Loading...
HomeMy WebLinkAbout2021-05-25 - AGENDA REPORTS - LMD CONTR 2008 1 (2)Agenda Item: 13 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: May 25, 2021 SUBJECT: AWARD LANDSCAPE MAINTENANCE CONTRACT FOR LMD ZONE 2008-1 (AREAWIDE MAJOR THOROUGHFARE MEDIANS) DEPARTMENT: Neighborhood Services PRESENTER: Valerie Ferchaw RECOMMENDED ACTION City Council: 1. Award a two-year contract to Stay Green, Inc., to provide landscape maintenance services for Landscape Maintenance District Zone 2008-1 (Areawide Major Thoroughfare Medians) for an annual base amount of $748,500, plus an additional $184,275 in annual contract expenditure authority to address unforeseen maintenance, repairs, or the potential inclusion of an extra landscape crew member, for a total two-year amount not to exceed $1,865,550. 2. Authorize and appropriate an ongoing base budget increase from Areawide Fund 367 to account number 12712-5161.010 in the annual amount of $83,000 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 $932,775; plus, an adjustment in compensation consistent with the appropriate Consumer Price Index, upon formal request of the contractor, contingent on 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 Landscape Maintenance District (LMD) providing landscape maintenance services through contracts with private companies. The City conducted a Request for Proposal (RFP) No. LMD Page 1 Packet Pg. 71 20-21-23 to solicit proposals from qualified landscape vendors for the maintenance of LMD Zone 2008-1 (Areawide Major Thoroughfare Medians). 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 website on February 25, 2021. The City transmitted the solicitation to 227 vendors, in addition to the Santa Clarita Valley Chamber of Commerce and the Valley Industry Association. Thirty-three companies downloaded the RFP, and two 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 selection criteria above. The results are shown below: BID COMPANY LOCATION PROPOSAL POINTS AMOUNT AWARDED Proposal 1 Stay Green, Inc. Santa Clarita, CA $748,500 262.33 (Recommended) Proposal 2 Brightview Landscapes, Inc. San Fernando, CA $889,320 220.67 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. The evaluation team determined that Stay Green, Inc.'s (Stay Green) team composition, crew structure, and rotation schedule is best suited to oversee median landscape maintenance activities and provides the best overall value to the community. Stay Green's proposal dedicates 2,348 hours each month towards landscape maintenance field labor, representing a 31 percent increase in total labor hours as compared to the current maintenance contract. Furthermore, Stay Green's proposal also identifies 232 hours in dedicated management support each month towards overseeing landscaped median operations. Page 2 Packet Pg. 72 As part of the recommended contract, Stay Green is required to incorporate all labor for irrigation repairs into their base proposal for monthly recurring maintenance services. This is in contrast to previous contract terms where labor for irrigation repairs constituted extra work beyond the scope of recurring monthly services. In previous years, labor costs associated with irrigation repairs have ranged from $135,000 to $150,000 annually. While incorporating all irrigation repair labor into the cost for recurring monthly maintenance services will be financially advantageous and primarily offset by anticipated reduced maintenance and repair expenditures, staff is requesting an ongoing base budget increase of $83,000. This requested base budget adjustment reflects changes in prevailing labor costs since 2016 and funds the increased level of landscape maintenance services identified in the contract performance specifications. As part of this action, staff recommends increasing the annual expenditure authority associated with this contract by $184,275 to address unforeseen maintenance, repairs, or the potential inclusion of an extra landscape crew member. 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 Stay Green under this contract will require advance review and authorization by the City's Special Districts Division. Staff has completed a due -diligence review of Stay Green'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 Stay Green. ALTERNATIVE ACTION 1. Do not award contract to Stay Green, Inc. 2. Other action as determined by the City Council. FISCAL IMPACT There is no impact to the General Fund. The recommended action requires an ongoing expenditure increase in the annual amount of $83,000 from Areawide Fund 367 to Account No. 12712-5161.010 to support recurring landscape maintenance services for Zone 2008-1. ATTACHMENTS RFP4 LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians Final (available in City Clerk's Reading File) Page 3 Packet Pg. 73 Of' 01, 3ANTA CLARITA NOTICE INVITING PROPOSALS CITY OF SANTA CLARITA NOTICE INVITING PROPOSALS Project Name: 2008-1 Area Wide Major Thoroughfare Medians PROPOSAL #: LMD-20-21-23 Proposal Opening: March 30, 2021 at 11:00 AM PST Last Day for Questions: March 17, 2021 at 11:00 AM PST Engineer's Estimate: $750,000 License(s) Required: C-27, CLIA Certification Project Description: The City of Santa Clarita, Landscape Maintenance Districts (LIVID) is soliciting proposals from qualified landscape companies for landscape maintenance of the City of Santa Clarita LIVID Zone 2008-1 Major Thoroughfare Medians. Pre -Proposal Meeting: Yes, March 101" at 10:00 AM PST via Zoom. Zoom link found in Scope of Work. Prevailing Wage: Yes Required Contractor Only proposals submitted by bidders (along with all listed subcontractors) that & Subcontractor are currently registering and qualified to perform public work pursuant to Labor Registration: Code Section 1725.5. Bond Requirements: Yes Contact Information: Jonathan Cosh Phone: 661-286-4187 Email: jcosh@santa-clarita.com Specifications for this request for proposals (RFP) may be downloaded from the City's Purchasing website at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and RFP requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the RFP documents is available upon request in the City Clerk's office, suite 120. RFP Questions must be submitted electronically via the BidNet "Question and Answer" tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the proposal response. If addenda are not signed and submitted with the proposal response, the submission may be deemed non- responsive and rejected. Dates Published: February 25, 2021 PROPOSAL INSTRUCTIONS PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians 1. SUBMITTING PROPOSALS. 1.1. The response must be submitted on this form and include all forms provided or information requested or required by the scope of work or specifications, (uploaded via BidNet). 1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be submitted to support the total proposed price. 1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be responsible for proposals not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is the vendor's responsibility to monitor BidNet for release of the addenda prior to submission of the quote to make certain the package is complete and all required addenda are included. This information will be available via BidNet. Vendors are cautioned against relying on verbal information in the preparation of proposal responses. All official information and guidance will be provided as part of this solicitation or written addenda. Addenda, if issued by the Agency, will be transmitted via BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed version submitted with the proposal. If addenda are not signed and submitted with the proposal response, the proposal may be deemed non -responsive and rejected. 3. AWARDS. 3.1. The City reserves the right waive any informality in any proposal. 3.2. This RFP does not commit the City to award a contract, or to pay any amount incurred in the preparation of the proposal. The City reserves the right to accept or reject all proposals received as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part or in its entirety. The City may require the selected consultant to participate in negotiations and to submit such technical, price, or other revisions of the proposal as may result from negotiations. The City reserves the right to extend the time allotted for the proposal, and to request a best and final offer, should it be in its best interest to do so. 3.3. The proposal may be awarded in its entirety as proposed; however, the City reserves the right to award elements of the work, independently, and to do portions "in-house." Additionally, the City reserves the right to award subsequent work on this project based on information presented in this proposal, without recourse to a separate or subsequent RFP process, should it be in its best interest to do so. 3.4. The City may make an award based on partial items unless the proposal submitted is marked "All or none." Where detailed specifications and/or standards are provided the City considers them to be material and may accept or reject deviations. The list of proposals submitted will be posted on BidNet, normally within 24 hours. 4. BONDS. 4.1. When deemed necessary by the City, proposal bonds shall be furnished by all vendors in the amount of at least 10% of the total value of the proposal OR 10 % of the value of the 1st year of service for service projects, to guarantee that proposers will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. 4.2. Likewise, a Performance Bond and/or Material and Labor bonds may be required of the successful vendor when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). 4.3. Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "PROPOSAL BOND FOR" and the proposal #, NO LATER THAN the proposal due date and time, for the vendor to be considered responsive. 5. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. 5.1. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the solicitation document does not restrict vendors to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids/quotes/proposals are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supersede any other specifications or requirements cited. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 5.2. If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product please provide the cut sheet/spec sheet or detailed product description for the proposed product via the BidNet Q&A section. For each product proposed documentation provided must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of "equal" products specified in the solicitation. The proposal must also clearly identify the item by brand name (if any), and make/model number. In addition, the proposal may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City, and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Staff will provide an answer via BidNet if the proposed product will be considered. 5.3. Any alternatives or equivalent product proposals must be made prior to the last day for questions. The City has the option of accepting or rejecting any alternative or equivalent product. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 6. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this solicitation with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy- back" procurements. 7. DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order. 8. INVOICES. Invoices will be forwarded to: City of Santa Clarita NS - Special Districts Attn: Wayne Smith 23920 Valencia Blvd. Ste. 295 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 9. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No BIDDER or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)]. No BIDDER or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 10. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General Attachments Section. 11. REJECTION. The City reserves the right to reject any or all proposals and to waive any informality in any proposal. The City may reject the proposal of any vendor who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 12. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this RFP may be renewed annually, up to three times, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the award anniversary. The final adjusted amount will be determined by purchasing staff. If a price adjustment is not requested prior to the award anniversary date, the previous year's rates will apply. 13. STATE CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public Contract Code Section 3300, the successful vendor shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall render the bid as non- responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. 14. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at IttI..:..Oir,.Cgg....I..r ination.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. 15. SUBCONTRACTORS. For all projects, the vendor must list any subcontractors that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. Each BIDDER must submit with his bid the following: • The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. • The address of each firm. • The telephone number at the place of business. • Work to be performed by each subcontracting firm. • Total approximate dollar amount of each subcontract. • If sub -contractor is participating as a Disadvantaged Business Enterprise (DBE), the following additional information is required on the "Designation of Subcontractors" form enclosed: ➢ Status as a DBE, age of the firm and the annual gross receipts. • Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. Copies of subcontracts will be provided to the City Engineer upon his request. 16. PREVAILING WAGES, MONITORING AND ENFORCEMENT. This Project is subject to the requirements of Division 2, Part 7, Chapter 1 of the Labor Code (Public Works). Contractor shall pay to persons performing labor in and about Work provided for in the Contract Documents an amount equal to or more than the general prevailing rate of per diem wages for (1) work of a similar character in the locality in which the Work is performed and (2) legal holiday and overtime work in said locality. The per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule that has been ascertained and determined by the Director of the State Department of Industrial Relations and Owner to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this Contract. Contractor shall also cause a copy of this determination of the prevailing rate of per diem wages to be posted at each Site. Contractor shall forfeit, as a penalty to Owner, Two Hundred Dollars ($200.00) for each worker employed in performing labor in and about the Work provided for in the Contract Documents for each Day, or portion thereof, that such worker is paid less than the said stipulated rates for any work done under the Contract Documents by him or her or by any Subcontractor under him or her, in violation of Articles 1 and 2 of Chapter 1 of Part 7 of Division II of the California Labor Code. The sums and amounts which shall be forfeited pursuant to this paragraph and the terms of the Labor Code shall be withheld and retained from payments due to Contractor under the Contract Documents, pursuant to this Document 00 7200 and the Labor Code, but no sum shall be so withheld, retained or forfeited except from the final payment without a full investigation by either the State Department of Industrial Relations or by Owner. The Labor Commissioner pursuant to Labor Code Section 1775 shall determine the final amount of forfeiture. Contractor shall insert in every subcontract or other arrangement which Contractor may make for performance of work or labor on Work provided for in the Contract, provision that Subcontractor shall pay persons performing labor or rendering service under subcontract or other arrangement not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed in the Labor Code. Contractor stipulates that it shall comply with all applicable wage and hour laws, including without limitation Labor Code Section 1813. Failure to so comply, including without limitation Labor Code Section 1776, shall constitute a default under this Contract. This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. 16.1 Contractor and Subcontractors must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the Work of the Contract Documents. Each payroll record shall contain or be verified by a written declaration as required by Labor Code Section 1776. 16.2 With each application for payment, Contractor shall also deliver certified payrolls to Owner as set forth above in this Document 00 7200 (General Conditions), and concurrently therewith (but in no event less frequently than monthly) directly to the Labor Commissioner in the format prescribed by the Labor Commissioner. 16.3 Contractor shall post all jobsite notices if and when prescribed by regulation. 16.4 The payroll records enumerated above must be certified and shall be available for inspection at all reasonable hours at the principal office of Design -Build Team as required by Labor Code Section 1776. 16.5 Contractor shall inform Owner of the location of records enumerated above, including the street address, city and county, and shall, within five working Days, provide a notice of a change of location and address. 16.6 Contractor or Subcontractor has 10 Days in which to comply subsequent to receipt of a written notice requesting the records enumerated above. In the event that Contractor or Subcontractor fails to comply with the ten -Day period, he or she shall, as a penalty to Owner on whose behalf the contract is made or awarded, forfeit $100.00 for each calendar Day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. Contractor is not subject to a penalty assessment pursuant to this paragraph due to the failure of a Subcontractor to comply with this paragraph. 16.7 Contractor shall also deliver certified payrolls to Owner with each Application for Payment as described in Section 00 2000 (Measurement and Payment). 16.8 Contractor will be fully responsible for reporting to and providing all documentation and other information required by the Department of Industrial Relations, and for paying all resulting penalties, fines, and other amounts due on account of any prevailing wage or other labor, wage or hour violation. Without limiting the foregoing, Contractor will forward certified payroll records directly to the Labor Commissioner in accordance with 8 CCR. 16.9 Pursuant to 8 CCR 16451, Contractor shall post on the Project Site a Notice containing the following language: "This public works project is subject to monitoring and investigative activities by the Compliance Monitoring Unit (CMU) of the Division of Labor Standards Enforcement, Department of Industrial Relations, State of California. This Notice is intended to provide information to all workers employed in the execution of the contract for public work and to all contractors and other persons having access to the job site to enable the CMU to ensure compliance with and enforcement of prevailing wage laws on public works projects. The prevailing wage laws require that all workers be paid at least the minimum hourly wage as determined by the Director of Industrial Relations for the specific classification (or type of work) performed by workers on the project. These rates are listed on a separate job site posting of minimum prevailing rates required to be maintained by the public Team which awarded the public works contract. Complaints concerning nonpayment of the required minimum wage rates to workers on this project may be filed with the CMU at any office of the Division of Labor Standards Enforcement (DLSE). Local Office Telephone Number: [Contractor to provide] Complaints should be filed in writing immediately upon discovery of any violations of the prevailing wage laws due to the short period of time following the completion of the project that the CMU may take legal action against those responsible. Complaints should contain details about the violations alleged (for example, wrong rate paid, not all hours paid, overtime rate not paid for hours worked in excess of 8 per day or 40 per week, etc.) as well as the name of the employer, the public Team which awarded the public works contract, and the location and name of the project. For general information concerning the prevailing wage laws and how to file a complaint concerning any violation of these prevailing wage laws, you may contact any DLSE office. Complaint forms are also available at the Department of Industrial Relations website found at www.dir.ca.gov/dlse/PublicWorks.html." 16.10 Contractor shall assist Owner in conducting the pre -job conference required by 8 CCR 16454. 16.11 Contractor and all Subcontractors shall keep accurate payroll records in accordance with Labor Code Section 1776. Such records shall be furnished to the Compliance Monitoring Unit each month, no later than the time Contractor submits each Application for Payment as described in Section 00 2000 (Measurement and Payment). and within 10 days of any separate request by the Compliance Monitoring Unit. Payroll records shall be furnished in a format prescribed by section 16401 of Title 8 of the California Code of Regulations, with use of the current version of DIR's "Public Works Payroll Reporting Form" (A-1-131) and "Statement of Employer Payments" (DLSE Form PW26) constituting presumptive compliance with this requirement, provided the forms are filled out accurately and completely. If the Compliance Monitoring Unit has provided for and requires the electronic submission of certified payroll reports in lieu of paper forms, Contractor shall comply with the electronic submission requirements. Contractor shall provide Owner with a concurrent hard copy of any electronic payroll report submission. 16.12 If directed by the Labor Commissioner, Owner shall withhold Contract payments when payroll records are delinquent or inadequate. 17. TERMINATION. The City may terminate any purchase, service or contract with or without cause either verbally or in writing at any time without penalty. The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet. DOCUMENTS CHECKLIST PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians In addition to the items requested for the proposal the following documents are required to be completed and submitted by the proposer. The following documents must be provided by ALL bidders: Uploaded via BidNet (see Section C) ❑ Response File ❑ Cost File (to be submitted separately from Response File) ❑ Alternative Pricing ❑ Bidder's Information and Certification ❑ Bidder's Questionnaire ❑ Notice to Bidders Regarding Contractual Requirements ❑ Designation of Subcontractors/Subconsultants ❑ Equal Employment Opportunity Certification ❑ Debarment and Suspension Certification ❑ References ❑ Certification of Non -Segregated Facilities ❑ Acknowledgement & Acceptance of Scope of Work ❑ 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: Wayne Smith ❑ Contract Agreement ❑ Insurance Required by Contract ❑ W-9 Form EVENT Solicitation advertisement Pre -Bid Meeting Last day for questions Return of proposals Evaluations of proposals Interviews (if necessary) Contract award Introduction SCOPE OF WORK PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians DATE February 25, 2021 March 10, 2021 March 17, 2021 March 30, 2021 March 31— April 14, 2021 April 15 - 21, 2021 May 25, 2021 The City of Santa Clarita, Landscape Maintenance Districts (LIVID) is soliciting proposals from qualified landscape companies for landscape maintenance of the City of Santa Clarita LIVID Zone 2008-1 Major Thoroughfare Medians. This contract shall run for two (2) years with the option for three (3) additional one (1) year renewals. This is a multiple criteria proposal and the award will be based on the following (in order of importance): Value, Team Composition, Emergency and Non -Emergency Response Times, Specification Understandings, Cost of Services Provided, References. There will be a pre -bid meeting on March 101" at 10:00 AM via Zoom. Topic: Pre -Bid Meeting: LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians Time: Mar 10, 2021 10:00 AM Pacific Time (US and Canada) Join Zoom Meeting https://santaclarita.zoom.us/i/94844375139?pwd=eU5HdmpwcE93ZnN3T1ZmNnBnZnYwUT09 Meeting ID: 948 4437 5139 Passcode: 202123 One tap mobile +16699009128„94844375139# US (San Jose) +13462487799„94844375139# US (Houston) Dial by your location +1 669 900 9128 US (San Jose) +1 346 248 7799 US (Houston) +1 253 215 8782 US (Tacoma) +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) 833 548 0282 US Toll -free 877 853 5247 US Toll -free 888 788 0099 US Toll -free 833 548 0276 US Toll -free Meeting ID: 948 4437 5139 Find your local number: https://santaclarita.zoom.us/u/aextJOVxD The City requires the landscape contractor to include all labor and equipment for an all-inclusive contract for landscape maintenance. The area is approximately 73 % (landscaped) acres and 17 (non -landscaped) acres for LIVID Zone 2008-1 Area Wide Major Thoroughfare Medians. The landscape maintenance bid shall be all inclusive for labor hours and equipment, meaning: Contractor shall at their cost provide all the labor and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. Including and not limited to irrigation repairs minor and major, shrub, tree, and groundcover planting, spreading mulch as needed (approx. 5,000 cubic yards), fertilizer application (minimum of twice annually), chemical applications, litter pickup, doggie litter removal, trash bags removal and replacement, soil / turf aerification, and the possible application of 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%. The budget for LIVID Zone 2008-1 Major Thoroughfare Medians is planned to be approximately $50,000 per month. In keeping with State mandated diversion requirements, the LIVID strives to exceed diversion obligations to keep greenwaste from the landfills. The Contractor shall mulch and use on site 85% of the greenwaste 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 greenwaste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be 85% diversion from this site. This proposal is subject to SIB 854. See instructions for details. The Contractor shall have a minimum of five years' experience maintaining landscaped sites of twenty acres or larger. (See References Sheets) The contractor shall have qualified water management and auditing personnel, (CLIA — Certified Landscape Irrigation Auditor). The Contractor will be required to communicate work requests back and forth to LIVID staff through desktop computer, hand held device, or laptop. The Contractor is encouraged to provide copies of awards, and recognitions received for landscape maintenance excellence. And must supply a C-27 license copy or, at minimum, the license number with their proposal response. Please refer to the following General Requirement section includes general and special conditions that shall apply to all jobsite locations. Also included in this section are the Scope of Work instructions which more clearly define the services, scheduling, or special circumstances for each location to be serviced. The work required in this proposal requires the payment of prevailing wages. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/dlsr/FWD. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable Federal and California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRs) with the progress payment on at least monthly basis to the City. 1. GENERAL REQUIREMENTS 1.01 The City of Santa Clarita is soliciting sealed proposals from qualified landscape maintenance companies for the ALL-INCLUSIVE LABOR AND EQUIPMENT under the terms of this proposal, to provide for maintenance of landscaped medians and various other locations throughout the City of Santa Clarita. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialists, Irrigation Assistants, Foreman, and Supervisors required executing the landscape maintenance as set forth in these all-inclusive labor and equipment specifications. The Contractor will be expected to uphold the highest standards of quality and performance maintenance of plant material, hardscape, and irrigation systems. Maintenance of plant material shall include, but not be limited to: trimming, edging, hand pruning, fertilization, application of pre - emergent herbicides, weed control, minor tree trimming (thinning, raise trimming for clearance, deadwood removal), plant replacements, and cleanup/clearing of drainage systems. All mulch provided by the City will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free, trash free, and in an overall state of good health. The Landscape Maintenance District (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 manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the expected level of services provided for in these specifications at all times. For the purpose of maintenance only, 2008-1 Area Wide Major Thoroughfare Medians shall be split into two separate maintenance areas; 2008-1 East and 2008-1 West (Refer to East/West Map Exhibit G) and shall be assigned two separate crews (2008-1 East Crew and 2008-1 West Crew). Both East and West zone shall receive individual pricing (refer to Bid Schedule). 2008-1 Area Wide Major Thoroughfare Medians shall be bid and awarded as one contract. Said areas shall be maintained to provide the manpower necessary at the expected level of services provided for in these specifications at all times. Special Districts reserves the right to divide 2008-1 Area Wide Major Thoroughfare Medians into two separate contracts. 1.02 City of Santa Clarita Landscape Maintenance District (LIVID) administration staff, consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Special Districts Administrator, Special Districts Manager, the Neighborhood Services Director or his qualified representative, shall herein be described as 'Special Districts.' 1.03 Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. All locations shall be maintained with nothing but the highest of industry standards at no less than the freauencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all-inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Maintenance of previous turf areas both irrigated and non -irrigated; b. Edging; c. 75% hand pruning and 25% mechanical; d. Fertilization; e. Top dressing; f. Irrigation; minor and major repairs, see sections 17.g and 21.01 a-f, g. Hand watering (as necessary); h. Bleeding of valves necessary during emergencies when automatic systems are not functioning; i. Pruning of shrubs and trees; j. Trimming of shrub areas, and ground cover; k. Disease control; I. Pest control; m. Tree maintenance; structural pruning per ANSI Best Management Practices, and International Society of Arboriculture (ISA) Pruning Standards; n. Maintenance and repairs of irrigation systems both minor and major; o. Mulching (City provided mulch); will be disbursed by the contractor at their expense; p. Manual weed abatement; q. Chemical weed control; r. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; s. Maintenance of Parkways, Tree Wells, and Side Panels in designated areas; t. Traffic control (per Watch Manual) while working in the public right of way, medians, and parkways; u. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman as required. v. Hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement); The landscape areas include: may include irrigated and/or non -irrigated landscaped areas; natural areas, shrubs, trees, ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage planted areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by alternative contracted parties. These activities may include, but are not limited to: a. Landscape refurbishment; tree, shrub, and ground cover installation; b. Irrigation system refurbishment and/or repair; c. Construction and/or storm related operations; d. Emergency response operations; Electrical repairs; Tree Trimming / Tree planting / Tree counting; Concrete removal and replacement, block wall and brick repairs; Fence installation and repairs, wood, vinyl, and crete rail; Integrated pest management / Chemical applications to trees; j. Streetscape furniture cleaning and pressure washing of walkways and appurtenances. k. Turf / Ground Cover removal; At the discretion of LIVID, the Landscape Maintenance Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 1.07 When notified of a 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, Inspector and/or Special Districts Office within fifteen (15) minutes of notification. When notified of an emergency outside of the normal hours and days of maintenance service, the contractor has thirty minutes to respond by phone or radio to the Landscape Maintenance District Monitor, Inspector and or Special Districts. If personnel and equipment are necessary for the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02 for consequences for failure to comply. 1.08 Contractor shall clearlv identifv and eauio each vehicle used within the Citv 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. Uniforms (matching pants and shirts), proper shoes, safety vests and other gear required by State Safety Regulations (OSHA) shall be properly exhibited. Shirts shall be buttoned and worn at all times. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and the general public throughout the term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Failure to properly and respectfully communicate may be cause for contract termination. 1.10 The contractor is required to have a minimum of five (5) years' experience in the landscape maintenance field. The contractor is required to have experience with maintaining areas of twenty (20) acres or larger and median/parkway maintenance a minimum of two (2) linear miles or larger. Vendor is to provide a minimum of three (3) references with a similar scope & type of work within the proposal response. 1.11 Contractor's employees and/or representatives shall be thoroughly trained and experienced in the computer based central operating systems of all WeatherTrak (Pro3), Calsense, Rain Master, and LEIT irrigation control systems and corresponding equipment. Should Special Districts choose a different controller manufacturer, the contractor shall make available employees or representatives for product training at no additional cost to City. 1.12 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. 1.13 The contractor, and/or subcontractors, must possess the following licenses at time of proposal submission; C-27 California Landscaping Contractor License. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have a Certified Arborist identified by the International Society of Arboriculture (ISA)/ or have a contract with a Certified Arborist on a as needed 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 at the time of proposal submission. 1.14 The contractor will be required to obtain and pay for any permits that may be required for the performance of any tasks under this contract with the exception of oak tree permits. 1.15 Contractor and employees are required to complete and pass, by start date of contract, a SCRRA Third Party Construction and Utility Workers Safety Training Program if the LIVID Zone up for proposal includes a SCRRA right of way. 2. LANDSCAPED AREAS TO BE MAINTAINED 2.01 The LIVID areas to be maintained under the provisions of this Agreement are specifically identified in Exhibit F and Exhibit G (Inventory List and Area Map). 2.02 Contractor must acknowledge personal inspection of the Zone's irritation system and planted areas. Contractor must also evaluate the extent which the physical condition thereof will affect the services to be provided. Contractor accepts the premises in their present physical condition, and agrees to make no demands upon LIVID for any improvements or alterations to irrigation, and landscaped areas thereof. Contractor agrees to possessing the ability to maintain LIVID areas within the provision of this proposal, to the standards set forth herein, without modification, improvement, or altercation. 2.03 Estimated square footages are provided by LIVID for all areas to be maintained on the attached Exhibit F (Inventory List). However, these estimates are for reference only and it is the responsibility of Contractor to verify by inspection and observe the various areas' characteristics. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to 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. 3.02 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 job titles of all on -site staff working within the Zone each day. The monthly payment will not be made until such report is received by Special Districts upon request. 3.03 Maintenance Function Report: Contractor shall maintain and keep current a report that records when all Periodic, Seasonal, and Additional Work maintenance functions performed by Contractor's personnel were completed. Said report shall be in a form and content acceptable to Special Districts and will be made available to Special Districts upon request. The monthly payment may not be made if such report is requested and not made available or is in a form that is unacceptable to Special Districts. 3.04 Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a. Quantity and complete description of all commercial and organic fertilizer(s) used. b. Quantity and complete description of all soil amendments used. C. A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 3.05 Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet. 3.06 Violation Records: The awarded contractor shall not have two (2) or more Cal-Osha sustained complaints or four (4) or more California State Contractor Board sustained complaints within the past four (4) years. A proposal response from the awarded vendor that does not meet these requirements may be considered a non -responsive proposal, and the City of Santa Clarita will proceed to the next qualified proposer. Please supply this information on Exhibit A (Violation Records). 4. ADDITIONAL WORK 4.01 Special Districts may arrange for additional Contractor personnel to cover additional work needed due to extraordinary incidents such as vandalism, Acts of Nature or third party negligence for which Contractor will be compensated. Regularly occurring "bad weather" is not considered an Act of Nature for the purposes of this contract. 4.02 Prior to oerformin2 anv extra work. Contractor shall prepare and submit a written description of the work with an estimate including the hours and skill level of labor and a list of materials. No work shall commence without the written authorization from Special Districts. Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet #1. For material it shall be Contractor's cost plus no more than 15%. The contractor will maintain and submit copies of invoices to demonstrate the contractors' cost. 4.03 When a condition exists wherein there is imminent danger of injury to the public or damage to property, Special Districts may verbally authorize the work to be performed upon receiving a verbal estimate from Contractor. However, within 24 hours after receiving such verbal authorization, Contractor shall submit a proposal to be approved by Special Districts. 4.04 All extra work shall commence on the specified date established, and Contractor shall proceed diligently to complete said work within the time allotted. All invoices submitted by Contractor for extra work shall include a detailed itemization of labor and/or materials. 4.05 All invoices submitted by the contractor for extra work shall include a detailed itemization of labor and/or materials and specific zone(s) identified. All invoices for extra work and items must be submitted biweekly to Special Districts. 5. CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractor's operation within the LIVID areas shall be repaired or replaced at Contractor's expense within 48 hours. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced prior to the next regularly scheduled watering event b. All damages to shrubs, trees, or ground cover shall be repaired or replaced within five (5) working days or sooner as directed by Special Districts. C. All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired within a reasonable timeframe agreed upon by LIVID staff. 5.03 All repairs or replacements shall be completed in accordance with the following maintenance practices. a. Trees Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree, the damaged tree shall be removed and replaced at Contractor's expense to comply with the specific instructions of Special Districts. b. Shrubs Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "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. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise, Special Districts will interpret this Agreement. If the Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with the work in accordance with Special District's interpretation. Within 30 days after receipt of the interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as provided hereinafter. The written request shall outline in detail the area of dispute. 6.02 The Disputes Review Panel will be appointed by Special Districts and will be composed of not less than three (3) Qualified personnel or representatives having experience in the administration of grounds maintenance contracts. The panel will convene within one (1) week of appointment in order to hear all matters related to the dispute. The hearing will be informal and formal rules of evidence will not apply. The Panel will submit its recommendation to Special Districts for consideration, within one (1) week following the conclusion of the hearing. Special Districts shall render an interpretation based upon review of the Panel's recommendation. Special Districts' decision shall be final. 7. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 Contractor shall at all times, have some responsible person(s) employed by the Contractor to take the necessary action regarding all inquiries and complaints that may be received from the Homeowners Associations, property owners, and tenants within said 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. 7.02 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. 7.03 Contractor shall maintain a written log of all complaints, the date and time thereof, and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be available for inspection by Special Districts at all reasonable times. 7.04 All complaints shall be addressed as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours, Special Districts shall be notified immediately of the reason for not resolving the complaint followed by a written report to Special Districts within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Special Districts, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet all California Landscape Industry Standards for safe practices during the maintenance operation for medians and parkways and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all local, City, State or other legal requirements including but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL-O.S.H.A. Safety Orders at all times so as to protect all persons, including Contractor's employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. Contractor shall inspect all potential hazards at the LIVID areas covered by this Agreement and keep a log indicating date inspected and action taken. 8.02 It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders any portion of the 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 planting areas, and paving; b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards; C. replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. 8.03 Under the circumstance that landscape maintenance work be performed in a Caltrans right of way; including but not limited to freeway onramps and offramps; the contractor shall adhere to the safety requirements in the Caltrans Maintenance Manual/Protection of Workers. 9. HOURS AND DAYS OF MAINTENANCE SERVICES 9.01 The hours of maintenance service shall be 7:00 a.m. to 4:00 a.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 (Exhibit D) unless authorized by Special Districts Administration in advance. Blowers, hedge trimmers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m. within the City of Santa Clarita. 9.02 Contractor shall provide on -site staffing to perform the required maintenance to meet required California Industry Standards anytime between Monday through Friday. However, if the contractor can accomplish the same work within a shorter service schedule, then the Special Districts Division can modify their maintenance schedule. Alternate days or any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the Special Districts Division. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 9.04 For the purpose of this contract, "work" time in the field excludes lunch, breaks, and travel time. The City of Santa Clarita Special Districts (SD) / Landscape Maintenance District (LIVID) shall not be responsible for contractor compensation of preliminary activities (activities which take place prior to arrival of the first work site) and postliminary activities (activities which take place upon exiting the last work site). A legal days work shall constitute eight (8) hours of labor under this Agreement. 9.05 Contractor in addition to Legal Holidays (Section 9.01 / Exhibit D) and Inclement Weather as described in this contract under Section 1.05 shall be permitted a total of five additional "personnel" days off annually without penalty of compensation for the purpose of the following sample uses; Staff Training, Staff Gatherings (Holiday Party, Company Picnic) or additional rain days. Contractor has the sole discretion as to how and when the five days are to be used. Contractor shall be required to give LIVID minimum two -week prior written notice for each request. Days may not be broken up into half days. The Contractor shall forfeit compensation at the daily crew rate for any days beyond the five permitted. 10. MAINTENANCE SCHEDULES 10.01 Contractor shall. within three (3) days after a "Notice to Proceed" from the citv. submit a premises work schedule to Special Districts for review and approval. Said work schedule shall be set on a weekly— bi-weekly (two week) 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 area are to be approved by LIVID Staff upon review of the work schedule. 10.02 Contractor shall submit revised schedules when actual performance differs substantiallv from planned performance. Said revisions shall be submitted to Special Districts for review and approval within three (3) working days prior to scheduled time of work. A written copy of the current City approved schedule must be kept in the site foreman's vehicle at all times and be available upon request of City Staff or the City's contracted Landscape Monitor. 10.03 The contractor must establish a work schedule approved by the City. The Contractor is provided the opportunity and procedure for adjusting scheduling 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 five hundred dollars ($500.00) per day will be deducted and forfeited from payment to the Contractor for each instance where an item of work is not completed in accordance with the schedule or any portion of the specifications herein. b. Deficiencies: An additional amount equal to the cost incurred by completion of the work by an alternate source, whether it be City forces or separate private contractor, even if it exceeds the contract unit price, will be deducted from the Contractor's invoice. C. These actions shall not be construed as penalty but as adjustment of payment to the Contractor for only the actual work performed or as the cost to the City for inspection and other related costs from the failure by the Contractor to complete the work according to the schedule or specifications. 10.04 The above provisions are not construed to eliminate Contractor's responsibility in complying with the requirements to notify Special Districts for maintenance. 10.05 Contractor shall notify Special Districts, in writing, at least one (1) week prior to the date and time of all maintenance operations. a. Fertilization; b. Micro-Nutrients/Soil Amendments; C. Spraying of Trees, Shrubs, and Weeds; d. Aesthetic Tree and Shrub Pruning; e. Preventative disease control; f. Transplanting of small and medium sized plants; g. Lane closures notification for median or parkway maintenance is required; h. Other Items as Determined by Special Districts. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient number of personnel to satisfv dailv and/or weeklv reauirements for high quality landscape maintenance. Contractor's staff MUST be employees of the contractor except subcontractors identified in the response to this proposal. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the interest of the public using the premises, Contractor shall meet 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. 11.03 LIVID staff reserves the right to require the Contractor provide alternate staff members to supplement and/or replace staff that is determined to be performing below the expectations of LMD. The City of Santa Clarita will maintain sole authority of determining if and when a staff members' performance falls below these standards. The request for replacement from City staff is not limited to field crewmembers but also extends to management, supervisors, and specialized staff. Upon request, the contractor shall provide appropriately qualified alternatives for selection by LIVID staff as necessary. 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LIVID Special Districts. 13. UTILITIES 13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Contractor will be required to manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain storm and/or watering the day after rain and/or watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14. NON-INTERFERENCE 14.01 Contractor shall not interfere with the public use of the LIVID areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 15. USE OF CHEMICALS 15.01 The application of chemicals such as herbicides and pre -emergent will be at the contractor's expense inclusive of this contract. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall comply 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. 15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by copies of Safety Data Sheets (SDS) for all chemicals that may be used in binder or booklet form. At this time, and until further notice, the use of RoundUp, RoundUp Pro, and any other herbicide containing the chemical Glyphosate is not permitted. No work shall begin until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical application has on the environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result. 15.03 Chemicals shall only be applied by those persons possessing the training in chemical application or a valid California Applicator's Certificate. Application shall be in strict accordance with all governing regulations. 15.04 Records of all operations stating dates, times, methods of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active file for a minimum of three (3) years. Contractor shall provide a chemical use report and a copy of the PCA recommendation to Special Districts for each application (site specific) made during each month. This shall be in addition to the copy of the usage summary that is provided to the Agricultural Commissioner. 15.05 All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts. 15.06 All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California shall be adhered to. 15.07 Chemicals shall be applied when air currents are still; preventing drifting onto adjacent property and preventing any toxic exposure to persons whether or not they are in or near the area of application. 16. STORAGE FACILITIES 16.01 Special Districts shall not provide any storage facilities for the Contractor. Any Contractors storage facilities must be located outside of the boundaries of the Zone for which landscape maintenance services are performed, unless Special Districts determines it would be in the best interests of Special Districts to waive this restriction. 17. SHRUB AND GROUND COVER CARE 17.01 Contractor shall perform at his sole expense under the terms of this agreement the following services a. Pruning: Manually select prune shrubs throughout the year to encourage healthy growth habits, and to encourage growth to the natural shape of the plant according to its species and appearance with the exception of roses, which shall be pruned no later than the end of January. Periodic pruning may be required to maintain consistent size, structure, and/or appearance of large groupings of the same species. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Removal of all clippings will be completed the same day pruning occurs. Pruning will not be completed while plants are flowering, during the emergence of new growth, or when high temperatures are present during the hottest time of the year (typically July -August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this proposal. Selective pruning is required following the natural habit of the particular plant. b. Trimming: The growth of shrubs and ground cover will be restricted to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts. C. Disease and Insect Control: All LIVID areas are to be maintained free of disease and insects and treat when needed pursuant to Section 20. d. Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods for control shall incorporate the following: 1. Mulch application to 3" layer maximum (Removal on an as needed basis of existing/spent mulch may be required to insure the level of grade is kept below surrounding hardscapes and/or at an acceptable height as determined by LIVID staff. Such removal will be considered an extra and will require submittal of a proposal and approval by LIVID staff.) 2. Hand removal 3. Cultivation 4. Chemical eradication using non -residual herbicides Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead shrubs and ground covers whose damage occurred due to natural conditions/causes, will be replaced under the terms of "additional work" as described in Section 4 of this proposal document. All shrubs shall be guaranteed to live and remain in healthy condition for no less than ninety (90) days and trees for a period of one (1) year from the date of acceptance of the job by the Special Districts Administrator or qualified representative. f. Fertilization: Application of an LIVID approved fertilizer a minimum of two (2) times per year to provide a healthy color in all plants with foliar feedings. The fertilizer shall be applied once during the months of March or April and once during the months of September or October. Contractor will cultivate around plants as needed. Fertilizer shall be appropriate for plant type and season (time of year) and approved by LIVID staff prior to installation. The Contractor shall provide a fertilization schedule two (2) weeks prior to the proposed fertilization. g. Irrigation: Irrigation, including hand watering and manual bleeding of valves, is required in the event of an emergency situation and/or where automatic systems are not functioning as required. Irrigation practices described in Section 17, Paragraph e, shall apply to trees, shrubs, turf, and ground cover. h. Diversion requirements: In keeping with State mandated requirements, the LIVID strives to exceed diversion obligations to keep green waste from the landfills. 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. i. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2-inch layer of mulch under all trees and around all shrubs/groundcover. A minimum 3-inch layer in all open areas is strongly encouraged. Mulch purchased by the LIVID will be disbursed with the above specifications by the contractor who will provide the labor at his expense. 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 new growth resumes. k. Renovation: Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated. (Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate.) 18. TREE CARE 18.01 Contractor under the terms of this agreement shall perform the following services: Tree Maintenance 1. All trees 12' (feet) tall or less shall be maintained free of all dead, diseased and damaged branches back to the point of breaking as per contract. Wound dressings are never used on any tree pruning cuts. 2. All sucker growth is to be removed from trees as it occurs. 3. Maintain an 8-foot clearance for branches overhanging walks, 8-foot for public sidewalks. 4. Report insects and tree diseases to Special Districts Inspector. 5. Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees. 6. Tree stakes shall be pentachloraphena treated pole pine, not less than 8 feet in length for 5-gallon size trees and not less than 10 feet for 15-gallon 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, this contract is to include all newly planted trees by others and is the responsibility of the Contractor to maintain and guarantee the healthy establishment for a period of 90 days. e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use of "Maintain," "Floret" or other approved product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when % to % of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 psi. pressure. The Landscape Maintenance District's Tree Maintenance contractor will provide most of the chemical applications to trees. If 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. 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. 19. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 19.01 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. 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. 20. GENERAL CLEAN-UP 20.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal: The contractor shall provide a trash pickup schedule for approval by Special Districts. The contractor shall pick up trash and accumulated debris from the site on a regularly scheduled rotation approved by LIVID staff in advance. b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed, grass, trash, and debris removal within the crack(s) and surface on the asphalt, and stamped concrete median strip areas 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 Crack Maintenance: Walkways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces such as: 1. Gum, 2. Animal feces, 3. Grease, 4. Paint, 5. Graffiti, 6. Glass and debris 7. All walkway cracks and expansion joints shall be maintained weed and grass free at all times. Drain Maintenance: All drains and catch basins shall be free of silt and other debris at all times. The Contractor shall insure all drainage devices within LIVID are functioning properly at all times. Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch layers shall be removed and properly disposed of not less than once per week. This includes the accumulation of leaves/debris at the base and lower branch structures of shrubs. Diversion: The Contractor will be responsible for creating and implementing a written program to divert a minimum of 85% all green waste from landfills. The program should include, but not be limited to, mulching and composting. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be at least 85% diversion. Freeway On-ramps/Off-ramps: The contractor shall provide trash pickup a minimum of two (2) times per month. 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. Drainage Systems: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for: 1. All LIVID area surface drains ("V" ditches), shall be kept clear of debris at all times so that water will have an unimpeded passage to its outlet. Contractor will not flush dirt or debris into the storm drain system per the City's National Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. 2. 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 Storm Drain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) 3. 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. 21. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 21.01 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. For all irrigation repairs, minor and major, including main lines, all irrigation parts to be reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: http://www.irri�ation.or�/uploadedFiles/Standards/BM PDesi�n-Install-Mana�e.3-18-14(2).pdf 21.02 The contractor will be responsible to complete the following WeatherTrak trainings through HydroPoint University. Proof of completion to be provided no later than thirty (30) days after start of contract. a. Certification Training b. Irrigation Manager; Levels 1-4 21.03 Scope of Responsibility: The contractor shall maintain (repair and/or replace as needed) and keep operable all irrigation equipment consisting of: 1. Irrigation Programming 2. Irrigation Station Identification/Location 3. Irrigation Heads 4. Remote Control Valves 5. Flow Sensors 6. Flow Sensor Programming 7. PVC Piping (Including mainline and laterals) 8. Quick Couplers 9. Risers 10. Swing Joints 11. Check Valves 12. Irrigation Booster Pumps 13. Solar Controllers/Valves 14. Battery Operated Controllers/Valves 15. Valve Boxes, Quick Coupler Boxes, Etc. 16. Irrigation Controller Programming and Setup Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation. b. Extent of Responsibility: Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of trees, annuals, perennial plants, and ground covers when automatic systems are not functioning. C. Ordinances: All materials and workmanship will be in accordance with the applicable City Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. d. Controllers: The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather -based controllers or equivalent, controller programming through the contractor's office via a desk top or any wireless computer, or hand-held device. The LIVID will provide a password for access. e. Inspections: Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at minimum of twice a year. 21.04 Controllers: 1. All controllers shall be adjusted as needed for optimum performance considering the water requirements of each remote -control valve (irrigation station). "Smart" or "weather based" controllers shall be configured to water in the "AUTO MODE" or "ET MODE" when available. Plant establishment periods do not apply to this requirement and should be scheduled accordingly. Contractor is responsible for adjusting the controller parameters/attributes in order to irrigate efficiently and each valve shall be customized for the needs of the plant material. Excessive watering or excessive runoff shall not be permitted. 2. The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather -based controllers or equivalent, controller programming through the Contractors office via a desk top or any wireless computer, or hand-held device. The LIVID will provide a username/password for access. 3. Contractor will provide their own irrigation remote (receiver and transmitter) for control of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other industry standard controllers not listed. The City requires the Promax universal irrigation remote or other "smart phone" technology for its use in field testing and operation of all irrigation systems for the LIVID areas. Use of this device will conserve water consumption, provide for more cost-effective maintenance of irrigation systems, and assure all parties concerned that the automatic system is operating at maximum efficiency. Special Districts' inspectors may use this device in their inspections to verify that irrigation systems are functioning properly. The bleeding of valves and hand watering are to be used in emergency or testing situations, not for normal or day-to-day inspections. 4. Consideration must be given to the soil conditions, seasonal temperatures, wind conditions, slope, humidity, and the relationship of conditions which affect irrigation. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation shall be paused until normal conditions exist. No watering medians in windy conditions, to avoid drift and wetting vehicles. 5. Contractor shall be responsible for data input with regards to irrigation station reference in the programming function of the central server or at the controller. Example: Station 1 - SE Corner of parking lot, Turf NW of restroom, Shrubs on large slope, etc. 6. In areas where wind creates problems of spraying water into private property or road right-of-ways, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 9:00 p.m. and 7:00 a.m.). 7. 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. 8. Check systems, as needed, for optimum performance and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted). 9. 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. 10. Contractor shall utilize "cycle & soak" in programming in order to eliminate excessive run-off. 11. Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved by The City of Santa Clarita. 12. When available, copies of controller maps shall be kept in enclosures at all times. 13. 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. 14. 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. 15. 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. 16. 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. 17. 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. 18. The Contractor shall adjust 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 19. 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. 20. 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. 21. It is required that soil conditions be constantly monitored with a soil probe to ensure that over -saturation of the soil does not occur. 22. 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. 21.05 Operation of System: 1. As a standard practice, the Contractor shall formally acknowledge receipt of the irrigation System within the first 60 days of the notice to proceed. It is the Contractors responsibility to conduct a full-scale irrigation audit/assessment to determine deficiencies in the system and make recommendations for repair(s). 2. Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, annuals, perennial plants, and ground covers when automatic systems are not functioning. 3. Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow/maintain landscaped areas. 4. 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. 5. Contractor shall adjust and clean as necessary all sprinkler heads, valves and pressure regulators to continue operation at maximum efficiency and performance. 6. All materials and workmanship will be in accordance with the City Plumbing Ordinances if/when applicable. 7. Sprinkler heads in turf, groundcover and shrub areas shall be kept clear of overgrowth, which may obstruct maximum operation. No chemical spraying or growth inhibitors around head shall be allowed. 8. Contractor shall be responsible for trimming plant material and making necessary adjustments to riser heights as growth rates indicate. 9. Contractor shall be responsible for hand -watering any pots not provided with an irrigation system to maintain plants and promote optimum growth. 10. Adjustments in operating pressure for spray and rotor type heads shall be followed per manufacturer's recommendation to provide optimum efficiency unless instructed otherwise by The City of Santa Clarita. 11. Contractor 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. 12. Plant damage or loss resulting from the failure to promptly report irrigation system failure shall be considered Contractor negligence and such plant material shall be repaired or replaced at Contractor expense. 13. All hand watering performed with a hose shall require the hose to have a flow control nozzle or other device that will allow the operator to turn the hose off between watering areas to minimize any wasted water. 14. The Contractor shall be responsible for monitoring all project irrigation systems and should correct coverage, head adjustments, clogged lines, loose staking of heads and pipes, and obstacles which obstruct the spray. Make all necessary adjustments to heads that spray onto roadways, walks, walls, and patio areas or out of intended area of coverage. The Contractor shall clean and adjust sprinkler heads as needed for proper coverage. Each system should be operated via remote control and observed on a regular basis. 15. During extremely hot weather, long holiday periods, and during or following breakdown of systems, the contractor should provide adequate personnel and materials as required to adequately water all landscaped areas at no extra cost to the City of Santa Clarita. When breakdowns or malfunctions exist, the contractor should water manually by whatever means necessary to maintain all plant materials in a healthy condition. Overly wet or dry conditions should not be permitted to develop. 16. Once a year, the contractor shall clean all controller cabinets and valve boxes, remove intruding soil and replace gravel as needed. 17. Testing, certification and service of the backflow prevention devices on the irrigation systems shall be done by a certified tester as provided by The City of Santa Clarita. 18. Contractor shall not repair, manipulate or remove backflow devices unless prior authorization has been received by a City of Santa Clarita representative. However, Contractor is permitted to make use of shutoff valves located on or near backflow devices in the event of a mainline break and/or maintenance. 19. Contractor shall notify the LIVID office immediately should a backflow prevention device malfunction occur. 20. Landscape Maintenance District Consultants/Inspectors/City staff will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at minimum of twice a year. 21.06 Repairs: 1. All pop-up heads should be assembled on triple swing joints. 2. When irrigation heads, risers, nozzles, etc. break, they will be replaced with like for like irrigation heads. Uniformity is of the utmost importance. 3. All remote -control valves shall be Superior 950DW brass valves unless other(s) are accepted by LIVID staff. 4. Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from LIVID of such a deficiency. 5. Malfunctions of any nature which are deemed to be the fault of materials or workmanship still covered under original installation guarantee shall be reported immediately to The City of Santa Clarita. 6. Contractor shall submit itemized irrigation invoices for repairs, per LIVID Zone on an as needed basis. 7. Repair logs shall be maintained and shall 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). 21.07 Conservation: The City of Santa Clarita may conduct monthly water management meetings with the contractor to review all controllers with irregular usage and situations where water consumption is excessively high. All plant stress or loss due to under -watering or over -watering will demonstrate contractor neglect and cost to replace said material will be at Contractor's sole expense. 21.08 The City of Santa Clarita may conduct monthly Water Management Meetings with the contractor to review any penalty charges that were caused by the Contractor's inability to properly manage water allocations, when applicable. The Contractor will be responsible for paying all water penalties incurred on each water meter for all overages exceeding allocation established by the respective water purveyor. The City of Santa Clarita may waive specific penalties at its sole discretion. The City of Santa Clarita takes Water Conservation very seriously and will not tolerate mismanaged or neglected water delivery systems. 21.09 The Contractor shall provide WeatherTrak generated reports called "Controller Inventory Reports". The first report(s) will be due 45 days after the start of this Agreement. Updated reports shall be submitted within 48 hours upon request from City staff and / or Landscape Monitor. At a minimum, the report shall identify each irrigation controller subject to this Agreement, the location, alert status, and confirm the controller is "online". Failure to provide a completed report on time will be considered an incomplete work item and may be subject to a deduction from payment in the amount up to five hundred ($500.00) dollars. 21.10 Water Budgets: 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). al . . When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Santa Clarita Valley Water Agency (SCVWA), 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. 21.11 Water Budgets - 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). Formula: MAWA = (ETo) (0.62) [(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Santa Clarita Valley Water Agency (SCVWA), 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. 22. MAINTENANCE INSPECTIONS 22.01 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: http://user.govoutreach.com/santaclarita/faq.php 22.02 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. Any corrective work required as a result of a monthly inspection or any "interim" inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 23. MAINTENANCE AND REPAIR OF HARDSCAPE, SERVICE ROADS, AND DRAINAGE SYSTEMS 23.01 Hardscape surfaces (medians), walkways, and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking and/or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the proposal submission without written approval of Special Districts Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LIVID Monitor or directly to City Staff. a. Contractor may be responsible for total replacement or repair of hardscaping and/or plant replacement if damage occurs due to Contractor's negligence or by accidental damage within maintenance operation. b. Contractor shall be responsible for sweeping/blowing all hardscape surfaces within the contract boundaries on a regularly scheduled routine approved by LIVID Staff 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 or a deduction in payment as described in Section 10.03 a. 24. GRAFFITI ERADICATION AND CONTROL 24.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any appurtenant structures or equipment within the areas under Contractor's maintenance. Special Districts Inspector will be informed of all graffiti immediately upon discovery. Contractor is required to input graffiti information into the City's reporting system at: http://www.santa-clarita.com/city-hall/departments/administrative-services/technology- services/egraffiti 24.02 The contractor may be required to remove small amounts of debris which would fit into a small pick -up truck. In such cases the dump fee may be invoiced to Special Districts. Removal of larger items would be considered as an "additional work" item and subject to the terms of Section 4. 24.03 All materials and processes used in graffiti eradication shall be non -injurious to surfaces and adjacent District property and approved by CAL -OSHA. Materials and processes used must be approved by LIVID prior to use. 25. NATURAL AREAS MAINTENANCE 25.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of debris removal as directed by Special Districts. 26. IRRIGATED / NON -IRRIGATED STREET TREE WELLS 26.01 Contractor is responsible to keep tree wells within LMD areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 of these Specifications. 26.02 Contractor is responsible to keep all non -irrigated tree wells and parkways identified in this contract weed -free and maintained in accordance with section 19 of these Specifications. (Refer to appendix for locations) 27. NON -LANDSCAPED MEDIANS & UNDEVELOPED MEDIANS 27.01 Contractor will provide periodic maintenance, according to routine maintenance scheduling, consisting of debris removal, weed abatement and mulch application. 28. FUTURE MEDIANS 28.01 For the maintenance of future medians that have been accepted by the City, contractor to provide a maintenance proposal for those areas to Special Districts with unit pricing based on the LMD Additional Pricing Sheet #2 included in this proposal. 28.02 The LMD Additional Pricing Sheet #2 may also be utilized for adjustments and/or reductions to the monthly maintenance contract amount. This includes adjustments for any areas that are under construction by others or sections of median removed for the purpose of safety and traffic improvements. 29. MAINTENANCE INSPECTIONS 29.01 The Contractor shall perform a maintenance inspection of all facilities on a weekly basis within the LMD during daylight hours. Such inspections shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's "Resident Service Center" at: http://user.govoutreach.com/santaclarita/faq.php 29.02 The Contractor shall be expected to meet on site with an authorized representative of Special Districts for a walk-through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at a minimum of one (1) week prior to the date of inspection. In addition, bi-weekly interim inspections may be made by Special Districts if deemed necessary by LMD Staff. RESPONSE FORMAT AND SELECTION CRITERIA PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians 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 City medians, problem resolution, and any other areas that explain how the work will be performed and managed. 1.1.4. Schedule - Describe the time schedule for each proposed task and area rotation. Provide staff descriptions and quantity on daily, weekly, monthly, and seasonal timelines. Proposed work periods and completion dates, as well as any anticipated meeting dates, should also be identified. 1.1.5. Personnel, Equipment, and Facilities - Describe the personnel qualifications, equipment to be provided, and numbers of both dedicated to the areas for this contract. Explain/show the reasoning for the type, number and composition of staff and equipment for this contract and how the cost of such provides adequate or superior value to the contract. 1.1.6. Exhibits - These documents are required and can be referred to throughout the proposal documentation. However, expansion on all aspects listed above is strongly encouraged. 1.1.6.1. ExhibitA—Violation Records 1.1.6.2. Exhibit B-1 & B-2 1.1.6.3. Exhibit C — Equipment Requirements Acknowledgment 1.1.6.4. Exhibit E — Proactive Approach Form 1.1.6.5. Forms — Designation of Subcontractors —if none, write "n/a'; Do NOT leave blank 1.1.6.6. Forms — References Page 1.1.6.7. Certifications: Required certificates/licenses — 1.1.6.7.1. Proof of Contractor's License — license number will suffice 1.1.6.7.2. Required certificates/qualifications (as identified in solicitation including, but not limited to, Contractor's License C27, WeatherTrak training completion) 1.1.6.8. Forms — Acknowledgement & Acceptance of Specifications 2. PROPOSAL EVALUATION AND CONTRACTOR SELECTION-- An evaluation panel comprised of representatives from the requesting department will evaluate all proposals to determine responsiveness to the RFP. The panel will recommend the selection of the responsible Proposer whose proposal is most advantageous to the City. Accordingly, the City may not necessarily make an award to the Proposer with the highest technical ranking nor award to the Proposer with the lowest Price Proposal if doing so would not be in the overall best interest of the City. The overall criteria are listed below. As proposals are considered by the City to be more equal in their technical merit, the evaluated cost or price becomes more important so that when technical proposals are evaluated as essentially equal, cost or price may be the deciding factor. 2.1. SELECTION CRITERIA: 2.1.1. Value: Cost in relation to manpower. What makes the contractor the best candidate to provide the services requested. 2.1.2. Team Composition: Contractor qualifications, staff qualifications, and number of staff provided. 2.1.3. Emergency and Non -Emergency Response Times: Use and mobilization of resources. Proposed timeline to service all areas. 2.1.4. Acknowledgement & Successful Understanding of Bid/RFP Scope of Work: Proposed method and guidelines for adhering to the landscape maintenance requirements to include but not limited to: Description and clarity of approach in the areas of pro - activeness, responsiveness, familiarity with common concerns of the LIVID areas and problem resolution. 2.1.5. Cost of services provided 2.1.6. References 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-20-21-23 2008-1 Area Wide Major Thoroughfare Medians 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). Contract language will be negotiated upon acceptance of proposal and prior to commencement of work. Work cannot begin until the contract has been fully executed by both parties 2. SUMMARY OF INSURANCE REQUIREMENTS a. These are the Insurance Requirements for Contractors providing services or supplies to the City. By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. When Contract documents are executed, the actual Contract language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INSURANCE a. General Insurance Requirements i. All insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under the policy if not named as an additional insured, and an additional insured shall not be held liable for any premium or expense of any nature on the policy or any extension thereof solely because they are an additional insured thereon. ii. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then Consultant agrees that the minimum limits hereinabove designated shall be changed accordingly upon written request by the Risk Manager. iii. Consultant agrees that provisions of this Section as to maintenance of insurance shall not be construed as limiting in any way the extent to which Consultant may be held responsible for the payment of damages to persons or property resulting from Consultant's activities, the activities of its subconsultants, or the activities of any person or persons for which Consultant is otherwise responsible. iv. A Certificate of Insurance, and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. v. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for nonpayment of premiums otherwise, without 30 days prior written notice of amendment or cancellation to City. In the event the said insurance is canceled, Consultant shall, prior to the cancellation date, submit new evidence of insurance in the amounts heretofore established. vi. All required insurance must be in effect prior to awarding this Agreement, and it or a successor policy must be in effect for the duration of this Agreement. Maintenance of proper insurance coverage is a material requirement of this Agreement, and the failure to maintain and renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract. If Consultant, at any time during the term of this Agreement, should fail to secure or maintain any insurance required under this Agreement, City shall be permitted to obtain such insurance in Consultant's name at Consultant's sole cost and expense, or may terminate this Agreement for material breach. vii. Without limiting any other Consultant obligation regarding insurance, should Consultant's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, Consultant must notify City within 24 hours of receipt of notice of cancellation. Furthermore, Consultant must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. Consultant must ensure that there is no lapse in coverage. b. General Liability and Property Damage Insurance i. Consultant agrees to procure and maintain general liability and property damage insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, and property damage, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly from any act or activities of Consultant, its subconsultants, or any person acting for Consultant or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of Consultant, or its subconsultants, or any person acting for Consultant, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect City against incurring any legal cost in defending claims for alleged loss. Such general liability and property damage insurance shall be maintained in the following minimum limits: A combined single -limit policy with coverage limits in the amount of $1,000,000 per occurrence will be considered equivalent to the required minimum limits. c. Automotive Insurance i. Consultant shall procure and maintain public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. If Consultant does not use automobiles in performing its work under this Agreement, Consultant shall provide a waiver releasing City from all liability resulting from Consultant's use of personal vehicles under this Agreement. d. Worker's Compensation Insurance i. Consultant shall procure and maintain Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Consultant and City against any loss, claim, or damage arising from any injuries or occupational diseases happening to any worker employed by Consultant in the course of carrying out this Agreement. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against City, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by Consultant for City. Questions and requests for modification of these terms must be negotiated and approved prior to contract execution and are at the full discretion of the City. I have read and understand the above requirem nts an agree to be bound by them for any work performed for the Gty� , Authorized Signature:) �! �!-1�, pate: 03/30/2021 Printed Name: Kennede Morales I:: It I• • :•• •-fi :•• PROPOSAL# LM D-20-21-23 2008-1 Area Wide Major Thoroughfare Medians The aty of Santa (]arita has adopted a Disadvantaged Business Enterprise (DBE) Program to support federally funded procurements. The aty strongly enoouragesthe participation of small and Disadvantaged Business Enterprises in itsfederally funded projedsand thissite isintended to provide assistanoe to such businesses. Listed below are the names and location s 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 proposal: DBEstatus, age of firm and annual gross receipts are required if sub -contractor is oarticicatina as a DBE If no Subcontractors will be used fill out the form with NA Please add additional sheets if needed. Sibcontractor N/A DIRP-egistration No. Dollar Value of Work Age of firm: DBR yag Na Annual Gross Receipts: Location and Place of Business Bid &hedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) ,%bcontractor DIRFegistration No. Dollar Value of Work Age of firm: DAR M;r Ne Annual Gross Receipts Location and Race of Business Bid &hedule Item No's: Description of Work License No, Exp. Date: / / Phone ( ) Subcontractor DIRFegistration No. Dollar Value of Work Age of firm: DRRYes Annual Gross Receipts Location and Place of Business Proposal &hedule 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 publicwork, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Srdion 1725.5 of the Labor (lode. 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 83dion 10164 or 20103.5 of the Public (bntract (bde, provided the contractor is registered to perform publicwork pursuant to Saction 1725.5 of the Labor Code at the time the contract is awarded. E31DDEZSINFORMATION AND CBMRCATION PROPOSAL# LM D-20-21-23 2008-1 Area Wide Major Thoroughfare Medians Bdder oertifiesthat the representations of the bid are true and correct and made under penalty of perjury. EQUALEMPLOYMENT OPPORTUNITYO MRIANCiE Bdder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, gate, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. Eidder oertifiesthat affirmative action hasbeen taken to seekout and consider minority businessenterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bdder certifies that affirmative action will betaken to meet all equal employment opportunity requirements of the contract documents. CERTIRCATION FEGAFUNG DIRCONTRAC.MR S,IBOONTRAGrORR63SPAMON Ey my signature hereunder, as the Contractor, I certify that Contractor, and all S.jboontractors listed on the Siboontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. S.ibcontractors� registration numbers are indicated on the SJboontractor Designations form. Bdder'sName: Stay Green Inc. BusinessAddress: 26415 Summit Circle Santa Clarita, CA 91350 Telephone No.: (661) 291-2800 Rate OONTPACTORs License No. & Class 346620 I C27 C61 /D49 DIRNo : 1000015596 Original Date: 03/21/2015 Expiration Date: 6/30/2021 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Chris Angelo I President/CEO 126415 Summit Circle, Santa Clarita, CA 91350 1 (661) 510-5481 11,01 1111 11,11111111 1 1111111111'1;�!!Iviii'I I NOW TNXT-09119 in this proposal was an owner, corporate off ioer, partner or joint venture areas follows proposal areas • of all aforementioned princjpaisthiS 30 day arch 20 21 Kennecle Morales, Branch Aclrninistrator/"t�Tr ator .... ...... --.— ----- ----- Name and Title of Signatory Stay Green Inc, Legal Name of B der 26415 Summit Circle Santa Clarita, CA 91350 Address mzM • 1� M USr B= MADEAND NOTARY ACKNOWLE)GM BUTS OF B(BMMON OF BDDER M UST EE Sibscribed and sworn to this Notary Public I�t AstMY�c sr NNt �f�lp1 IS Nt�dlM,,�N,�st.M�sM of sattd[stt�ry► March 2021. t (sm) �t catiUaa aKrwoft it that re .ii►' need bed �, �•w Ts C. MCGUINNESS Notary Public. California *o Los Angeles County 9i Commission # 2318145 7�9F00.M�� My Comm. Expires Jan 7, 2024 PROPOSAL# LM D-20-21-23 2008-1 Area Wide Major Thoroughfare Medians City of %nta Clarita, California The BIDDE Rcertifiesthat it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDERcertifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDERagrees that a breach of this certification is a violation of the Equal Opportunity cause in this Contract. As used in this certification, the term" segregated facilities' means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time docks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the bass of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specifictime periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisonsof the Equal Opportunity cause, and that it will retain such certifications in itsfiles. Stay Green Inc. 126415 Summit Circle Santa Clarita CA 91350 1 (661) 291-2800 F�bquired by the May 19, 1967 order on Bimination of Segregated Fadlities, by the Secretary of Labor — 32 F.R 7439, May 19, 1967 (F.R Vol. 33, No. 33—Friday, February 16, 1968—p. 3065). DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. '; = = ki • �. PROPOSAL# LM D-20-21-23 2008-1 Area Wide Major Thoroughfare Medians 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 instruct ions on t his form conflict with the references requested in the scope of work, the scope of work shall govern. Complete this form out accordingly. Fill out thisform completely and upload it with your proposal. 1 City of Simi Valley 12929 Tapo Canyon Rd, Simi Valley, CA 93063 Name and Address of Owner / Agency Christopher Parker 1 (805) 583-6413 Name and Telephone Number of Person Familiar with Project $37,000 per month Maintenance Ongoing Contract Amount Type of Work Date Completed 2 City of Rancho Palos Verdes 130940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275 Name and Address of Owner / Agency Juan Hernandez 1 (310) 544-5221 Name and Telephone Number of Person Familiar with Project $100,000 per month Maintenance Ongoing Contract Amount Type of Work Date Completed 3 City of Burbank 1 275 East Olive Avenue, Burbank, CA 91502 Name and Address of Owner / Agency Bill Parrish 1 (818) 480-2666 Name and Telephone Number of Person Familiar with Project $40,000 per month Maintenance Ongoing Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom Proposer intends to procure insurance bonds: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians 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 2008-1 Area Wide Major Thoroughfare Medians. 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 *Estimator's S *Owner's Sign *All three signatures required Date: / d Date: )ate:3 Z- I PROPOSAL# LM D-20-21-23 2008-1 Area Wide Major Thoroughfare Medians City of Banta Clarita, California 1. Sibmitted by: Kennede Morales Telephone: (661) 291-2800 Principal Office Address: 26415 Summit Circle Santa Clarita, CA 91350 2. Type of Firm: V CCorporation ❑ SCorporation ❑ Individual/Sole Proprietor or 9ngle—Member LLC ❑ Partnership ❑ Limited Liability Company "C' GCbrp ❑ Limited Liability Company "S' &Corp ❑ Limited LiabilityCompany"P' Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 10/15/1974 gate of Incorporation: California President's Name: Chris Angelo Vice -President's Name: Steve Seely Secretary or CerWs Name: Kennede Morales Treasurer's Name: Wayne Arnett 3b. If a partnership, answer these questions: Date of organization: gate Organized in: Name of all partners holding morethan a 10%interest: Designate which are General or Managing Partners. 4. 5. BI DDBZ S QU ESn ON NAI RE ( cunt' d) PROPOSAL# LM D-20-21-23 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Name of person holding OONTPACTORsliosnse: STAY - GREEN INC License number: 346620 QaSs: C27 C61/D49 Expiration Date: 12/31/2022 D.I.R Fbgistration # OONTRACT'ORs Fbpresentative: Chris Angelo Title: President/CEO Alternate: Grant Clack Title: Branch Manager 6. List the major construction projectsyour organization hasin progressasof thisdate: A Owner: Jose Morales Project Location: Four Seasons - 10500 Toscana Dr Bakersfield, CA 93306 Type of Project: Refurbisment, Irrigation Conversion a Owner: Cody Christensen Project Location: Four Seasons - 10500 Toscana Dr Bakersfield, CA 93306 Type of Project: Planting Enhancements C Owner: Dave Colburn Project Location: The Vineyards - 25th St East Palmdale, CA 93550 Type of Project: Planting Enhancements 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California This bidder Stay Green Inc. proposed subcontractor N/A hereby certifies that it has V has not , participated in a previousoontract or subcontract subject tp the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has V has not , filed with the,bint Feporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reportsthat are under the applicable filing requirements. Company: Stay Green Inc. Kennede Morales Title: Branch Administrator/Estimator Date: 03/30/2021 Note: The above certification is required by the Equal Employment Opportunity of the 5ea-etary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Oarrently, the gandard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime OONTRACTOR9'BIDDEZand subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR60-1.7(b)(1) preventsthe award of contractsand subcontracts unlesssuch BIDDERsubmitsa report covering the delinquent period or such other period specified by the Federal Highway Administration or by, the Director, Office of Federal Contract Compliance, U.S Department of Labor. SUBCONTRACTORS PROPOSAL #LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California 1. SUBCONTRACTORS. Attention is directed to the General Provisions of this spec. section 2-3.2, "Subcontracting" and the special provisions that the PROPOSER perform not less than 50 percent of the original contract work with the proposal's own organization. 2. LIST OF SUBCONTRACTORS. No more than 50% of the work, as defined by the contract price, may be done by subcontractors. Copies of subcontracts will be provided to the City Engineer upon his request. 2.1. Each PROPOSER must submit with their proposal the following: 2.1.1.The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. 2.1.2.The address of each firm. 2.1.3.The telephone number at the place of business. 2.1.4.Work to be performed by each subcontracting firm. 2.1.5.Total approximate dollar amount of each subcontract. 2.1.6.If sub -contractor is participating as a Disadvantaged Business Enterprise (DBE), the following additional information is required on the "Designation of Subcontractors" form enclosed: 2.1.6.1. Status as a DBE, age of the firm and the annual gross receipts. 2.2. Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. 3. PROMPT PROGRESS PAYMENTTO SUBCONTRACTORS. A prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor's interest therein in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this section shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this section shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This provision applies to both DBE and non -DBE subcontractors. 4. CALIFORNIA DEBARRED CONTRACTORS AND SUBCONTRACTORS. Sections 1720 et seq. of the Labor Code and Section 6109 of the Public Contract Code apply to the Contract, and each potential proposer and Subcontractor is responsible to be in full compliance with those laws. If a potential proposer or subcontractor has been found by the California Labor Commissioner to be in violation of Section 1720 et seq. of the Labor Code, in accordance with Section 1777.1of the Labor Code, the potential bidder shall be ineligible to bid or be awarded a contract or to perform work on any City public works project. In accordance with Section 6109 of the Public Contract Code any subcontractor who is ineligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code is prohibited from performing work on any City public works project. Pursuant to Section 6109(b) of the Public Contract Code, any contract on a City public works project entered into between a bidder and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any City money for performing work as a subcontractor on a City public works contract, and any City money that may have been paid to a debarred subcontractor by a bidder on the project shall be returned to the City. The bidder shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the City project. 5. PERFORMANCE OF SUBCONTRACTORS. 5.1. The subcontractors listed by the Contractor in conformance with Section 2-3.1, "Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. 5.2. The Contractor should notify the Engineer in writing of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. 5.3. The subcontractors listed by you in the Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of one percent of the total proposal or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND FOR THIS MAINTENANCE AGREEMENT ("Agreement") is made by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR an amount as set forth in the attached Exhibit " ," which is incorporated by reference, for CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's invoice. 2. TERM. The term of this Agreement will be from , to The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit " " B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. C. CONTRACTOR guarantees each portion of the services as installed against defective materials and workmanship for a period of one (1) year from date of CITY's written acceptance of the work. Promptly upon CITY's request within that one (1) year period, CONTRACTOR agrees to correct by repair or replacement without charge to CITY any defects which may appear in the work or any portion thereof. Notwithstanding the foregoing, all guarantees and warranties obtained by CONTRACTOR from manufacturers and vendors of equipment used in the performance of the services shall be extended to CITY's benefit for the full limit of their terms. 4. PREVAILING WAGES. A. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. B. PREVAILING WAGES. If this contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible for obtaining a current edition of all California statutes and regulations, and adhering to the latest editions of such. C. FEDERAL PREVAILING WAGE. If this is a federally funded project and the Davis Bacon Act will be enforced. The current General Decision of wage determinations issued by the United States Department of Labor is set forth at the following website address: https://beta.sam.gov/. If there is a difference between the prevailing wage rate determined by the Department of Labor and the prevailing wage rate predetermined by the Director of Industrial Relations for similar classifications of labor, the Contractor and its Subcontractors shall pay not less than the higher prevailing wage rate. The Agency will not accept lower State prevailing wage rates not specifically included in the Federal prevailing wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal prevailing wage determinations. Where Federal prevailing wage determinations do not contain the State prevailing wage rate determination otherwise available for use by the Contractor and Subcontractors, the Contractor and Subcontractors shall pay not less than the Federal prevailing wage rate which most closely approximates the duties of the employee(s) in question. The prevailing wage rate for any classification not listed by the Department of Labor or the Director of Industrial Relations, but which may be required to execute the Contract, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the Agency's determinations. D. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed; and ii. Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. C. CONTRACTOR represents that the CONTRACTOR agrees to comply with all applicable federal and state workplace and employment laws including those that relate to minimum hours and wages, occupational health and safety, workers compensation insurance and state, county and local orders. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Commercial general liability: Business automobile liability Workers compensation Limits (combined single) $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "AXII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONTRACTOR for CITY. F. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, City may cancel the Agreement immediately with no penalty. G. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause. B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita ATTN: Kenneth W. Striplin, City Manager 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: B. When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character, nor will it be deemed to constitute a continuing waiver. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 18. AUTHORITY/MODIFICATION. This Agreement maybe subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. 19. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 20. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 21. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other. 22. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there are additional terms and conditions contained in Exhibit " " that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. 23. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. 24. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. (SIGNATURES ON NEXT PAGE) IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of FOR CONTRACTOR: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER City Manager Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY City Attorney Date: IF CORPORATION: By: Print Name & Title Date: BID SCHEDULE PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians LMD Zone 2008-1 East $33,950.00 x12 Months = $407,400.00 LMD Zone 2008-1 West $28,425.00 LMD Zone 2008-1 Combined $62,375.00 Total bid amount annually, in legibly printed words: /Annually x12 Months = $341,100.00 /Annually x12 Months = $748,500.00 /Annually Seven hundred forty eight thousand five hundred dollars and no cents LM D ADDITIONAL PRICJNG (SHEET: #1 ) DO NOTADD TO TOTAL PROPOSAL# LM D-20-21-23 2008-1 Area Wide Major Thoroughfare Medians Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications for annual landscape maintenance. These rateswill not be used in evaluating the proposal, but shall be used in evaluating cost estimatesfor "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 $40.00 per hour $60.00 per hour Landscape Laborer $30.00 per hour $45.00 per hour QACQAL. Herbicide and Pesticide Applicator $30.00 per hour N/A Please note: pricing increase allowance will be according to Consumer Price Index (see Section A.12 Renewal and Pricing Readjustment) Please initial to verifyacknowlec@etnent of labor rates- /(initial) LIVID ADDITIONAL PRICING SHEET #2 PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians Please list the unit price for labor, 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. UNIT UNIT EXTENDED PRICE LINE DESCRIPTION MEASURE PRICE QUANTITY (unit price x quantity) 1 Price for landscaped median maintenance with 1 square foot 500 sq. ft. o© turf. Price for landscaped 2 median maintenance for trees, shrubs and ground 1 square foot �f 7� 500 sq. ft. � g,/r so cover. 3 Price for concrete median 1 square foot 500 sq. ft. maintenance. 4 Price for landscaped, irrigated slope 1 square foot 500 sq. ft. maintenance. PROPOSAL# LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians The City plans to complete the refurbishment of approximately 495,000 sq. ft. of right-of-way medians previously planted with turf. These areas may need to be covered with bark mulch in the interim. Please refer to the specifications listed below and list the unit price for the following tasks. These rateswill not be used in evaluating the proposal, but may be used in evaluating cost estimatesfor additional work requested by the City under this contract. LINE DEXR1PTION UNITOF , MEASURE UNIT PRICE QUANTITY BMEND® PRICE Price for removal of sq. ft. 495,000 1 sting (min. 2" of existing (40 yds.) $720.00 sq ft $89,100.00 topsoil removal) Price to spread City 4000 sq. ft. 495,000 2 supplied mulch (labor (40 yds.) $720.00 sq ft $89,100.00 only) 3 Price to supply and 4000 sq. ft. 495,000 spread specified mulch (40 yds.) $1,840.00 sq. ft. $227,700.00 The mulch provided shall be screened to 3-inches in size with a maximum length of 4- inches. The mulch shall have an appearance suitable for high visibility areas such asCty Hall building, outdoor pedestrian and business friendly streetscapes, shopping malls, commercial centers, parkways, parks, and paseos. The appearance of the mulch shall not be black or yellow in appearance. The appearance of the mulch shall be between the colors light brown to dark brown. 1. The mulch must be from a compost producer who is a participant in the United Mates Composting Council (U93QSeal of Testing Assurance (ST'A) program. 2. The compost producer must be fully permitted as a compost producer in accordance with requirements of the California Integrated Waste Management Board (CUWMB), Local Enforcement Agencies (LEA) and any other Sate and Local Agencies that regulate solid waste facilities. If exempt from gate permitting requirements, the composting facility must certify that it follows all guidelines and procedures for production of compost meeting the environmental health standards of Title 14, California Code of Fbgulations, Division 7, Chapter 3.1, and Article 7. 4. Compost materialssuch asweed seeds, pathogensand deleterious materials are reduced as specified under Title 14, California Code of Fbgulations, Division 7, Chapter 3.1, Article 7, Section 17868.3. 5. Mulch material must not contain paint, petroleum products, herbicides, fungicides or other chemical residues harmful to animal life or plant growth. Compost must possess no objectionable odors. 6. Metal concentrations in mulch material must not exceed the maximum metal concentrations listed in Title 14, California Code of Regulations, Division 7, Chapter 3.1, and Section 17868.2. 7. Mulch should be heated to 140 degrees to neutralize inert mater and turned a minimum of five times during curing process. 8. Mulch should compost and cure for a minimum of 60 to 90 days. 9. Mulch wood chips shall be screened and be no larger than 3-inches in size with a maximum length of 4-inches DOCUMENTS CHECKLIST PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. DO NOT send more information than is requested. DO send the REQUESTED information. With Proposal P (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — electronic X Designation of Subcontractors — if none, write "n/a'; Do NOT leave blank X References X Bid Schedule — Use the City supplied pricing page only X Pricing pages that require initials X Required certificates/qualifications (as identified in solicitation Including, but not limited to, License C27 and CLIA certification) X Acknowledgement & Acceptance of Bid Specs — must be signed X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Bidder's Information and Certification X Bidder's Questionnaire X Notice to Bidders Regarding Contractual Requirements X Equal Employment Opportunity Certification X Debarment and Suspension Certification X Certification of Non -Segregated Facilities X Contract Agreement X Insurance Requirements — Return only if Awardee X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information PROPOSP►L# LMD-20-21-23 2008-1 Area Wide M ajor Thoroughfare M edians Violation lbcords 1) The last six (6) months of tailgate safety meeting sign in sheets and topics covered must be made available UPON RIBQUlESf. (Do not send with proposal at thistime.) 2) In the year of 2020, what wasthe longest stretch of daysworked without an accident in the landscape maintenance division? a. 365 Days 3) Rease provide any sustained complaints made to your company within the past four (4) years to Cal-OERk a. 4) Rease provide any sustained complaints made to your company within the past four (4) years to the California State Contractor Board in regardsto your G27 license. a. EXHIBIT B-1 PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians Provide information on any and all applicable crewmembers. This includes the supervisor, crew foreman, certified arborist (if applicable), chemical applicator, irrigation specialist, etc. 1. Name Ijran -U"V- Job Title-CAry-"�, �iGtiLr/krl Licenses/Certificates %. PL J % r6oY 1$+ /T r r i cv A4 ,1 & +,&k 2. Name ✓G'vK-, 66tby'el Job Title Ax c<,yr_t-'�," �t_ �Gii/i-'fJ✓ Lry Licenses/Certificates _ % c� / t� -v /� 4 r� h CV -A- U 3. Name 0 7,c1/ (;4ItCA/J6Job Title P ` i L&-t Wil M °p l Licenses/Certificates A Lt l ��Cl: ,0 �-kw 4CzA Gu/i' A 4. Name Licenses/Cert 5. Name_ T"S" ]B-144 p . Job Title Licenses/Certificates 6. Name v1�- �7- Job Title e'q lze't^ m /1" Licenses/Certificates C�-f-r�i� ( 'U !/t k ?Jy► t2 6ee 7. Name 'ID pyt& 6'I> Job Title 6,a/ &-^-er— Licenses/Certificates_ _ _ 5C) reA I<,& h : -t or • G dk.csn -e 8. Name CS Gr r-C/ko Job Title Licenses/Certificates 1.) f ' 9. Name Job Title Licenses/Certificates 10. Name Pao- 0 Job Title I ,' n �• Lice nses/Certificates_ 11. Name )C<,v, r Job Title 4 Licenses/Certificates 12. Name_ � G4r-Ue& Title F_ , 1 -JobTitle jr Lice nses/Certificates iI 14 S (?— 13. Name (At • Job Title V Licenses/Certificates a Dom' b 5 14. Name - Job Title Licenses/Certificates �!!�� lam• 15. Name �'�G2'�=� Job Title s✓ Licenses/Certificates 1� 16. Name �)CAM�I ?.. Job Title t� Licenses/Certificates r !y 17. Name -j L, Job Title Licenses/Certificates ra 18. Name Job Title Licenses/Ce *Attach additional pages as necessary for additional personnel. EXHIBIT B-2 PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians Provide information on staffing structure and the number of hours per week for each crewmember that will be dedicated to LMD Zone 2008-1 Major Thoroughfare Medians. Please use the following structure. Feel free to add attachments if additional space is necessary. Supervisors Crewmember Title �(Iyn�� Qty. of Weekly Hours ° 16 Crewmember Title B%&,)1+ r lYI Mo►AC &/ Qty, of Weekly Hours_ �6 CrewmemberTitle zy-e -L VqC-*nqa3,l Qty. of Weekly Hours ' 10 Crewmember Title A t' b uY i }- Qty. of Weekly Hours 3� Crewmember Title �iGU✓}tip' KC4&4121r Qty. of Weekly Hours Crew #1 Crewmember Title r, E Qty. of Weekly Hours t 6 Crewmember Title 6rL.-I Qty. of Weekly Hours_ Crewmember Title _r4„rr ova' i ,rx Aze ll Qty. of Weekly Hours L Crewmember Title Qty. of Weekly Hours yD Crewmember Title U Gv+ ► )Y1 �t. Qty. of Weekly Hours Crewmember Title /Gln t7�1�t,m 4ian K . Qty. of Weekly Hours q-D— (aa r iwT Crew #2 Crewmember Title_ A-" Qty. of Weekly Hours i U Crewmember Title 6-al &inG l Qty. of Weekly Hours_Y Crewmember Title (ac4IcLel!-wl Qty. of Weekly Hours_ Crewmember Title (AC41 SO-61- Qty, of Weekly Hours Kd Crewmember Title cYn I,,sl(, G% Qty. of Weekly Hours__ Crewmember Title t// O.C, r's"111� Qty. of Weekly Hours Crew #3 CrewmemberTitle CPA L&!Ar Qty. of Weekly Hours w CrewmemberTitle r" of �,lllitdf Qty. of Weekly Hours �V CrewmemberTitle Qty. of Weekly Hours_�f CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours Crew #4 CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours Specialty Positions Crewmember Qty. of Weekly Hours Crewmember Title Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours CrewmemberTitle Qty. of Weekly Hours *Attach additional pages as necessary for additional personnel. EXHIBIT C PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District or the ability of Contractor to rent/lease at no additional cost: • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, toppers, saws, pole pruners and chainsaws • Commercial Grade Battery Powered Leaf Blowers • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels (various sizes and shapes) • Commercial Grade Chipper • Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters; particularly WeatherTrak • All the required tools and equipment to make minor and major irrigation repairs • Gasoline powered pressure washer as needed to remove gum, sap and other undesirable items from walkway and medians. • All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shall be Cal -OSHA approved Please initial to verify acknowledgement of equipment requirements - e (initial) EXHIBIT D PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians 2021 Holiday Schedule New Year's Day - Friday, January 1 Martin Luther King Day - Monday, January 18 President's Day - Monday, February 15 Memorial Day - Monday, May 31 Independence Day - Monday, July 5 Labor Day - Monday, September 6 Veteran's Day - Thursday, November 11 Thanksgiving Day -Thursday, November 25 Day after Thanksgiving - Friday, November 26 *112 Day for Christmas Eve - Thursday, December 23 Christmas Day - Friday, December 24 * 112 Day for New Year's Eve - Thursday, December 30 New Year's Day - Friday, December 31, If a holiday should fall on a Saturday, it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. EXHIBIT E: PROACTIVE APPROACH FORM PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians 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 F PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians INVENTORY LIST LIVID Zone 2008-1 MAJOR THOROUGHFARE MEDIANS Item # Description APPROXIMATE square footage Estimated Quantity 1 Turf area medians N/A N/A 2 Shrub area medians / side panels 3,201,660 Sq Ft 73.5 acres 3 Concrete medians 740,520 Sq Ft 17 acres 4 Freeway onramp/offramp 301,826 Sq Ft 7 acres 5 lirrigation controllers - 126 clocks Medians BOUQUET CANYON ROAD Dot Street to south of Cinema Dr. COPPER HILL DR. Newhall Ranch Road to Decoro Dr. COPPER HILL DR. McBean Parkway to Seco Canyon Road GOLDEN VALLEY RD. Valley Center Drive to Via Princessa LOST CANYON RD. Via Princessa to north of Medley Ridge Dr. LYONS AVENUE Interstate 5 to Railroad Avenue MAGIC MOUNTAIN PRKWY. Interstate 5 to Railroad Avenue McBEAN PARKWAY Interstate 5 to Copper Hill Drive NEWHALL AVENUE Railroad Avenue to Highway 14 NEWHALL RANCH RD. Vanderbilt Way to Valley Center Drive ORCHARD VILLAGE RD. McBean Parkway to south of Lyons Avenue PLUM CANYON ROAD Bouquet Canyon Road to Ashboro Drive RAILROAD AVENUE Drayton to 131" Street RYE CANYON RD. Old Road to Newhall Ranch Rd. SANTA CLARITA PRKWY. Newhall Ranch Rd. to Riverrock Way SECO CANYON ROAD Copper Hill Drive to Decoro Drive (Side Median) SECO CANYON ROAD Copper Hill Drive to Banyon Place SIERRA HIGHWAY Golden Valley Road to Campus Exit (Includes new median near C4) SIERRA HIGHWAY Newhall Avenue to south of Needham Ranch Parkway SOLEDAD CANYON ROAD Bouquet Canyon Rd. to Highway 14 VALENCIA BOULEVARD Interstate 5 to Bouquet Canyon Road VIA PRINCESSA Via Pacifica to Claibourne Lane VIA PRINCESSA Sheldon Avenue to Golden Maple Drive WHITES CANYON ROAD Via Princessa to Ashboro Drive WILEY CANYON ROAD Lyons Avenue to Via Pacifica Additional Areas LYONS AVENUE / INTERSTATE 5 on -ramp and off -ramp of northbound 15 at Lyons Avenue NEWHALL ROUNDABOUT and surrounding circular parkways at Newhall Avenue and 51" Street SAND CANYON/SR 14 on -ramps and off -ramps of both northbound and southbound SR14 at Sand Canyon Road NEWHALL RANCH ROAD / 1-5 off -ramp northbound Interstate 15 at Newhall Ranch Road MAGIC MOUNTAIN PARKWAY/ 1-5 on -ramp and off -ramp northbound Interstate 15 at Magic Mountain Parkway VALENCIA BLVD / 1-5 off -ramp and on -ramp northbound Interstate 15 at Valencia Blvd. MCBEAN PARKWAY/ 1-5 on -ramp and off -ramp northbound Interstate 15 at McBean Parkway NEWHALL AVENUE / SR 14 on -ramp and off -ramps both northbound and southbound SR14 at Newhall Avenue PLACERITA CANYON / SR14 on -ramp and off ramps both northbound and southbound SR14 at Placerita Canyon GOLDEN VALLEY ROAD / SR14 on -ramp and off -ramps both northbound and southbound SR14 at Golden Valley Road SIERRA HIGHWAY / VIA PRINCESSA / SR14 on -ramp and off -ramps both northbound and southbound SR14 at Sierra Highway / Via Princessa / SR14 Side Panel Areas (Six Times Per Year) BOUQUET CANYON (Side panels) Non -Irrigated parkways and treewells both north and south bound Bouquet Canyon from Festividad to just north of Steve Jon Street COPPERHILL (Side Panels) Seco Canyon to Buckhorn Lane, All tree wells both east and west bound. This includes Copperhill side median from 140 feet west of Hidden Hills Dr to Kenton Lane GOLDEN TRIANGLE ROAD (Side panel) Rainbow Glen Drive to Isabella Parkway, Golden Valley Road (Overpass) to Centre Pointe Parkway and 500 feet west side panels adjacent to SCRRA Right of Way. HASKELL CANYON ROAD (Side panel) Bouquet Canyon to Copper Hill Drive all tree wells located on both sides of street. SECO CANYON ROAD (Side panel) Tupelo Ridge to LACO Fire Station 111 all tree wells and non irrigated parkways adjacent to blockwall south of Decoro WHITES CANYON ROAD (Side panels) Tree wells and non -irrigated parkways from Ashboro to Via Princessa both east and westbound. EXHIBIT G PROPOSAL # LMD-20-21-23 2008-1 Area Wide Major Thoroughfare Medians m M m MI, 0 w". i� i, �,, �/�� ��� ,- ,,,���� ���- ��"� �«��r 61 L r u HE m Y"" YFyy f� *M1;r14� ~ �.� .. �� w Ci .��Y� (���i ���Ip����� E E,j 29 .. .... ... ... ........... �;11 , �� „fir � �' r s� �y �� f �ru �� M1�i irk y ��r �; , ;r�� r�<