HomeMy WebLinkAbout2022-06-28 - AGENDA REPORTS - LMD ZONE T2A SKYLINE RANCH CONTRAgenda Item: 10
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: June 28, 2022
SUBJECT: LMD ZONE T2A - LANDSCAPE MAINTENANCE CONTRACTS/
APPROPRIATION OF OPERATIONAL BUDGET
DEPARTMENT: Neighborhood Services
PRESENTER: Keith Miller
RECOMMENDED ACTION
City Council:
Award a two-year contract to Oakridge Landscape, Inc., to provide landscape maintenance
services for Landscape Maintenance District Zone T2A (Skyline Ranch) for an annual base
amount of $78,528, plus an additional $15,706 in annual contract expenditure authority to
address unforeseen maintenance and repairs, for a total two-year amount not to exceed
$188,468.
2. Authorize the City Manager or designee to execute up to three additional, one-year renewal
options for Oakridge Landscape, Inc., beginning in year three, for an annual amount not to
exceed $94,234; plus, an adjustment in compensation consistent with the appropriate
Consumer Price Index, upon request of the contractor, contingent upon the appropriation of
funds by the City Council during the annual budget for such fiscal year.
3. Authorize ongoing appropriations from Landscape Maintenance District Fund 357 totaling
$104,404, as identified in Attachment A, to support Zone T2A operations and monitoring
services.
4. Authorize the City Manager or designee to execute all contracts and associated documents,
and modify the awards in the event impossibility of performance arises, and execute all
documents subject to City Attorney approval.
BACKGROUND
The City of Santa Clarita (City) administers 61 financially independent zones within the
Landscape Maintenance District (LMD) providing landscape maintenance services through
Page 1
Packet Pg. 137
contracts with private companies. Request for Proposals (RFP) No. LMD-21-22-30, for the
maintenance of LMD Zone T2A, Skyline Ranch, was published by the City on March 4, 2022.
The City transmitted the solicitation to 344 vendors, in addition to the Santa Clarita Valley
Chamber of Commerce and the Valley Industry Association. Nineteen companies downloaded
the proposals, with three vendors providing proposals for consideration.
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. 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 where
poor performance is documented.
The following categories comprise the weighted criteria used to evaluate the proposals.
• 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%)
Company
Location
Bid Amount
RFP Points
Oakridge Landscape, Inc.
Santa Clarita, CA
$78,528
291.67
Oak Springs Nursery, Inc.
Sylmar, CA
$185,200
224.34
Brightview Landscape
San Fernando, CA
$69,600
208.67
In reviewing proposals, the evaluation team awarded the highest score to Oakridge Landscape,
Inc. (Oakridge). The evaluation process determined that the Oakridge proposal offered the best
overall value to meet the landscape maintenance needs within LMD Zone T2A.
Oakridge achieved the highest score among all proposers, across all performance criteria utilized
to evaluate proposals. Additionally, Oakridge's proposal provides the greatest number of
dedicated monthly hours, 220, towards servicing LMD Zone T2A, while striking an effective
balance of combined supervision and field labor. Finally, Oakridge's proposal provides 35
percent more monthly hours than the lowest cost proposal submitted by Brightview Landscape.
As part of this action, staff is requesting the ongoing appropriation of an additional $104,404 in
base budget to support recurring landscape maintenance operational expenditures including
monitoring services, as listed in Attachment A. LMD Zone T2A generates sufficient annual
revenues to support the identified ongoing annual maintenance expenditures.
Based on operational experience managing these landscape zones, staff also recommends
increasing the annual expenditure authority associated with this contract by $15,706 to address
unscheduled repairs and as -needed work. By authorizing as -needed contract expenditure
Page 2
Packet Pg. 138
authority, City staff is able to utilize LMD assessments generated by property owners in a cost-
effective and responsible manner.
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 Oakridge under
this contract will require advance review and authorization by the City's Special Districts
Division.
Staff has completed a due -diligence review of Oakridge's professional references, determined
their work meets the City's standards and performance expectations, and recommends awarding
this landscape maintenance contract to Oakridge.
ALTERNATIVE ACTION
1. Do not award contract to Oakridge Landscape, Inc.
2. Other action as determined by the City Council.
FISCAL IMPACT
There is no impact to the General Fund associated with this action. The recommended action
requires an appropriation of $104,404 in additional ongoing base budget from LMD Fund 357 to
support recurring landscape maintenance costs associated with the award of Oakridge's contract
and recurring operational costs. Upon adoption of the Fiscal Year 2022-23 budget, $104,404 will
be appropriated to LMD Zone T2A expenditure account 3572465 as identified in Attachment A.
ATTACHMENTS
Attachment A -LMD Zone T2A Ongoing Appropriations
Oakridge Landscape Proposal (available in the City Clerk's Reading File)
Page 3
Packet Pg. 139
10.a
Attachment A
City of Santa Clarita
LMD Zone T2A Landscape Operations - Ongoing Base Budget Appropriation
Fiscal Year 2022-23
Amount of Ongoing
LMD Zone
Zone Name
Key Org
Account
Increase
Zone T2A
Skyline Ranch
3572465
516106
$22.000.00
Zone T2A
Skyline Ranch
$10,706.00
3572465
514101
Zone T2A
Skyline Ranch
3572465
516110
$61,028.00
Zone T2A
Skyline Ranch
$10,670.00
3572465
516114
$104,404.00
Packet Pg. 140
0 A K R I DG E Corporate Office
LAN D S CAP C 28042 Avenue Stanford, Unit E, Valencia CA 91355
Direct Cell: 818-404-5250 1 Office 661-295-7228
Response File
Introduction - History
Oakridge Landscape, Inc. is an award -winning landscape company specializing in commercial
landscape maintenance, construction, arbor care, erosion control and landscape design in the
greater Southern California area.
Family owned for more than 40 years, Oakridge Landscape Inc. has grown to be one of the most
prominent landscape service providers in Southern California and the Central Coast. We provide
a complete array of services with our in-house staff providing all services under one roof.
Over the years we have installed and maintained the landscape for cities, counties, master
planned communities, homeowner associations, residential developments, apartment
complexes, shopping centers, office parks, and other municipal parks and projects. Family
owned, Jeff Myers has elevated the capability of Oakridge Landscape to become one of the top
landscape install and maintenance companies in the region with over $35 million in annual
revenue.
Our corporate office is located in Valencia, with an additional branch locations in Camarillo,
Santa Maria, and Riverside.
Oakridge Landscape Inc. management and our division staff work seamlessly together to
coordinate and execute for our customers projects needs from the installation or renovation of
the landscape, to masonry and ongoing maintenance services. From managers down to the
foreman our personal are empowered to take care of the customer needs without having to go
multiple layers of management.
With one of the highest performance standards in the landscape industry, Oakridge Landscape,
Inc. strives to earn the respect and loyalty of our clients and customers through active
communication and timely responsiveness. Oakridge Landscape, Inc. takes pride in maintaining
an active and successful customer satisfaction program through consistent communication and
anticipation of the needs of each client.
We strive to exceed the uppermost level of customer satisfaction and enhance each property
individually. With one of the highest employee retention ratios in the industry, we employ
numerous employees with 10+ years of experience, further ensuring an experienced and
knowledgeable workforce for our customers. In addition to normal safety gear, vests and
uniforms, our crews all wear ID badges displayed with our company name, phone number,
employee name, classification, equipment certification and supervisor name which provides an
additional comfort level of authorized personnel in and around your property.
F • .
Quality
Corporate Office
28042 Avenue Stanford, Unit E, Valencia CA 91355
Direct Cell: 818-404-5250 1 Office 661-295-7228
Oakridge Landscape quality assurance is based upon developing strong relationships with our
customers by thoroughly understanding and responding to their needs. All of our supervisors
and foremen use cell phones and email for quick response. We're fully trained and have
dedicated computers to manage central irrigation control systems from our office. Our area
supervisors work closely with customers to provide status reports on the condition of the
landscape. Work orders/service requests are sent via email or fax for prompt return indicating
the nature of work that was completed and the date of completion. As part of our service, the
area supervisors will perform regular job walks with the foreman and/or customer
representative to monitor the landscape condition and/or evaluate additional work items.
For customer service requests occurring during business hours 8:OOam-4:30pm, contact Linda
Peinado by phone: 818-891-0468 Ext. 1137 or email: Linda@oakridgelandscape.net. Oakridge
Landscape, Inc. is available to our customers with 24 hour emergency response service. After
hours, the main office answering service (818-891-0468) will route calls to the available
supervisor and notify the branch manager.
Oakridge Landscape, Inc. specializes in sustainable
landscape maintenance and water conservation
projects. Our techniques and policies include organic
mulch applications, water budgeting and audits,
grass recycling, sustainable product use and green
landscape equipment. Oakridge is one of the only
companies that recycle green waste using our own
tub grinder.
More about water conservation
Our team of professionals is ready to work with you to conserve water and make your property
as efficient as possible. Oakridge can provide irrigation management solutions from installing
and upgrading water saving controllers to daily repairing, adjusting and fine tuning of the
system.
Visit us at
O0kridge Landscape, Inc.
Approach to ProvideL0n&,cape Services
City of Santa Clarita LMD Zone T-2A
We have examined the LiAD Scope of Work and are pleased to present our approach to the service and
care ofZone T'ZA. VVeare well equipped tohandle this project. Our knowledge Vfthe City
expectations and procedures will make the transition to a new contract seamless. Upon contract award
OakridGe Landscape' Inc. will perform a Zone walk thorough with the Oakridge Account Manager,
Anse|nnoVentura along with branch Manager, Mike Roberts.
|. Rotationa|P|an
After site visits and pre starr evaluations, our approach will be to utilize rnaps to create a work plan
consisting of dividing the project into a rotational plan for the Supervisor and crew to ensure best
quality care within the required time hanna. Each section will be rotated throughout the project to
ensure each area isserviced thoroughly. Upon completion ofeach section and prior tnstarting the next,
the foreman will cornple-te a checklist noting items that have been completed and any problem items.
This process will help us to deliver the service that is needed to create a dean, safe and healthy
environment.
We utilize maps to c/eoie a work plan consisting ofdividing the project into serviceable areas for the
Supervisor and crew to ensure best quality care within the required time frame. Each section will be
rotated throughout the project \uensure the landscape objectives are met.
As the backbone of any successful landscape, the irrigation system needs -to be monitored and repaired
quickly as issues arise. Controller malfunction alerts are sent toour account manager in real time. In
addition, Oakridge will cycle, through checking controllers and valves on a daily basis. Alerts are double
checked and attended toatthe controller. Field inspection ofthe systems for that controller are
checked tosee ifthere areally issues that did not show upinthe alerts. VVerotate through all
controllers tumake sure they are checked throughout the month. When onalert isfound inthe system
via reports or direct notification, focus \AJIl be placed on correcting and repairing the iSSUe.
Planter bed and slope woi k is segmented into areas serviced by each controller. Planter and slope
maioteoanceinc|udes6e(ai|inQsh/uhs'thnonnin8'noinordeadvvoodnemnva|andw/eeding. Overgrown
shrubs to be pruned back to ensure they do not impede the throw of sprinklers. Shrubs and ground
cover to be pruned to maintain in bounds and off of v-ditches and sidewalks.
Where appropriate, hedges are sheared and shrubs are hand pruned with selective pruning techniques.
Plants will get trimmed tokeep aneven appearance.
Clearance I)rUning shall be provided for all structures. Trees to be skirted for vehicle and pedestrian
clearance. Tree wells tohecleared ofencroaching ground cover, Valve boxes should bekept clear.
Acacia tnbetrimmed away f/omhome and rotor sprinkler heads.
Weeds are controlled by a combination or chemical, mechanical and hand removal. Pest control has
included spraying for spitdebu8and Aphids.
|ni dontechandcrewsneportandrecond|eaUworkvviththe Account Manager inthe afternoon,
daily. Upon completion ofeach section and prior to starting the next, the foreman will complete a
checklist noting items that have been completed and any problem items. This process will help usto
deliver The service that is needed to create a clean, safe and healthy environment.
PRUNING ROTATIONAL PLANS
(see attached enlargement)
U. Crew Makeup
These zones will beserviced with a
Working Foreman along with
[rexvnnernbersasoutlined inthe staffing
plan. In addition, and irrigation tech will
service the area as outlined in the
staffing plan. Spray tech and minor
additional labor isprovided asneeded.
Work will vary each day depending nn
the week and task. The total crew hours
�
*^ � ^__ may vary slightly AnAccount Manager
will be available on a daily basis ao
needed. See enclosed staffing summary.
0akhdgeLandscape, Inc. can draw from additional departments mfover 350employees, (operform
special projects such as installation, irrigation improvements, or tree care. The supervisors assigned to
this project will have direct contact with -,the foreman for each crew via phone to expedite any
emergencyneeds oronsitequestions. Supervisors and/or customer service will communicate rapidly
with the on and off site project managers for any circumstances which require immediate attention, as
well asall incoming aod,outgoing reports. All crew members are trained onevery piece ofequipment
used and are momio/ed by1heforeman to follow safety protocol atall times. Supervisor visits also
indode interaction and direction with crew tooptimize service levels.
Ill. Irrigation
Irrigation repairs can be rnosi efficiently made by having a stocked irrigation vehicle. The supervisor will
schedule our irrigation technician to perform regular irrigation inspections, Utilizing the schedule
established bythe City toassure maximum irrigation system efficiency, the technician will provide a
station oy station report on the status of ihe current irrigation and any deficiencies or items needing
attention.
WeatherTrak controller systerns will reviewed and monitored for any adjustment needed as
dete/minpdbyweather arid plant requirements. Controls will beshut off during periods ofrain.
tcchnidmnsvvkhfUtuoeP|anninXsvchusadiusiingwateringdnoesintheeventofhiQhUenoperaharesand
shutting down the sysLerris iii advance in the event of rain or inclement weather.
Upon inspection, any accidental darnagE or vandalism caused by others shall be reported promptly to
City of Santa Clarita.
|V. -free Care
Our tree crews are available ',.,o help with the care and pruning of trees that are outside the scope of this
contract.
V. Safety and Crew identification
Oakridge Landscape, Inc. holds ongoing training for crew members at all of our service locations and
conducts -,,veekly SuPervisot meetings to follow up on performance and quality control. These meetings
also keel) them up to date on the latest industry techniques, laws and 0SHA guidelines.
In addition to ;-iorrnal safety gear, vests and uniforms, our crews all wear ID badges displayed with our
companyname'phunenmnber,ennp|oyeename,c|assification,equipnnentcertificatiooandsupervisor
narne which provides an additional comfort level of authorized personnel in and around your property.
V|. Quality Control Plan
Oakridge Laridscape quality assurance is basec! upon a strong partnership with the City inspectors and
staff towork toward and achieve quality goals. All ofour supervisors and foremen use cell phones and
email for quick response. We're fully trained and have dedicated computers tomanage central
ir/igation coobo| sys1ens fronn our office. Our area supervisors work closely with customers to provide
sta1usreports onthe condition nfthe landscape. Work orders/service requests are sent via email for
prompt return indicating the oau/ne of work that was completed and 'the date of completion. As part of
our service, the area supervisors will perform regular job walks with the foreman and/or City inspector
to nionitor the landscape condiiion and/or evaluate additional work items.
VU. Remedial Pruning
SinceZuneT'3Aisare|ubveiynevvp|antiog,wedonotan1idpateanyneeded/enoedia|pruniog.
Customer Service and After Hour
Eme/�zncies
In addition to direct communication with your Account Manager, customer service requests can be
placed dixing business hour, 8:00am-4:30prn, contact Karla Perez our Customer Service
Representative. Oakridge L-indscape, Inc. is available to our custorners with 24 hour emergency
response service. After houcs, the roainoffice answering service (68l)Z9S'72l8will route calls to the
Manager.
Prior to performing any addi6onal work, the CSR will prepare and submit a written description/proposal
(EVVA)ofthe work with aneshmateoflabor and material. Nowork will commence without asigned
authorization from the City Representative.
Once the additional work has been approved, the supervisor is notified to start the job. Assoon asthe
supervisor has reSDOnded or resolved the approved request, the supervisor will notify the CSR
immediately upon completion. The CSRwill notify the customer that the request has been completed,
what v,,as done and what time it was completed. All work orders and correspondence are documented
to the job file.
Oakridge 'Landscape, Inc. utilizes a combination of practices designed to provide our customers with
proactive customer service, safety and job quality. Our supervisors act asyour eyes and ears oosite
moving safely toachieve the look you desire. VVebelieve that your property will benefit from our
proactive custonoe/-services approach,
Here is an example of our proactive proposal process for extra work:
^Onskesupervisor takes aphotograph ofthe area needing
enhancements orrepairs
• This is forwarded to the Customer Service Representative
° The [SRnotifies the City Ofthe item via email with the attached
proposal (EVVA)and photograph
~ Client reviews proposal
w|fthe City approves the proposal, the [5Rwill work with the
supervisor toensure the job isstarted and performed toyour
standards
* City will be notified inwriting via our performance forms
LIVID Zone T2-A
Oakridge Landscape
Pruning Rotational Plan
Focal areas to be
serviced weekly
S-41,3—pe W e e k I
Week 3
Week S4
`V e-e k 5
`� `. 'f*Y
a _� y_ .............................
LMD Zone T-2A
..................
LANDSCAPE
MAINTENANCE
Week 1
.........
Week 2
........... I
two",%.
idpl
Week 3
A,
Week 4
\5
Week ......
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
City of Santa Clarita, California
1. SUMMARY OF CONTRACT REQUIREMENTS
a. A contract is required for any service performed on behalf of the City. Contract
language will be negotiated upon acceptance of proposal and prior to commencement
of work. Work cannot begin until the contract has been fully executed by both parties.
2. SUMMARY OF INSURANCE REQUIREMENTS
a. These are the Insurance Requirements for Contractors providing services or supplies to
the City. By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. When Contract documents
are executed, the actual Contract language and Insurance Requirements may include
additional provisions as deemed appropriate by City's Risk Manager.
b. You should check with your Insurance advisors to verify compliance and determine if
additional coverage or limits may be needed to adequately insure your obligations
under this agreement. These are the minimum required and do not in any way
represent or imply that such coverage is sufficient to adequately cover the Contractor's
liability under this agreement. The full coverage and limits afforded under Contractor's
policies of Insurance shall be available to Buyer and these Insurance Requirements shall
not in any way act to reduce coverage that is broader or includes higher limits than
those required. The Insurance obligations under this agreement shall be:1—all the
Insurance coverage and limits carried by or available to the Contractor; or 2—the
minimum Insurance requirements shown in this agreement, whichever is greater. Any
insurance proceeds in excess of the specified minimum limits and coverage required,
which are applicable to a given loss, shall be available to City.
c. Contractor shall furnish the City with original Certificates of Insurance including all
required amendatory endorsements and a copy of the Declarations and Endorsement
Page of the CGL policy listing all policy endorsements to City before work begins. City
reserves the right to require full -certified copies of all Insurance coverage and
endorsements.
3. INSURANCE
a. General Insurance Requirements
All insurance shall be primary insurance and shall name City of Santa Clarita as
an additional insured. The naming of an additional insured shall not affect any
recovery to which such additional insured would be entitled under the policy if
not named as an additional insured, and an additional insured shall not be held
liable for any premium or expense of any nature on the policy or any extension
thereof solely because they are an additional insured thereon.
ii. If the operation under this Agreement results in an increased or decreased risk
in the opinion of the City's Risk Manager, then Consultant agrees that the
minimum limits hereinabove designated shall be changed accordingly upon
written request by the Risk Manager.
iii. Consultant agrees that provisions of this Section as to maintenance of insurance
shall not be construed as limiting in any way the extent to which Consultant may
be held responsible for the payment of damages to persons or property
resulting from Consultant's activities, the activities of its subconsultants, or the
activities of any person or persons for which Consultant is otherwise
responsible.
iv. A Certificate of Insurance, and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a
company acceptable to the City's Risk Manager shall be submitted to City prior
to execution of this Agreement on behalf of the City.
v. The terms of the insurance policy or policies issued to provide the above
insurance coverage shall provide that said insurance may not be amended or
canceled by the carrier, for nonpayment of premiums otherwise, without 30
days prior written notice of amendment or cancellation to City. In the event the
said insurance is canceled, Consultant shall, prior to the cancellation date,
submit new evidence of insurance in the amounts heretofore established.
vi. All required insurance must be in effect prior to awarding this Agreement, and it
or a successor policy must be in effect for the duration of this Agreement.
Maintenance of proper insurance coverage is a material requirement of this
Agreement, and the failure to maintain and renew coverage or to provide
evidence of renewal may be treated by the City as a material breach of contract.
If Consultant, at any time during the term of this Agreement, should fail to
secure or maintain any insurance required under this Agreement, City shall be
permitted to obtain such insurance in Consultant's name at Consultant's sole
cost and expense, or may terminate this Agreement for material breach.
vii. Without limiting any other Consultant obligation regarding insurance, should
Consultant's insurance required by this Agreement be cancelled at any point
prior to expiration of the policy, Consultant must notify City within 24 hours of
receipt of notice of cancellation. Furthermore, Consultant must obtain
replacement coverage that meets all contractual requirements within 10 days of
the prior insurer's issuance of notice of cancellation. Consultant must ensure
that there is no lapse in coverage.
b. General Liability and Property Damage Insurance
Consultant agrees to procure and maintain general liability and property
damage insurance at its sole expense to protect against loss from liability
imposed by law for damages on account of bodily injury, including death
therefrom, and property damage, suffered or alleged to be suffered by any
person or persons whomsoever, resulting directly from any act or activities of
Consultant, its subconsultants, or any person acting for Consultant or under its
control or direction, and also to protect against loss from liability imposed by
law for damages to any property of any person caused directly or indirectly by
or from acts or activities of Consultant, or its subconsultants, or any person
acting for Consultant, or under its control or direction. Such public liability and
property damage insurance shall also provide for and protect City against
incurring any legal cost in defending claims for alleged loss. Such general
liability and property damage insurance shall be maintained in the following
minimum limits: A combined single -limit policy with coverage limits in the
amount of $1,000,000 per occurrence will be considered equivalent to the
required minimum limits.
c. Automotive Insurance
i. Consultant shall procure and maintain public liability and property damage
insurance coverage for automotive equipment with coverage limits of not less
than $1,000,000 combined single limit. if Consultant does not use automobiles
in performing its work under this Agreement, Consultant shall provide a waiver
releasing City from all liability resulting from Consultant's use of personal
vehicles under this Agreement.
d. Worker's Compensation Insurance
i. Consultant shall procure and maintain Worker's Compensation Insurance in the
amount of $1,000,000 per occurrence or as will fully comply with the laws of the
State of California and which shall indemnify, insure, and provide legal defense
for both Consultant and City against any loss, claim, or damage arising from any
injuries or occupational diseases happening to any worker employed by
Consultant in the course of carrying out this Agreement.
ii. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against City, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by Consultant for City.
Questions and requests for modification of these terms must be negotiated and approved prior to
contract execution and are at the full discretion of the City.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: %v Date:
Printed Name4 Jeff Myers
Addendum No.1
March 30, 2022
Addendum No.
PROPOSAL # LMD-21-22-30
Landscape Maintenance of Zone T2A
This addendum must be acknowledged via BidNet and should be included with the proposal response.
The purpose of this addendum is to address the following for this Request for Proposals (RFP):
I. SCOPE OF WORK MULCH QUANTITY
• Section B —Scope of Work previously listed "spreading mulch (approx. 5,000 cubic
yards)."
• Section B —Scope of Work is revised to state "spreading mulch (expected amount not to
exceed 500 cubic yards)."
II. ENGINEER'S ESTIMATE
• City of Santa Clarita Notice Inviting Proposals lists "Estimated Contract Value" as
$100,000.
• "Estimated Contract Value" has been removed as no estimate has been established.
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
n
3-3t _ZoOZ -
Contractors tepresentative Date
Company Name
PROPOSAL # LMD-21-22-30
EXHIBIT A: COST PROPOSAL
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
City of Santa Clarita, California
Fill out this form completely and return with your bid. Pricing must be entered into line
item section of BidNet. If the number entered on this page conflicts with what is
entered on BidNet, the number entered on BidNet shall govern.
Item Project Site
1. LIVID Zone T-2A Skyline
Ranch
Column A
Monthly Maintenance
Cost
$ 5,800.00 x12mo.
Total (add lines in Column B) $
Total proposed amount annually, in legibly printed words:
Sixty nine thousand six hundred and no 100.
Column B
Annual Maintenance Cost
$ 69,600.00
EXHIBIT 61: ADDITIONAL PRICING
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
City of Santa Clarita, California
Do NOT include this pricing in the cost of your bid response.
Pricing and Billing Schedule Detail
Hourly labor rates to be used in performing the work required in the specifications for annual
landscape maintenance. These rates will not be used in evaluating the bid, but shall be used in
evaluating cost estimates for "additional" or "extra" work requested by the City under this contract
when applicable.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below:
Skill Level Hourly Cost After -Hour Emergency
(Based on DIR Published Rates)
Irrigation Laborer $70.40 per hour
Landscape Laborer $57.20per hour
QAC/QAL Herbicide and
Pesticide Applicator $57.20 per hour
Please fill in the hourly cost for services based on the appropriate DIR cost.
Please initial to verify acknowledgement of labor rat 4
itial)
$99.00per hour
$85.80 per hour
$85.80 per hour
EXHIBIT B2., ADDITIONAL PRICING CONTINUED
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
City of Santa Clarita, California
Do NOT include this pricing in the cost on the of your RFP response.
Please list the unit price for labor, EXCLUDING part/material costs, for the following tasks. These
rates may be used in evaluating cost estimates for additional work requested by the City underthis contract.
EXTENDED PRICE
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
(unit price x
MEASURE
quantity)
1
Price for maintenance of
1 square foot
q
$0.05
1000 s ft.
q
$50.00
landscape with trees, shrubs,
and ground cover.
2
Price for maintenance of
1 square foot
$ 020
500 sq. ft.
$13.00
landscaped, irrigated slope,
Please list the unit price for all-inclusive labor and material costs, for the following tasks. These rates may be
used in evaluating cost estimates for additional work requested by the City under this contract.
EXTENDED PRICE
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
(unit price x
MEASURE
quantity)
3
Price for Installation of one
1 each
$16.20
5
() Five
$81.00
(1) gallon shrub.
4
Price for Installation of five
1 each
$38.$9
5
() Five
$194.45
(5) gallon shrub.
5
Price for Installation of
leach
$133.41
(5) Five
$667.05
fifteen (15) gallon shrub.
6
Price for Installation of
1 each
$216 08
(5) Five
$1,080.40
fifteen (15) gallon tree.
7
Price for installation of
twenty-four inch (24-inch)
1 each
$520.61
(2) Two
$1,041.22
box tree.
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
City of Santa C/arita, California
1) The last six (6) months of tailgate safety meeting sign -in sheets and topics covered mustbe
made available UPON REQUEST. (Do not send with proposal submission atthis time.)
2) In the year of 2020, what was the longest stretch of days worked without an accident in the
landscape maintenance division?
129
3) Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
None.
4) Please provide any sustained complaints made to your company within the past four (4) years to
the California State Contractor Board in regards to your C-27license.
None.
EXHIBIT D: PROACTIVE APPR ACH FORM
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
City of Santa Clarita, California
Please explain what policies or procedures you and your company will provide to ensure your team will
proactively identify deficiencies, suggest solutions, and execute resolution? What makes your company
the best for this service area and how does your company stand out from others?
Please see enclosed narrative on how Oakridge Landscape will provide these services.
*Attach additional pages as necessary.
EXHIBIT F: REFERENCES
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-ZA Skyline Ranch
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which the
proposed company has performed work of a similar scope and size within the past five (5) years. The
references shall demonstrate that the company (proposer) has a minimum of five (5) years' experience in
the landscape maintenance field, experience maintaining site areas of twenty (20) acres or larger, and the
ability to complete work of the type and scope being proposed under the terms of this contract. If
necessary, more than three (3) references can be submitted to demonstrate these qualifications. If the
instructions on this form conflict with the references requested in the scope of work, the scope of work
shall govern. Complete this form out accordingly. Fill out this form completely and upload it with your
proposal.
1 City of Santa Clarita, 23920 Valencia Blvd, #120, Valencia, CA 91355
Name and Address of Owner /Agency
City of Santa Clarita, T-68 & T-69
Keith Miller, 661-290-2200
Name and Telephone Number of Person Familiar with Project
$305,000.00 Street panels and slopes 2018 Current
Contract Amount Type of Work Date Started Date Completed
2.
City of La Canada, One Civic Center Drive, La Canada Flintridge, CA 91011
_
Name and Address of Owner /Agency
City of La Canada
Ken Rodgers, 818-882-3736
Name and Telephone Number of Person Familiar with Project
$360,000.00 Parks, sports fields, streets 2008 Current
Contract Amount Type of Work Date Started Date Completed
3. City of Moorpark
Name and Address of Owner / Agency
City of Moorpark
Jeremy Laurentowski 805-517-6368
Name and Telephone Number of Person Familiar with Project
$410,000.00 Streets & parkways 2015 Current
Contract Amount Type of Work Date Started Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from
hhom BIDDER mt nds to rpcure i uranc bonds:
6701 Center Yr.,eVUest, �uite 15�(�, Los �ngeles, CA 90045 (310) 568-5900
SureTec Ins Co, David Melman, 331 Camino Del Rio N., Ste 1450, San Diego, 92018 (661) 400-4100
EXHIBIT G1
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
City of Santa ClariEa, California
Prsov ."= nformatiC�ro rin 3,1,1 8nj ail applscaba [_r:wmcriuefS, Ir: nr ,itic5 U'V G?f'Jr50f, crew ioreman, crittfed
arDOr St (if app;;,-ablel, •:nemi a� irrigation speda l,-, etc.
lr Nam,_ Anselinc; Ventura
j,_b �j_ Account Manager
LiCensICIS _-. _;;_e, 2 years commercial landscape maintenance
Mike Roberts _ Branch Manager
Landscape Contractor C-27
Lic�rr�rS,ICerCi�wc�ti��: _
,"A MarneRon McRae
Job Business Developer
Licc["ksds�'C?rt�f�cat �: BS Degree, Ornamental Horticulture, Cal Poly
Armando "(rinidad
-f1 Name
Job
Spray Supervisor
- ..- -.
uc _rs. sl{.writ ficat:_, Qualified Applicator License ( AL)
5j Name
To be assigned
jok, > title _ Spray Tech
Under direction of OAL
1 Narr _ 1'o be assgined
job ..
Crew members
L[tpns!X/t^o[mcate 2-5ears+ commercial gardening experience _
?"o be as sig .ed Irrigation technician
7) H.a[,%,� job -�, ., - --- -
Weather Trax
EXHIBIT G2 (a)
PROPOSAL #TKAF-21'33-30
Landscape Maintenance Contract for Zone T'2ASkyline Ranch
City of Santa Ciarita, California
2
ce�m�o"»�,nne
Branch Mr
r^ewnn�mnhar�m:
Account Manager
c,e "'d 41
Working Foreman Crew #1
8____
Cnrwm'mbe,T.mc
�,..,7,,bonz|,
Crevvnocnnber#2
t-yv,w/vvv^v*o'm
rwe
Crevvmember#3 _
otv ofvvecx4*u*m
u
Crew«nennber#4
qnv ofvvcck;'Y e,.x^
»
{rwvw2
26Oadditional hours/year for mulch -avgweekly = 5
c`eA,4n^lo-�'-r|e. _ _ --------_-__�Qty. ofvv"«lv*umn________
uc'T.c|�- c¢f.cfWeekly "wwm________
cr,wmcmui�;,r.t/ _ _cxv ofuvceuun______
�r�w"`om�e,7.t^t _/le ufvv��wivwovr,________
S»tci^|tvPosihou�
Irrigation tech
rWe
(vv nfmec»N'*ovo___O
c�v,vvee���vur�________
Specialty Positions
crtw 'itle Spray tech
v 'fvvcrwv 4
~4,tachadditional pages asnecessary for additional personnel
EXHIBIT H: EQUIPMENT REQUIREMENTS
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
City of Santa Clarita, California
Additional equipment requirements for work within proposed Landscape Maintenance District or the ability
of Contractor to rent/lease at no additional cost:
• Proper equipment required to perform pruning tasks including hand pruners, loppers,saws,
pole pruners and chainsaws
• Commercial Grade Battery Powered Leaf Blowers
• All maintenance supplies for proper equipment operation
• Garden Spading Forks
• Shovels
• Rakes
• Scoop Shovels (various sizes and shapes)
• Commercial Grade Chipper
• Safety equipment such as head, eye, and ear protection,work boots. Body protection such.
as chaps should also be used when operating chainsaws
• Irrigation controller remotes and transmitters; particularly WeatherTrak
• All the required tools and equipment to make minor and major irrigation repairs
• All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and
safety wear shall be Cal -OSHA approved
Please initial to verify acknowledgement ofequipmentrequirements - (initial)
EXHIBIT 1: CERTIFICATIONS
PROPOSAL #TKAF'21-23-3D
Landscape Maintenance Contract for Zone T-2ASkyline Ranch
City of Santa Clarita, California
Frmw1(71f- in/o/mahoo of) (Ue coMified ai�m-6ni oUeonuai 8c�o speomilsi cn�N/
!o:eman mo/udi-ngcorl0ca8ona/xJvvnetr*rslaffcusubcontractor.
St Iff
Armando Thnidad'Ce ntro| Applicator
--- ---
Armando Trinidad, VVe3LherTRAKCe[ti�ed
` California State Contractor's License 4,8,[-Z7,C61/D49#7985GSOakridgoLandscape, Inc.
7,
- ___'_----_---__-- �— ---. �
10' _ '— — — ------- '-------_- _ - . _ - — '—
CITY OF SANTA CLARITA
Zones T-2A
TASK
FREQUENCY
JAN
FEB
MAR
APR MAY
JUN
JUL
AUG
SEP
OCT
NOV DEC
Pruning of Shrubs
As required by "Shrub and GC Care"
Fertilization beds
2x per year
Aeration
2x annually
Verticutting
2x annually
Turf reseeding (not applicable)
Once in fall, once in spring
Irrigation repairs
As needed
Hand Watering
As needed in emergency situations
Clearance pruning of trees (first 12')
As needed
Clearance pruning from fence lines
As needed
Disease control
As needed
Olive tree spraying (where exists)
Two times April i - May 10th
Fireblight treatment
1-3 applications depending on species
Removal of license size graffiti
As needed
Pest control
As needed
Weed abatement for fire control
lx per year
Chemical weed control
As needed
Litter pick up
As needed
Adjust Controllers
jAsneeded
EXHIBIT1: A N WLI EMENT & ACCEff_ANCE OF PROPOSAL Sty ' FCATIONS
PROPOSAL # TMF-21-22-30
Landscape Maintenance Contract for Zone T-2A Skyline Ranch
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 Proposal
Specifications for the Annual Maintenance Contract for Landscape Maintenance
Zone T-2A Skyline Ranch. The Contractor will be expected to perform maintenance
practices and uphold the standards herein to the established specifications
throughout the length of the contract.
*Supervisor's Signature; �'\/1 t� Date;
*Estimator's Signatt
*Owner's Signature
*Ali three signatures required