
The City of Santa Clarita has adopted a Disadvantaged Business Enterprise (DBE) Program to support federally funded procurements. The City
strongly encourages the participation of small and Disadvantaged Business Enterprises in its federally funded projects and this site is intended to
provide assistance to such businesses. Listed below are the names and locations of the places of business of each subcontractor, supplier, and
vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's
total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
DIR Registration No.
Dollar Value of Work
Age of firm:
PAP. c5 P}e
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Age of firm:
PAP. c5 P}e
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
Age of firm:
D°C-Xes Ne
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a 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 proposal 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.
REFERENCES
PROPOSAL # LMD-20-21-24
Maintenance of LIVID Zones 29, 30 & 31
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
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. L.A. County Internal Service Dept. 1100 N Eastern Ave, Los Angeles, CA 90022
Name and Address of Owner / Agency
Danny Esparza (562) 445-1530
Name and Telephone Number of Person Familiar with Project
$624,000.00 Landscape Maintenance 10/01/14 to Present
Contract Amount Type of Work Date Completed
2. City of Westlake Village 28245 Ave Crocker #240, Santa Clarita, CA 91355
Name and Address of Owner / Agency
Tim Iverson (818) 706-1613
Name and Telephone Number of Person Familiar with Project
$369,612.00 Landscape Maintenance 07/01/12 to Present
Contract Amount Type of Work Date Completed
3. Public Works 28245 Ave Crocker #240, Santa Clarita, CA 91355
Name and Address of Owner / Agency
Angelica Santamaria (661) 481-1319
Name and Telephone Number of Person Familiar with Project
$118,891.00 Landscape Maintenance 10/01/14 to 09/30/18
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
Harrison Yoshioka, Lockton Insurance Brokers, LLC 777 S. Figueroa, 52nd Floor, Los
Angeles, CA 90017 License #OF15767
Maintenance of LIVID Zones 29, 30 & 31
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the Maintenance of LIVID Zones
29, 30 & 31. The Contractor will be expected to perform maintenance practices and uphold the standards
herein to the established Scope of Work throughout the length of the contract.
3/8java-)
*Estimatoes Signature; l3ate.,
Si,gnatuire: Bate:
*AH three signatures required
V
N
IL
N
O
N
J
_CD
M
CD
t
t�
N
t�
ca
U)
ol
:EZ
10
70
O
70
O
70
O
Z
70
cc:
m
X
N
>
Q
Q
Q
X
X
Q
W
U
III
N
(7
L
N
m
70
N
O
�
70
N
O
�
70
N
O
�
Z
70
N
O
U
Q
Q
Q
Q
W
U)
>,
O
E
>,
�'
p
70
N
70
N
70
N
Q
Z
70
N
L
fn
fn
fn
fn
Q
Q
Q
Q
W
IIII mm
III
°uuuu
U
O
O
N
N
O
U
_0
U
O
O
U
O
U
N
Q
U)
O
O
O
(6
N
L
01
_0
O
(6
L
O
O
�
a)
m
-
m
O
O
U
�
O
L
U
O
O
U
Q
U
U
N
L
(6
U
O
N
U
N
(6
O
N
�.
CONTRACTORS
C�CC�3 STATE LICENSE BOARD
�Paa.ME�.oF.o�a.EaAf.a� AC"IFIVE I.....ICE.NSI'::::. � e
oF, 891577 a,v PART
e,,.,,�,assName AMERICAN HERITAGE LANDSCAPE
LP
Cj,lfiCaeon(T) C27
E,,A-C- 02/28/2023 www.cslb.ca.gov Ulu"