HomeMy WebLinkAbout2022-07-12 - AGENDA REPORTS - VETERANS HISTORICAL PLAZA AND NEWHALL CMTY CENTERAgenda Item: 12
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: July 12, 2022
SUBJECT: LANDSCAPE CONTRACT FOR VETERANS HISTORICAL PLAZA
AND NEWHALL COMMUNITY CENTER
DEPARTMENT: Neighborhood Services
PRESENTER: Susan Nelson
RECOMMENDED ACTION
City Council:
Award a two-year contract to Stay Green, Inc., to provide landscape maintenance services to
the Veterans Historical Plaza and the Newhall Community Center for an annual base amount
of $22,200, plus an additional $4,440 in annual contract expenditure authority to address
unforeseen maintenance and repairs, for a total two-year amount not to exceed $53,280.
2. Authorize ongoing appropriations from Areawide Fund 367 to expenditure account 3677303-
516110 for $4,640 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 $26,640 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.
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) Parks Division maintains 36 developed parks, encompassing 409
acres. The City contracts with a vendor to maintain the landscape at the Veterans Historical Plaza
and the Newhall Community Center. The contractor is responsible for the maintenance and care
of the turf, planters, and irrigation at both locations.
Page 1
Packet Pg. 114
Request for Proposals (RFP) number NS-21-22-37 for the landscape maintenance of the
Veterans Historical Plaza and the Newhall Community Center was published and circulated via
the BidNet system on May 2, 2022. The RFP was sent to 318 vendors, and downloaded by 16
perspective vendors. Three proposals were received by the City's Purchasing staff on May 31,
2022.
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 resources 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:
• Team Composition (45 points)
• References (30 points)
• Rotation Schedule (60 points)
• Acknowledgement & Successful Understanding of the Scope of Work (45 points)
• Value (90 points)
• Cost (30 points)
Proposal
Company
Location
Amount
Points
Proposal 1
Stay Green, Inc.
Santa Clarita, CA
$ 22,200
244.67
Proposal 2
American Heritage Landscape
Canoga Park, CA
$ 33,528
237.33
Proposal 3
Oak Springs Nursery
Sylmar, CA
$ 34,366
224.67
In reviewing the proposals, the evaluation team awarded the highest score to Stay Green, Inc.
(Stay Green). The evaluation process determined that the Stay Green proposal offered the best
overall value to meet the landscape maintenance needs at the Veterans Historical Plaza and the
Newhall Community Center.
Stay Green achieved the highest overall score and scored the highest of all bidders in the areas of
Value and Cost. The proposal submitted by Stay Green dedicates 60 monthly hours of combined
supervision and field labor towards servicing the two park sites.
Based on operational experience managing these park sites, staff recommends increasing the
annual expenditure authority associated with this contract by $4,440 to address unscheduled
repairs and as -needed work. It is important to note that as -needed work does not represent any
guarantee of compensation under the terms of the recommended contract. All as -needed work
performed by Stay Green under this contract will require advance review and authorization by
the City's Parks Division.
As part of this action, staff is requesting the ongoing appropriation of an additional $4,640 in
base budget to support recurring landscape maintenance services expenditures associated with
Page 2
Packet Pg. 115
the recommended contract award, as listed in Attachment A. Sufficient funding within the
Areawide Fund, Fund 367, is available to support the increased ongoing annual maintenance
expenditures.
Staff has completed a due -diligence review of Stay Green's professional references and
determined their work meets the City's high standards and performance expectations. 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
The recommended action requires an ongoing appropriation of $4,640.00 from Areawide Fund to
expenditure account 3677303-516110 to support the recurring landscape maintenance costs
associated with the award of this contract.
ATTACHMENTS
Stay Green Proposal (available in the City Clerk's Reading File)
RFP # NS-21-22-37 (available in the City Clerk's Reading File)
Page 3
Packet Pg. 116
Proposal for
Landscape Maintenance At
Veterans Plaza and Newhall Community Center
Proposal # NS-21-22-37
Name: Stay Green Inc.
Heidi Van Syoc — 661-383-6752
HVanSyoc@staygreenxom
Stay Green Inc.
The Natural Choice
For Professional Landscape Services
Date: 05-27-2022
26415 Summit Circle, Santa Clarita, CA 91350 • (800) 858-5508 • www.staygreen.com
C-27, C-61 License 9346620
EXHIBIT A: COST PROPOSAL
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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. Veterans Plaza
2. Newhall Community Center
Column A
Monthly Maintenance Cost
$ 650.00 x12mo.
$1200.00 x12mo
Column B
Annual Maintenance Cost
$ 7,800.00
$14,400.00
Total (add lines in Column B) $22,200.00
Total proposed amount annually, in legibly printed words: Twenty Two Thousand Two Hundred
and Zero Cents.
EXHIBIT 131: ADDITIONAL PRICING
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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 D labor rates as listed below:
Skill Level Hourly Cost After -Hour Emergency
(Based on DIR Published Rates)
Irrigation Laborer $ 60 per hour
Landscape Laborer $ 50 per hour
QAC/QAL Herbicide and
Pesticide Applicator $ 60 per hour
Please fill in the hourly cost for services based on the appropriate DIR cost.
Please initial to verify acknowledgement of labor rates H.V. (initial)
$ 90 per hour
$ 75 per hour
$ 90 per hour
EXHIBIT C: VIOLATION RECORDS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
1) The last six (6) months of tailgate safety meeting sign -in sheets and topics covered must be
made available UPON REQUEST. (Do not send with proposal submission at thistime.)
2) In the year of 2021, what was the longest stretch of days worked without an accident in the
landscape maintenance division?
365 days in 2021
3) Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
N/A
4) Please provide any sustained complaints made to your company within the past four (4) years to
the California State Contractor Board in regards to your C-27 license.
N/A
EXHIBIT D: PROACTIVE APPROACH FORM
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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?
Proactive Approach -
Stay Green provides itself on its proactive approach in how it manages its landscape.
50 years in business has given the company and its employees a deep understanding of
when and how thinas happen in your landscape. Stay Greens manaaement team regularly
advises our HOA and LIVID contracts about seasonal requirements such as fertilizing,
overseedina plantina, etc. well before they need to happen. Our crews are all expertly
trained to use a wide variety of chemicals and pre-emergents. This helps both eliminate
and prevent weeds, treat, or prevent plant and tree diseases, and overall enhance the
quality and health of your landscape. Our crews and managers work together to constantly
update our clients to let them know what is aoina on in their properties. We become their
extra set of eyes to see and report problems before they become serious, and to provide
solutions to those problems. All of our crews and irrigation techs are given smartphones
with the ability to text, send, and receive photos and emails, and make sure the are always
one phone call away if needed. This allows us to be as efficient as possible in the field.
Our crews cover a large percentage of the Santa Clarita Valley which means that they are
able to see things on a daily basis that may otherwise slip through the cracks. We provide
ourselves on teamwork. All of our crews look at each other's jobs and report anything
they see to make sure we stay proactive, not reactive.
*Attach additional pages as necessary.
EXHIBIT E: DESIGNATION OF SUBCONTRACTORS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
Fill out this form completely and upload it with your proposal.
Subcontractor DBE STATIJ-S=
N/A
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor —1) B E STATIJ.--
N/A
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor DBE STOTi IS-
N/A
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public
work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to
Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid
that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of
the Labor Code at the time the contract is awarded.
EXHIBIT F: REFERENCES
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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., Suite #120, Santa Clarita, CA 91355
Name and Address of Owner / Agency
Mike Choate - 661-510-1808 - mchoate@santa-clarita.com
Name and Telephone Number of Person Familiar with Project
$25,000.00 Landscape Maintenance 2014 Ongoing
Contract Amount Type of Work Date Started Date Completed
2 City of Simi Valley - 2929 Tapo Canyon Rd., Simi Valley, CA 93053
Name and Address of Owner / Agency
Chirstopher Parker - 805-583-6413 - cparker@simivalley.org
Name and Telephone Number of Person Familiar with Project
$37,000.00 Landscape Maintenance 2018 Ongoing
Contract Amount Type of Work Date Started Date Completed
3 City of Downey - 12324 Bellflower Blvd., Downey CA 90242
Name and Address of Owner / Agency
Gio Amador - 562-417-6902 - gamador@downeyca.org
Name and Telephone Number of Person Familiar with Project
$34780.00 Landscape Maintenance 2012 Ongoing
Contract Amount Type of Work Date Started Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
Lockton Insurance Brokers - Jennifer Ochs - 213-689-2456
EXHIBIT G1- STAFF
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Provide information on any and all applicable crewmembers. This incluc _s the supervisor, crew foreman, certified
arborist (if applicable), chemical ar, -.,"icator, irrigation specialist, et--.
i} Na„-e Tony Venegas job Account Manager
Livenses/Cer0ca es
2), Name Heidi Van Syoc J.bTitle Branch Manager
Licenses/Certif.--a-es
3) Name Sean McCormick J _;I, — -& ISA Certified Arborist
Licenses/Certifica.es WE-13274A
Nan- L Wesley Heck I_, -,F PHC Spray Technician
Licenses/CertificateQAC-91732
5) Narre Jose Ruiz
Ucenses/Certificat
job Tittle Production Manager
6} Name Jose Hernandez Job Title Irrigation Technician
Licenses/Certificates
7) N, Sonia Alonso a.bTitle Branch Administrator
Li cen ses/Ce rti ffc at es
EXHIBIT G2: STAFF HOURS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Newhall Community Center
SLiperuisors
Crewmember Title
Account Manager
weekly Hogs
1 /2 hour
-Qty-of
CrewmemberTitl+e
Production Manager
Qty-uf Weekly Hours
1 hour
CrewmemberT
Crew #i
Crewmember Title Crew Leader
Crewmember Title Gardener
Qty- of Weekly Hours
Qty- of Weekly Hours 2 hrs
Qty- of Weekly Hours 2 hrs
C;rewmember Title Gardener Qty. of weekly Hogs 2 hrs
Crewmember Title Qty. of Weekly Hags
Crewmember Title Qty- of Weekly Hours
Crew #2
Crewmember Title Qty- of Weekly Hogs
Crewmember Title Qty- of Weekly Hogs
Crewmem ber Title Qty- of Weekly Hogs
Crewmem ber Title Qty- of Weekly Hogs
Crewmem ber Tl.!e Qty- of Weekly Hours
Specialty Positions
CrewmemberTitle Irrigation Technician Qty. of Weekly Hours 1 hr
Crewmember T�7:e
Specialty Positions
Qty. of Weekly Hours
Crewmem berTitle Qty- of Weekly Hogs
Crewmem berTitle Qty. of weekly Hogs
*Attach additional pages as necessary for additional personnel.
EXHIBIT G2 - STAFF HOURS
RRFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Supefuisors
Crewmermber Title Account Manager Qty- of Weekly Hours 1 /2 hr
CrewmemberTilde Production Manager Qty-of Weekly Hours 1 hr
Crewmerriber Title Qty- of Weekly Hours
Crew #1
CrewmemberTi4je Crew Leader
,sty. of Weekly ftur�
1 hr
Crewmember Title Gardener
Qty. of Weekly Hours
1 hr
Crewmermber--_:r Gardener
Qty_ of Weekly Hours1
hr
Crewmember T-. e
Crewmermber Titl
Crew #2
Qty. of Weekly Hours
Qty- of Weekly Hours
CrewmermberTitle CLty- of Weekly Hours
Crewmermber Tilde City- of Weekly Hours
Crewmermber Title Qty- of Weekly Hours
Crewmermber Titre Qty- of Weekly Tours
Crewmerm ber Title Qty- of Weekly 'Hours
Specialty Positions
Crewmermber TWe Irrigation Technician Qty- of Weekly Hours 1 hr
Crewmember T
Specialty Positions
Qty- of Weekly Hours
CrewmemberTitle Qty. of Weekly Hours
�rewmember Title Qty. of Weekly flours
*Attach additional pages as necessary for additional personnel.
EXHIBIT H: EQUIPMENT
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Additional equipment requirements for work within proposed Landscape Maintenance District or the ability
of Contractor to rent/lease at no additional cost:
• Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover
large turf areas
• Proper equipment required to perform pruning tasks including hand pruners, loppers, saws,
pole pruners and chainsaws
• Commercial Grade Battery Powered Leaf Blowers
• 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 acknowledgementofequipmentrequirements -H.V. (initial)
EXHIBIT I: CERTIFICATIONS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Provide information on tie certified arborist, Chernical applicator, irrigation spebalist, crew
foreman, including narne, certificaUen and whether staff or subcontrauc oL
Staff
1) Sean McCormick - Certified Arborist - WE 13274A- Staff
2) Wesley Heck - PHC Spray Technician - QAC 91732- Staff
3} Jose Hernandez - Irrigation Technician - Irrigation Certificate - Staff
4) Stay Greens Contractor License - 346620
Jose Ruiz - Production Manager- Staff
6)
7)
9�
10)
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF PROPOSAL SPECIFICATIONS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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 15 & Zone 16. 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
*Estimator's Signature:
jaw VaW9a,3
Date: 05-27-2022
Date: 05-27-2022
*Owner's Signature: C" 22t�L Date: 05-27-2022
*All three signatures required
Proposal for
Landscape Maintenance At
Veterans Plaza and Newhall Community Center
Proposal # NS-21-22-37
Name: Stay Green Inc.
Heidi Van Syoc — 661-383-6752
HVanSyoc@staygreenxom
Stay Green Inc.
The Natural Choice
For Professional Landscape Services
Date: 05-27-2022
26415 Summit Circle, Santa Clarita, CA 91350 • (800) 858-5508 • www.staygreen.com
C-27, C-61 License 9346620
RESPONSE FILE
StayGreenlnc,
7beNatural Choice
For Professional Landscape Services
26415 Summit Circle, Santa Clarita, CA 91350 • {800) 858-5508 • www.staygrccn.com
t
.
he Natural ChoiceC 9
04FssianaLLandscape Services
INTRODUCTION & BACKGROUND:
Stay Green Inc. is prepared to maintaining the highest quality standards in the
City of Santa Clarita. Sustaining over 50 years of experience in the landscape industry
and many similar projects, Stay Green prides themselves on winning numerous
achievements and beautification awards through the CLCA and NALP. With
a great portion of our crews saturating the Santa Clarita Valley, we are able to survey
and spot concerns that may otherwise be missed.
SCOPE OF WORK:
Stay Green is very familiar with the scope of work, already sustaining many LMD
contracts for the City of Santa Clarita. Our management team remains proactive in
reminding all HOA & LMD clients about seasonal requirements such as fertilizing,
overfeeding, planting and brush clearance, while our maintenance crews, crew leaders
and irrigation technicians are efficiently trained. The project will be run by a Production
Manager scheduling and managing the crews on a daily basis, an Account Manager
with whom a city representative will stay in contact with, a Branch Manager to oversee
all activity, a Crew Leader to take direction from the management team to guide his
crew, an Irrigation Technician to tend to any irrigation issues as quickly and
efficiently as possible and a Spray Technician for weed and pest abatement.
SCHEDULE:
Stay Green proposes a one month rotation schedule throughout the properties to
ensure all areas are reached. High profile areas in the properties will be maintained
weekly. We plan on maintaining above satisfactory landscape with monthly job walks
and continued open communication with the monitor. Stay Green also has seasonal
procedures in place to ensure our efforts are focused on matters fitting the weather and
growth patterns occurring at all times.
PERSONNEL, EQUIPMENT AND FACILITIES:
All equipment necessary to complete routine maintenance such as, but not
limited to, mowers, blowers, weed eaters, backpack sprayers and hand tools will be
provided by Stay Green. Our crew size and management teams here at Stay Green
allow us to remain proactive and give us the opportunity to tend to areas of concern
before they are a problem. It will also promote rapid responsiveness to any immediate
issues that arise.
Branch Manager — Heidi Van Syoc — 661-383-6752 — hvansyoc@staygreen.com
Stay Green Inc.
26415 Summit Circle, Santa Clarita, CA 91350 • (800) 858-5508 • (661) 291-2800 • Fax: (661) 705-2089
www.staypteen.com • C-27, C-61 License #346620
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clorito, California
1. SUMMARY OF CONTRACTUAL REQUIRMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita (City).
b. By submitting a proposal, you have reviewed the sample contract documents contained within this
request for proposals and agree to be bound by the requirements set forth.
c. Questions and requests for modification of these terms must be negotiated and approved prior to
proposal submission and are at the full discretion of the City.
2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (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. If any additional Contract documents are
executed, the actual Indemnity 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. INDEMNIFICATION
a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss,
cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that
arise from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in
whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part
thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or
indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the
patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or
proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee,
of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this
Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any
Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful
misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to
the limitations of California Civil Code section 2782.8 as to any design professional services performed
by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty
only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as
well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion
to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8).
b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which
would otherwise exist in favor of the CITY and other Indemnitees.
c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
4. INSURANCE
a. Before commencing performance under this Agreement, and at all other times this Agreement is
effective, CONSULTANT 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 Limits
Commercial general liability: $1,000,000
Professional liability $1,000,000
Business automobile liability $1,000,000
Workers compensation 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. Automobile
coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any
Auto). 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 endorsement must be
reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. 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. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a
"claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT
will continue to renew the insurance for a period of at least three (3) years after this Agreement expires
or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of
any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this
Agreement was in effect.
d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance
of the insurance required under this Agreement, including endorsements, 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 California -admitted insurers with (other than workers compensation) a current A.M. Best
Company Rating of at least "A:VII."
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 CONSULTANT for CITY.
f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
g. 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.
h. The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: _ N64'�' ;00 _ Date: _5/27/2022
Printed Name: Heidi Van SyOc
EXHIBIT C: VIOLATION RECORDS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
1) The last six (6) months of tailgate safety meeting sign -in sheets and topics covered must be
made available UPON REQUEST. (Do not send with proposal submission at thistime.)
2) In the year of 2021, what was the longest stretch of days worked without an accident in the
landscape maintenance division?
365 days in 2021
3) Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
N/A
4) Please provide any sustained complaints made to your company within the past four (4) years to
the California State Contractor Board in regards to your C-27 license.
N/A
EXHIBIT D: PROACTIVE APPROACH FORM
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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?
Proactive Approach -
Stay Green provides itself on its proactive approach in how it manages its landscape.
50 years in business has given the company and its employees a deep understanding of
when and how thinas happen in your landscape. Stay Greens manaaement team regularly
advises our HOA and LIVID contracts about seasonal requirements such as fertilizing,
overseedina plantina, etc. well before they need to happen. Our crews are all expertly
trained to use a wide variety of chemicals and pre-emergents. This helps both eliminate
and prevent weeds, treat, or prevent plant and tree diseases, and overall enhance the
quality and health of your landscape. Our crews and managers work together to constantly
update our clients to let them know what is aoina on in their properties. We become their
extra set of eyes to see and report problems before they become serious, and to provide
solutions to those problems. All of our crews and irrigation techs are given smartphones
with the ability to text, send, and receive photos and emails, and make sure the are always
one phone call away if needed. This allows us to be as efficient as possible in the field.
Our crews cover a large percentage of the Santa Clarita Valley which means that they are
able to see things on a daily basis that may otherwise slip through the cracks. We provide
ourselves on teamwork. All of our crews look at each other's jobs and report anything
they see to make sure we stay proactive, not reactive.
*Attach additional pages as necessary.
EXHIBIT E: DESIGNATION OF SUBCONTRACTORS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
Fill out this form completely and upload it with your proposal.
Subcontractor DBE STATIJ-S=
N/A
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor —1) B E STATIJ.--
N/A
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor DBE STOTi IS-
N/A
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public
work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to
Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid
that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of
the Labor Code at the time the contract is awarded.
EXHIBIT F: REFERENCES
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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., Suite #120, Santa Clarita, CA 91355
Name and Address of Owner / Agency
Mike Choate - 661-510-1808 - mchoate@santa-clarita.com
Name and Telephone Number of Person Familiar with Project
$25,000.00 Landscape Maintenance 2014 Ongoing
Contract Amount Type of Work Date Started Date Completed
2 City of Simi Valley - 2929 Tapo Canyon Rd., Simi Valley, CA 93053
Name and Address of Owner / Agency
Chirstopher Parker - 805-583-6413 - cparker@simivalley.org
Name and Telephone Number of Person Familiar with Project
$37,000.00 Landscape Maintenance 2018 Ongoing
Contract Amount Type of Work Date Started Date Completed
3 City of Downey - 12324 Bellflower Blvd., Downey CA 90242
Name and Address of Owner / Agency
Gio Amador - 562-417-6902 - gamador@downeyca.org
Name and Telephone Number of Person Familiar with Project
$34780.00 Landscape Maintenance 2012 Ongoing
Contract Amount Type of Work Date Started Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
Lockton Insurance Brokers - Jennifer Ochs - 213-689-2456
EXHIBIT G1- STAFF
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Provide information on any and all applicable crewmembers. This incluc _s the supervisor, crew foreman, certified
arborist (if applicable), chemical ar, -.,"icator, irrigation specialist, et--.
i} Na„-e Tony Venegas job Account Manager
Livenses/Cer0ca es
2), Name Heidi Van Syoc J.bTitle Branch Manager
Licenses/Certif.--a-es
3) Name Sean McCormick J _;I, — -& ISA Certified Arborist
Licenses/Certifica.es WE-13274A
Nan- L Wesley Heck I_, -,F PHC Spray Technician
Licenses/CertificateQAC-91732
5) Narre Jose Ruiz
Ucenses/Certificat
job Tittle Production Manager
6} Name Jose Hernandez Job Title Irrigation Technician
Licenses/Certificates
7) N, Sonia Alonso a.bTitle Branch Administrator
Li cen ses/Ce rti ffc at es
EXHIBIT G2 - STAFF HOURS
RRFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Supefuisors
Crewmermber Title Account Manager Qty- of Weekly Hours 1 /2 hr
CrewmemberTilde Production Manager Qty-of Weekly Hours 1 hr
Crewmerriber Title Qty- of Weekly Hours
Crew #1
CrewmemberTi4je Crew Leader
,sty. of Weekly ftur�
1 hr
Crewmember Title Gardener
Qty. of Weekly Hours
1 hr
Crewmermber--_:r Gardener
Qty_ of Weekly Hours1
hr
Crewmember T-. e
Crewmermber Titl
Crew #2
Qty. of Weekly Hours
Qty- of Weekly Hours
CrewmermberTitle CLty- of Weekly Hours
Crewmermber Tilde City- of Weekly Hours
Crewmermber Title Qty- of Weekly Hours
Crewmermber Titre Qty- of Weekly Tours
Crewmerm ber Title Qty- of Weekly 'Hours
Specialty Positions
Crewmermber TWe Irrigation Technician Qty- of Weekly Hours 1 hr
Crewmember T
Specialty Positions
Qty- of Weekly Hours
CrewmemberTitle Qty. of Weekly Hours
�rewmember Title Qty. of Weekly flours
*Attach additional pages as necessary for additional personnel.
EXHIBIT G2: STAFF HOURS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Newhall Community Center
SLiperuisors
Crewmember Title
Account Manager
weekly Hogs
1 /2 hour
-Qty-of
CrewmemberTitl+e
Production Manager
Qty-uf Weekly Hours
1 hour
CrewmemberT
Crew #i
Crewmember Title Crew Leader
Crewmember Title Gardener
Qty- of Weekly Hours
Qty- of Weekly Hours 2 hrs
Qty- of Weekly Hours 2 hrs
C;rewmember Title Gardener Qty. of weekly Hogs 2 hrs
Crewmember Title Qty. of Weekly Hags
Crewmember Title Qty- of Weekly Hours
Crew #2
Crewmember Title Qty- of Weekly Hogs
Crewmember Title Qty- of Weekly Hogs
Crewmem ber Title Qty- of Weekly Hogs
Crewmem ber Title Qty- of Weekly Hogs
Crewmem ber Tl.!e Qty- of Weekly Hours
Specialty Positions
CrewmemberTitle Irrigation Technician Qty. of Weekly Hours 1 hr
Crewmember T�7:e
Specialty Positions
Qty. of Weekly Hours
Crewmem berTitle Qty- of Weekly Hogs
Crewmem berTitle Qty. of weekly Hogs
*Attach additional pages as necessary for additional personnel.
EXHIBIT H: EQUIPMENT
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Additional equipment requirements for work within proposed Landscape Maintenance District or the ability
of Contractor to rent/lease at no additional cost:
• Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover
large turf areas
• Proper equipment required to perform pruning tasks including hand pruners, loppers, saws,
pole pruners and chainsaws
• Commercial Grade Battery Powered Leaf Blowers
• 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 acknowledgementofequipmentrequirements -H.V. (initial)
EXHIBIT I: CERTIFICATIONS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Provide information on tie certified arborist, Chernical applicator, irrigation spebalist, crew
foreman, including narne, certificaUen and whether staff or subcontrauc oL
Staff
1) Sean McCormick - Certified Arborist - WE 13274A- Staff
2) Wesley Heck - PHC Spray Technician - QAC 91732- Staff
3} Jose Hernandez - Irrigation Technician - Irrigation Certificate - Staff
4) Stay Greens Contractor License - 346620
Jose Ruiz - Production Manager- Staff
6)
7)
9�
10)
Stay GreeL
.
I�r.Yrrav�f C7s
Fi►1'rsJFuar L.du
dCC� NTRACTORS lep;az�k
STATE CLICENSE BOARD
ACTIVE LICENSE
346620 �. CORP
4 -- STAY - GREEN INC
C27 C61/D49
- 12131/2022 A%vw cslb ca gov
Stay Green Inc.
26415 Summit Circle, Santa Clarita, CA 913500 (800) 858-5508 0(661) 291-2800 •Fax: (661) 705-2089
www.StayGreen.com C-27, C-61 License #346620
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF PROPOSAL SPECIFICATIONS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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 15 & Zone 16. 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
*Estimator's Signature:
jaw VaW9a,3
Date: 05-27-2022
Date: 05-27-2022
*Owner's Signature: C" 22t�L Date: 05-27-2022
*All three signatures required
MAINTENANCE SCHEDULE
Operations
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
NOV
DEC
Trash Clean Up
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
Paseo Clean Up
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
Weed Elimination
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Mulching
WCP
WCF
WCP
WCP
WCP
WCP
WCP
jWCP
WCP
WCP
WCP
WCP
Prune Roses
Renovation (if needed)(Ground Covers)
Tree Fertilization (B31anced)
ESD = Each Service Day
WCP = When City Provides
StayGreen Inc.
7he Natural Choice
For ProfessionalLandscapeServices
Stay Green Maintenance Rotation
• Winter Season — December - March
Cutting back of plant material for winter.
Tree pruning (Pines)
Pre -emergent application to planter beds to help prevent spring weeds
Inspect and clean drainage systems
Winterizing of irrigation system
a Spring Season — March — May
Natural pruning of plant material to manage summer growth
Mulching planter beds
Weed control
Inspection and repair of irrigation system for Summer
Fertilization of planter beds
a Summer Season — June — August
Increased irrigation maintenance to keep up with summer heat
Weed control
Pruning of plants post Spring blooming (dead -heading)
Leaf and debris clean-up
• Fall Season September— December
Leaf and debris clean-up
Cleaning of planter beds for winter
Decreasing of irrigation for cooler temps
Fertilizing of planter beds
Stay Green Inc.
26415 Summit Circle, Santa Clarita, CA 91350 • (800) 858-5508 • (661) 291-2800 • Fax: (661) 705-2089
www.staygrccn.com • C-27, C-61 License #346620
MAINTENANCE SCHEDULE
Operations
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
NOV
DEC
Trash Clean Up
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
Paseo Clean Up
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
ESD
Weed Elimination
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Mulching
WCP
WCF
WCP
WCP
WCP
WCP
WCP
jWCP
WCP
WCP
WCP
WCP
Prune Roses
Renovation (if needed)(Ground Covers)
Tree Fertilization (B31anced)
ESD = Each Service Day
WCP = When City Provides
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clorito, California
1. SUMMARY OF CONTRACTUAL REQUIRMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita (City).
b. By submitting a proposal, you have reviewed the sample contract documents contained within this
request for proposals and agree to be bound by the requirements set forth.
c. Questions and requests for modification of these terms must be negotiated and approved prior to
proposal submission and are at the full discretion of the City.
2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (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. If any additional Contract documents are
executed, the actual Indemnity 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. INDEMNIFICATION
a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss,
cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that
arise from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in
whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part
thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or
indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the
patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or
proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee,
of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this
Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any
Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful
misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to
the limitations of California Civil Code section 2782.8 as to any design professional services performed
by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty
only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as
well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion
to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8).
b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which
would otherwise exist in favor of the CITY and other Indemnitees.
c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
4. INSURANCE
a. Before commencing performance under this Agreement, and at all other times this Agreement is
effective, CONSULTANT 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 Limits
Commercial general liability: $1,000,000
Professional liability $1,000,000
Business automobile liability $1,000,000
Workers compensation 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. Automobile
coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any
Auto). 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 endorsement must be
reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. 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. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a
"claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT
will continue to renew the insurance for a period of at least three (3) years after this Agreement expires
or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of
any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this
Agreement was in effect.
d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance
of the insurance required under this Agreement, including endorsements, 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 California -admitted insurers with (other than workers compensation) a current A.M. Best
Company Rating of at least "A:VII."
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 CONSULTANT for CITY.
f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
g. 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.
h. The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: _ N64'�' ;00 _ Date: _5/27/2022
Printed Name: Heidi Van SyOc
Proposal for
Landscape Maintenance At
Veterans Plaza and Newhall Community Center
Proposal # NS-21-22-37
Name: Stay Green Inc.
Heidi Van Syoc — 661-383-6752
HVanSyoc@staygreenxom
Stay Green Inc.
The Natural Choice
For Professional Landscape Services
Date: 05-27-2022
26415 Summit Circle, Santa Clarita, CA 91350 • (800) 858-5508 • www.staygreen.com
C-27, C-61 License 9346620
t
.
he Natural ChoiceC 9
04FssianaLLandscape Services
INTRODUCTION & BACKGROUND:
Stay Green Inc. is prepared to maintaining the highest quality standards in the
City of Santa Clarita. Sustaining over 50 years of experience in the landscape industry
and many similar projects, Stay Green prides themselves on winning numerous
achievements and beautification awards through the CLCA and NALP. With
a great portion of our crews saturating the Santa Clarita Valley, we are able to survey
and spot concerns that may otherwise be missed.
SCOPE OF WORK:
Stay Green is very familiar with the scope of work, already sustaining many LMD
contracts for the City of Santa Clarita. Our management team remains proactive in
reminding all HOA & LMD clients about seasonal requirements such as fertilizing,
overfeeding, planting and brush clearance, while our maintenance crews, crew leaders
and irrigation technicians are efficiently trained. The project will be run by a Production
Manager scheduling and managing the crews on a daily basis, an Account Manager
with whom a city representative will stay in contact with, a Branch Manager to oversee
all activity, a Crew Leader to take direction from the management team to guide his
crew, an Irrigation Technician to tend to any irrigation issues as quickly and
efficiently as possible and a Spray Technician for weed and pest abatement.
SCHEDULE:
Stay Green proposes a one month rotation schedule throughout the properties to
ensure all areas are reached. High profile areas in the properties will be maintained
weekly. We plan on maintaining above satisfactory landscape with monthly job walks
and continued open communication with the monitor. Stay Green also has seasonal
procedures in place to ensure our efforts are focused on matters fitting the weather and
growth patterns occurring at all times.
PERSONNEL, EQUIPMENT AND FACILITIES:
All equipment necessary to complete routine maintenance such as, but not
limited to, mowers, blowers, weed eaters, backpack sprayers and hand tools will be
provided by Stay Green. Our crew size and management teams here at Stay Green
allow us to remain proactive and give us the opportunity to tend to areas of concern
before they are a problem. It will also promote rapid responsiveness to any immediate
issues that arise.
Branch Manager — Heidi Van Syoc — 661-383-6752 — hvansyoc@staygreen.com
Stay Green Inc.
26415 Summit Circle, Santa Clarita, CA 91350 • (800) 858-5508 • (661) 291-2800 • Fax: (661) 705-2089
www.staypteen.com • C-27, C-61 License #346620
StayGreen Inc.
7he Natural Choice
For ProfessionalLandscapeServices
Stay Green Maintenance Rotation
• Winter Season — December - March
Cutting back of plant material for winter.
Tree pruning (Pines)
Pre -emergent application to planter beds to help prevent spring weeds
Inspect and clean drainage systems
Winterizing of irrigation system
a Spring Season — March — May
Natural pruning of plant material to manage summer growth
Mulching planter beds
Weed control
Inspection and repair of irrigation system for Summer
Fertilization of planter beds
a Summer Season — June — August
Increased irrigation maintenance to keep up with summer heat
Weed control
Pruning of plants post Spring blooming (dead -heading)
Leaf and debris clean-up
• Fall Season September— December
Leaf and debris clean-up
Cleaning of planter beds for winter
Decreasing of irrigation for cooler temps
Fertilizing of planter beds
Stay Green Inc.
26415 Summit Circle, Santa Clarita, CA 91350 • (800) 858-5508 • (661) 291-2800 • Fax: (661) 705-2089
www.staygrccn.com • C-27, C-61 License #346620
,_m_ww"Ir
. «.
§■%{ .. �
aE <
MI
ME
ho
Landscape Maintenance at
Veterans Plaza and Newhall
Community Center
PROPOSAL # NS21-2237
TABLE OF CONTENTS
PROPOSAL # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
SECTION A
NOTICE INVITING PROPOSALS
PROPOSAL INSTRUCTIONS
DOCUMENT CHECKLIST
SECTION B
SCOPE OF WORK
RESPONSE FORMAT AND SELECTION CRITERIA
SECTION C
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
SECTION D
SAMPLE MAINTENANCE AGREEMENT
FRINGE BENEFIT STATEMENT
SUBCONTRACTOR CLAUSES
SECTION E
EXHIBIT A: COST PROPOSAL
EXHIBIT B1: ADDITIONAL PRICING
EXHIBIT C: VIOLATION RECORDS
EXHIBIT D: PROACTIVE APPROACH FORM
EXHIBIT E: DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS
EXHIBIT F: REFERENCES
EXHIBIT G1: STAFF
EXHIBIT G2: STAFF HOURS
EXHIBIT H: EQUIPMENT REQUIREMENTS
EXHIBIT I: CERTIFICATIONS
EXHIBITJ: ACKNOWLEDGEMENT & ACCEPTANCE OF QUOTE SCOPE OF WORKS
SECTION F
ATTACHMENTS
SECTION A
RFP Information & Instructions
CITY OF SANTA CLARITA NOTICE INVITING PROPOSALS
Project Name: Landscape Maintenance at Veterans Plaza and Newhall Community Center
Proposal #: NS-21-22-37
Last Day for Questions: May 23, 2022 before 11:00 AM
Proposal Closing: May 31, 2022 before 11:00 AM
Estimated Contract 30,000 Annually
Value:
License(s) Required: C — 27; additional qualifications listed in Scope of Work
Project Description: The City of Santa Clarita is soliciting proposals from qualified landscape
companies for landscape maintenance of the Veterans Plaza and Newhall
Community Center.
Prevailing Wage: Yes
Bond Requirements: No
Contact Information: Jonathan Cosh 1 (661)286-4187 1 jcosh@santa-clarita.com
Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and
enforcement by the Department of Industrial Relations.
Required Contractor & Subcontractor Registration: Only bids submitted by bidders (along with all listed
subcontractors) that are currently registered and qualified to perform public work pursuant to Labor
Code Section 1725.5 will be accepted.
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: May 2, 2022
PROPOSAL INSTRUCTIONS
PROPOSAL # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
1. SUBMITTING PROPOSALS.
1.1. The response must be submitted on this form and include all forms provided or information
requested or required by the scope of work or specifications, (uploaded via BidNet).
1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be
submitted to support the total proposed price.
1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be
responsible for proposals not properly or timely, uploaded. Upon award, all submissions become
a matter of public record.
2. 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 to 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. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
4.1. 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.
4.2. 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.
4.3. 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.
5. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this
solicitation with the agreement of the successful vendor(s) and the City. The lack of exception to this
clause in vendor's response will be considered agreement. However, the City is not an agent of,
partner to or representative of these outside agencies and is not obligated or liable for any action or
debts that may arise out of such independently negotiated "piggy -back" procurements.
6. 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.
7. INVOICES. Invoices will be forwarded to:
City of Santa Clarita
NS - Parks
Attn: Mike Choate
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.
8. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No proposer or
subcontractor/subconsultant 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 proposal purposes only
under Labor Code Section 1771.1(a)]. No proposer or subcontractor/subconsultant 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.
9. PREPARATION. All proposals and required forms must be uploaded as laid out in the Bid Net General
Attachments Section.
10. 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.
11. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this Request for Proposals
will be entered into for an initial two-year term and may be renewed annually, up to three times, in
accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if
the new pricing of the contract does not change more than the Consumer Price Index identified in the
most recently City Council approved City of Santa Clarita Combined Engineer's Report for Landscape
Maintenance Districts. Proposer shall honor proposal prices for One -Hundred and Twenty Days (120
days) or for the stated contract period, whichever is longer.
12. CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public
Contract Code Section 3300, the successful vendor shall submit proof of a C — 27; additional
qualifications listed in Scope of Work with proposal response. Failure to possess the specified license
shall render the proposal as non -responsive and shall act as a bar to award the contract to any
proposer not possessing said license at the time of award. As provided for in Section 22300 of the
California Public Contract Code, the Contractor may substitute securities for monies withheld by the
City to ensure performance under the contract.
13. 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 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.
14. SUBCONTRACTORS. For all projects, the vendor must list any subcontractors/subconsultants 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 proposer must submit with their proposal the following:
• The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or
legibly printed.
• The address of each firm.
• The telephone number at the place of business.
• Work to be performed by each subcontracting firm.
• Total approximate dollar amount of each subcontract.
• If sub -contractor is participating as a Disadvantaged Business Enterprise (DBE), the following
additional information is required on the "Designation of Subcontractors" form enclosed:
➢ Status as a DBE, age of the firm and the annual gross receipts.
• Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be
considered unless such list is submitted as required.
Copies of subcontracts will be provided to the City Engineer upon their request.
15. 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 # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
The following documents must be provided by ALL proposers:
Uploaded via BidNet (see Section E)
❑ Response File
❑ Notice to Proposers Regarding Contractual Requirements
❑ Exhibit A: Cost Proposal (submitted separately from the Response File)
❑ Exhibit B: Additional Pricing (submitted separately from the Response File)
❑ Exhibit C: Violation Records
❑ Exhibit D: Proactive Approach Form
❑ Exhibit E: Designation of Subcontractors/Subconsultants
❑ Exhibit F: References
❑ Exhibit G1: Staff
❑ Exhibit G2: Staff Hours
❑ Exhibit H: Equipment Requirements
❑ Exhibit I: Certifications
❑ Exhibit J: Acknowledgement & Acceptance of Proposal Scope of Works
❑ Maintenance Schedule(s) - Daily, Weekly, Monthly, Semi -Annual, Annual (see examples in
Attachments A & B)
❑ Rotation Schedule (Maintenance Map showing frequency of work within designated
areas/sections)
❑ 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: Mike Choate
❑ Maintenance Agreement
❑ Insurance Required by Contract
❑ W-9 Form
❑ Fringe Benefit Statement
SECTION B
Solicitation Information
SCOPE OF WORK
PROPOSAL # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
EVENT DATE
Solicitation advertisement May 2, 2022
Last day for questions May 23, 2022
Return of proposals May 31, 2022
Evaluations of proposals May 31- June 14, 2022
Contract award July 14, 2022
*Dotes ore subject to change of the City's discretion*
GENERAL REQUIREMENTS
1.01 The City of Santa Clarita is soliciting sealed bids from qualified landscape maintenance
companies for the ALL-INCLUSIVE LABOR AND EQUIPMENT under the terms of this bid, to
provide for maintenance of Veterans Historical Plaza and Newhall Community Center in the
City of Santa Clarita.
The City requires the landscape contractor to include all labor and equipment for an all-inclusive
contract for landscape maintenance. The area is approximately .5 acres for Veterans Historical
Plaza and 5.5 acres for Newhall Community Center for a total of 6 acres. All materials and
parts will be paid by the Parks Division at the Contractor's price plus a maximum markup of 15%.
In keeping with State mandated diversion requirements, the parks division 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 parks. 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.
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. All
materials and parts will be paid by the Parks Division at the Contractor's price plus a maximum
markup of 15%. The Contractor will be expected to uphold the highest standards of quality and
performance maintenance of plant material, hardscape, and irrigation systems. Maintenance of
plant material shall include, but not be limited to: mowing, trimming, edging, hand pruning,
fertilization, application of pre -emergent herbicides, weed control, minor tree rasing, 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 and appearance.
The Parks Maintenance Division (hereinafter defined as the Parks) 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.
1.02 City of Santa Clarita, Parks Maintenance Division (Parks) administration staff, consisting
of the, Parks Supervisor, Project Development Coordinator, Parks Administrator, Parks
Manager or his qualified representative, shall herein be described as `Park
Maintenance.'
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 frequencies 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 turf areas irrigated;
B. Edging;
C. 85% hand pruning and 15% mechanical;
D. Fertilization;
E. Aerate and overseeding two times per year
F. Irrigation; minor and major repairs
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 turf, shrub areas, and ground cover;
K. Disease control;
L. Pest control;
M. Tree maintenance; structural pruning per ANSI Best Management Practices;
N. Maintenance and repairs of irrigation systems;
O. Mulching (City provided mulch); will be disbursed by the contractor at their
expense;
P. Manual weed abatement;
Q. Chemical weed control;
R. Hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement);
S. Planting annual seasonal flowers;
The landscape areas include: irrigated and/or non -irrigated landscaped areas; natural areas,
shrubs, trees, ground cover, turf, and hardscape 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;
e. Electrical repairs;
f. Tree Trimming / Tree planting / Tree counting;
g. Concrete removal and replacement, block wall and brick repairs;
h. Fence installation and repairs, wood, vinyl, and Crete Rrail;
i. Artificial turf installation;
j. Integrated pest management / Chemical applications to trees;
k. Streetscape furniture cleaning and pressure washing of walkways and
appurtenances.
I. Turf removal
At the discretion of Parks, 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 to the Parks
Maintenance office within fifteen (15) minutes of notification. When notified of an emergency
outside of the normal hours and days of maintenance service, the contractor has thirty minutes to
respond by phone to the Park Maintenance staff. If personnel and equipment are necessary for
the emergency, the contractor must have these resources available within 2 hours. Upon arriving
at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe
conditions which would adversely affect the health, safety, or welfare of the public. See section
11.02 for consequences for failure to comply.
1.08 Contractor shall clearly identify and equip each vehicle used within the City of
Santa Clarita with decals on the exterior right and left front door panels identifying the
Contractor's 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 pear 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 Parks Maintenance Division may employ
consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the
same as other Parks Maintenance Division. 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 five (5) acres or larger. Vendor is to provide a minimum of three (3) references with a
similar scope & type of work within the bid response.
1.11 Contractor's employees and/or representatives shall be thoroughly trained and
experienced in the computer based central operating systems of WeatherTrak irrigation control
systems and corresponding equipment. Should Park Maintenance 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 representatives.
1.13 The contractor, and/or subcontractors, must possess the following licenses at time of bid
submission; C-27 California Landscaping Contractor License. The contractor or
subcontractor must identify a staff member certified or licensed as a qualified applicator through
the California Department of Pesticide Regulation. The contractor shall (when required) have an
Arborist identified by the International Society of Arboriculture (ISA) or have a contract with a
Certified Arborist on a need basis. The contractor must identify a staff member who is a
Certified Landscape Irrigation Auditor (CLIA). The bidder will submit copies of the licenses, and
certificates or subcontractor information sheets, indicating licenses held at the time of bid
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 Parks Maintenance area includes a SCRRA right of way.
2. LANDSCAPED AREAS TO BE MAINTAINED
2.01 The Park areas to be maintained under the provisions of this Agreement are specifically
identified in Area Map Attachments.
2.02 Contractor must acknowledge personal inspection of the Parks irrigation system and
planted areas. Contractor must also evaluate the extent which the physical condition thereof will
affect the services to be provided. Contractor accepts the premises in their present physical
condition, and agrees to make no demands upon Parks for any improvements or alterations to
irrigation, and landscaped areas thereof. Contractor agrees to possessing the ability to maintain
Parks areas within the provision of this bid, to the standards set forth herein, without modification,
improvement, or altercation.
2.03 Estimated square footages are provided by Parks for all areas to be maintained in the
Section B — General Requirements. However, these estimates are for reference only and it is the
responsibility of Contractor to verify by inspection and observe the various areas' characteristics.
3. CERTIFICATIONS/REPORTS/RECORDS
3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing
Wage Certification Report which shall be made available to Parks concurrent with the monthly
invoicing. Contractor shall provide the required information in a form acceptable to Parks
Maintenance Division. The City is requesting that one monthly bill be submitted by the contractor
to Parks Maintenance Division for the maintenance. The monthly payment will not be made until
such report is received and approved by Parks Maintenance Division. Vendor to provide sample
of monthly bill with bid response.
3.02 Maintenance Function Report: Contractor shall maintain and keep current a report that
records when all Periodic, Seasonal, and Additional Work maintenance functions performed by
Contractor's personnel were completed. Said report shall be in a form and content acceptable to
Parks Maintenance Division and will be made available to Parks Maintenance Division 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 Parks Maintenance Division.
3.03 Certification of Specialty Type Maintenance: When applicable, Contractor shall include
with the monthly invoice those specialty type maintenance items completed. The following
information shall include but not be limited to:
a. Quantity and complete description of all commercial and organic fertilizer(s) used.
b. Quantity and label description of all grass seed used.
c. Quantity and complete description of all soil amendments used.
d. A valid DPR licensed California Pest Control Advisor's recommendations and copies
of corresponding Agricultural Commissioners Pesticide Use Reports signed by a
licensed California Pest Control Operator for all chemical, disease and pest control
work performed. The report shall be accompanied by a listing of each material used,
quantity used, and the location of use, the date used, the applicators name and the
license number.
3.04 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 bid response from the awarded vendor that does not meet these
requirements may be considered a non -responsive bid, and the City of Santa Clarita will proceed
to the next qualified bidder. Please supply this information (Violation Records).
4. ADDITIONAL WORK
4.01 Parks Maintenance Division may arrange for additional Contractor personnel to cover
additional work needed due to extraordinary incidents such as vandalism, Acts of Nature or third
party negligence for which Contractor will be compensated. Regularly occurring "bad weather" is
not considered an Act of Nature for the purposes of this contract.
4.02 Prior to performing any extra work, Contractor shall prepare and submit a written
description of the work with an estimate including the hours and skill level of labor and a list of
materials. No work shall commence without the written authorization from Parks Maintenance
Division. Costs for additional work shall not exceed the labor rate identified on Exhibit B1:
Additional Pricing. For material it shall be Contractor's cost plus no more than 15%. The
contractor will maintain and submit copies of invoices to demonstrate the contractor's cost.
4.03 When a condition exists wherein there is imminent danger of injury to the public or
damage to property, Parks Maintenance Division 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 Parks
Maintenance Division.
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 park(s) identified. All invoices for extra work and items
must be submitted biweekly to Parks Maintenance Division.
5. CONTRACTOR'S LIABILITIES
5.01 All damages resulting from Contractor's operation within the Park 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 Parks Maintenance Division.
c. All concrete walkway, block walls, light poles, or any appurtenances, shall be
repaired within a reasonable timeframe agreed upon by Parks 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 Parks Maintenance Division.
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.
5.04 Failure on the Contractor's part to complete required maintenance, service requests,
maintaining schedules and/or cure deficiencies to the satisfaction of the Parks Maintenance
Division in a reasonable time as determined by Parks Maintenance Division, is subject to
liquidated damages of $200 per day.
6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS
6.01 Should any misunderstanding arise, Parks Maintenance Division will interpret this
Agreement. If the Contractor disagrees with the interpretation of Parks Maintenance Division,
Contractor shall continue with the work in accordance with Parks Maintenance Division
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 Parks Maintenance Division 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 Parks
Maintenance Division for consideration, within one (1) week following the conclusion of the
hearing. Parks Maintenance Division shall render an interpretation based upon review of the
Panel's recommendation. Parks Maintenance Division 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 Parks or
from Parks Maintenance Division 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 Parks being maintained, Parks Maintenance Division 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 Parks Maintenance Division.
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 Parks Maintenance Division 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 Parks Maintenance Division. If any complaint is not
resolved within 24 hours, Parks Maintenance Division shall be notified immediately of the reason
for not resolving the complaint followed by a written report to Parks Maintenance Division within
five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of
Parks Maintenance Division, Parks Maintenance Division may correct the specific complaint and
the total cost incurred will be deducted from the payments owing to the Contractor from Parks
Maintenance Division.
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 Parks 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 Parks premises unsafe, as well as any unsafe practices occurring thereon.
Parks Maintenance Division shall be notified immediately of any unsafe condition that requires
major correction. Contractor shall be responsible for making minor corrections including, but not
limited to:
a. filling holes in turf, planting areas, and paving;
b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence
of hazards;
c. replace valve box covers so as to protect members of the public or others from injury.
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 Parks Maintenance
Division within five (5) days following the occurrence.
9. HOURS AND DAYS OF MAINTENANCE SERVICES
9.01 The hours of maintenance service shall be 7:00 a.m. to 3:30 p.m. on those days
maintenance is to be provided pursuant to the work schedule approved in advance by Parks
Maintenance Division. No work will be performed on City Legal Holidays (Attachment C) unless
authorized by Parks Maintenance Division Administration in advance. Blowers, lawnmowers,
chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used
before 7:00 a.m. 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 Parks
Maintenance 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 Parks
Maintenance Division.
10. MAINTENANCE SCHEDULES
10.01 Contractor shall, within three (3) days after a "Notice to Proceed" from the city, submit a
premises work schedule to Parks Maintenance Division for review and approval. Said work
schedule shall be set on a weekly rotational basis, identifying and delineating the time frames for
the required functions by the day of the week, morning, and afternoon. Rotational requirements
for each area are to be approved by Parks Staff upon review of the work schedule.
10.02 Contractor shall submit revised schedules when actual performance differs substantially
from planned performance. Said revisions shall be submitted to Parks Maintenance Division 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 two hundred dollars ($200.00) 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 Parks Maintenance Division for maintenance.
10.05 Contractor shall notify Parks Maintenance Division, 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 or Turf;
d. Aesthetic Tree and Shrub Pruning;
e. Preventative disease control;
f. Transplanting of small and medium sized plants;
g. Dethatching turf and over seeding
h. Other Items as Determined by Parks Maintenance Division
10.06 Contractor shall be on site a minimum of two days per week to perform maintenance and
safety checks. Le. Monday, Thursday or Tuesday, Friday.
11. CONTRACTOR'S STAFF
11.01 Contractor shall provide sufficient number of personnel to satisfy daily and/or weekly
requirements for high quality landscape maintenance. Contractor's staff MUST be employees of
the contractor except subcontractors identified in the response to this bid. Contractor must
perform all work in accordance with the specifications set forth herein. Contractor's employees,
whether assigned to any one park or as part of a crew serving any number of parks shall include
at least one individual crew foreman who speaks and comprehends the English language.
11.02 Parks Maintenance Division 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
Parks Maintenance Division Staff, detrimental to the interest of the public using the premises,
Contractor shall meet with representatives of Parks Maintenance Division to consider the
appropriate course of action with respect to such matter and Contractor shall take reasonable
measures under the circumstances to assure Parks Maintenance Division that the conduct and
activities of Contractor's employees will not be detrimental to the interest of the public patronizing
the Parks covered under this Agreement.
11.03 Parks 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
Parks. 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 Parks 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 Parks Maintenance Division.
13. UTILITIES
13.01 Parks Maintenance Division shall pay for all utilities associated with the maintenance of
the Parks. However, water usage shall not exceed the amount required to comply with irrigation
schedules established by the Contractor and approved by Parks Maintenance Division.
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
Parks Maintenance Division will be presented to Contractor by Parks Maintenance Division prior
to actual deduction to allow for explanations.
14. NON-INTERFERENCE
14.01 Contractor shall not interfere with the public use of the Park areas covered under this
Agreement, and shall conduct its operations as to offer the least possible obstruction and
inconvenience to the public or disruption to the peace and quiet of the area within which the
services are performed.
15. USE OF CHEMICALS
15.01 The application of chemicals such as herbicides and pre -emergent will be at the
contractor's expense inclusive of this contract. The City of Santa Clarita will pay the contractor's
price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals
shall be in compliance with all Federal, State, and local laws and will be accomplished by a
Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with
the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's
License and valid Pest Control Advisor's License, or a copy of said licenses from a sub -contractor
to Parks Maintenance Division 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 Parks Maintenance Division for approval. The listing will
be accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be
used in binder or booklet form. No work shall begin until written approval of use is obtained from
Parks Maintenance Division. 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 Parks Maintenance Division 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 Parks Maintenance
Division.
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 Parks Maintenance Division shall not provide any storage facilities for the Contractor.
Any Contractors storage facilities must be located outside of the boundaries of the Park for which
landscape maintenance services are performed, unless Parks Maintenance Division determines it
would be in the best interests of Parks Maintenance Division to waive this restriction.
17. TURF CARE
17.01 Contractor shall perform the following services under the terms of this agreement;
a. Mowing: Turf to be mowed with adequately sharpened rotary or reel type mower
equipped with rollers must be used, to ensure a smooth surface appearance without
scalping.
(1) All warm season grasses (Bermuda and St. Augustine) to be cut at
inch through 1-inch height throughout the year. Subject to change.
(2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 'h inch
and 2'/2 inches during April through November, and at 2 inches during
December to March of each year. Subject to change.
(3) The mowing heights may be adjusted by Parks Maintenance Division
during periods of renovation.
(4) Unless mulching mowers are used; all grass clippings will be collected
and removed from the site on the same day the area is mowed. All
clipping removed to be properly disposed of in green waste containers.
(5) A mowing schedule will be established and maintained. This
schedule will provide that all areas will be mowed not less than once a
week during the summer, and once every two weeks during the winter.
This schedule will be submitted to Parks Maintenance Division for
approval. Refer to items 1 and 2 in this section for turf length ranges.
b. Edging: With each mowing, the edge of the grass along sidewalks, curbs, shrub,
flower beds, and walls shall be trimmed to a neat and uniform line with the use of a
hard blade style edger. Where trees and shrubs occur in turf areas, all grass shall be
removed 14 to 24 inches from the trunks of trees and away from the drip line of
shrubs by use of power scythe, approved chemicals, or small mowers as required.
Trim around all sprinkler heads as necessary in order to provide maximum water
coverage. Edging will be maintained at all times and concurrent with each mowing.
(1) The edge of the turf shall be trimmed around value boxes, meter boxes,
backflow devices, or any structures located within the turf areas.
(2) All turf edges are to be maintained to prevent grass invasion into
adjacent shrub, flower, and ground cover bed areas.
(3) All clippings shall be removed from site the same day area is edged.
(4) After mowing and edging is completed, all adjacent walkways are to be
swept clean by power blower or broom.
(5) Newly planted trees in lawn areas shall have tree guards installed if
necessary to avoid damage.
(6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched
clearance where applicable.
c. Weed Control: Control turf weeds as needed. Turf is to be maintained weed free.
Hand removal of noxious weeds or grasses will be required as necessary.
d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they
occur.
e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in
the fall prior to the over -seeding operations. Aerate all turf by using '/2-inch tines,
removing 2-inch cores of soil with an aerator machine at not more than 6-inch
spacing once over. Parks Division is to be notified at least two (2) weeks prior to the
exact date of aerating.
f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and
once in the fall prior to the over -seeding operations. Equipment will consist of
standard renovating or vertical mowing types. Parks Division is to be notified at least
two (2) weeks prior to the exact date of renovation. Hauling costs and dumping fees
are included in the contract and are to be performed at the contractor's sole expense.
g. Top Dressing: Top dress all turf areas two (2) times annually, once in the spring and
once in the fall after seeding. The City of Santa Clarita will pay the contractors price
for the top dressing plus no more than a 15% mark up. The contractor shall provide
the labor to apply the top dress.
h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum
of four (4) times a year. All fertilizer used shall be granular. Fertilizer type can be
suggested by Contractor, determined by soil analysis or at the direction of Parks
Division. All turf areas fertilized shall be thoroughly irrigated immediately following
fertilization. Fertilizer applications must be approved by Parks Division prior to
application. The City of Santa Clarita will pay the contractors price for the fertilizer
plus no more than a 15% mark up. The contractor shall provide the labor to apply the
fertilizer.
Turf Reseeding: Contractor shall twice each year, once in the fall and once in the
spring, overseed all turf areas after verticutting (dethatching), aerification and
overseed all bare spots, as needed, throughout the remainder of the year to re-
establish turf to an acceptable quality. When Contractor reseeds turf, they will aerify,
verticut, seed and top dress (spread evenly over the entire area to a uniform depth of
'/4-inch) in this sequence. Parks Division may require the use of sod when deemed
necessary. Contractor shall be entitled to additional compensation, (extra) for the
cost of the sod only, provided that the loss of turf was not due to the negligence of
Contractor. The City of Santa Clarita will pay the contractors price for the seed plus
no more than a 15% mark up. The contractor shall provide the labor to apply the
seed.
Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and
reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The
seed used in over seeding or new turf establishment shall be approved by Parks Staff
prior to installation.
18. SHRUB AND GROUND COVER CARE
18.01 Contractor shall perform at his sole expense under the terms of this agreement the
following services:
a. Prunin : 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 Parks Maintenance
Division. No balls, squares or unusual shapes are permitted under this bid. 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 Parks Maintenance Division. All trimming practices are subject to change
as directed by Parks Maintenance Division.
c. Disease and Insect Control: All Park 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" laver 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 Parks staff.)
(2) Hand removal
(3) Cultivation
(4) Chemical eradication using non -residual herbicides
e. Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or
dead shrubs and ground covers whose damage occurred due to natural
conditions/causes, will be replaced under the terms of "additional work" as described
in Section 4 of this bid 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 Parks Maintenance Division
Administrator or qualified representative.
f. Fertilization: Application of a Parks 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 Parks
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 22, Paragraph
22.04 b. shall apply to trees, shrubs, turf, and ground cover.
h. Diversion requirements: In keeping with State mandated requirements, the Parks
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 parks.
j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2-
inch layer of mulch under all trees and around all shrubs/groundcover. A minimum 3-
inch layer in all open areas is strongly encouraged. Mulch purchased by the Parks
will be disbursed with the above specifications by the contractor who will provide the
labor at his expense.
k. Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-6
inches in the late winter to early spring before new growth resumes.
Renovation: Renovate ground covers according to prescribed practices in the
industry as needed to maintain a healthy vigorous appearance and growth rate.
When ground covers and perennials have grown where they completely fill the space
in which they were planted and have started to deteriorate, i.e., less flowering, dying
out, smaller plants, they shall be renovated. (Renovation shall include removing said
plants, amending the soil, dividing plants as necessary and replanting to maintain a
healthy, vigorous appearance and growth rate.)
19. TREE CARE
19.01 Contractor under the terms of this agreement shall perform the following
services:
a. Tree Maintenance
(1) All trees 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 Parks Maintenance Division
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.
(10) All tree wells in sidewalks within the maintenance areas to be kept weed
free.
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 Parks, be a balanced organic 10-6-4 ratio with trace element. Contractor
shall provide Parks Maintenance Division 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.
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 Parks
Maintenance Division. The need for and the size of replacement will be determined
by Parks Maintenance Division 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 Parks Maintenance Division.
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 '/2 to 3/ of the
olive blooms are open typically around Spring. Both spray applications shall be put
on using a power sprayer with a minimum of 150 psi. pressure. If the landscape
contractor provides this service it will be considered "extra work cost".
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 protected 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. Parks
Maintenance Division will procure Oak Tree Permits once work is approved.
h. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the
standards established by the International Society of Arboriculture (ISA) and ANSI
300 Best Management pruning practices.
20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.)
20.01 Parks Maintenance Division will provide the materials (Biological insects) necessary for
integrated pest management (IPM) and contractor at his under the terms of this agreement will
provide the labor.
a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest
management strategy that focuses on long-term prevention or suppression of pest
problems with minimum impact on human health, the environment, and non -target
organisms. Preferred pest management techniques include encouraging naturally
occurring biological control; using alternate plant species or varieties that resist pests;
selecting pesticides with a lower toxicity to humans or non -target organisms; adopting
cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and
changing the habitat to make it incompatible with pest development. Pesticides are
used as a last resort when careful monitoring indicates that they are needed
according to pre -established guidelines. When treatments are necessary, the least
toxic and most target -specific pesticides are chosen. Implementing an integrated
pest management program requires a thorough understanding of pests, their life
histories, environmental requirements, and natural enemies, as well as establishment
of a regular, systematic program for surveying pests, their damage, and other
evidence of their presence. IPM has been mandated on Federal property since 1996
by Section 136r 1 of Title 7, United States Code, and is cited in Title 41 of the Code
of Federal Regulations (102-74.35) as a required service for agencies subject to the
authority of the General Services Administration. The Contractor will develop an IPM
program for work covered by this statement of work.
b. Chemical Application: All work involving the use of chemicals will be accomplished
by a State of California Certified or Licensed pest control operator. A written
recommendation by a person possessing a valid California Pest Control Advisor
License is required prior to chemical application.
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 Parks Maintenance Division, prior to use. A copy of all forms
submitted to the County Agricultural Commissioner shall be given to Parks
Maintenance Division 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 Parks Maintenance Division.
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 Parks Maintenance Division. This procedure shall be followed in all areas,
especially within all slope areas. Contractor is responsible for notifying Parks
Maintenance Division upon detecting a need for rodent control.
21. GENERAL CLEAN-UP
21.01 Contractor shall at his sole expense under the terms of this agreement perform the
following services:
a. Curb and Gutter Maintenance: Contractor is responsible for removal of debris,
weeds and grass two feet from curb face at all times.
b. Walkway and Crack Maintenance: Walkways, which include DG paths, brick paver
paths and concrete 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 and as needed for overall appearance. All crack weeds will be removed
and sprayed weekly as needed.
c. 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 Parks are
functioning properly at all times.
d. 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.
e. 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.
f. Drainage Systems: The following services shall be provided by Contractor at their
expense per Contract Agreement except as otherwise provided for:
1. All Parks 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 Parks 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.
22. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR
22.01 All irrigation systems within the Parks areas designated in this Scope of Work will
be repaired and maintained with all-inclusive labor and equipment required for proper operation
by the Contractor. For all irrigation repairs, including main lines, all irrigation parts will be
reimbursed at no more than a 15% mark up over Contractor's cost. Contractor must provide
invoices upon request of Parks Maintenance Staff. Failure to provide copies of invoices may
result in delay of payments to Contractor. Contractor shall adhere to the Irrigation Association,
Best Management Practices (BMP'S) at:
http://www.irrigation.org/uploadedFiles/Standards/BMPDesign-Install-Manage.3-18-14(2).pdf
a. Scope of Responsibility: Contractor shall maintain (repair and/or replace as
needed) and keep operable all irrigation equipment consisting of but not
limited to:
(1) Irrigation Programming
(2) Irrigation Station Identification/Location
(3) Irrigation Heads
(4) Remote Control Valves
(5)
Master valves
(6)
Flow Sensors
(7)
Flow Sensor Programming
(8) PVC Piping (Including mainline and laterals)
(9) Quick Couplers
(10) Risers
(11) Swing Joints
(12) Check Valves
(13) Valve Boxes, Quick Coupler Boxes, Etc.
(14) Irrigation Controller Programming and Setup
b. Replacement Requirements: Replacements will be of original
materials or substitutes approved by Parks in writing prior to any
installation.
C. Extent of Responsibility: Contractor will be responsible for immediate
maintenance (repair or replacement) of all irrigation systems. Contractor
will be responsible at all times for hand watering and the bleeding of
valves in emergency situations as required to sustain and prevent loss of
turf, trees, shrubs, annuals, perennial plants, and ground covers or when
automatic systems are not functioning properly.
Ordinances: All materials and workmanship will be in accordance with
the applicable City Plumbing Ordinances. Where the provisions of the
Scope ofWorkexceed such requirements, the Scope of Work shall govern.
Controllers: Contractor will be responsible for the control of Smart Water
Application Technologies (SWAT) certified weather -based controllers or
equivalent, controller programming through Contractor's office via a desk
top or any wireless computer, or hand-held device. The Parks Division will
provide a password for access.
f. Inspections: Contractor shall conduct a complete irrigation system
inspection for each Park at minimum of once a month.
22.02 Contractor will be responsible to complete the following WeatherTrak training courses
through HydroPoint University. Proof of completion to be provided with proposal submission.
Additional trainings are available and participation is encouraged.
Irrigation Manager Courses (all levels)
Flow Manager Courses (all levels)
WeatherTrak OptiFlow Training (optional)
22.03 Controllers:
All controllers shall be adjusted as needed for optimum performance
considering the water requirements of each remote control valve (irrigation
station). "Smart" or "weather based" controllers shall be configured to
water in the "AUTO MODE" or "ET MODE" when available. Plant
establishment periods do not apply to this requirement and should be
scheduled accordingly. Contractor is responsible for adjusting the controller
parameters/attributes in order to irrigate efficiently and each valve shall be
customized for the needs of the plant material. Excessive watering or
excessive runoff shall not be permitted.
b. Contractor will be responsible for the control of Smart Water Application
Technologies (SWAT) certified weather -based controllers or equivalent,
controller programming through Contractor's office via a desk top or any
wireless computer, or hand-held device. The Parks will provide a
username/password foraccess.
C. Response to WeatherTrak Alerts by category shall be made within the
time frames listed below. Failure to comply with response times will be
considered a deficiency and may be subject to a deduction from payment
in the amount up to two hundred ($200.00) dollars for each instance
where an alert is not resolved within the time frame.
(1) Severe Alerts to be resolved within 24 hours.
(2) Major Alerts to be resolved within 5 working days
(3) Critical Alerts to be resolved in an acceptable timeframe to ensure
healthof plant material.
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 Parks 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. Parks Maintenance Staff 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.
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.
Contractor shall be responsible for data input with regards to
irrigation station reference in the programming function of the
central server or at the controller. Example: Station 1 - SE Corner of
parking lot, Turf NW of restroom, Shrubs on large slope, etc.
g. In areas where wind creates problems of spraying water into private
property or road right-of-ways, the controllers shall be set to operate during
the period of lowest wind velocity which would normally occur at night
(between the hours of 9:00 p.m. and 7:00 a.m.).
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 1xmonthly.
Check systems, as needed, for optimum performance and adjustand/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).
Contractor is to maintain the watering schedule in "AUTO" mode which will
equalthe evapotranspiration rate based on topography, soil type, plant
material, season or climatic factors. Contractor shall notify The City of Santa
Clarita of any schedule changes.
k. Contractor shall utilize "cycle & soak" in programming in order to eliminate
excessive run-off.
I. Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved
by The City of Santa Clarita.
m. When available, copies of controller maps shall be kept in enclosures at all times.
n. Contractor is responsible for maintenance of the interiors of controller
enclosures and shall be kept clean free of debris and pests, regardless of
condition(s) at time of contract award.
o. Contractor shall be responsible to notify The City of Santa Clarita of any
additional water requirements to the landscape which is outside of the
"AUTO" scheduled program application.
p. It is the responsibility of Contractor to keep the plant material alive. If
this requires an extra application of irrigation water, Contractor is to
make the necessary adjustments and immediately notify The City of
Santa Clarita upon doingso.
q. Only the City of Santa Clarita staff, City Monitors, Contractor Supervisor/
Foreman or Irrigation Technician will have access to all controllers.
Enclosures will be locked/padlocked at all times.
r. Contractor shall test the soil in turf and groundcover areas and around all
trees and shrubs monthly or as necessary with soil probes to determine
that the proper amount of water is being applied at all times. This
information should be used to adjust watering times on the controller and
supplemental hand or deep wateringas necessary.
S. Contractor shall make adjustments to the water programs to
compensatefor irrigation heads on each system, soil type and
permeability, wind condition, orientation to the sun, air
temperature, season, and logistical considerations.
t. Once the irrigation system has been adjusted to only irrigate the planting
areas itwas designed to irrigate, Contractor shall then monitor the irrigation
watering application time to determine the length of time each system runs
until irrigation runs off the landscape area. This information will then be
used to establish "cycle & soak" parameters.
U. The maximum run time should then be set a minimum of one minute less
than the time it takes for run off to occur. This will establish the maximum
run time for each valve, with full sun exposure. Adjust valves with partial
shade or full shade to have less run time than the systems in full sun.
It is required that soil conditions be constantly monitored with a soil
probeto ensure that over -saturation of the soil does not occur.
w. In addition to the soils condition, the individual plant material
requirements mustbe considered. As the plant material becomes
established, a reduction in the frequency of watering should be
implemented to harden -off the plant material while maintaining it in a
healthy condition.
X. Where flow sensing is available, contractor is responsible to respond to
flow alerts, make necessary repairs, learn flow and maintain accurate flow
rates on all stations.
22.04 Operation of System:
As a standard practice, Contractor shall formally acknowledge
receipt of the irrigation System within the first 60 days of the notice
to proceed. It is the Contractor's responsibility to conduct a full-scale
irrigation audit/assessment to determine deficiencies in the system
and make recommendations for repair(s).
b. Contractor will be responsible for immediate maintenance (repair or
replacement) of all irrigation systems. Contractor will be responsible at all
times for handwatering and the bleeding of valves in emergency situations
as required to sustain and prevent loss of turf, trees, annuals, perennial
plants, and ground covers when automatic systems are not functioning.
C. Irrigation system will be controlled by Contractor in such a way as not to
cause an excessively wet area which could interfere with Contractor's
ability to mow/maintain landscaped areas.
d. All irrigation systems shall be personally inspected by Contractor a minimum
of once per month to verify effectiveness of sprinkler operation. The
appropriate Irrigation Inspection Form must be filled out per controller and
submitted to The City of Santa Clarita Parks for review.
e. Contractor shall adjust and clean as necessary all sprinkler heads, valves
and pressure regulators to continue operation at maximum efficiency and
performance.
f. All materials and workmanship will be in accordance with the City
Plumbing Ordinances if/when applicable.
g. Sprinkler heads in turf areas shall be kept clear of overgrowth, which may
obstruct maximum operation. No chemical spraying or growth inhibitors
around head shall be allowed.
Contractor shall be responsible for trimming plant material and making
necessary adjustments to riser heights as growth rates indicate.
Contractor shall be responsible for hand -watering any pots not provided
withan irrigation system to maintain plants and promote optimum
growth.
Adjustments in operating pressure for spray and rotor type heads shall be
followed per manufacturer's recommendation to provide optimum
efficiency unless instructed otherwise by The City of Santa Clarita.
k. Contractor shall be required to walk each site upon request by The City of
Santa Clarita representative a minimum of one time per quarter to inspect
the operation of the irrigation system.
I. Plant damage or loss resulting from the failure to promptly report
irrigation system failure shall be considered Contractor negligence and
such plant material shall be repaired or replaced at Contractor expense.
m. All hand watering performed with a hose shall require the hose to have a
flow control that will allow the operator to turn the hose off between
watering areasto minimize any wasted water.
n. Contractor shall be responsible for monitoring all project irrigation systems
and should correct coverage, head adjustments, clogged lines, loose
staking of heads and pipes, and obstacles, including plant material, which
obstruct the spray. Make all necessary adjustments to heads that spray
onto roadways, walks, walls, and patio areas or out of intended area of
coverage. Contractor shall clean and adjust sprinkler heads as needed for
proper coverage. Each system should be operated via remote control and
observed on a regular basis.
o. During extremely hot weather, long holiday periods, and during or
following breakdown of systems, Contractor should provide adequate
personnel and materials as required to adequately water all landscaped
areas at no extra cost to The City of Santa Clarita. When breakdowns or
malfunctions exist, Contractor should water manually by whatever means
necessary to maintain all plant materials in a healthy condition. Overly wet
or dry conditions should not be permitted to develop.
p. Once a year, Contractor shall clean all controller cabinets and valve boxes,
remove intruding soil and replace gravel as needed.
q. Testing, certification and service of the backflow prevention devices on the
irrigation systems shall be done by a certified tester as provided by The City
of Santa Clarita.
r. Contractor shall not repair, manipulate or remove backflow devices unless
prior authorization has been received by a City of Santa Clarita
representative. However, Contractor is permitted to make use of shutoff
valves located on or near backflow devices in the event of a mainline break
and/or maintenance.
S. Contractor shall notify the Parks office immediately should a backflow
prevention device malfunction occur.
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.
Contractor shall observe and note any deficiencies occurring from the
original design and review these findings with Parks, so necessary
improvements can be considered.
22.05 Repairs:
All pop-up heads should be assembled on triple swingjoints.
When irrigation heads, risers, nozzles, etc. break, they will be replaced
with like for like irrigation heads. Uniformity is of the utmost importance.
C. All remote -control valves shall be Superior 950DW brass valves unless
other(s) are accepted by Parks staff.
d. Contractor shall repair all leaking or defective valves immediately upon
occurrence, or within 24 hours following notification from Parks of such a
deficiency.
e. Malfunctions of any nature which are deemed to be the fault of
materials or workmanship still covered under original installation
guarantee shall be reported immediately to The City of Santa Clarita.
f. Contractor shall submit itemized irrigation invoices for repairs, per Park on
an as needed basis.
g. Repair logs shall be maintained and will include date of repair, nature of
repair, and itemized list of materials for clarity. Site map/photo
documentation to illustrate location of repair, photo of site condition, and
work completed shall be included with repair log(s).
22.06 Conservation: The City of Santa Clarita may conduct monthly water management
meetings with Contractor to review all controllers with irregular usage and situations where water
consumption is excessively high. All plant stress or loss due to under -watering or over- watering
will demonstrate contractor neglect and cost to replace said material will be at Contractor's sole
expense.
The City of Santa Clarita may conduct monthly Water Management
Meetings with Contractor to review any penalty charges that were caused
by the Contractor's inability to properly manage water allocations, when
applicable. Contractor will be responsible for paying all water penalties
incurred on each water meter for all overages exceeding allocation
established by the respective water purveyor. The City of Santa Clarita may
waive specific penalties at its sole discretion.
The City of Santa Clarita takes Water Conservation very seriously
and will not tolerate mismanaged or neglected water delivery
systems.
22.07 Contractor shall provide WeatherTrak generated reports called "Controller Inventory
Reports" at the request of City Staff. The first report will be due 30 days after the start of this
Agreement and updated every two weeks. At a minimum, the report shall identify each irrigation
controller subject to this Agreement, the location, alert status, and confirm the controller is
"online". Failure to provide a completed report on time will be considered an incomplete work item
and may be subject to a deduction from payment in the amount up to two hundred ($200.00)
dollars.
22.08 Water Budgets: In order to ensure efficient and responsible water management with
regards to landscape irrigation, the City of Santa Clarita Parks office may require the following:
When water budgets have been established for each individual service area
within a Park (specifically water meter and/or point of connection),
Contractor shall not exceed the Maximum Applied Water Allowance
(MAWA) as established by State Assembly Bill 1881, Model Water Efficient
Landscape Ordinance (MWELO).
http://www.water.ca.gov/wateruseefficiency/landscapeordinanceL
When water budgets and/or tiered rate structures are enforced by individual
water purveyors such as; Valencia Water Company, Newhall County Water
District, Santa Clarita Water Division, Castaic Lake Water Agency, or SCV
Water, Contractor shall not exceed the monthly allocation(s) as set forth by
the service provider for each individual service area within a Park specifically
water meter and/or point of connection.
Failure to comply with water budgets may lead to monetary penalties up to
the costs of the excessive use which exceeds the water budget(s), efficient
tier, or any "penalty" tier the City of Santa Clarita is subjected to.
23. MAINTENANCE INSPECTIONS
23.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the
Parks during daylight hours. Such inspection shall be both visual and operational. The
operational inspection shall include operation of all sprinklers, 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
23.02 Monthly; meet on site with an authorized representative of Parks Maintenance Division
for a walk-through inspection. Said meeting shall be at the convenience of Parks Maintenance
Division and may include residents of the community. Parks Maintenance Division 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
Parks Maintenance Division. Any corrective work required as a result of a monthly inspection or
any "interim" inspection by Parks Maintenance Division shall be accomplished to the satisfaction
of Parks Maintenance Division 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.
24. MAINTENANCE AND REPAIR OF HARDSCAPE, SERVICE ROADS, AND DRAINAGE
SYSTEMS
24.01 Hardscape surfaces, walkways, and service roads, if any, shall be maintained by
Contractor so as to keep the integrity of the walking and/or driving surface in a safe, unimpaired
condition. The contractor may not use subcontractors not included with the bid submission
without written approval of Parks Maintenance Division Staff. Any unsafe condition of a walkway
or service road shall be reported immediately to the Parks 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 Parks Staff or as
requested by Parks Maintenance Division. 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.
25. NATURAL AREAS MAINTENANCE
26.01 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
and to be kept weed free as directed by Parks Maintenance Division.
26. IRRIGATED STREET TREE WELLS
26.01 Contractor is responsible to keep tree wells within Parks 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 or these
Specifications.
27. SEASONAL COLOR AREAS
27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of
October, March, and June with appropriate varieties for each season to be approved by Park
Division Representative prior to planting Plant size shall be 4-inch pots when possible. Planting
of annuals will be at Veterans Historical Plaza around the fountain, urns in the plaza and the
monument sign.
1.
RESPONSE FORMAT AND SELECTION CRITERIA
PROPOSAL # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
RESPONSE FORMAT - The organization of the response and cost files is described in this
section of the RFP. All potential vendors must follow this format.
1.1. RESPONSE FILE:
1.1.1. Introduction - A general introduction and description of the proposal shall be
provided. The format of the introduction is at the discretion of the contractor.
1.1.2. Background - Provide insight to your company and its resources. Explain the
company background and philosophy and what qualifies this company to be a
successful candidate for the City's contract.
1.1.3. Scope of Work - Describe the work program. Identify how the objectives of the
specifications will be performed. Relate the business practices to the specific tasks
required and explain the proposed method for adhering to the landscape
maintenance requirements. Include contractor's approach to the areas of pro -
activeness, responsiveness, familiarity with common concerns of the LIVID areas,
problem resolution, and any other areas that explain how the work will be
performed and managed.
1.1.4. Schedule - Describe the time schedule for each proposed task and area rotation.
Provide staff descriptions and quantity on daily, weekly, monthly, and seasonal
timelines. Proposed work periods and completion dates, as well as any anticipated
meeting dates, should also be identified.
1.1.5. Personnel, Equipment, and Facilities - Describe the personnel qualifications,
equipment to be provided, and numbers of both dedicated to the areas for this
contract. Explain/show the reasoning for the type, number and composition of staff
and equipment for this contract and how the cost of such provides adequate or
superior value to the contract.
1.1.6. Exhibits - These documents are required and can be referred to throughout the
proposal documentation. However, expansion on all aspects listed above is strongly
encouraged.
1.1.6.1. Exhibit C— Violation Records
1.1.6.2. Exhibit D — Proactive Approach Form
1.1.6.3. Exhibit E — Designation of Subcontractors -if none, write "n/a';• Do NOT leave
blank
1.1.6.4. Exhibit F — References Page
1.1.6.5. Exhibit G1 & G2 — must be completed (use additional sheets if needed)
1.1.6.6. Exhibit H — Equipment Requirement Acknowledgment
1.1.6.7. Exhibit I — 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. Exhibit J — Acknowledgement & Acceptance of Scope of Work
1.1.6.9. Maintenance Schedule(s) — Daily, Weekly, Monthly, Semi -Annual, Annual
(see examples in Attachments A & B)
1.1.6.10. Rotation Schedule (Maintenance Map showing frequency of work within
designated areas/sections)
1.2. COST FILE
1.2.1.1. ExhibitA —Cost Proposal
1.2.1.2. Exhibit 131—Additional Pricing
2. PROPOSAL EVALUATION AND CONTRACTOR SELECTION - An evaluation panel comprised of
representatives from the requesting department will evaluate all proposals to determine
responsiveness to the RFP. The panel will recommend the selection of the responsible Proposer
whose proposal is most advantageous to the City. Accordingly, the City may not necessarily
make an award to the Proposer with the highest technical ranking nor award to the Proposer
with the lowest Price Proposal if doing so would not be in the overall best interest of the City.
The overall criteria is listed below. As proposals are considered by the City to be more equal in
their technical merit, the evaluated costor price becomes more important so that when technical
proposals are evaluated as essentially equal, cost or price may be the decidingfactor.
2.1. SELECTION CRITERIA
2.1.1. Value: Cost in relation to manpower. What makes the contractor the best candidate
to provide the services requested. (Includes but not limited to Exhibits A, B1
2.1.2. , D, GI-G2)
2.1.3. Team Composition: Contractor qualifications, staff qualifications, and number of
staff provided. (Includes but not limited to Sections 1.06, 1.12, & 1.15.
2.1.4. Rotation Schedule: Use and mobilization of resources. Proposed timeline to service all
areas.
(Includes but not limited to as described in Section 1.06 & 10, & Attachments A & B)
2.1.5. Acknowledgement & Successful Understanding of Bid/RFP Scope of Work:
Proposed method and guidelines for adhering to the landscape maintenance
requirements to include but not limited to: Description and clarity of approach in the
areas of pro -activeness, responsiveness, familiarity with common concerns of the
LIVID areas and problem resolution. (Includes but not limited to Exhibits D &J)
2.1.6. Cost of services provided (Exhibits A & B1)
2.1.7. References (Included but not limited to Exhibits C, F &1)
2.2. During the selection process, the evaluation panel may wish to interview bidders with
scores above a natural break. Should an interview process take place the results of the
interview will carry great weight in the selection process. The City reserves the right to
make a selection solely on the basis of the proposals without further contact.
SECTION C
Forms
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
1. SUMMARY OF CONTRACTUAL REQUIRMENTS
a. A contract is required for any service performed on behalf of the City of Santa Clarita (City).
b. By submitting a proposal, you have reviewed the sample contract documents contained within this
request for proposals and agree to be bound by the requirements set forth.
c. Questions and requests for modification of these terms must be negotiated and approved prior to
proposal submission and are at the full discretion of the City.
2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (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. If any additional Contract documents are
executed, the actual Indemnity 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. INDEMNIFICATION
a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss,
cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that
arise from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in
whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part
thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or
indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the
patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or
proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee,
of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this
Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any
Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful
misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to
the limitations of California Civil Code section 2782.8 as to any design professional services performed
by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty
only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as
well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion
to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8).
b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which
would otherwise exist in favor of the CITY and other Indemnitees.
c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
4. INSURANCE
a. Before commencing performance under this Agreement, and at all other times this Agreement is
effective, CONSULTANT 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 Limits
Commercial general liability: $1,000,000
Professional liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG
00 011185 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. Automobile
coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any
Auto). 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 endorsement must be
reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. 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. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a
"claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT
will continue to renew the insurance for a period of at least three (3) years after this Agreement expires
or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of
any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this
Agreement was in effect.
d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance
of the insurance required under this Agreement, including endorsements, 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 California -admitted insurers with (other than workers compensation) a current A.M. Best
Company Rating of at least "A:VII."
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 CONSULTANT for CITY.
f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
g. 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.
h. The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature:
Printed Name:
Date:
SECTION D
Sample Contract
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:
CONSIDERATION.
As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
As additional consideration, CONTRACTOR and CITY agree to abide by the terms and
conditions contained in this Agreement; and
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.
TERM. The term of this Agreement will be from , to The
Agreement may be renewed upon mutual consent of the parties.
SCOPE OF SERVICES.
CONTRACTOR will perform services listed in the attached Exhibit " "
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.
PREVAILING WAGES.
CONTRACTOR's work is considered a "Public Works project" subject to the payment of
prevailing wages. CONTRACTOR stipulates that it shall comply with all applicable wage and
hour laws, including without limitation, California Labor Code §§ 1776 and 1810-1815. Failure
to so comply shall constitute a default under this Contract. Further, all public works projects
valued at $30,000 or more must include an obligation to hire apprentices, unless the craft or trade
does not require the use of apprentices, as indicated in the corresponding prevailing wage
determination. This duty applies to all contractors on a public works project, even if their part of
the project is less than $30,000.
CONTRACTOR and its Subcontractors shall pay to persons performing labor in and about the
project 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. The prevailing wage rates are available online at
hqp://www.dir.ca. ovg /dlsr. 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 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 California Labor
Code.
CONTRACTOR and its Subcontractors shall keep an accurate record showing the name of and
actual hours worked each calendar day and each calendar week by each worker employed by him
or her in connection with the Project. The record shall be kept open at all reasonable hours to the
inspection Owner and to the Division of Labor Standards Enforcement.
CONTRACTOR and its 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.
With each application for payment, CONTRACTOR shall also deliver certified payrolls directly
to the Labor Commissioner in the format prescribed by the Labor Commissioner.
CONTRACTOR shall indemnify, hold harmless and defend (with counsel reasonably acceptable
to CITY) CITY against any claim for damages, compensation, fines, penalties or other amounts
arising out of the failure or alleged failure of any person or entity to pay prevailing wages as
required by law or to comply with the other applicable provisions of Labor Code Sections 1720
et seq. and implementing regulations of the Department of Industrial Relations in connection
with execution of the improvements or any other work undertaken or in connection with the
Public Works project.
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.
FAMILIARITY WITH WORK.
By executing this Agreement, CONTRACTOR represents that CONTRACTOR has:
Thoroughly investigated and considered the scope of services to be performed;
and
Carefully considered how the services should be performed; and
Understands the facilities, difficulties, and restrictions attending performance of
the services under this Agreement.
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.
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.
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 "A:VII." 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. COVID-19. CONTRACTOR shall ensure its insurance coverages cover claims
and/or losses related to the COVID-19 pandemic to the extent such insurance
coverage is available. If such insurance is unavailable, but becomes available during
the life of the contract, CONTRACTOR shall procure a policy and name the City as
additionally insured.
G. 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, Ci . may cancel the Agreement immediately with no penalty.
H. 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.
TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
CONTRACTOR furnishes proof of insurance as required under Section 7 of this
Agreement; and
CITY gives CONTRACTOR a written Notice to Proceed.
Should CONTRACTOR begin work in advance of receiving written authorization to
proceed, any such professional services are at CONTRACTOR's own risk.
TERMINATION.
CITY may terminate this Agreement at any time with or without cause.
CONTRACTOR may terminate this Agreement upon providing written notice to CITY at
least thirty (30) days before the effective termination date.
Should the Agreement be terminated pursuant to this Section, CITY may procure on its
own terms services similar to those terminated.
By executing this document, CONTRACTOR waives any and all claims for damages that
might otherwise arise from CITY's termination under this Section.
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.
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.
NOTICES.
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:
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.
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.
TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
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.
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.
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.
CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference
only and will not affect the interpretation of this Agreement.
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.
AUTHORITY/MODIFICATION. This Agreement may be 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.
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.
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.
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.
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.
CONFLICT OF INTEREST. CONTRACTOR will comply with all conflict of interest laws
and regulations including, without limitation, CITY's conflict of interest regulations.
COVID-19. Prior to execution of the Agreement, the State of California declared a state of
emergency and issued a stay at home order in connection with the COVID-19 pandemic, and the
County of Los Angeles ("County") issued numerous orders relating to COVID-19, including
without limitation an Order to Shelter in Place, originally dated March 17, 2020 (as subsequently
extended and amended, including after the date of the Agreement, the "County Order"). In no
event shall CONTRACTOR be entitled to any additional compensation in connection with any
delay or costs associated with the COVID 19 pandemic, the County Order, or any other
governmental requirements or regulations in connection therewith, whether currently existing or
hereinafter enacted. In the event of any conflict between the terms of this Section and any other
provision of the Agreement, in all events, the terms of this Section shall control.
CONTRACTOR's safety and logistics plans prepared in connection with this Contract
specifically takes into account the COVID-19 Pandemic, the County Order, and all other
governmental requirements or regulations regarding COVID-19 as of the date of the Contract,
including without limitation all safety measures required.
SAFETY OF PERSONS AND PROPERTY. CONTRACTOR shall comply with, and give
notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful
orders of public authorities, bearing on safety of persons or property or their protection from
damage, injury, or loss, including without limitation the County Order and all other
governmental requirements or regulations regarding COVID-19, all as may be amended from
time to time.
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:
C
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
IM
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
City Attorney
Date:
IF CORPORATION:
By:
Print Name & Title
Date:
Fringe Benefit Statement
Contract/Proposal No:
Project Name:
Date:
INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may
be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as
required by collective bargaining agreements) made for employees on the various classes of work are tabulated below.
THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL
BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE.
Classification:
Effective Date:
Subsistence or Travel Pay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
Trust Fund Paid To:(Name)
Address:
Classification:
Effective Date:
Subsistence or Travel Pay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
Trust Fund Paid To:(Name)
Address:
Classification:
Effective Date:
Subsistence or Travel Pay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
1 Trust Fund Paid To:(Name)
Address:
Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications be made.
I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND OR PROGRAMS LISTED ABOVE.
City of Santa Clarita Form HC-50 FIBS
(Contractor/Subcontractor) By (Name and Title) Signature
SECTION E
Exhibits
EXHIBIT A: COST PROPOSAL
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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. Veterans Plaza
2. Newhall Community Center
Column A
Monthly Maintenance Cost
$ x12mo.
$ x12mo
Total (add lines in Column B)
Total proposed amount annually, in legibly printed words:
Column B
Annual Maintenance Cost
EXHIBIT 131: ADDITIONAL PRICING
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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 D labor rates as listed below:
Skill Level Hourly Cost After -Hour Emergency
(Based on DIR Published Rates)
Irrigation Laborer $ per hour $ per hour
Landscape Laborer $ per hour $ per hour
QAC/QAL Herbicide and
Pesticide Applicator $ per hour $ per hour
Please fill in the hourly cost for services based on the appropriate DIR cost.
Please initial to verify acknowledgement of labor rates (initial)
EXHIBIT C: VIOLATION RECORDS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
1) The last six (6) months of tailgate safety meeting sign -in sheets and topics covered must be
made available UPON REQUEST. (Do not send with proposal submission at this time.)
2) In the year of 2021, what was the longest stretch of days worked without an accident in the
landscape maintenance division?
3) Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
4) Please provide any sustained complaints made to your company within the past four (4) years to
the California State Contractor Board in regards to your C-27 license.
EXHIBIT D: PROACTIVE APPROACH FORM
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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?
*Attach additional pages as necessary.
EXHIBIT E: DESIGNATION OF SUBCONTRACTORS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
City of Santa Clarita, California
Fill out this form completely and upload it with your proposal.
Subcontractor DBE CTATI IC.
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor ^B�IJS:
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor DBE STOTi IS
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public
work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to
Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid
that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of
the Labor Code at the time the contract is awarded.
EXHIBIT F: REFERENCES
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Started Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Started Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Started Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
EXHIBIT G1- STAFF
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Provide information on any and all applicable crewmemberse This includes the supervisor, crew foreman, certified
arborist (if applicable), chemical applicator, irrigation specialist, etc_
1) Narre Job Title
Licenses/Certificates
2) Name Job Title
Licenses/Certificates
3) Name Job Title
Licenses/Certificates
4) Name Job Title
Licenses/Certificate
5) Name Job Titl
Licenses/Certificate
6) Name Job Title
Licenses/Certificates
7) Name Job Title
Licenses/Certificates
EXHIBIT G1 (Continued)
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
8) Name
Licenses/Certificates
Job Title
9) Name Job Title
Lice n ses/Certificates
10) Name Job Title
Lice n ses/Certificates
11) Name Job
Lice n ses/Certificates
12) Name
Licenses/Certificates
13) Name
Licenses/Certificates
14) Na
Li ce n ses/Certificates
15) Name
Lice n ses/Certificates
Job Title
Job Title
Job Title
Job Title
*Attach additional pages as necessary for additional personnel.
EXHIBIT G2 - STAFF HOURS
RRFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
SLip ervisors
Crewmember
Qty_ of Weekly Hours
Crewmem ber Title Qty- of Meekly Hours
Crewmem ber Title Qty- of Weekly Hours
Crew #i
Crewmem ber Title Qty- of Weekly Hours
Crewmem ber Title Qty- of Weekly Hours
Crewmem ber Title Qty- of Weekly Hours
Crewmem ber Title Qty- of Weekly Hours
Crewmem ber Title Qty- of Weekly Hours
Crew #2
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty- of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Specialty Positrons
C rewmem ber Title Qty- of Weekly Hours
Crewmem ber Title Qty- of Weekly Hours
Specialty Positions
Crewmem ber Titl
Crewmem ber Title
Qty- of Weekly Hours
Qty_ of Weekly Hours
*Attach additional pages as necessary for additional personnel.
EXHIBIT G2: STAFF HOURS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Supervisc,rs
Crewrnember- _ c
Crewmem ber Ti.e
Crewmem ber Title
Crew #i
Newhall Community Center
Qty_ of Weekly Hours
Qty_ of Weekly Hours
Qty_ of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Crews #2
Crewmem ber Tithe Qty. of Weekly Hours
Crewmem ber Title Qty. of Weekly Hours
Crewmem ber Title Qty. of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty. of Weekly Hours
Specialty Positions
Crewmem ber Title Qty_ of Weekly Hours
Crewmem ber Title Qty_ of Weekly Hours
Specialty Positions
Crewmem bee Title Qty_ of Weekly Hours
Crewmem ber Title Qty. of Weekly Hours
*Attach additional pages as necessary for additional personnel.
EXHIBIT H: EQUIPMENT
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Additional equipment requirements for work within proposed Landscape Maintenance District or the ability
of Contractor to rent/lease at no additional cost:
• Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover
large turf areas
• Proper equipment required to perform pruning tasks including hand pruners, loppers, saws,
pole pruners and chainsaws
• Commercial Grade Battery Powered Leaf Blowers
• All maintenance supplies for proper equipment operation
• Garden Spading Forks
• Shovels
• Rakes
• Scoop Shovels (various sizes and shapes)
• Commercial Grade Chipper
• Safety equipment such as head, eye and ear protection, work boots. Body protection such as
chaps should also be used when operating chainsaws
• Irrigation controller remotes and transmitters; particularly WeatherTrak
• All the required tools and equipment to make minor and major irrigation repairs
• All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and
safety wear shall be Cal -OSHA approved
Please initial to verify acknowledgement of equipment requirements - (initial)
EXHIBIT I: CERTIFICATIONS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
Provide information on the certified arborist, chernical applicator. irrigation Specialist, crew
foremen, including name. certification and whether Staff or srabccntractcr.
Staff
2'y
)
4)
7)
8)
9s
10)
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF PROPOSAL SPECIFICATIONS
RFP # NS-21-22-37
Landscape Maintenance at Veterans Plaza and Newhall Community Center
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 15 & Zone 16. 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:
*Estimator's Signature:
*Owner's Signature:
*All three signatures required
Date:
Date:
Date:
SECTION F
Attachments
ATTACHMENT A
EXAMPLE OF TYPICAL MAINTENANCE PROGRAM
Daily — Weekly — Monthly
(For reference only: Actual maintenance schedules shall comply with maintenance specifications.)
OPERA"ONS
JXN
FES
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
NOV
DEC
Tresh Omn-up
Daly
Dsily
Dedy
De iy
Do&
Daiy
Dedy
Daiy
Dady
D
Dedy
Dal
Pmeo Ctear�u*
Daly jDaityDaty
jDatyDeft
1W4Doty
IlDatyDaly
ID&'yDaly
Day;
Wegd Elntinet+ca between Paaeo Ofacts
Wee .
Weekly
Weekhl
Weektv
Weekly
Weekty
WeeW
WeWy
Weekty
VfteklV
Wmkty
Week
cu ppnp as pnatied pkarkls -use far mOzh ng on-g Ae
(0tcyclet wage)
Mon
Monfty
Montrdy
MorMly
h4oftty
Mofthbr
Mareht
Mmlhty
Mantly
Mand*
Manety
Mantfty
Qkeeersg
hWft
KiDntlhly
Mordflly
Morthkf
MorKhhj
Nbdhly
Wrdhly
Man1hly
Maitibr
Mwft
hWft
Bmthly
PUFA 'rg iTuM - If pray able aerate fat tug, sued a
AS
As
As
AS
As
As.
s
t dess ea needed
Needed
Needed
Needed
Needed
Headed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Sod RarovetiUn
As
s
As
As
As
AS
I AS
I AS
AS
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
I
Needed
Needed
Needed
Add Sad Arnendmards to Exabng Plaids
As
As
I
As
As
As
I As
As
As
Ais
As
As
As
Headed
Needed
Needed
Needed
hurled
I Needed
Needed
Needed
Needed
Needed
Needed
Needed
Pe nodl Ic
in it 7
ATTACHMENT B
EXAMPLE OF TYPICAL MAINTENANCE PROGRAM
Semi -Annual and Annual
(For reference only: Actual maintenance schedules shall comply with maintenance specifications.)
--
--------
2022 Holiday Schedule
HOLIDAY
DATE CELEBRATED
New Year's Day
Friday, December 31
Martin Luther Ding Jr_ Day
Monday, January 17
Present's Day
Monday, February 21
Memorial Day
Monday, May 30
Independence Day
Monday, July 4
Labor Day
Monday, September 5
Veterans Day
Friday, November 11
Thanksgiving Day
Thursday, November 24
Day after Thanksgiving
Friday, November 25
1 r2 Day for Christmas Eve
Friday, December 23
Christmas Day
Monday, December 26
112 Day for New Year's Eve
Friday, December 30
New Year's Day
Monday, January 2
Contractor to verify current year holiday schedule with LIVID.
s
°
.dO
/
ip j
" AA
ow
r
1'
It Y.
•
Y
4-0 _
,
OL
r.,
ti
��r tip. • •i
4 �
■
'r••Firk : 'F• - • .i IV
Y
. �;' ,� �. � _ '¢.��r ,nip •+�}�� �
:LIX
Kim
tin IF
el
op
40P
i
. i� f .�. g i.• -
J
,
i
S a y
• �' � ,41 _ `y �4 l� ,irj"` $yy � �` �-.may � , �'`, - ��
r
• . 1• - �� ,, mil. - It.,,� • _ � '� _ •- y �� ..�,
i•
J,
. ` - ti • 1 to M "r -z ULM w. •. q
Y �t �
401
is map is I static output from City of
reference only. Data layers that appear on this map
x
.
p
Yl. 117,CJmay or may not be accurate, current, or othe—se
loes not warrant the
reliab e. The City of Santa Clarita does not warrant the
5 �yyyy F _0accuracy ofthe data and assumes no liability for any
errors or omissions.
CA
s
J' o[ctM•Fa