Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2021-05-25 - AGENDA REPORTS - LMD CONTR T23 T23A T23B (2)
0 Agenda Item: 11 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: May 25, 2021 SUBJECT: AWARD LANDSCAPE MAINTENANCE CONTRACT FOR LMD ZONES T23 (MOUNTAIN VIEW), T23A (MOUNTAIN VIEW CONDOS), & T23B (SEGO VILLAS) 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 T23 (Mountain View), T23A (Mountain View Condos), and T23B (Seco Villas) for an annual base amount of $492,120, plus an additional $98,424 in annual contract expenditure authority to address unforeseen maintenance and repairs, for a total two-year amount not to exceed $1,181,088. 2. Authorize and appropriate an ongoing base budget increase from Landscape Maintenance District Fund 357 to account number 12513-5161.010 in the amount of $15,324, and account number 12514-5161.010 in the amount of $1,192 to support recurring landscape maintenance services. 3. Authorize the City Manager or designee to execute up to three additional, one-year renewal options beginning in year three, for an annual amount not to exceed $590,544; plus, an adjustment in compensation consistent with the appropriate Consumer Price Index, upon formal request of the contractor, contingent upon the appropriation of funds by the City Council during the annual budget for such fiscal year. 4. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The City of Santa Clarita (City) administers 60 financially independent zones within the Page 1 Packet Pg. 66 0 Landscape Maintenance District (LMD) providing landscape maintenance services through contracts with private companies. The City conducted a Request for Proposals (RFP) No. LMD- 20-21-31, to solicit proposals from qualified landscape vendors for the maintenance of LMD Zones T23 (Mountain View), T23A (Mountain View Condos), and T23B (Seco Villas). The proposals were reviewed and evaluated based on each company's ability to meet the specific needs of the City. The RFP was advertised on the City's web site on February 29, 2021. The City transmitted the solicitation to 295 vendors, in addition to the Santa Clarita Valley Chamber of Commerce and the Valley Industry Association. Twenty companies downloaded the RFP, and four proposals were received. Written proposals were scored according to six weighted categories: • Value Provided (30%) • Rotation Schedule (20%) • Team Composition/Crew Member Structure (15%) • Acknowledgement and Understanding of Specifications (15%) • Proposal Amount (10%) • References and Certifications (10%) A panel of three City staff members evaluated and scored all responsive proposals based on the weighted selection criteria above. The results are shown below: BID COMPANY LOCATION PROPOSAL AMOUNT POINTS AWARDED Proposal 1 (Recommended) American Heritage Landscape, Inc. Canoga Park, CA $492,120 287.33 Proposal 2 Oakridge Landscape, Inc. Santa Clarita, CA $572,988 247.34 Proposal 3 Stay Green, Inc. Santa Clarita, CA $594,900 246.33 Proposal 4 Brightview Landscapes, Inc. San Fernando, CA $854,692 219.67 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. To improve maintenance standards and enforce accountability, the solicitation also includes provisions to impose payment reductions on the contractor when maintenance schedules are not met or poor performance is documented. In reviewing all proposals, the evaluation team determined American Heritage Landscape, Inc.'s (American Heritage) proposal reflected the most well-rounded understanding of characteristics Page 2 Packet Pg. 67 0 and nuances of each individual zone and identified a crewmember structure and operational strategy best suited to oversee the operation of these landscaped areas. American Heritage's proposal also allocates 100 hours per week of supervisory level crewmembers to ensure the performance of maintenance activities meets the City's and the community's service level expectations. As part of this action, staff is requesting the ongoing appropriations of an additional $15,324 in base budget within Zone T23A and $1,192 within Zone T23B to support recurring landscape maintenance service expenditures associated with the recommended contract award. Staff also recommends increasing the authorized annual authority associated with this contract by $98,424 to support unscheduled repairs and as -needed work. It is important to note that 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. 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. ALTERNATIVE ACTION 1. Do not award contract to American Heritage. 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 $16,516 in additional ongoing base budget from LMD Fund 357 to sufficiently fund recurring landscape maintenance costs associated with the award of this contract. ATTACHMENTS LMD-20-21-31 Request for Proposal (available in the City Clerk's Reading File) American Heritage LMD 20-21-31 Bid Response (available in the City Clerk's Reading File) Page 3 Packet Pg. 68 City Of' SANTA CLARITA NOTICE INVITING PROPOSALS TABLE OF CONTENTS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California SECTION A NOTICE INVITING PROPOSALS PROPOSAL INSTRUCTIONS DOCUMENT CHECKLIST SECTION B SPECIFICATIONS RESPONSE FORMAT AND SELECTION CRITERIA SECTION C NOTICE TO PROPOSALS REGARDING CONTRACTUAL REQUIREMENTS DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS REFERENCES VIOLATION RECORDS PROACTIVE APPROACH FORM EXHIBIT G1- LIST OF CREWMEMBERS EXHIBIT G1- LIST OF CREWMEMBERS (CONTINUED) EXHIBIT G2 - LIST OF CREWMEMBERS EXHIBIT I -CERTIFICATIONS PRICE SCHEDULE PRICE SCHEDULE CONTINUED FOR ZONE T-23 PRICE SCHEDULE CONTINUED FOR ZONE T-23A PRICE SCHEDULE CONTINUED FOR ZONE T-23B LABOR PRICE SCHEDULE DETAIL ADDITIONAL PRICING ACKNOWLEDGEMENT & ACCEPTANCE OF SPECIFICATIONS SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY PROPOSAL PROPOSAL GUARANTEE BOND SECTION D SAMPLE MAINTENANCE AGREEMENT LABOR AND MATERIAL BOND FAITHFUL PERFORMANCE BOND EXHIBIT A EQUIPMENT REQUIREMENTS EXHIBIT B ZONE MAPS EXHIBIT D1 SAMPLE SCHEDULE CITY OF SANTA CLARITA NOTICE INVITING PROPOSALS Project Name: Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa PROPOSAL #: LMD-20-21-31 RFP Closing: April 22, 2021 Last Day for Questions: April 14, 2021 Estimated Contract $674,000 Value: License(s) Required: C-27 Project Description: The City of Santa Clarita is soliciting sealed RFPs from qualified landscape maintenance companies for the ALL INCLUSIVE LABOR AND EQUIPMENT under the terms of this RFP, to provide for maintenance of landscaped paseos, parkways, parks, medians and various other locations throughout the City of Santa Clarita. Pre -Bid Meeting: April 8, 2021 at 2:00 PM via Zoom. Please see the Proposal Instructions for the Zoom meeting information. 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: Yes Contact Information: Danielle Marquez— (661) 255-4936 aruez 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: March 30, 2021 PROPOSAL INSTRUCTIONS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California 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. PRE -PROPOSAL MEETING. There will be a non -mandatory pre -proposal meeting taking place via Zoom on April 8, 2021 at 2:00 PM. The Zoom meeting information is as follows: Topic: Pre -Proposal Meeting for RFP # LMD-20-21-31 Time: Apr 8, 2021 02:00 PM Pacific Time (US and Canada) Join Zoom Meeting https://santaclarita.zoom.us/j/95918726495 Meeting ID: 959 1872 6495 Passcode: proposal One tap mobile +13017158592„95918726495# US (Washington DC) +13126266799„95918726495# US (Chicago) Dial by your location +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 346 248 7799 US (Houston) +1 646 558 8656 US (New York) +1 669 900 9128 US (San Jose) +1 253 215 8782 US (Tacoma) 3. 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 Bid Net. Addenda must be digitally acknowledged through Bid Net 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. 4. AWARDS. 4.1. The City reserves the right to waive any informality in any proposal. 4.2. 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. 4.3. 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. 4.4. 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. 5. BONDS. 5.1. 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. 5.2. 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). 5.3. 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. 6. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. 6.1. 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. 6.2. 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 Bid Net 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 Bid Net if the proposed product will be considered. 6.3. 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. 7. 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. The lack of exception to this clause in vendor's response will be considered agreement. However, the City 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. 8. 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. 9. INVOICES. Invoices will be forwarded to: City of Santa Clarita NS - Special Districts Attn: Andrew Thompson 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. 10. 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. 11. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General Attachments Section. 12. 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. 13. 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. 14. 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 C-27 with proposal response. Failure to possess the specified license shall render the proposal as non -responsive and shall act as a bar to award the contract to any proposer 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. 15. 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 IttI....Oir,.Cgg2..t.-rrination.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. 16. 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 their 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 their request. 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-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California 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 ❑ Notice to Proposers Regarding Contractual Requirements ❑ Designation of Subcontractors/Subconsultants ❑ References ❑ Cost Proposals (to be submitted separately from Response File) o Pricing Schedules for Zones T-23, T-23A, T-23B o Labor Price Schedule and Billing o Additional Pricing ❑ Violation Records ❑ Proactive Approach Form ❑ Exhibit G1 & G2 — List of Crewmembers ❑ Exhibit I — Certifications: Required certificates/licenses o Proof of Contractor's License (license number will suffice) o Required certificates/qualifications (as identified in solicitation including, but not limited to, Contractor's License C27, WeatherTrak training completion) ❑ Maintenance Schedule(s) — Daily, Weekly, Monthly, Semi -Annual, Annual ❑ Rotation Schedule(s) — Maintenance Map showing frequency of work within designated areas/sections) ❑ Acknowledgement and Acceptance of Specifications ❑ Proposal Bid Bond ❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Andrew Thompson ❑ Maintenance Agreement ❑ Insurance Required by Contract ❑ W-9 Form ❑ Faithful Performance Bond ❑ Labor and Materials Bond SPECIFICATIONS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California EVENT Solicitation advertisement Last day for questions Return of proposals Evaluations of proposals Contract award DATE March 30, 2021 April 14, 2021 April 22, 2021 April 26 — April 30, 2021 May 11, 2021 Note: Date are subject to change at the discretion of the City. 1. INTRODUCTION The City of Santa Clarita, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified contractors for landscape maintenance services for three (3) of the City's 64 LMD zones. These LMD zone are: T-23 MOUNTAIN VIEW, T-23A MOUNTAIN VIEW CONDOS and T-23B SECO VILLAS. The City seeks the best pricing outcome for services meeting specifications found here under, and it is anticipated by awarding one contract to one vendor may meet this goal. However, contract awards still may be awarded to multiple contractors if this is determined to be in the best interest of the City. Whether one contract or multiple contracts are awarded, they shall run for two (2) years with the option for three (3) additional one (1) year renewals. The City requires the landscape maintenance contractor to include all labor and equipment for an all- inclusive contract for landscape maintenance services on: • Sixty (60) landscaped acres for LMD Zone T-23 Mountain View, consisting mostly of irrigated slopes planted with trees and shrubs and a 6.3 acre turf park (see attached map in Exhibit B—T-23). • Twelve (12) acres of landscaped area for LMD Zone T-23A, consisting mostly of HOA style of landscaping with ornamental plants, trees and shrubs and includes weeding, raking, and sweeping (site footprint is approx. 39 acres) and approximately. Contractor works in close proximity of property owners (see attached map in Exhibit B—T23A). • Three (3) acres of landscaped area, for LMD Zone T-23B consisting mostly of HOA style of landscaping with ornamental plants, trees and shrubs and includes weeding, raking, and sweeping (site footprint is approx. 7 acres) and approximately. Contractor works in a gated community in close proximity of property owners (see attached map in Exhibit B — T23B). The "Engineer's Estimate" for this work is approximately: o T-23 ($240,000) o T-23A ($150,000) o T-23B ($40,000) The RFP shall be all-inclusive for labor hours and equipment, meaning: Contractor shall at his cost provide all the labor and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. Including but not limited to irrigation repairs minor and major, annual color replacement, shrub, tree, and groundcover planting, spreading mulch (approx. 4,000 cubic yards), all fuel modification and weed abatement, litter pick-up, doggie litter removal, trash bag removal and replacement, turf aerification, turf renovation/verti-cutting, turf overseeding, micro-nutrients/soil amendments. All supplies and parts will be paid by the LIVID at the Contractor's price plus a maximum markup of 15%. In keeping with the State mandated diversion requirement, the LIVID strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 95% of the green waste generated by referenced LIVID Zone. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on -site at a minimum of twice per week. The Contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be 95% diversion from this site. Refer to the following specifications for requirements at each location. The specifications include general and special conditions that shall apply to all jobsite locations. Also included in this section are the Scope of Work instructions which more clearly define the services, scheduling, or special circumstances for each location to be serviced. 2. GENERAL REQUIREMENTS 2.1. The City of Santa Clarita is soliciting sealed RFPs from qualified landscape maintenance companies for the ALL INCLUSIVE LABOR AND EQUIPMENT under the terms of this RFP, to provide for maintenance of landscaped paseos, parkways, parks, medians and various other locations throughout the City of Santa Clarita. 2.2. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialist, and Foreman required to perform the landscaping maintenance as set forth in these specifications all inclusive labor and equipment. This includes labor for irrigation repairs, which should include material costs only. In keeping with the highest standards of quality and performance maintenance of plant material, hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement) and irrigation systems repairs. Maintenance of plant material shall include, but not be limited to: mowing, weed abatement for fire clearance/fuel mod (100 feet from structures), trimming, edging, hand pruning, fertilization, and aeration, application of pre -emergent herbicides, weed control, minor tree lifting, dethatching, plant replacements, and cleanup of drainage systems. 2.2.1. At a minimum the contractor shall supply the equipment listed on Exhibit A. All mulch brought in by the LIVID will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free and in a state of good plant health. 2.3. The Landscape Maintenance District (hereinafter defined as the LIVID) covered by this Agreement shall be maintained at a crisp, clean level of appearance at California Landscape Contractors Association (CLCA) Industry standards and all work shall be performed in a professional, workmanlike manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the level of services provided for in these specifications at all times. 2.4. City of Santa Clarita Landscape Maintenance District (LIVID) administration staff, consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Special Districts Administrator, Technology Services Manager or the Deputy City Manager or his qualified representative, shall herein be described as 'Special Districts.' 2.5. Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. The premises shall be maintained with nothing but the highest of industry standards at no less than the frequencies set forth herein. 2.6. Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Turf mowing; b. Edging; c. 85% hand pruning and 15% mechanical; d. Over -seeding; e. Reseeding f. Fertilization; g. Aeration; h. Verticutting; i. Top dressing; j. Irrigation; minor and major repairs k. Hand watering; I. Bleeding of valves necessary during emergencies when automatic systems are not functioning; m. Pruning shrubs and trees; n. Trimming and renovation of turf, shrub areas, and ground cover; o. Disease control; p. Tree maintenance; structural pruning per ANSI. Best Management Practices; q. Maintenance of irrigation systems; r. Mulching (City provided mulch); will be disbursed by the contractor at their expense; s. Manual weed abatement; t. Chemical weed control; u. Maintenance of fire protection / fuel modification of slope areas; v. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; w. Artificial turf maintenance; x. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; y. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); z. Tennis court blowing and washing; aa. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at as required. bb. Hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement on paseos, sidewalks, curb & gutter, and public right-of-ways); The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas; paseos, shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 2.7. Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 2.8. Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair; C. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming (above 12ft) / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, wrought iron, and crete rail; i. Artificial turf installation; j. Integrated pest management / Chemical applications to trees; k. Streetscape furniture cleaning and pressure washing of walkways and appurtenances. I. Turf Removal Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 2.9. When notified of landscape or irrigation emergency during the hours and days of maintenance service as identified in Section 9, the contractor shall respond by phone or radio to the Landscape Maintenance District Monitor and/or Special Districts Office within fifteen (15) minutes of notification. When notified of an emergency outside of the normal hours and days of maintenance service, the contractor has thirty minutes to respond by phone to the Landscape Maintenance District Monitor, and or Special Districts. If personnel and equipment are necessary for the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02 for consequences for failure to comply. 2.10. 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 the Contractor's name, and phone number. Contractor shall require each employee to adhere to basic public works standards of working attire. These are basically; uniforms (matching pants and shirts), proper shoes, safety vests and other gear required by State Safety Regulations (OSHA), and proper wearing of the clothing. Shirts shall be buttoned and worn at all times. 2.11. 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 others throughout term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Monitor. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 2.12. The contractor is required to have a minimum of five (5) years of experience in landscape maintenance for areas ten (10) acres or larger (see References form). The contractor is required to have experience in the maintenance of landscaped areas of fifty (50) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. The Contractor is required to have outdoor themed streetscape and walkway cleaning experience. Vendor is to provide five (5) references with a similar scope & type of work within the proposal response. 2.13. Contractor's employees or representative shall be thoroughly trained and experienced in the computer based central operating systems of Weather-Trak irrigation control systems and equipment. The contractor shall make available employees or representatives for system training at no cost to the City. (See Section 23) 2.14. Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to communicate to City Monitors and Special Districts representatives via cell phone. 2.15. The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor must identify a staff member who is a Certified Landscape Irrigation Auditor (CLIA). The proposer will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held with bid submission. 2.15.1. The Contractor will be required to communicate work requests back and forth to LIVID through desktop computer, hand held device, or laptop. 2.16. The contractor will be required to obtain and pay for any permits that may be required for the performance of any tasks under this contract with the exception of oak tree permits. 2.17. 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(s) in this RFP includes a SCRRA right of way. 3. LANDSCAPED AREAS TO BE MAINTAINED 3.1. The LIVID areas to be maintained under the provisions of this Agreement are specifically identified in Exhibit B. (Inventory Lists and Area Maps). 3.2. Contractor must acknowledge personal inspection of the Zone's irrigation system, turf, and planter areas and evaluate the extent to which the physical condition thereof will affect the services to be provided. Contractor accepts the premises in their present physical condition, and agrees to make no demands upon LIVID for any improvements or alterations to irrigation, turf, and landscaped areas thereof. 3.3. Estimated square footages are provided by LIVID for all areas to be maintained on the attached Exhibit B (Inventory Lists). However, it is the responsibility of Contractor to verify by inspection and observe the various area characteristics. 4. CERTIFICATIONS/REPORTS/RECORDS 4.1. Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to LIVID concurrent with the monthly invoicing. Contractor shall provide the required information in a form acceptable to Special Districts. The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the maintenance. The monthly payment will not be made until such report is received and approved by Special Districts. Vendor to provide sample of monthly bill with proposal response. 4.2. Daily Staff Attendance Report: Contractor shall complete a Daily Staff Attendance Report which shall be made available to Special Districts upon request. This report shall include the date, names and titles of all on -site staff working on in the Zone each day. The monthly payment will not be made until such report is received by Special Districts upon request. 4.3. 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. 4.4. Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a. Quantity and complete description of all commercial and organic fertilizer(s) used. b. Quantity and label description of all grass seed used. c. Quantity and complete description of all soil amendments used. d. A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 4.5. Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet. 4.6. 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 lowest bidder. Information must be supplied upon request. 5. ADDITIONAL WORK 5.1. Special Districts may arrange for additional Contractor personnel to cover additional work needed due to extraordinary incidents such as vandalism, Acts of Nature or third -party negligence for which Contractor will be compensated. Regularly occurring "bad weather" is not considered an Act of Nature for the purposes of this contract. 5.2. Prior to performing any extra work, Contractor shall prepare and submit a written description of the work with an estimate including the hours and skill level of labor (when labor is applicable) and a list of materials. No work shall commence without the written authorization from Special Districts. Costs for additional work shall not exceed the labor rate identified on the Additional Pricing form. For material it shall be Contractor's cost plus no more than 15%. The contractor will maintain and submit copies of invoices to demonstrate the contractor's cost. 5.3. When a condition exists wherein there is imminent danger of injury to the public or damage to property, Special Districts may verbally authorize the work to be performed upon receiving a verbal estimate from Contractor. However, within 24 hours after receiving such verbal authorization, Contractor shall submit a proposal to be approved by Special Districts. 5.4. All extra work shall commence on the specified date established, and Contractor shall proceed diligently to complete said work within the time allotted. All invoices submitted by Contractor for extra work shall include a detailed itemization of labor and/or materials. 5.5. All invoices submitted by the contractor for extra work shall include a detailed itemization and actual time of labor (when labor is applicable) and/or materials and specific zone(s), and location identified. Actual time of labor (when labor is applicable) must be charged. No minimum -hour time for jobs/repairs may be set except for after -hour emergencies. All invoices for extra work and items must be submitted biweekly to Special Districts. 6. CONTRACTOR'S LIABILITIES 6.1. All such repairs or replacements shall be completed within the following time limits or be subject to payment adjustments. a. Irrigation damage shall be repaired or replaced within one (1) watering cycle. b. All damages to shrubs, trees, turf, 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 five (5) working days or sooner as directed by Special Districts. 6.2. All repairs or replacements including but not limited to the following, shall be completed in accordance with the following maintenance practices or be to payment adjustments. a. Trees: Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree, the damaged tree shall be removed and replaced at Contractor's expense to comply with the specific instructions of Special Districts. b. Shrubs: Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c. Chemicals: Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 7. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 7.1. Should any misunderstanding arise, Special Districts will interpret this Agreement. If the Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with the work in accordance with Special District's interpretation. Within 30 days after receipt of the interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as provided hereinafter. The written request shall outline in detail the area of dispute. 7.2. 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. 8. OFFICE OF INQUIRIES AND COMPLAINTS 8.1. Contractor shall at all times, have some responsible person(s) employed by the Contractor to take the necessary action regarding all inquiries and complaints that may be received from the Homeowners Associations, property owners, and tenants within said 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 shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the answering service. Neither answering machines nor voicemail are acceptable. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll -free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, Contractor's Foreman or an employee of Contractor, at the supervisory level, who is responsible for providing maintenance services, shall be available for notification by telephone or radio communication. 8.2. 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 the Contractor, or may deduct such cost from an amount due to Contractor from Special Districts. 8.3. 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. 8.4. 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, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 9. SAFETY 9.1. 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. 9.2. 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. filling holes in turf areas and paving; b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards; c. replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. 9.3. 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; the contractor shall adhere to the safety requirements in the Caltrans Maintenance Manual/Protection of Workers at: http://www.dot.ca.gov/hq/maint/manual/Chap_8_T9-T17.pdf 10. HOURS AND DAYS OF MAINTENANCE SERVICES 10.1. The hours of maintenance service shall be 7:00 a.m. to 3:30 p.m. on those days maintenance is to be provided pursuant to the work schedule approved in advance by Special Districts. No work will be performed on City Legal Holidays unless authorized by Special Districts Administration in advance. Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita. 10.2. Contractor shall provide the sufficient on -site staffing to perform the required maintenance to meet require landscape maintenance specifications and California Industry Standards under the agreement between Mondays through Fridays. 10.3. Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 11. MAINTENANCE SCHEDULES 11.1. Contractor shall, within three (3) days after the after submitting from the City a "Notice to Proceed" submit an activity and premises work schedule to Special Districts for review and approval. Said work schedule shall be set on a weekly rotational basis, identifying and delineating the time frames for the required functions by the day of the week, morning, and afternoon. Rotational requirements for each Zone are to be approved by Special Districts upon review of the work schedule. A sample schedule is attached as Exhibit D1. 11.2. The contractor must establish a work schedule approved by the City. The Contractor has also been provided the opportunity and procedure for adjusting requirements. The Contractor has also been provided the opportunity to procedure for adjusting schedules to meet special circumstances and inclement weather. Failure to complete the work as scheduled or as specified herein will result in the following actions: a. The sum of two hundred fifty dollars ($250) 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 specifications. b. Deficiencies: An additional amount equal to the cost incurred by completion of the work by an alternate source, whether it be City forces or separate private contractor, even if it exceeds the contract unit price, will be deducted from the Contractor's invoice. c. These actions shall not be construed as penalty but as adjustment of payment to the Contractor for only the actual work performed or as the cost to the City for inspection and other related costs from the failure by the Contractor to complete the work according to the schedule or specifications. 11.3. Contractor shall provide a weekly schedule addressing CRM's or punchlist items that need to be completed for City reference and tracking. 11.4. Contractor shall submit revised schedules when actual performance differs substantiallv from planned performance. Said revisions shall be submitted to Special Districts for review, and if appropriate, approval, within three (3) working days prior to scheduled time for the work. A written copy of the current and City approved schedule must be kept in the site foreman's vehicle at all times and be available upon request of the City or the City's landscape monitor. 11.5. Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and time of all maintenance operations. a. Fertilization; b. Turf Aerification; C. Turf Renovation/Verticutting; d. Turf Reseeding; e. Micro-Nutrients/Soil Amendments; f. Spraying of Trees, Shrubs or Turf; g. Aesthetic Tree and Shrubbery Pruning; h. Preventative disease control; i. Seasonal color. Transplanting small and medium sized plants; j. Lane closures for median or parkway maintenance prior notification is required; k. Fire protection of the natural slopes area maintenance; I. Other Items as Determined by Special Districts 12. CONTRACTOR'S STAFF 12.1. Contractor shall provide sufficient number of personnel to satisfy daily and/or weekly requirements for high quality landscape maintenance pursuant to this agreement. Contractor's staff MUST be employees of the contractor except subcontractors identified in the response to this bid. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, 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. 12.2. 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 public patronizing the LIVID covered under this Agreement. 13. SIGNS/IMPROVEMENTS 13.1. Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LIVID Special Districts. 14. UTILITIES 14.1. 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 the Contractor and approved by Special Districts. Contractor will be required to manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain storm and/or watering the day after rain and/or watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 15. NON-INTERFERENCE 15.1. 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. 16. USE OF CHEMICALS 16.1. At the contractor's expense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre-emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's License and valid Pest Control Advisor's License, or a copy of said licenses from a sub -contractor to Special Districts prior to using chemicals within the area. 16.2. 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 Safety Data Sheets (MSDS) for all chemicals that may be used in binder or booklet form. No work shall begin until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical application has on the environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result. 16.3. 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. 16.4. 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. 16.5. 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. 16.6. All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California shall be adhered to. 16.7. 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. 17. STORAGE FACILITIES 17.1. Special Districts shall not provide any storage facilities for the Contractor. Any Contractors storage facilities must be located outside of the boundaries of the Zone for which landscape maintenance services are performed, unless Special Districts determines it would be in the best interests of Special Districts to waive this restriction. 18. TURF CARE 18.1. Contractor shall perform the following services under the terms of this agreement; a. Mowing: Turf to be mowed with by a separate mow crew (not to include regular crew member hours). Adequately sharpened rotary or reel type mower equipped with rollers must be used, to ensure a smooth surface appearance without scalping. (1) All warm season grasses (Bermuda and St. Augustine) to be cut at % inch through 1 inch height throughout the year. Subject to change. (2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 % inch and 2 % inches during April through November, and at 2 inches during December to March of each year. Subject to change. (3) The mowing heights may be adjusted by Special Districts during periods of renovation. (4) Unless mulching mowers are used; all grass clippings will be collected and removed from the site on the same day the area is mowed. All clipping removed to be properly disposed of in green waste containers only. (5) A mowing schedule will be established and maintained. This schedule will provide that all areas will be mowed not less than once a week during the summer, and once every two weeks during the winter. This schedule will be submitted to Special Districts for approval. Refer to items 1 and 2 in this section for turf length ranges. b. Edging: With each mowing, the edge of the grass along sidewalks, curbs, shrub, flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. (1) The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices, or any structures located within the turf areas. (2) All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. (3) All clippings shall be removed from site the same day area is edged. (4) After mowing and edging is completed, all adjacent walkways are to be swept clean by power blower or broom. (5) Newly planted trees in lawn areas shall have tree guards installed if necessary to avoid damage. (6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched clearance where applicable. c. Weed Control: Control turf weeds as needed. Hand removal of noxious weeds or grasses will be required as necessary. All mulch brought in by the LIVID will be disbursed by the contractor on site to control weed growth. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Aerate all turf by using %-inch tines, removing 2-inch cores of soil with an aerator machine at not more than 6-inch spacing once over. Special Districts is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Equipment will consist of standard renovating or vertical mowing types. Special Districts is to be notified at least two (2) weeks prior to the exact date of renovation. Hauling costs and dumping fees are included in the contract and are to be performed at the contractor's sole expense. g. Top Dressing: Top dress all turf areas two (2) times annually, once in the spring and once in the fall after seeding. The City of Santa Clarita will pay the contractors price for the top dressing plus no more than a 15% mark up. The contractor shall provide the labor to apply the top dress. h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application. The City of Santa Clarita will pay the contractors price for the fertilizer plus no more than a 15% mark up. The contractor shall provide the labor to apply the fertilizer. i. Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots, as needed, throughout the remainder of the year to re- establish turf to an acceptable quality. When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of %-inch) in this sequence. Special Districts may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation, (extra) for the cost of the sod only, provided that the loss of turf was not due to the negligence of Contractor. The City of Santa Clarita will pay the contractors price for the seed plus no more than a 15% mark up. The contractor shall provide the labor to apply the seed. Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in over seeding or new turf establishment shall be approved by LMD staff prior to installation. Typically, Fescue and Fescue blends are required. j. Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-6 inches in the late winter to early spring before growth resumes. 19. SHRUB AND GROUND COVER CARE 19.1. Contractor shall perform at his sole expense under the terms of this agreement the following services: a. Pruning: Manually select prune shrubbery 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 January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. Pruning is not done during flowering, during new growth emerging or during the hottest time of the year (July -August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimming: Restrict growth of shrubbery and ground cover to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. Trim to allow clearance and access to fire and utility equipment per their respective Agency guidelines. All trimming practices are subject to change as directed by Special Districts. c. Renovation: Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated. (Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate.) d. Disease and Insect Control: Maintain free of disease and insects and treat when needed pursuant to Section 20. e. Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods for control shall incorporate the following: (1) Mulch application to 3" laver maximum (approx. 5,000 cubic yards annually) (2) Hand removal (3) Cultivation (4) Chemical eradication using non -residual herbicides Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead shrubs and ground covers whose damage was a natural condition/causes, will be replaced under the terms of "additional work" as described in Section 4 of this bid document. All shrubs shall be guaranteed to live and remain in healthy condition for no less than ninety (90) days from the date of acceptance of the job by the Special Districts Administrator or qualified representative. Fertilization: Apply balanced fertilizer two (2) times per year to provide a healthy color in all plants with foliar feedings if applicable. The fertilizer shall be applied once during the months of March or April and once during the months of September or October. Contractor will cultivate around plants where needed. Fertilizer shall be appropriate for plant type and season (time of year) and approved by LMD staff prior to installation. The Contractor shall provide the Director with a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization. h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices shall apply to shrubs and ground covers. Diversion requirements: In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 95% 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, shrubs and groundcovers and a minimum 3-inch layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be disbursed with the above specifications by the contractor who will provide the labor at his expense. k. Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-6 inches in the late winter to early spring before growth resumes. 20. TREE CARE 20.1. Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) The first 12' (feet) of all trees be maintained free of all dead, diseased and damaged branches back to the point of breaking as per contract. Wound dressings are never used on any tree pruning cuts. (2) All sucker growth is to be removed from trees as it occurs. All tree wells to be maintained as directed by City. (3) Maintain an 8-foot clearance for branches overhanging walks, 8-foot for public sidewalks. (4) Report insects and tree diseases to Special Districts Moniotr. (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 12 inches from the top tie on the tree trunk. (8) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. (9) Broken branches are to be removed immediately whether they are in the tree or on the ground. b. Fertilization: Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of 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 inaction by the contractor will be replaced as provided for under Section 5 with the identical species of tree existing previously, unless otherwise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size. Substitutions will require prior written approval by Special Districts. Original plans and specifications should be consulted to insure correct identification of species. Upon notification, all newly planted trees, by others, are the responsibility of the Contractor to maintain and guarantee healthy establishment for a period of 90 days. If the landscape contractor plants additional trees it will be considered "extra work cost." e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use of "Maintain," "Floret" or other approved product/method. 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 p.s.i. pressure. The Landscape Maintenance District's Tree Maintenance contractor will provide most of the chemical applications to trees. If the landscape contractor provides this service it will be considered "extra work cost". f. Fireblight Treatment: Preventative Fireblight treatment for Pyrus Kawakamii to consist of spray application between October 1 and mid -November. Post treatment to consist of pruning out dead wood, sterilizing pruning tools after each cut. Preventative Fireblight treatment for Platanus to consist of two applications and possibly a third application, depending on the effectiveness of the previous application. The first application shall occur in February, during the budding stage. The second treatment shall occur in March, during the juvenile growth stage of the leaf. The third application shall occur in April if there is evidence of blight after mature growth of leaf. Materials used shall be of an approved type by the County Agriculture Department. If the landscape contractor provides this service it will be considered "extra work cost". g. Oak Tree Pruning Permit: All cuts over 2 inches in diameter on Oak Trees will be done by the Landscape Maintenance Tree Maintenance contractor. All other cuts on Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per City Municipal Code by the landscape contractor or their subcontractor. Special Districts will procure Oak Tree Permits once work is approved. h. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 21. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 21.1. Special Districts will provide the materials (Biological insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non -target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are used as a last resort when careful monitoring indicates that they are needed according to pre -established guidelines. When treatments are necessary, the least toxic and most target -specific pesticides are chosen. Implementing an integrated pest management program requires a thorough understanding of pests, their life histories, environmental requirements, and natural enemies, as well as establishment of a regular, systematic program for surveying pests, their damage, and other evidence of their presence. IPM has been mandated on Federal property since 1996 by Section 136r_1 of Title 7, United States Code, and is cited in Title 41 of the Code of Federal Regulations (102-74.35) as a required service for agencies subject to the authority of the General Services Administration. The Contractor will develop an IPM program for work covered by this statement of work. b. Chemical Application: All work involving the use of chemicals will be accomplished by a State of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c. Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California will be adhered to. e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 22. GENERAL CLEAN-UP 22.1. Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal/Receptacles: The contractor shall empty all trash cans and replace all trash bags a minimum of three (3) times per week. The contractor shall provide a trash pickup schedule for the approval by Special Districts. The contractor shall pick up trash and accumulated debris from site per contract, and clean trash receptacles as needed. In addition, dog feces are also to be removed from the walkways located within the Paseo system in the LIVID areas. The contractor shall fill all doggie bag holders a minimum of twice a week (doggie bags provided by City). b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and grass removal within the crack(s) on the asphalt, concrete, and stamped concrete median strip areas, if any, at all times. c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces such as: 1) Gum, 2) Animal feces, 3) Grease, 4) Paint, 5) Graffiti, 6) Glass and debris All walkway and driveway cracks and expansion joints shall be maintained weed and grass free at all times. e. Drain Maintenance: All drains and catch basins shall be free of silt and other debris at all times. f. 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. g. Diversion: The Contractorwill be responsible for creating and implementing a written program to divert all green waste from landfills. The program should include, but not be limited to, mulching and composting. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be at least 85% diversion. h. Tennis courts: Tennis Courts are to be swept clean by power blower or broom a minimum of once per week. i. Freeway On-ramps/Off-ramps: The contractor shall provide trash pickup a minimum of three (3) times per week. The contractor shall provide a trash pickup schedule for approval by Special Districts. The contractor shall pick up trash and accumulated debris from site per contract. 23. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 23.1. All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor at the sole expense of the Contractor unless otherwise noted. Contractor's irrigation labor shall be of no charge for all irrigation repairs. For all irrigation repairs, Contractor to be reimbursed at no more than a 15% mark up over the contractor's cost of materials. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The Contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: -18- 14 23.2. The contractor will be responsible to complete the following WeatherTrak trainings through HydroPoint University. Proof of completion to be provided no later than (30) thirty days after start of contract. a. Certification Training b. Irrigation Manager, Levels 1-4 Register for trainings at: ___ e//www. Yro oint.co /sp ort/sp ort�resoprces/traininR� center Failure to comply shall result in a $250.00 per day fine each day delinquent. 23.3. The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: a. Irrigation Station Identification/Location b. Irrigation Heads c. Remote Control Valves d. Flow Sensors e. Flow Sensor Programming f. PVC Piping (Including mainline and laterals) g. Quick Couplers h. Risers i. Swing Joints j. Check Valves k. Irrigation Booster Pumps I. Solar Controllers/Valves m. Battery Operated Controllers/Valves n. Valve Boxes, Quick Coupler Boxes, Etc. o. Irrigation Controller Programming, Updates and Setup 23.4. Contractor shall meet or adhere to the following criteria to operate the irrigation controllers. a. All controllers shall be adjusted as needed for optimum performance considering the water requirements of each remote -control valve (irrigation station). "Smart" or "weather based" controllers shall be configured to water in the "AUTO MODE" or "ET MODE" when available. Plant establishment periods do not apply to this requirement and should be scheduled accordingly. Contractor is responsible for adjusting the controller parameters/attributes in order to irrigate efficiently and each valve shall be customized for the needs of the plant material. Excessive watering or excessive runoff shall not be permitted. b. The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather -based controllers or equivalent, controller programming through the Contractors office via a desk top or any wireless computer, or hand-held device. The LIVID will provide a username/password for access. C. 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' monitor 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. d. 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 pause until normal conditions exist. No watering medians in windy conditions, to avoid drift and wetting vehicles. e. 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. f. In areas where wind creates problems of spraying water into private property or road right-of-ways, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 9:00 p.m. and 7:00 a.m.). g. 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. h. 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). 1) 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. 2) Contractor shall utilize "cycle & soak" in programming in order to eliminate excessive run-off. 3) Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved by The City of Santa Clarita. 4) When available, copies of controller maps shall be kept in enclosures at all times. 5) 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. 6) 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. 7) It is the responsibility of the Contractor to keep the plant material alive. If this requires an extra application of irrigation water, the Contractor is to make the necessary adjustments and immediately notify The City of Santa Clarita upon doing so. 8) Only The City of Santa Clarita staff, City Monitors, the Contractor Supervisor/ Foreman or Irrigation Technician will have access to all controllers. Enclosures will be locked/padlocked at all times. 9) The Contractor shall test the soil in turf and groundcover areas and around all trees and shrubs monthly or as necessary with soil probes to determine that the proper amount of water is being applied at all times. This information should be used to adjust watering times on the controller and supplemental hand or deep watering as necessary. 10) The Contractor shall make adjustments to the water programs to compensate for irrigation heads on each system, soil type and permeability, wind condition, orientation to the sun, air temperature, season, and logistical considerations 11) Once the irrigation system has been adjusted to only irrigate the planting areas it was designed to irrigate, the contractor shall then monitor the irrigation watering application time to determine the length of time each system runs until irrigation runs off the landscape area. This information will then be used to establish "cycle & soak" parameters. 12) 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. 13) It is required that soil conditions be constantly monitored with a soil probe to insure that over -saturation of the soil does not occur. 14) In addition to the soils condition, the individual plant material requirements must be taken into account. As the plant material becomes established, a reduction in the frequency of watering should be implemented to harden -off the plant material while maintaining it in a healthy condition. 23.5. Contractor shall perform the follow services under the terms of this agreement. a. As a standard practice, the Contractor shall formally acknowledge receipt of the irrigation System within the first 60 days of the notice to proceed. It is the Contractors responsibility to conduct a full scale irrigation audit/assessment to determine deficiencies in the system and make recommendations for repair(s). b. Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, annuals, perennial plants, and ground covers when automatic systems are not functioning. c. Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow/maintain landscaped areas. d. All irrigation systems shall be personally inspected by Contractor a minimum of once per month to verify effectiveness of sprinkler operation. The appropriate Irrigation Inspection Form must be filled out per controller and submitted to The City of Santa Clarita LIVID for review. Inspection forms subject to update or change at discretion of Special Districts. 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. The Contractor shall be responsible for monitoring all project irrigation systems and should correct coverage, head adjustments, clogged lines, loose staking of heads and pipes, and obstacles which obstruct the spray. Make all necessary adjustments to heads that spray onto roadways, walks, walls, and patio areas or out of intended area of coverage. The Contractor shall clean and adjust sprinkler heads as needed for proper coverage. Each system should be operated via remote control and observed on a regular basis. o. During extremely hot weather, long holiday periods, and during or following breakdown of systems, the contractor should provide adequate personnel and materials as required to adequately water all landscaped areas at no extra cost to The City of Santa Clarita. When breakdowns or malfunctions exist, the contractor should water manually by whatever means necessary to maintain all plant materials in a healthy condition. Overly wet or dry conditions should not be permitted to develop. p. Once a year, the contractor shall clean all controller cabinets and valve boxes, remove intruding soil and replace gravel as needed. q. Testing, certification and service of the backflow prevention devices on the irrigation systems shall be done by a certified tester as provided by The City of Santa Clarita. r. Contractor shall not repair, manipulate or remove backflow devices unless prior authorization has been received by a City of Santa Clarita representative. However, 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/monitor /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. The Contractor shall be responsible, at no extra cost, to manually shut off backflow devices as directed by City staff for scheduled City events, activities and filming. 23.6. Contractor shall perform the follow services under the terms of this agreement. a. All pop-up heads should be assembled on triple swing joints. When irrigation heads, risers, nozzles, etc. break, they will be replaced with like for like irrigation heads. Uniformity is of the utmost importance. b. All remote control valves shall be Superior 950DW brass valves unless other(s) are accepted by LIVID staff. C. Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from LIVID of such a deficiency. d. 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. e. Contractor shall submit itemized irrigation invoices for repairs, per LIVID Zone on an as needed basis. f. 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). 23.7. The Contractor shall provide to the City or a City representative WeatherTrak generated reports, called the Controller Inventory Report. 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, its' location, alert status, and identify if the controller is either on or off line. Failure to provide a completed report on time is considered an incomplete work item and may be subject to a $250 deduction from payment. 23.8. The City of Santa Clarita will conduct monthly water management meetings with the contractor to review all controllers with irregular usage and situations where water consumption is excessively high. All plant stress or loss due to under -watering or over - watering will demonstrate contractor neglect and cost to replace said material will be at Contractor's sole expense. The City of Santa Clarita will conduct monthly Water Management Meetings with the contractor to review any penalty charges that were caused by the Contractor's inability to properly manage water allocations, when applicable. The Contractor will be responsible for paying all water penalties incurred on each water meter for all overages exceeding allocation established by the respective water purveyor. The City of Santa Clarita may waive specific penalties at its sole discretion. The City of Santa Clarita takes Water Conservation very seriously and will not tolerate mismanaged or neglected water delivery systems. 23.9. When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any "penalty" tier the City of Santa Clarita is subjected to. In order to ensure efficient and responsible water management with regards to landscape irrigation, the City of Santa Clarita Special Districts office requires 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). 24. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEM 24.1. Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission without the written approval of Special District Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LIVID Monitor or directly to the City. a. Contractor may be responsible for total replacement or repair on walkways or any hardscaped area, or if any plant damage occurs due to Contractor's negligence or by accidental damage within his maintenance operation. b. Contractor shall be responsible for sweeping/blowing all walkways and paseos within the contract boundaries at a minimum of once per week or as necessary or as requested by Special Districts. All debris must be collected and removed. c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited and may be cause for contract termination. 24.2. Drainage Systems: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for: a. 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 stormdrain 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. b. All LIVID area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (BMPs) c. Disposal of green waste or other debris into catch basins, drains or storm drains is prohibited. Such action could result in termination of maintenance contract. d. During periods of inclement weather, Contractor will provide inspections of the property during regular assigned hours to prevent or minimize the possible damage from inclement weather. Contractor shall report any storm damage to City LIVID within 12 hours of occurrence. All storm damages must be photo documented prior to removal or clean up. If remedial work is requested beyond scope of this contract, it may be paid as extra work. e. Contractor shall be responsible for periodic inspection of surface drains, v-ditches, swales, etc. located within the landscaped areas. These drains shall be checked to assure proper functioning prior to inclement weather. Contractor shall remove any debris or vegetation that may accumulate at the inlet and prevent proper flow of water. 25. MAINTENANCE INSPECTIONS 25.1. Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID during daylight hours. Such inspection 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 reporting system at: www.santa- clarita.com/e-service. 25.2. Monthly; 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 least one (1) week prior to such inspection. In addition, bi-weekly interim inspections may be made by Special Districts. 26. GRAFFITI ERADICATION AND CONTROL 26.1. Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, 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: www.santa- clarita.com/e-graffiti 26.2. The contractor may be required to remove small amounts of debris which would fit into a small pick up truck. In such cases the dump fee may be invoiced to Special Districts. Removal of larger items would be considered as an "additional work" item and subject to the terms of Section 5. 26.3. 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. 27. SLOPES AND NATURAL AREAS MAINTENANCE 27.1. Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of weed and debris removal as directed by Special Districts. 27.2. Fire Protection of slopes and natural areas: Contractor at his cost shall be responsible for all inclusive weed abatement, maintaining the brushed slope areas throughout the year in accordance with the below -identified height of weeds, dead wood removal in accordance with the 100' distance from dwellings or structures reauirements pursuant to Countv fire code. a. 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. b. Contractor shall perform, under the terms of this agreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: 1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure and all debris removed from the site. 2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off 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 3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout an 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 the contractor will be paid additional compensation at the rate specified in the form of bid. Contractor at his expense shall remove weeds to a distance of 30 feet measured from any sidewalk adjacent to a fire protection area twice a year. c. The maintenance of the manufactured slopes requires that the planted slopes be weeded on a regular basis throughout the year. Planted slopes which were not hydroseeded shall be kept weed free at all times and the use of chemicals is permitted. Planted slopes that were hydroseeded require weed removal by hand as the use of chemicals is not permitted. The removal of weeds by hand shall be performed each month from March through November during the term of the maintenance contract. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices or to plant material caused by lack of water. 28. SEASONAL COLOR AREAS 28.1. Annuals (flowers) shall be replaced as needed with appropriate varieties for each season to be approved by Special Districts prior to planting. Plant size shall be 4-inch pots when possible. The price of the annual color plants plus no more than a 15% markup will be paid by the City; contractor. under the terms of this agreement shall provide the labor. 29. IRRIGATED STREET TREE WELLS 29.1. Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree well irrigation system in accordance with Section 23 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 20 or these Specifications. 30. NON -LANDSCAPED MEDIANS & UNDEVELOPED MEDIANS 30.1. Contractor will provide periodic maintenance, according to routine maintenance scheduling, consisting of debris removal, weed abatement and mulch application. RESPONSE FORMAT AND SELECTION CRITERIA PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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. Please refer to the Document Checklist for submittal form requirements. 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 theCity. 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 decidingfactor. 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. 2.1.2.Team Composition: Contractor qualifications, staff qualifications, and number of staff provided. 2.1.3. Rotation Schedule: Use and mobilization of resources. Proposed timeline to service all areas. 2.1.4.Acknowledgement & Successful Understanding of Specifications: Proposed method and guidelines for adhering to the landscape maintenance requirements to include but not limited to: Description and clarity of approach in the areas of pro -activeness, responsiveness, familiarity with common concerns of the LIVID areas and problem resolution. 2.1.5.Cost of services provided 2.1.6. References 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 PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the 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 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-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa The City of Santa CIarita has adopted a Disadvantaged Business Enterprise (DBE) Program to support federally funded procurements. The City stronglyen courages 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: D°C-Xes 14 a 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: °C�Yes Pie 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: °C�Yes IN 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 ofthe Labor Code. It is not a violation ofthis section for an unregistered contractorto 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-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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: VIOLATION RECORDS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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 thistime.) 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-27license. PROACTIVE APPROACH FORM PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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 — LIST OF CREWMEMBERS PROPOSAL # LM D-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Provide information on, any and all applicable crewime-imbers. thiis includes the SILIjp,eI'Vi501', drew Yoreimaiin, certified arboriust (if applicable), cheirical aIjp,jpIHucator, irrigatibin sjpecia]hst, etc. L), Naire J013 L i cein se s /Ce rtff ical es 2), Naire J013 L i cein se s /Ce rtff kal es 3), Naire J013 L i cein se s /Ce rtff kal es 4), Naire Job Tille L i cein se s /Ce rtil kal es 5), Naire Job Tille 6), Naire Job Title 7), Naire Job Title EXHIBIT G1 — LIST OF CREWMEMBERS (CONTINUED) PROPOSAL # LM D-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 8) Name Job Title Liceinses/Ce,rtificate s 9) Name Job Title Licenses/Certificates 10) Name Job Title Licenses/Certificates 11) Name Job Title Licenses/Certificates 12) Name Job Title Liceinses/Ce,rtificate s 13) Name Job Title Licenses/Certificates 14) Name Job Title Licenses/Certificates 15) Name Liceinses/Ce,rtificate s Job Title *Attach additional pages as necessary for additional personnel. EXHIBIT G2 — LIST OF CREWMEMBERS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Supervisors C,revvurn�ernbe:ir TtI C,revvurnernbe:ir TRI C,revvurnernbe:ir 711e Crew #1 Qt.y.. of Weekly, IHo!urirs, Ot.y.. of Weekly, IHourirs Q.ty.. of Weekly, IHourirs, C.revvirnern bear 711� e, Q y.. of Weekly, IHourir�s, C.revvirnern bear 711� e, Q y.. of Weekly, IHourir�s, Crevvimiern beer Ttlbe, Qty. of Weekly, Hours C.revvirnern bear 711� e, Q y.. of Weekly, IHourir�s, Crevvimiern beer Ttlbe, Qty. of Weekly, Hours Crew, 2. C.revvimernbe:ir Mlle, Ql .y.. of Weekly Hours C.revvurnern bear Tt1� e, Ql .y.. of Weekly Hours C.revvurnern bear Tt1� e, Ql .y.. of Weekly Hours C.revvurnermrbe^ir Ttlle, Ql .y.. of Weekly Hours, C. re vvurn e rmr sae°ir Tt ill 5peclialllty Posiitiroinns. Ql .y.. of Weekly Hours, C.revvirnern bear 711� e, Q.ty.. of Weekly, IHourir�s, C.revvirnern bear 711� e, Q.ty.. of Weekly, IHourir�s, Specialty Posiitibins, Crevvimiern beer Ttlbe, Qty. of Weekly, Hour�s, C,rewimiern be:iir Ttlle, Ql .y.. of Weekly, IHi urirs, *Attach additional pages as necessary for additional personnel. EXHIBIT I — CERTIFICATIONS PROPOSAL # LM D-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Provide 11117fovrmaiion oral thie cemilli ad arbohst, chemilctil! appiTcalor, inigaflo,11 spscialist, crew foreman, Ilncludling name, ce111ifictition said whethierstan: or subcointractor, 4W� E 2) 2) 4) 5) 6) 7) PRICE SCHEDULE PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Pricing requested is per zone. Each zone MAY be awarded separately. Item Project Site No. 1. LMD Zone T23 Mountain View 2 LMD Zone T23A Mountain View Condos 3. LMD Zone T23B Seco Villas Total bid amount for items 1, 2, and 3. N Monthly Total Maintenance Cost Annual cost x12mos = x12mos = x12mos = Additional bid schedule sheets requested, 2 pages per zone. /annually /annually /annually PRICE SCHEDULE CONTINUED FOR ZONE T-23 PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional work requested by the City under this contract. LINE UNIT OF EXTENDED ITEM DESCRIPTION UNIT PRICE QUANTITY PRICE NO. MEASURE (unit price x quantity) Price for landscaped median 1 square 500 sq. ft. 1 maintenance with turf foot Price for landscaped median 1 square 1000 sq. ft. 2 maintenance for shrubs and foot ground cover Price for landscaped irrigated slope 1 square 500 sq. ft. 3 maintenance foot Installation of shrub, One gal. One (5) Five 4 container gallon Installation of shrub, Five Gal. Five (5) Five 5 container gallons Installation of tree — 24-inch box 24-inch (2) Two 6 container box tree Installation of tree — 15 Gal. 15-gallon (2) Two 7 container tree Turf Removal LINE UNIT OF EXTENDED PRICE ITEM DESCRIPTION UNIT PRICE QUANTITY MEASURE (unit price X quantity) NO. 1 Removal and disposal of turf 1 sq. ft. 500 sq. ft. PRICE SCHEDULE CONTINUED FOR ZONE T-23A PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional work requested by the City under this contract. EXTENDED PRICE LINE UNIT OF UNIT PRICE (unit price x ITEM DESCRIPTION MEASURE QUANTITY quantity) NO. 1 Price for landscaped median 1 square foot 500 sq. ft. maintenance with turf. Price for landscaped median 2 maintenance for shrubs and 1 square foot 1000 sq. ft. ground cover. 3 Price for landscaped, 1 square foot 500 sq. ft. irrigated slope maintenance. 4 Installation of shrub, one One gallon (5) Five gallon container. 5 Installation of shrub, five Five gallons (5) Five gallon container. 6 Installation of tree - 24 inch 24-inch box (2) Two box container. tree 7 Installation of tree -15 gallon 15-gallon (2) Two container tree PRICE SCHEDULE CONTINUED FOR ZONE T-23B PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional work requested by the City under this contract. LINE UNIT OF UNIT PRICE EXTENDED PRICE ITEM DESCRIPTION QUANTITY Q (unit price x quantity) NO. MEASURE Price for landscaped median 1 square foot 500 sq. ft. 1 maintenance with turf. Price for landscaped median 1 square foot 1000 sq. ft. 2 maintenance for shrubs and ground cover. Price for landscaped, 1 square foot 500 sq. ft. 3 irrigated slope maintenance. Installation of shrub, one- One gallon (5) Five 4 gallon container. Installation of shrub, five- Five gallons (5) Five 5 gallon container. Installation of tree - 24-inch 24-inch box (2) Two 6 box container. tree Installation of tree - 15- 15-gallon (2) Two gallon container tree LABOR PRICE SCHEDULE DETAIL PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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 proposal, but shall be used in evaluating cost estimates for "additional" or "extra" work requested by the City under this contract. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer Landscape / Construction Laborer $40.00 per hour $30.00 per hour QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour $65.00 per hour $45.00 per hour Please note: pricing increase allowance will be according to Consumer Price Index (see Section A, "Proposal Instructions, Item #13) *Please initial to verify acknowledgement of labor rates: (initial) N/A ADDITIONAL PRICING PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Do NOT include this pricing in the cost of your proposal response. Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications. These rates will not be used in evaluating the proposal, 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 Irrigation Laborer Hourly cost $ per hour Landscape Laborer $ per hour Please initial to verify acknowledgement of labor rates- (initial) ACKNOWLEDGEMENT & ACCEPTANCE OF SPECIFICATIONS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California 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 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa. 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 SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY PROPOSAL PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California NOTE: The following form shall be used in case check accompanies proposal. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the first contract year (365 days) of this proposal. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Proposer's Signature CONTRACTOR Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the proposer desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the proposal. PROPOSAL GUARANTEE BOND PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ,as PROPOSER, and , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is ten percent (10%) of the total of first contract year (365 days) amount which is proposed by PROPOSER, to AGENCY for the above -stated project, for the payment of which sum, PROPOSER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas PROPOSER is about to submit a proposal to AGENCY for the above -stated project, if said proposal is rejected, or if said proposal is accepted and the contract is awarded and entered into by PROPOSER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of 20_. PROPOSER SURETY* Subscribed and sworn to this day of 20 NOTARY PUBLIC *Provide PROPOSER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. 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.httu. 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 since) $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: LABOR AND MATERIAL BOND PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that ., as CONTRACTOR AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with CITY for the above -stated project, if CONTRACTOR or any subcontractor fails to payfor any labor or material of any kind used in the performance of the workto be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2021. CONTRACTOR: SURETY* Subscribed and sworn to this NOTARY PUBLIC Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. day of 12021. *Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representatives FAITHFUL PERFORMANCE BOND PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that , as CONTRACTOR, AND , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one - hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 20 CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of 120 *Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representatives. EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Commercial Grade Battery Powered Leaf Blowers to be used exclusively on all (3) three zones included in this contract. • Proper equipment required to perform pruning tasks including hand pruners, loppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • 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 such as the Rain Master Pro -Max • 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. Vi V. E E F Vc` ra m M LU 1g. .011,11q, 's vvg,'Vov 6 e- '3 I em id ArOF FIT"'Emmm . .. . .............. .. . . . . . . ................... .. . - .... .... ..... ... ...... .. ... . . ... — .. . . .... . ......... . ....... .. . . .............................. . .. . ........................ . .. . ....... . .. . .. . .. . ................................................................................. . .. .... .............. . .. . ..... . ............ . .. . ... . .. . .... 02. E 2 HN 0 c E E AN f IRiM . Sun 1 1w 13"', F ECAII PL Itl VAM k"(Y, Ut LH 4 lea0b 410 tz MIE)jr Is k, i�, U N N cu 0 a m U cu m cu N cu �U N Q U) 0 7-5 cu 0 W Q N co co z z N N N r� � a cn � a) z 0 0 Z Z z 34" ', ,,,,, Z Z z w cn z z z 0 0 z Zi z N N N cu v Z Z z N N N z I z z N 0 z z Z z z N N N LU w N N N >� a) 06 C O _0 N � a) O N Y U N L cu cu U � � U C z O aa)) U) c"Jn H �° `° J a 0 w CL O -0a) 0-0 a� E C a) a5 a3 a3 j Q a) (� U — W �� C a) � C �O O C: — O L U) O a) -O a) O- U L U C N c _ H U t co Q U 0 a U w 0 O U O a w (9 a J 7 Z 7 Q a a m w w Z Q 7 a) U C a3 7 H Q _ Q O � O C a) a3 z m m aa)i � a: U m a) fn w OU O O i a5 a) O O C 0 a) m a3 N p O- a3 O 7 7 a3 C U) D Cf) LL Cf) H ��"C. HERITAGE LACAPE L Since 1973 - Services in Los Angeles and Ventura Counties Proposal #LMD-20-21-31 Request for Zones T-23 Mountain View, Proposal: T-23A Mountain View Courtyard, T-23B Seco Villa City of Santa Clarita, California City of Santa Cla rita Submitted To: 23920 Valencia Blvd. Ste. 120 Santa Clarita, CA 91355-2196 American Heritage Landscape, LP 7013 Owensmouth Avenue By: Canoga Park, CA 91303 (818) 999-2041 Office (818) 883-7410 Fax Bid Date & Time: Thursday, April 22, 2021 at 2:00 pm 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 ME -HERITAGE� N LANDSCAFE 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, Proposal #LMD-20-21-31 Zones T-23 Mountain View, T- 23A Mountain View Courtyard, T-23B Seco Villa. 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 4/22/2021 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 LANDSCAPE LP 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 Proposal #LMD-20- 21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa. 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—three (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 4 — Will provide 1-F150 vehicle to do the necessary work for this region 5 —Will provide 2 blowers as needed 6 — Will provide 2 string trimmers as needed 7 — Will provide 1 edger to edge all lawn areas as needed 8 — Will provide 1 power sheer and 1 pole power sheers to hedge all shrubs in these properties 9 — Will provide sufficient hand tools as necessary; clippers, trash cans, leaf rakes, shovels etc. 10 — 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 11— 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 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 no (805) 647-5077 Tel (805) 647-7112 Fax C-27 License 891577 * www.americanheritagelandscape.com AMERICAN J9 HERITAGE LANDSCAPE LP Since 1973 - Services in Los Angeles and Ventura Counties respond immediately to all emergency calls and will be to the site within 2 hours of request. 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 04-22-2021 LOS ANGELES 7013 Owensmouth Avenue o Canoga Park, CA 91303 (818) 999-2041 Tel , (818) 883-7410 Fax VENTURA 1607 Los Angeles Avenue, Suite #1 o Ventura, CA 93004 (805) 647-5077 Tel o (805) 647-7112 Fax C-27 License 891577 * www.americanheritagelandscape.com AMERICAN 'HERITAGE '' G LANDSCAPE LP " 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. Greg Santamaria, Branch Manager Greg Santamaria is the current Branch Manager for our Ventura and Chatsworth Divisions and has been a member of the American Heritage team for six months. He began his career at Environmental Golf in 1997 as a landscape maintenance laborer working the Santa Barbara area. Over the years, Greg's hard work and commitment to personal self -growth have allowed him to move his way up the company and achieve many promotions. His recent move to American Heritage came from a desire to get back to focusing on his core values of taking care of his people and taking care of his clients. His exceptional customer service skills, integrity, quality focus and proven continuous successes have promoted him over the years to his role as LOS ANGELES 7013 Owensmouth Avenue � Canoga Park, CA 91303 n (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 LANDSCAPE LP ` Since 1973 ,T Services in Los Angeles and Ventura Counties Ventura County Branch Manager. As Branch Manager, Greg also oversees all Los Angeles county contracts ensuring that our clients are happy and satisfied with the work performed by American Heritage Landscape. Antonio Venegas, Supervisor Antonio Venegas is one of the production managers based in our Chatsworth Branch. He joined the company in 2016 and brings with him over twenty-five years of experience in the green industry. Antonio was instrumental in supervising the crews for the City of Santa Clarita in which he worked for the last few years. Antonio commitment to his crews and clients is what makes him such a valued member of the team. Jorge Rivas, Foreman Jorge Rivas will operate as the foreman if we are awarded this contract. He has been with American Heritage Landscape for over five years. He offers extensive knowledge of irrigation operations and general landscape maintenance. He has optimal leadership skills, presiding over landscape crews. Luis Ponce, Regional Irrigation Manager Luis has been in the landscape maintenance industry over 25 years. His career began at a young age working in his family's landscape company as a laborer. The expectation for Luis was to learn proper horticulture practices while developing his skills to produce high quality work. Later in his career he branched out to pursue his passion in Irrigation Management. After all, it is the foundation of all high -quality sustainable landscape projects. His passion is evident by obtaining multiple nationally recognized certifications; CLIA, CWM and CIT. He is dedicated to continued learning and remains active in professional organizations focused on Irrigation Management such as Irrigation Association, California Landscape Contractors Association and Factory Certification Programs through major Landscape Manufacturers. AMERICAN HERITAGE LANDSCAPE 04-22-2021 LOS ANGELES 7013 Owensmouth Avenue - Canoga Park, CA 91303 o (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 G LANDSCAPE LP Shove 1973 , Services in Los Angeles and Ventura Counties EQUIPMENT 2-F250 PICK UP 2-TOW BEHIND TRAILER 5-STIHL BLOWERS MODEL BR 500: These blowers are proven to be a low emission and quiet. 1-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 HT232 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. 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 (80S) 647-5077 Tel (805) 647-7112 Fax C-27 License 891577 * www.americanheritagelandscape.com AMERICAN HERITAGE LANDSCAPE LP Since 1973 , Services in Los Angeles and Ventura Counties STIHL BLOWER -MODEL BR-500 POWER TRIM EDGERS -MODEL 308-IC HONDA WALK -BEHIND MOWERS MODEL HRC216HXA 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 m (805) 647-7112 Fax C-27 License 891577 * www.americanheritagelandscape.com AMERICAN HERITAGE LArrnscArE LP Since 1973 Services in Los Angeles and Ventura Counties TORO WALK -BEHIND MODEL PH541V MARUYAMA POWER TRIMMERS -SHEARS MODEL HT232 MARUYAMA STRING TRIMMERS MODEL BC3020 LOS ANGELES 7013 Owensmouth Avenue o Canoga Park, CA 91303 - (818) 999-2041 Tel � (818) 883-7410 Fax VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 ,y (805) 647-5077 Tel - (805) 647-7112 Fax C-27 License 891577 * www.americanheritagelandscape.com AMERICAN ''HERITAGE LANDSCAPE LP Skwe 1973 Services in Los Angeles and Ventura Counties TORO RIDE ON MOWER MODEL 74409 Z255 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 o (805) 647-5077 Tel (805) 647-7112 Fax C-27 License 891577 * www.americanheritagelandscape.com AMERICAN LANDSCAPE LP Since 1973 - Services in Los Angeles and Ventura Counties Company Uniform Company Vehicle LOS ANGELES 7013 Owensmouth Avenue - Canoga Park, CA 91303 (818) 999-2041 Tel o (818) 883-7410 Fax VENTURA 1607 Los Angeles Avenue, Suite #1 Ventura, CA 93004 (805) 647-5077 Tel o (805) 647-7112 Fax C-27 License 891577 * www.americanheritagelandscape.com AMERICAN HERITAGE A-1 LANDSCAPE LP Since 1973 Services in Los Angeles and Ventura Counties FACILITIES American Heritage Landscape (Corporate Office) 7013 Owensmouth Avenue Canoga Park, CA. 91303 P: (818) 999-2041 F: (818) 884-4407 a elarids(:a exon-li American Heritage Landscape (Ventura) 1607 Los Angeles Avenue Suite # I Ventura, CA 93004 P: (805) 647-5077 F: (805) 647-7112 American Heritage Landscape (Chatsworth) 10201 Canoga Avenue Chatsworth, CA 91311 P: (818) 882-8031 F: (818) 882-8041 American Heritage Landscape (Paramount) 15713 Vermont Avenue Paramount CA 90723 P: (818) 968-3262 F: (818) 884-4407 AMERICAN HERITAGE LANDSCAPE 04-22-2021 Since l973 Services in Los Angeles, Ventura and Orange Counties LOS ANGELES 7013 Owensmouth Avenue - Canoga Park, CA 91303 (818) 999-2041 Tel R (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 NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the 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 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 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. ii. 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. D - YZ �?� - Authorized Signature: Date: rt ;, Printed Name: ACORDCERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYIfY) 164.� 4/1/2022 3/26/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer ri hts to the certificate holder in lieu of such endorsement(s(. PRODUCER Lockton Insurance Brokers, LLC CO NltlNl: " License #OF15767 PHONE FAX 4275 Executive Square, Suite 600 E-MAIL garc, No): La Jolla CA 92037 ADDRESS: (858) 587-3100 INSURERISI AFFORDING COVERAGE NAIC # INSURER A.. Trans ortation Insurance Comm and 20494� ... �.m .. .. INSURED Amencan Heritage Landscape, LP INSURER B Continental CasuallvC01 1 1 20443 1341601 7013 Owensmouth Ave INSURER �c„ Great American Insurance C2ML)any 16691 Canoga Park CA 91303 INSURER D :Everest National Insurance Coman 10120 g ..... INSURER E : INSURER F : COVERAGES AMEHE08 CERTIFICATE NUMBER: 11818421 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OFINSURA INSURANCE AbbLSUB-.. R POLICY NUMBER POLICY EFF aEFF MMIDDIYYY w.w ,,,, POLICY EXP MM/DDFYYYY LIMITS N 4022978129 4/1/2021 4/1/2022 OCCURRENCE 00 A X COMMERCIAL GENERAL LIABILITYN I CLAIMS -MADE � OCCUR ��O � � IT$ 500 OD 0 X 10,000 Ded. MED EXP (Any one frm��rasro� PERSONAL & ADV INJURY $ 1„�LQ(] DDQ ........... GEN'P....._.APPLIES2 000 0 OLICYE� PRCT ❑OC PRODUOTSGCOMP/OP AGG $ 2,000,000 .. .. OTHER: I $ B AUTOMOBILE LIABILITY N N 5091505672 4/1/2021 4/1/2022 COMBINED S NGLE LIMIT $ Eaaccidenjt 1,000,000 ........... X ANY AUTO BODILY INJURY (Per person) $�� OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ XXX3�XXX DAMAGE ', $ XX� �' X HIRED X NON-OWAUTOS NED AUTOS ONLY PerOP.ERZ Co 1 $ 1,000 X Com . Ded. $ 500 C UMBRELLA LIAB X OCCUR N N TUE033265812 4/1/2021 4/1/2022 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5 000 009 X EXCESS LIAB CLAIMS -MADE DIED RETENTION $ $0 $ XXXXXXX D WORKERS AND COMPENSATION TY EMPLOYERS'LIABILITY N CA10002691211 4/1/2021 4/1/2022 PER TH- X STATUTE ER E.L. EACH ACCIDENT $ 1,000ADO ANY YIN PROPRIETOR/PARTNER/EXECUTIVE I N / A OFFICER/MEMBER (Mandatory EXCLUDED? N m NH) E.L. DISEASE - EA EMPLOYEE $ DEes, describe under OF OPERATIONS below SCRIPTION E.L. DISEASE - POLICY LIMIT ...1,000„000 $ 1 000, 000 DESCRIPTION OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) pOF �w;�°�_N4 ( U .,11, (111 I (.1 ff ,, A, E`,yC' F F" I� � ��� ��� � � � If �; r CERTIFICATE HOLDER CANCELLATION See Attachment 11818421 Evidence of Insurance SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE M © fg 015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Named Insured Continued dba Heritage Landscape dba American Wholesale Nurseries Owensmouth Partners, LLC, a California Limited Liability Company Bennett Road Partners LLC dba Custom Lawn Services dba American Landscape Management dba American Heritage Growers American Heritage Landscape LP 401 K Plan Price AHL, Inc. Price Landscape Development, LP Price LD, Inc. Attachment Code: D463997 Master ID: 1341601, Certificate ID: 11818421 N/A DESIGNATION OF SUBCONTRACTORS SUBCONSULTANTS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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 Y. 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. ........W.. _._ Subcontractor DIR Registration No. Dollar Value of Work Age of firm: DB& Yes No 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: DBEi Yes Ne Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: ...... Phon...e Subcontractor DIR Registration No. Dollar Value of Work Age of firm: ...._............ ��... .... ... ..... _________ _. ..... �........ �_ye5�o Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Wo11 rk License No. Exp. Date: / / ....mm—... 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-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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. 3. LA County InternalService Department- 1100 N. Eastern Ave., Los Angeles, CA 90022 .......... _.........._� _ �......_.... �.............._............_..__..w....w......_............ __...__........._....._____________..._......__..._.... Name and Address of Owner / Agency Danny Esparza (562) 445-1530 Name and Telephone Number of Person Familiar with Project $840,030 Landscape Maintenance 2014- Present Date Contract Amount Type of Work Date Completed City of Westlake Village- 31200 Oak Crest Drive, Westlake Village, CA 91361 Name and Address of Owner / Agency Tim Iverson (818) 706-1613 Name and Telephone NumbermofmmmmersonmF 'liar with 1 Person Familiar h Project $369, 612 Landscape Maintenance 2012- Present Date Contract Amount Type of Work Date Completed Los Angeles County Public Works- 28245 Avenue Crocker, Santa Clarita, CA Name and Address of Owner / Agency Rudy Lopez (626) 300-3253 Name and Telephone Number of Person Familiar with Project $118,967 Landscape Maintenance Contract Amount Type of Work 2014- Present Date .... ................. .._. Date Completed leted The following are the names, addresses, and telephone numbers of all brokers and sureties from whom Proposer intends to procure insurance bonds: Harrison Toshioka, Lockton Insurance Brokers LLC 777 S. FiLweroa„ 52nd Floor Los Angeles, CA 90017 License #OF15767 AMERICAN HERITAGE LANDSCAPE LP Since 1973 Services in Los Angeles and Ventura Counties REFERENCES City of Westlake Village 31200 Oak Crest Drive Westlake Village, CA 91361 Tim Iverson /Public Works Inspector (818) 706-1613 Tim@wlv.org Current Annual Contract Amount: $369,612 American Heritage has been maintaining the City of Westlake Village since 2012. The work performed for the city includes daily professional landscape and irrigation maintenance services. The locations maintained by American Heritage include all city streetscapes, various city parks and freeway. We provide the city with an irrigation technician at all times and seven other crewmembers to take care of the mowing and take care of all other landscape needs. LA County Internal Service Department 1100 N. Eastern Avenue East Los Angeles, CA 90022 Danny Esparza/Building Complex Manager II (562) 445-1530 DEsparza2@isd.lacounty.gov Current Annual Contract Amount: $840,030.48 American Heritage has been maintaining various LA County buildings since 2014. The work performed for this contract includes regular landscape maintenance. As outlined in their contract, American Heritage is responsible for mowing, edging, detailing, weed control, litter control and irrigation maintenance. We currently provide them with six member crews to take care of any and all landscape needs. AMERICAN HERITAGE LANDSCAPE 4-09-2021 Since 1973 Services in Los Angeles, Ventura and Orange Counties LOS ANGELES 7013 Owensmouth Avenue a Canoga Park, CA 91303 , (818) 999-2041 Tel � (818) 883-7410 Fax C-27 License 891577 * www.americanheritagelandscape.com AMERICAN HERIAGE LANDSCAPE Sbwe 1973 Services in Los Angeles and Ventura Counties REFERENCES City of Santa Clarita 23920 Valencia Blvd Valencia, CA 91355 Andrew Thompson (661) 510-1808 ATHOMPSON@santa-clarita.com Current Annual Contract Amount: $486,720.00 American Heritage has been maintaining the City of Santa Clarita since 2011. We currently mow about fifteen acres of turf and provide regular landscape maintenance to two sites in the city. We provide them with an irrigation technician at all times and other crew members to manage the mowing and other landscape needs. Los Angeles County Public Works 28245 Avenue Crocker, Santa Clarita, CA 91355 Rudy Lopez (626) 300-3253 rulopez@dpw.lacounty.gov Current Annual Contract Amount: $185,967.00 American Heritage has been maintaining various locations for the county of Los Angele since 2014. The work being performed includes landscape and irrigation management, fertilization, weed control, pruning, mowing, and edging. The locations include Montebello Zone #35, Hacienda Zone #34, Vista Grande Zone #28, Rowland Heights Zone #43, and Rancho El Dorado Zone #58. We provide these locations with an irrigation technician to oversee all irrigation management needs and six other crew members to handle all landscape needs. AMERICAN HERITAGE LANDSCAPE 4-09-2021 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 C-27 License 891577 * www.americanheritagelandscape.com AMERICAN LANDSCAPE LP Since 1973 � Services in Los Angeles and Ventura Counties REFERENCES City of LA Department of Recreation and Parks 6335 Woodley Avenue Van Nuys, CA 91406 Jacqueline Lopez (213)675-2857 jacqueline.g.lopez@lacity.org Current Annual Contract Amount: $395,310.00 American Heritage has been maintaining various site for the City of LA Department of Recreation and Parks since 2017. We currently provide regular landscape maintenance to twenty-two (22) different sites in the city. We provide them with an irrigation technician at all times and seven other crew members to manage the mowing and other landscape needs. AMERICAN HERITAGE LANDSCAPE 4-09-2021 Skwe 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 C-27 License 891577 * www.americanheritagelandscape.com VIOLATION RECORDS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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 thistime.) 2) In the year of 2020, what was the longest stretch of days worked without an accident in the landscape maintenance division? 184 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-27license. None PROACTIVE APPROACH FORM PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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? We have the reatest confidence in our abilit%, to rovide s )ecialized t ualit . landsca 2e and water management services for your community. Therefore, implementing a proactive a roach for the City of Santa Clarita is vital. Here is our a rroach in ensurin -, ¢ ualitv work is met. • Consistent Schedule: Our team will visit the site weekl on constant da s throu shout the ear. Our weekly task calendar, sequence map, quality inspection reports, and punch lists along with relentless execution allow us to provide consistent service to all areas of the community as well as be proactive, flexible and responsive when changes to the landscape occur due to climate change, natural forces, etc. You will know exactly where and when the crews will be on site. • Consistent Communication: Your Account Manager will be on site weekly and will be available to walk the sites with you or your managers at your convenience. This manager will be dedicated to your account and will available via cell phone, email, and text correspondence. The advantage is that it will resolve any landscape communication issues immediately and reduce the amount of time you spend managing the landscape on the different sites. • Attention to horticultural and aesthetic details that impact your property: Our landscape team will pay particular attention to the focal points, entry drive way, quality of turf, and other areas. We will properly prune trees, shrubs, detail plants, blow parkways, and pick up debris. Upon start-up you will notice positive changes in these areas and will be vigilant in monitoring the whole site to assure increased beauty in all areas of the properties. • Quality Control: We provide several quality control methods in place to ensure accountability and achieve quality performance. Your Account Manager will complete a punch list and evaluate the crew's accomplishment of this list weekly. Our internal quality control methods allow you and your managers to focus on other important managing functions. *Attach additional pages as necessary. Landscape Management Time Line 30 Guys: 1. Implement Job Sequence schedule per color coded map and daily schedule 2. Weed control applications 3. Begin Irrigation Evaluation per station; Evaluation will be run per quadrants. Analyze & adjust run time, analyze prosper coverage and note breaks for repair. 4. Begin Weekly Meter Reading for Water Usage Management 5. Develop missing/dead plant list with proposal for budget consideration 6. Soil test and results in specific locations/specie of poor performance 60 [days: 1. Revise sequence map and daily schedule 2. Revise run times on controllers per wet and dry locations along with water meter reading analysis. 3. Complete proposals for irrigat%on repairs and/or upgrades required 4. Winter rejuvenation pruning per quadrant (specie specific) 5. Fertilizer application and plant health care treatments performed 90 days: 1. Sequence and daily schedule finalized 2. Station run times finalized 3. Conclusions and suggestions from plant health care treatments 4. Re -cap of Water deter Readings, suggestions and results of % Water Savings 5. Meeting with customer team and review progress, proposals and suggested improvements and develop next 90 day goals and timeline. EXHIBIT GI — LIST OF CREWMEMBERS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa ProWde hid'onnabon on arty and all appficable crewmeirnbers 'This Mcludes the supervisor, crew forleirnan,, ce-Affied airborist (If applicable), chernicF.0 applicater-, Irwigaboin speciahst,. etc.. it NameAntonio Venegas -IobTrde Production Manaaer 21 Namejor2c Rivas fokw IrIftle oremn Lkenses/CertffiEates 3) Name Martin Chavez k!wb Title Foreman 4) �vwne: Fidel Rod' Imblifle— Foreman Licenses/CeAfficaturns 51 Name Jose A,�tjilar Ink) TIRIe Crew Member Lj ceins.n/Ce rtificates 6rare Antonio Magana lobl'itle Crew Member ILiceivi,!�'L,sir.,L,rtifh,stes 71 maple Samuel Gonzalez Job Tifle Crew Member Licenses[Certfficates EXHIBIT G1— LIST OF CREWMEMBERS (CONTINUED PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa s) Name _wwwwwwwBartolo Mauna Job Title Crew Member Liicenses/Cert ) Dame Job ILicenses/Certificates 10) Name ]Eustollio ]Porras U ce uses/Certificates N._i ce uses/Certiificates Licenses/Certificates 13) Game Licenses/Certificates Job Title Irrigation Technician Job 'Title Job Title Job Title 1) Dame Job Title ILii ce n ses/Ce rttificates 15) Name Job Title, Licenses/Certificates *Attach additional pages as necessary for additional personnel. EXHIBIT G2 - LIST OF CRIEWMEMBERS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa sulpervil".'-wrs QewrnembeF ritle:-Production Manager QtV. of We6k,]V Hours 20 Cre!iivr,"ine�i,61,ber,°"ir,iitiie Foreman Qty. of VVeekly ljoug,!; 40 CrewNnejvdx,r,j,jtje Foreman Qty. of Weekly jj0jujrs 40 Crewinein lwr'l itle-Laborer Qty, of' Weekly 11ours 40 Criewmieniber, Iffile Laborer Qty.. of Wt!ekly I 11DUrs 40 Orewnienibiv, iritte Q11Y of Weekly I Licnas CIFIErmurtleintier "Fide C11 y � of We�ekly 1, ious s My- of Weekly I fours Irrew #2 (]�irewsnevnbez Tiftle Laborer My,. olf'%Yeekly Hottys 40 Ci evvrnernber,rEtjq�r- Laborer ()ty, of Week)�,, Plours 40 Crewmeirnber-[rjje Laborerrrrs:r40 Crewirneiviber Iritrie Laborer Crewirnevinimt., ril.le Laborer Specialty Positions (1,kV. of Week1V tiours 40 City. of Weekly tiolurs, ............................ 4j) Uiewimeniobeg TH-lieJai ration Technician Qty-cf Mhl!ekly licr,urs 40 Criewimlember Tftfi;1111�1 of Weekly Hours,_ Specialty Positicms Crewmevv'ubeir Utle MY � of Wee kly tiours 0'etwniarri1er Title My., of Week,tv jjjDUrr5, *Attach additional pages as necessary for additional personnel. EXHIBIT I — CERTIFICATIONS PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Provide h1onviabon on 9"m c(-iirtffied art)orlst,, cheirnical applicator, lrdgafior� speir;niafls't, ia�,a%v for prnar,j irwitiding munG, imutlfiaboin raindwhetherstag' msulx*ntraclor, Staff 1) Andrea Musick- Staff - if ed Ap _plicators License # 1005 3 0 2) John Fluharty- Staff- Certified Arborist WE-8112A & VVE-486-A 3) _Luis Ponce- Staff- Certified IrrigptiqqqpeqiaIist #114285 10) - - ------ CONTRACTORS , dCa STATE LICENSE BOARD ACTIVE LICENSE ®„ 891577 Emfy PART Eu��ss AMERICAN HERITAGE LANDSCAPE LP CAasf,fic�wQsf C27 E�rebon6� 02/28/2023 www.cslb.ca.gov A;Mo pN N ZZ r r y F� m IL 'ate V 7 o J ° q q a o'� CY YW M UN= c� C VDU G V u"i it (A co Z Q fJ1 0 C7 o W °' =IU Z z Q�U lecu�l■■8280 Willow Oaks Corporate Drive"14 �on Suite 630 S��� li�uw i Cerfif*edl ASSOCIATION Fairfax, VA 22031-4507 Tel: 703.536.7080 II R Ft U V u A 11 . N iA "wu 15p, 0 I'� � A 7,�' I 0 &,Y Fax: 703.536.7019 CATS: Certified Agricultural Irrigation Specialist CAWM: Certified Agricultural Water Manager CGIA: Certified Golf Irrigation Auditor CIC: Certified Irrigation Contractor CID: Certifed Irrigation Designer CIT: Certified Irrigation Technician CLIA: Certified Landscape Irrigation Auditor CLIM: Certifed Landscape Irrigation Manager CLWM: Certified Landscape Water Manager www.irrigation.org I certification@irrigation.org Jose Ponce CIT, CLIA Certification ID#: 114285 Expiration Date: 12/31/2021 CEU Cycle: 1/1/2020 to 12/31/2021 4/21/2021 Verify an ISA Credential (http://wwwi (/home) (http://wwwi sa- tcc-isa.com/) (/home). ..- TREESAM �' y wwtvtm�rogood.org ��� � Brought to pon by ISA. About (https://www.treesaregood.org/about) Tree Owner Information (https://www.treesaregood.org/treeowner) Educational Activities (https://www.treesaregood.org/education) Find an Arborist (https://www.treesaregood.org/findanarborist) Get Involved(https://www.treesaregood.org/getinvolved) Newsroom (https://www.treesaregood.org/newsroom) Shop (https://www.treesaregood.org/shop) About ttps://www.treesaregood.org/abo -Patrons .ps://www.treesaregood.org/pat:r Tree Owner Information ftps://www.treesaregood.org/tree JBenefits of Trees .ps://www.t:reesaregood.org/t:ree ier/benefitsoftrees) Choosing the Right Tree .ps://www.treesaregood.org/tree ier/choosingtherighttree) Managing Tree Hazards and Risk .ps://www.treesaregood.org/t:ree ier/treehazards) Plant Health Care .:ps://www.t:reesaregoo,d.org/t:ree ier/planthealtheare) 'APlanting a Tree ps://www.treesaregood.org/tree :-Pruning Your Trees ps://www.treesaregood.org/tree -;Tree Owner's Manual ps://www.treesaregood.org/tree � -Why Hire an Arborist? ps://www.treesarego( "3Translated Brochures ps://www.treesaregood.org/tree Educational Activities t!ps-j/www.treesaregood.org/edu Find an Arborist ttps:/Iwww.treesaregood.org/find Home (http://www.facebook.com/pages/TreesAreGoodorg/1175726349875QI). (https:/*mm"esaregood orgy Find an Arborist ISA Verify an ISA Credential (hgpsa/wuvw,treesaregood.org/findanarboristIvelft Credential Verification Certitfcation ID search 'WE-8112A' returned 1 records Back to Search State � �Name lilrminvL- i I i I John D. Kuharty Newbury 4 CA UNITED p ISA Certified ArboristO Park ! STATES ISA Tree Risk Assessment Qualification Explanation of ISA certification credentials (h.Us://wwwisa-arbor.com/Credentials/Which-Credenti1- is_Right-for-You), Exl;vlanabon of ISA q ficgi gi.4§.,(https viwwisa-aibor.com,'Credenti such ; rt: Ienual-i-Righh-- f r-youti�C_grtYt) Ii AFind an Arborist https:/Amww.treesaregood.org/fiindanarborist/verify 1/2 Maintain mapping_ of all irrigation Submit weekly landscape update Submit annual soils reports and discuss Submit annual landscape budget for review ieview and discuss annual tree report from arborist _ _ — dentify and maeall problematic areas nigation Inspection complete den bare.._.�...,...,...µ.....,....w.�_ My .. ___.. slope areas that will require straw waddle before rain season Meet with biologists on mitigation areas — -�- Mow Trim Edge Blow Weekly_ - kerification (1 :?x peryyear as needed) )yerseeding Perennial Rye �F�xtra) )verseeding Tall Fescue (Extra) [hatching fAs Needed)._ __ __ 'ertilize ire -emergent Crabgrass post Emergent 5!Muwass >ast Emergent Oxalis/Clover !ost Emerg" Broadleaf Weeds ied�e Postemergent— 'rimming & Edgin�as re uired) 're-emergent Weeds in Planters/Slopes 're emergent eidi In Plarrterr:- l6 es Pro/Pm x)_ Sedge Postemer,�ent Mte Control Growth Regulator ication as required Fertilizer Remove weeds in: planter beds, hardscape and entrX planters -- AAuich planter beds at 2 wdh stabilized organic_compost ,. Insect and disease control application fbr treatable diseased plants Limb up trees__under 1V where appropriate Tree Pest / Disease Control (as needed) _ Fertilizer ..__ Ma°intain 1 &' tree wells around the base of all trees in turf Inspect project for surface roots that may cause damage Annual Arborist Report and Tree Care Plan Water times adjusted weekly or as needed seasonally All systems visually observed once monthly_ ET Communication and Software Check Complete Sysfem Function and Coverage Cheok Ne ie agustment toto riser heights_ need_ — _. _ ._ Pressure regulating ulatin devices Inspected monthly y 11-ditch and surface drains will be inspected during 9 Ms wid ir tr re.41, ror°,w Iri inclement weather Spray and kill all weeds in hadscae Graffiti will be noted and reported to owner Leaf & Ce Cleanup Fueq lubd 5,Q Rotation Schedule 2 MONDAN �r lWEDNEV)AY FIRDAY f M !W d PRICE SCHEDULE PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Pricing requested is per zone. Each zone MAY be awarded separately. Item Project Site No. 1. LMD Zone T23 Mountain View Monthly Maintenance Cost 519,768 x12mos 2 LMD Zone T23A $16,476 x12mos Mountain View Condos 3. LMD Zone T236 $4 766 x12mos Seco Villas ... Total bid amount for items 1, 2, and 3. $ 492.120 Additional bid schedule sheets requested, 2 pages per zone. Total Annual cost S237012 6 /annually _ $197,712 /annually _ _................... $.._57,192 .............. /annually PRICE SCHEDULE CONTINUED FOR ZONE T-23 PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional work requested by the City under this contract. m. LINE ����� UNIT OF _ ... �� ------------ EXTENDED ITEM DESCRIPTION UNIT PRICE QUANTITY PRICE NO. MEASURE (unit price x quantity) Price for landscaped median 1 square 500 sq ft. maintenance with turf foot $ 30.00 Price for landscaped median 1 square 1000 sq. ft. 2 maintenance for shrubs and foot $ 0.03 $ 30.00 ground cover ... ' Price for landscaped irrigated slope 1 square 500 sq. ft. 3 maintenance foot $ 0.015 $ 7 50 4 Lion of shrub, One gal. One $12.00 (5) Five _.. .�....... . $ 60.00 container ...o tai g d� .... Installation of shrub, Five Gal. Five Five 5 O Five $175.00 5 container gallons $35.00 ................ _ _m .... �.............. Installation of tree — 24-inch box 24-inch (2) Two 6 _...... container box tree � 350.00 $700.00 Installation of tree —15 Gal. 15-gallon (2) Two container tree $115.00 $230.00 Turf Removal LINE ......._� ITEM DESCRIPTION UNIT OF UNIT PRICE QUANTITY EXTENDED PRICE NO. MEASURE (unit price X quantity) 1 Removal and disposal of turf 1 sq. ft. $ 1.10 500 sq. ft. $550.00 PRICE SCHEDULE CONTINUED FOR ZONE T-23A PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional work requested by the City under this contract. LINE EXTENDED PRICE ITEM DESCRIPTION UNIT OF UNIT PRICE QUANTITY (unit price x NO. MEASURE quantity) 1 Price for landscaped median 1 square foot $ 0.06 500 sq. ft. $ 30.00 maintenance with turf. Price for landscaped median 2 maintenance for shrubs and 1 square foot $ 0.03 1000 sq. ft. $ 30.00 ground cover. 3 Price for landscaped, 1 square foot q $ 0.015 500 s ft. q $ 7.50 irrigated slope maintenance. 4 Installation of shrub, one One gallon g $12.00 (5) Five $ 60.00 gallon container. 5 Installation of shrub five Five gallons $35.00 (5) Five --.— ---------- -............ $175.00 gallon container. mmmmmmm ._....— --- _----------- .-.. -_........-- 6 Installation of tree - 24 inch 24-inch box $ 350.00 (2) Two $700.00 box container. tree 7 Installation of tree -15 gallon 15-gallon $115.00 (2) Two $230.00 container tree PRICE SCHEDULE CONTINUED FOR ZONE T-23B PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional work requested by the City under this contract. LINE UNIT OF UNIT PRICE EXTENDED PRICE ITEM DESCRIPTION MEASURE QUANTITY (unit price x quantity) NO. ...._ .Price �....�.wW for landscaped median 1 square foot .....� .......__ww.......� ...� 500 sq. ft. ..m 1 maintenance with turf. $ 0.06 $ 30.00 66 for landscaped smmm 1 quare foot ....................� 1000 sq. ft. . ....... 2 maintenance for shrubs and $ 0.03 $ 30.00 ground cover. Price for landscaped, p 1 square foot 500 sq. ft. 3 irrigated slope maintenance. $ 0.015 $ 7.50 Installation of shrub, one- One gallon $12.00 (5) Five ..._ .............. $ 60.00 4 gallon container. Installation of shrub, five- Five gallons . ITm 5) Five gallon container. $35.............._. 00 $175.00 Installation of tree....._..............�..._w - 24-inch .....� .e.... 24-inch box ,,���......_ (2) Two ... 6 box container. tree $350.00 $700.00 Installation of tree - 15- 15-gallon (2) Two gallon container tree $115.00 $230.00 LABOR PRICE SCHEDULE DETAIL PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa 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 proposal, but shall be used in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer Landscape / Construction Laborer $40.00 per hour $30.00 per hour QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour $65.00 per hour $45.00 per hour Please note: pricing increase allowance will be according to Consumer Price Index (see Section A, "Proposal Instructions, Item #13) *Please initial to verify acknowledgement of labor rates: (initial) N/A ADDITIONAL PRICING PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa Do NOT include this pricing in the cost of your proposal response. Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications. These rates will not be used in evaluating the proposal, 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 Irrigation Laborer Hourly cost $53.00per hour Landscape Laborer $ 35.00 per hour Please initial to verify acknowledgement of labor rates- (initial) 7M, v N L T-23A Mountain View Courtyard, T-23B Seco Villa. The Contractor will be expected to perform iTm4*rtai-mYc&-XTix&es length of the contract. 22M *Estimatoes Signature._ --Date: *Owner's Signature: Date. -- LL', -I *A11 three signatures required Addendum No.1 April 7th, 2021 Addendum No. 1 PROPOSAL # LMD-20-21-31 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following for this Request for Proposals (RFP): I. PRE -PROPOSAL MEETING a. The pre -proposal meeting taking place via Zoom on April 8, 2021 at 2:OOPM has been cancelled. If there any questions, please submit them to BidNet via the Q&A portal. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. tractor's Representative G/yy p f Company Name Date PROPOSAL # LMD-20-21-31 Addendum No. 2 April 22, 2021 Addendum No. 2 Zones T-23 Mountain View, T-23A Mountain View Courtyard, T-23B Seco Villa This addendum must be acknowledged via Bid Net and should be included with the proposal response. The purpose of this addendum is to address the following for this Request for Proposals (RFP): I. REMOVAL OF BOND REQUIREMENTS The bond requirements for this RFP have been withdrawn. The following bonds will no longer be required for this project: 1. Proposal Guarantee Bond 2. Labor and Materials Bond 3. Faithful Performance Bond II. PROPOSAL CLOSING DATE CHANGE The proposal closing date will be change from April 22, 2021 before 11:00 AM to April 26, 2021 before 9:00 AM. This addendum must be acknowledged via BidNet and should be included with the proposal response. Date American Heritage Landscape Company Name PROPOSAL # LMD-20-21-31