HomeMy WebLinkAbout2023-01-10 - AGENDA REPORTS - LMD CONTR ZONE 27O
Agenda Item: 7
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: January 10, 2023
SUBJECT: LANDSCAPE MAINTENANCE DISTRICT CONTRACT FOR ZONE
27
DEPARTMENT: Administrative Services
PRESENTER: Keith Miller
RECOMMENDED ACTION
City Council:
Award a two-year contract to Oak Springs, Inc., to provide landscape maintenance services
to Landscape Maintenance District Zone 27 (Circle J) for an annual base amount of
$236,308, plus an additional $71,752 in annual contract expenditure authority to address
unforeseen maintenance and repairs, and authorize a one-time additional $33,620 in
expenditure authority to address deferred landscape maintenance needs throughout the Zone,
for a collective not to exceed amount of $649,740 over two-year contract.
2. Authorize a one-time appropriation from Landscape Maintenance District Fund 357 totaling
$75,215, as identified in Attachment A, to fund expenditures for one-time landscape clean-up
activities and recurring maintenance services expenditures associated with the recommended
contract for the remainder of Fiscal Year 2022-23.
3. Authorize ongoing appropriations from Landscape Maintenance District Fund 357 totaling
$99,827, as identified in Attachment B, to support recurring landscape maintenance services
expenditures associated with the recommended contract commencing in Fiscal Year 2023-24.
4. Authorize the City Manager or designee to execute up to three additional, one-year renewal
options beginning in year three, not to exceed the annual contract amount, inclusive of as -
needed expenditure authority, plus an adjustment in compensation consistent with the
appropriate Consumer Price Index, upon request of the contractor, and contingent upon the
appropriation of funds by the City Council in the annual budget for such fiscal year.
Page 1
Packet Pg. 43
O
5. Authorize the City Manager or designee to execute all contracts and associated documents,
modify the awards in the event impossibility of performance arises, and execute all
documents subject to City Attorney approval.
BACKGROUND
The City of Santa Clarita (City) administers 61 financially independent zones within the
Landscape Maintenance District (LMD), providing landscape maintenance services through
contracts with private companies. Request for Proposal (RFP) number LMD-22-23-19, for the
maintenance of LMD Zone 27 (Circle J) was published and circulated via the City's Bidnet
system on September 23, 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. While the price for services is a component constituting 10 percent of the weighted
evaluation criteria, 65 percent of the evaluation criteria focuses on the composition and structure
of the contractor's crew, their schedule to rotate through the maintenance areas, and overall
value.
The following categories comprised the weighted criteria used to evaluate proposals.
• Value Provided (30%)
• Rotation Schedule (20%)
• Team Composition/Crew Member Structure (15%)
• Acknowledgement and Understanding of Specifications (15%)
• Proposal Amount (10%)
• References & Certifications (10%)
A multiple weighted criteria procurement reinforces performance expectations and works to
ensure that vendors dedicate adequate employees to service the contract. To improve
maintenance standards and enforce accountability, the solicitation also includes provisions to
impose payment reductions for poor performance should the contractor fail to meet their
maintenance schedule.
The City transmitted the solicitation to 424 vendors, including the Santa Clarita Valley Chamber
of Commerce and the Valley Industrial Association, of which 19 vendors downloaded the RFP.
Five companies provided proposals for consideration with the results below.
PROPOSAL
COMPANY
LOCATION
BID
AMOUNT
POINTS
AWARDED
Proposal 1
Oak Springs, Inc.
Sylmar, CA
$236,308
277.33
Proposal 2
Venco Western, Inc.
Oxnard, CA
$252,732
261.66
Proposal 3
American Heritage Landscape, Inc.
Canoga Park, CA
$305,676
247.00
Proposal 4
Stay Green, Inc.
Santa Clarita, CA
$299,988
247.00
Proposal 5
Oakridge Landscape, Inc.
Santa Clarita, CA
$520,000
236.33
Page 2
Packet Pg. 44
O
Oak Springs, Inc. (Oak Springs) achieved the highest score, with the evaluation team
determining their proposal offered the best overall value. Oak Springs' proposal was
distinguished by the overall composition and structure of their crew, their approach for rotating
personnel throughout each assigned LMD zone, the modification of operations due to seasonal
changes, and recognition of additional detail within focal areas. Finally, staff has completed a
due -diligence review of Oak Springs' professional references and determined their work history
meets the City's standards and performance expectations.
As part of this action, staff is requesting one-time appropriations of $75,215 to address
operational needs through the end of Fiscal Year (FY) 2022-23. A breakout of this requested
appropriation includes $33,620 to address deferred landscape maintenance needs throughout
LMD Zone 27 on a one-time basis, and $41,595 to fund the increased cost of providing
maintenance services for LMD Zone 27, as identified in Attachment A.
Additionally, staff is also requesting ongoing appropriations of $99,827 from Fund 357
commencing in FY 2023-24 to fund the increased cost of providing maintenance services for
LMD Zone 27, as identified in Attachment B.
The request for additional appropriations is a direct result of how prevailing wage increases have
affected the overall landscape labor market and inflationary impacts upon fuel and material costs.
This impact is evidenced by the range of competitive pricing provided by the five responding
vendors. In this instance, staff s recommended contract award reflects an overall increase of
more than 73 percent for the same level of service, as compared to pricing when these same
zones were competitively awarded in 2018.
In order to maximize operational efficiencies and ensure as -needed work and repairs are
completed in a timely manner, staff recommends increasing the annual expenditure authority
associated with each landscape maintenance contract as detailed in the recommended action
section of this report. As -needed work constitutes, but is not limited to, responding to
emergencies, repairs or replacement of irrigation systems which are damaged or have reached the
end of their useful service life, replacement of dead plant material, addressing vandalism, and
one-time beautification enhancement projects.
The increase in expenditure authority granted by the City Council does not represent any
guarantee of additional compensation under the terms of the recommended contract. Beyond
retaining the discretion to utilize alternative contractors as deemed necessary, all unscheduled
repair work or one-time enhancement projects performed by Oak Springs will continue to require
staff review and advanced authorization by the City's Special Districts division.
Based on the above, staff recommends awarding this landscape maintenance contract to Oak
Springs.
ALTERNATIVE ACTION
1. Do not award contract to Oak Springs, Inc.
2. Other action as determined by the City Council.
Page 3
Packet Pg. 45
O
FISCAL IMPACT
The recommended action requires a one-time appropriation of $75,215 from Landscape
Maintenance District Fund 357 to support recurring landscape maintenance services associated
with the recommended contract award through the end of FY 2022-23. This action also requires
an ongoing appropriation of $99,827 from Fund 357 commencing in FY 2023-24 to support
recurring landscape maintenance costs associated with the award of this contract.
ATTACHMENTS
LMD Zone 27 Requested Budget Appropriations - Attachment A
LMD Zone 27 Requested Budget Appropriations - Attachment B
Response File Zone 27 Oak Springs, Inc. (available in the City Clerk's Reading File)
Page 4
Packet Pg. 46
7.a
Attachment A
City of Santa Clarita
LIVID Local Zones - Requested One-time Budget Appropriation
Fiscal Years 2022- 2023
Zone
Account Number
Account Title
Current
Budget Amt
Proposed
Budget Amt
Amount of
Increase
One- time or
ongoing
Zone 27
3577547-516110
Landscape Services
$136,481
$211,696
$75,215
One-time
Packet Pg. 47
7.b
Attachment B
City of Santa Clarita
LIVID Local Zones - Requested Ongoing Budget Appropriations
Fiscal Years 2023- 2024
Zone
Account Number
Account Title
Current
Budget Amt
Proposed
Budget Amt
Amount of
Increase
One- time or
ongoing
Zone 27
3572412-516110
Landscape Services
$136,481
$236,308
$99,827
Ongoing
Packet Pg. 48
EXHIBIT A: COST PROPOSAL
PRCjPOSAL#LMD-22-23'19
Maintenance ofLIVID Zone 27—Circle JRanch
City oƒSanta 0orita, California
Fill out this form completely and return with your proposal.
Item
Column A
Column B
Project Site
No.
Monthly Maintenance Cost
Annual Maintenance Cost
Total proposed amount annually, inlegibly printedwmrds:
TWO HUNDRED THIRTY SIX THOUSAND THREE HUNDRED AND SEVEN DOLLARS AND 24 CENTS ANNUALLY.
EXHIBIT 81: ADDITIONAL PRICING
PROPOSAL g LMD-22-23-19
Maintenance of LIVID Zone 27 — Circle 1 Ranch
City of Santa Clarito, California
Fill out this form completely and return with your proposal. Do NOT include this pricing in the cost of your
proposal response. Hourly labor rates to be used in performing the work required in the specifications for
annual landscape maintenance. These rates will not be used in evaluating the proposal, but shall be used
in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract
when applicable.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed:
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emereencv
Irrigation Laborer $ 60.00 per hour $ 75.00 per hour
Landscape Laborer $ 4p•00 per hour $55.00 per hour
QAC/QAL Herbicide and Pesticide Applicator $60.00 per hour N/A
Please initial to verify acknowledgement of labor rates: 6415
RR PFK)POSAL# LM D-22-23-19
M ai ntenance of UVI D Zone 27 — Orde J Ranch
City of Santa (larita, California
RII out thisform completely and return with your proposal. Do NOT include this pricing in the cost on
the of your proposal response.
Pease list the unit price for labor, EXCLUDING part/material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the ()ty under this contract.
IM
WENDED PRICE
DESCRIPTION
MEASURE
QTY
UNIT PRICE
(UNITFRCEX
QTY)
1
Price for maintenance of landscaped
SF
500
$ -06
$ MOO
with turf.
2.
Price for maintenance of landscape with
IT
1,000
$ -26
$ 260.00
trees, shrubs, and ground cover.
I
I
I
3Price
for maintenance of landscaped,
S7
500
$ o6
$ 3a00
irrigated slope.
Pease list the unit price for all-inclusive labor and material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
EXTEND®PRICENO.DESCRIPTIONPTION
ITEM
MEASURE
QTY
UNIT PRICE
(UNITFRCFX
Q774
4.
Price for installation of one (1) gallon
EA
5
$ 20.00
$
shrub.
100.00
5.
Price for installation of five (5) gallon
EA
5
$ 45.00
$
shrub.
225.00
6.
Price for installation of fifteen (15) gallon
EA
5
$ 105.00
$ 525.00
shrub.
7.
Price for installation of fifteen (15) gallon
EA
5
$ 150,00
$ 750M
tree.
8.
Price for installation of twenty -four -inch
EA
2
$ 375.00
$ 750.00
(24-inch) box tree.
EXHIBIT 133: ADDITIONAL PRICING CONTINUED
PROPOSAL # LMD-22-23-19
Maintenance of LIVID Zone 27 — Circle J Ranch
City of Santa Clarita, California
Fill out this form completely and return with your proposal. Do NOT include this pricing in the cost on
the of your proposal response.
Please list extended price for all labor and costs associated with hauling and disposal of plant material
and/or soil per LIVID specifications for the following. These rates may be used in evaluating cost
estimates for additional work requested by the City under this contract.
PROJECT
ESTIMATED TIME
SITE
DESCRIPTION
UNIT PRICE
OF COMPLETION
(# OF DAYS)
• Weed clearance
• Pruning of existing slope shrubbery
ZONE 1
Pruning to clear existing shrubbery from
$12,520.00
9 days
drainage swales and catch basins
• Removal of all plant debris and soil from
drainage swales and catch basins
• Weed clearance.
• Pruning of existing slope shrubbery
ZONE 2
Pruning to clear existing shrubbery from
$5,750.00
4 days
drainage swales and catch basins
• Removal of all plant debris and soil from
drainage swales and catch basins
• Weed clearance
• Pruning of existing slope shrubbery
ZONE 3
Pruning to clear existing shrubbery from
$ 3 940.0a
3 days
drainage swales and catch basins
• Removal of all plant debris and soil from
drainage swales and catch basins
• Weed clearance.
• Pruning of existing slope shrubbery.
ZONE 4
Pruning to clear existing shrubbery from
$11,440.00
8 days
drainage swales and catch basins.
• Removal of all plant debris and soil from
drainage swales and catch basins.
TOTAL AMOUNT FOR ALL ZONES
$ 33,620.00
Cily of SANTA CLARITA
LMD Zone 27
LANDSCAPES,
PASEO LIGHTPOLES,
& FOOTLIGHTS
ATTACHMENT D
Legend
• Fact Lights
• Light Poles
❑ Paseo Bridge
' . Paseos
i
Parcel Outlines
OLMD Boundary
I
Irrigated Landscape
Non -irrigated Landscape
<s• Weed Abatement and Trees
Fire Clearance
Easement Shrub
Median Shrub
44P Sidepanel Shrub
Easement Shrub (Non -irrigated)
40 Easement Turf
Median Turf
® Median Concrete
Parkway
Underpass
Overpass
i
/r; �
w V�i E
0 250 500 -FeM
Landscape irVormefmn lrpm Hunsaker Engineenrg
Pasoa information from Ciry of 5an1a Cbrila -GIS
Panel data CapyNh1 March 2010, Counry of Las AN —
All ripMs resented
Slreel inlormalion from Rand McNally S Congany
p1ja1la/es/1W40111h Md_2]_pa— Ianescepes ms0
Addendum No.1
September 29, 2022
Addendum No.1
PROPOSAL # LMD-22-23-19
Maintenance of LIVID Zone 27 — Circle ! Ranch
City of Santa Clarita, California
This addendum must be acknowledged via BidNet and should be included with the proposal response.
The purpose of this addendum is to address the following for this Request for Proposals (RFP):
I. UPDATED RFPTIMELINE
The following dates have been changed for this RFP:
DEADLINE
CURRENT DATE
NEW DATE
Questions Due
October 12, 2022 at 11:00 AM (PT)
October 6, 2022 at 11:00 AM (PT)
RFP Closing
October 20, 2022 at 11:00 AM (PT)
October 13, 2022 at 11:00 AM (PT)
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
Con or's Representative DarL3
OAK
Company Name
PROPOSAL N LMD-22-23-19
Addendum No. 2
October 11, 2022
Addendum No. 2
PROPOSAL # LMD-22-23-19
Maintenance of LIVID Zone 27 — Circle i Ranch
City of Santa Clarita, California
This addendum must be acknowledged via BidNet and should be included with the proposal response.
The purpose of this addendum is to address the following for this Request for Proposals (RFP):
CHANGE TO RFP CLOSING TIME
The closing time for this RFP has been changed from October 13, 2022 before 11:00 AM (PT) to
October 13, 2022 before 5:00 PM (PT).
ILEXHIBIT 63: ADDITIONAL PRICING CON'T
Please see the attached new exhibit being added to the RFP. Exhibit 133: Additional Pricing Continued
must be filled out completely and returned with the proposal response. This additional pricing must
NOT be included in the total cost of the proposal response.
III. UPDATED ATTACHMENT B
Please see the updated map in Attachment B.
IV. ZONE 27 PLANS/BLUEPRINTS
Please see the plans/blueprints for Zone 27.
Attachments:
• Exhibit 133: Additional Pricing Continued
• Updated Attachment B
• Zone 27 Plans/Blueprints
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
Craig Sherman 10/12/2022
Contractor's Representative - Date
Oak Springs Nursery Inc.
Company Name
PROPOSAL # LMD-22-23-19
0
A 00
m
1. , �� ,_ � `_ I l� �• � �� r
a t1 ,•� `I _ . .w �++/ y..� I "/ v ! /4 ham'. •Y
�,i �� �t s r r,Y w.i �...eY�� •{ •vN• �. 7 7:Trr/ r"'
�• .� � -",', � 'fit i� �- t. !�
r '� •y. • .
GIL
to
•r
As
ss'
r -
�,f f• .
<.:4w
Ise ,•,. r` "' >>,'-�,�. , .1;�• �' � s- •�
ir
+ �-r� 1 ,%`. yr ,\ '•x ...
r. \
r
s-,?T
i� • � R
_ ) y
• � - - � � rftiv'
I
'sTr
6 f'- -.�q,yt. •? ;'ice ti��
W
O �•,
J4.
M
A ..
1
N
r r
I s T. Aat
lin
10
.. i�.:' � ` �tinn' '' �� t `•�� - t' Y � ��rl � ,YL '
.:- Yr•- ,ur, ,t :�•:�. .* �.F �yy/y�yi. � .. � !" ,`�.� �� 'w+.. .via��, f�A.
u
i / � tr � ;'+. < y}ti. .. '� .. •. M.. ,. �l `, ,n..iR I � ,~; pia
a
n i
Ys ,.
c`
� .;,i„�yrar�!;'kls., .R'•r•3� ' - < �z"� s?' � ��':����Y1�Y'�a, t'jl �': i .. � �;�i � - .�
'F• d
' ,�'� j �g�r �r'ri � ' i t• ,'�i Y,; b r � , .,sy ..tt�i t - �y� ��7 f''rT"' ,�t
•y� �f �/ y!"fp�,�� •i t� t,•. t� ��.'n Y_ f f�� �• gf �r � r i,• _ .�F� 4 ~ 'i,-. � /,F� r l�. � � ��Y jf���� t"'* / � ,�r ,�f t .5� ,•`, '� fa 1
„, ` ' � F p, �. ro' 1 � � � s � r r13` ( ,t • 1 � i� d 1 'h' of 1«I':'`: f"� D,.'� � N 3'�,�i�i c •i�}r+� � -. �� �-
�;
AP
xg
�, 1.�. tsa�•-s•• �+c 4t{yk_ �'�\ �l _ �.'C 1x `.�.i d , -.r.?. �, r �!y ./ Ilk,
ow
'ev,
qx"
r- - - I , I , -- -- --q
L . - JA
_vAZ
-r -: , -, "t 171
4,A*
A, , I
Ilk I
0
... +`ram � ✓: � i
a
II , �. S � '•. 7x7 �.. �.-jam' f /�
1 }mot
n F �
• ' -., � ,s%'r�i 1. a i -T
I
t •_
ap
7k -41
.: • `� a j��
1
r
R foe
�j„
t,.. 'y � �� rt `� Wit;. .• ..
AM
1
v�
-.r
s
%r
..�.►•' f, art
"w
rAl
.d \, I 4\.. ,'� `• '' \: , \ n \,t� ` �Y 1'iK,r`� ' ✓ j•� tom' `•' , .!
•a1 1 'ti.4 l'� i S`r . .5 =_ �. > 1 � . � •. {'h r _ fit"- u r
• 1 '! ti r 1+ ;.,►Al .. r' ' �'�. ` ,1j r eft •!.'l t -. •CI , ,r �.
4-, IVqw-
41
fig
:',,46 W'k
`.' 1., y-F�� ^'• 1 y LL t iF JI'1►?1 ,�� � - i r i s �; .�i.� �t• 1�
� �♦ ���1 .� r� � " I �� �r} �^� � 2r_ '��:� t ��: �k� �.,. .�� Ili `� � � '
fi Y ,ii �` ♦k Xi �� tRT � � Y
- �r?' t,;�,� J�- T� ,h .�'��:♦ Y. �f1 •'' ai to `� "!. �`' •t
�1•�7�1-r y�1 l r 71 f \\1� .++ �,b�.`� L -• -�,�. � Y
r, � :�� ,fig, , � �t.� ,����� -.- ��� :r r Y �t• �` .•a
• �� �. ^ � � i y.. . \ .tlt� ;�•+,t, � r ' �" � . \• a. ifff��� •.' �YrT,; �.a \ I�f.. l �`�.
�"y"" \s1 • �.. r � - � ` "•�.•tom t, 1 7:5 '.'
fl• Ar � �•.�
AM
eoe
� 1 � r�4 •�!;r-���` . � � �.:•� ♦ • ♦ •} fin• � IM.q `+ � •♦T `,,,� ��
1.: ;�°.Kt� • • •�rr �,l "@11 .ti ��"i'�. � •, v�•'L�l�.t�. .� � '�. [ �: i►\. A A•il.
oil
ark
-��- R
ram. i
. Y
4
h �t
Iq
c �ti \ i zi '. � ��� va ' ` I t + "^" r�, y" •r {�1 ,t', v �T t r ��
� r "` r 4,1 t i ;,- R •Y JiI � i r �..d , z �JY '. `. `
.� � .M. � .t � �*''r *• c �. run 1,
,>6 ►Akre .
R h
t'At
l .
j i'.
r
.vim
•".f�;�:/s
L
• .e
•-.ram.,,, i �
`•�'ji�+r..
'+ems
., S �.•,
; -
��i
,,,
- ..
y� •
-
yr•
'� .._
� _ _ - w
`�i'i�a.
l1
..
_. s •�
r
_
RP
_ -.
: 5 •. ! y� lam, 7 � } T} t.i ��. .R . �!„� w,�.
4.
aL
- ` �s y � �' �e:�k o �}r��� �.+c�, _ � •:�s' - .+dw. Lr�s *+Cy,�,,;-".a7�N,.�,,rr„�
Ilk
.'Pit
Y`�� �`f �•�`�` v�'" _ s , ! f° h t,�° � i '.1, r ruv..P 1� f; ar' W
��� �Ynf� K .tft . FS °�"1'F". f y,. � ��,. 1 � m { . .k 1:. � :r � 1 � �`t,t•
� � �. � � : \ ,•'�tl f %^� I i;� �� �;, � l��,et A ';,;,�,+ 14f.,.. { ya , r .4 ,.r�
..� _ ���.� �� � ✓ 7� ty F� s. '` { ` � � is
i t
��,
K It •�, r ��d 3 "QI � � r�ra�hr .,�+.t}., i "1�' .V'`'1� � �;�;:
�.7' t*'i✓1,�, • �.. !4 � i � � }�• ', _ , - � j� .\ -?- :'t, ii, � i' •! � , C;r'� ? • � ' � '' +sue: • ' -
..Y t
q� � . � } �•.• _ , y M t ,y','a� � �'`� �' � if � ��. • .11 �.{ � Z, t er;1 ��x
{� F
:.iL '° f-'e'��tlF•+ •t s.Zi�l'�"^`:.�.t .t'gCtt+�. ;'y„ f .1� "}'.
•r,',f J' ; Kr ��...� - t� .t to '»i�i � f� .1.. l.: y • � k�'! C ...
,4, v _ J +` , 3w s 1''t t� 5 1r: ♦ * S yaa Y YY a e� i' 6"
Y '.t}M .. r�� , �`.. ��1` it r� x !:.•,,ti a►- e '�y '
+ c � 1 �1.- �r, ' ' ��� tit . 1:�-•` q�. *�
f � � � 1l3 y y� v NI�.. •
1 R x;. �. .d r rt. *+•�,,7�+`ill r1` 11 t�'j 1' ,,I.. .y
r�op,t
-' @ �_ ti. ,�;� ���tl?'P tiS►"r` � ` � , rah � �� •� `'•�; ��
VX
i�+fa'�''. I, .•
rti=2ir •tee\. ��
ti
4
I El
• c - ,�� _ . *'yF, t + t ��++ \a�•f�'fi - ,�iJ 'r' •.�w, r,'.'�j/i�y,?!', t i"^,. 'A„'�`'�F� :x�F",�y+r
' ' *r d Yws1, �s�. ,. I .� r,� � pp 4, � rKA � t 7s �,�al _• .AVP�` � �' � �,.� � `�- �,r
• • ' ✓ 7 ` . , � , +Mf�� dv ' `��`,/,1.e`.� ♦ L,;:,. �'' rt�l►'. a7�'T+y . `•; � i� •`r � -14t..
r'F ,.�, _ r� `�• .t �'�� �1, ST ��, # ��-)s!:� �` �.�r'•T.r�y� y,�����y+I � `]}n4,
�� ti� � • + � �, S'-3.!'��.,�� 'i`j°Aj ti'� r - �( i, % t� t � y�,t,�v r
qv
At
T
i.. t9 ' �{ , 1 � � n' Fa t.i • ti ' y � �
a y • r' , ` L 1� �' r � ' r � '• a .. �'�
+: .ve
'..',r
z �
te� a. •Ys4 .
r`
+ 11
A
- 710
14, A
46
w
40'
..ago
A lb. � L,
—,
14
41
Ij
Ito
.7 —144
if
de
J.'A 1 : AW
v:A
t
r et +
• .f, v �
i a
.ter
L •.
rS
10
Oil
fir
IN
IJ
Ar
to
JV
v it
04
.yt r
w1 tom.
�yx 3.. ��, � c• r ,.� . + +"4. �. .� {tr 1 t d pl F�r.'t�^r"��'r a{•��� T'14�.
Il��wy"ar,,,yyy���,,, yT"Ntit J,�.y fly � Y !► 1G1',i�l a r r +�� � 1aA.
.�r.JJ�T yam,'.F .1'� 7. rQ_���rj,
Fi-
+)a5�)� t i'e� • �;��yj� - .�; t'��`t �'��I s. J� ,cr �„4 ����ti K - •�,,^
v: .t'Id.�� � p iV d`•ti t`SJ � A� p +, r Zit �. j �'ti',� � .h � rtN �.idyrv�
)' � 6w ��'-�tt��p 1, a7p��q c .: � y •. _ + r �tr'� +.- Y e ./; yci> ..,�,`+
.l� / Y 0.:�, ► L�+�v;�.= � Wit: � ♦ .`"'4�t�` � .. 1�.'R � s'�
v. y.•, r 7
j.
1 }
yr;'� � �i 1�,.._.. g e � 1� : � 1`. v r �+ 'F �l Nj�l \ ,� , •V . i„'\.. � `l . �� � ! "fit � r r.. _ ;fir'
+ � �'~ r�1�, � -- X * Y �i��+'_ "�. �, t�,�.l_,# ,. • � � I ` ,�'� r .,F., 1 rti`,. }A .,
` '�+' " x ;� 'Y ��`Al �{s'' �'� ! ��1� ,r' ` ci�l "��1'�! 1 .�`�r ` - t? � `i` +�•'r'� � �� y '�
oil
ol
Y�1n�`..,S�1t�.`�
_ \ � 1. k. y 1 •L � 'i,' � 11 ,may . �' .,��`Y/Jy�r.�5 � �.., •\�'�a.M '
o . 1 k'�t<. Ni
if
iakll
Pol
Aft
,�
At N
P Y. M37
. �r
a . � 'fir � � C;Y �•� � ` urn.
tot
It i
ol
OF
•�Y .; 1 � ,fig a �i � - � �i- . � .. .' C.'„ ~
i�. � ., d .�i • . 3 i . ( � f
i rb .ii► X 3F� F } ix i iT,.ti % , � -
ON
r,� �.
�'�<`~ � `,M � �� I'� � � ��. `� �h Syr � {�! k �`� !�`tR`.I�. � .\ f\ ► .
y�ja
;Z'F ,.b' ,��V
r 1,
�I "ice.• ,.�• r I, ,,.. a)i�.�� 4,�� �, ' , .•si�"
Abc
IY
' r
Op
lot, f
♦ �R �K �. •, �y � "•fir. �! tea' �r � � �.
Sj' S�i�'�71,�� �= .!. � �i�f i,.. •���` :fir �� f 'Y� �r � *.
P'r4 .ni T. i.' . •
w
I t •
�r I
jj
� IlGfw_ ft +4 6 I I �,:
s
;��•. t' mac"'• ,
0
`, - +•fit:>..., a .At,
^
! !'' ins y Wit•
`� � �� -t • �" �. l 51Q,
�+�.iy+ - yr '�:-•,:L . �� ! '�: ,ice,
201
At
y, tip • iS►. _ -- ,� 4i- �' .� ` i
. tv
it
At,
tZ7
*17
Sp
41
twl
!k-
A-7-
A �
r
r
I I .� . -tea.: • �- r
t � �45+•,` t ."!`ram♦�-��'i ,
y
� �k .r `� . ,fir r • f ✓ � *' � +rt. �! `++w������i �, t . p _ � ; _ % ` -
F �,\• .� W •'�•r` _ �' I�, mow' s'r a/i'*
foi—
IP
. f
•' `, `• tea.,-+� . ►I ;� . 1 �= _ .. :� ,.. '�
-0 �„ �. !
WO
40
WE
•4'CI�,I, `�
1.4 ft A
1J
-W,
Nq!
uVRa P:
;'Mv � i, i � i
r
ti r r
«SSA • , � �JF„ aL: .4 < rY'•�-+�% � :'� _
�. tom• .. t :':]�.�
Nn. i i
' A4V �1
s
.. y
.. a
i'
.i'
APkL
4orl-0-1
Iz,
�y �
. a 4 � � '�. �},r. ,� d '. 3 : ,i����,( IC,��,J1(j 4�+ 7� � �r � � r 7
.r '! i �ii� � ^^^III
a p 1 raa }�.. �r 'r r .R � r. i � .5 ,
�w� �� .. � � �/I .' �` ��� ice- v r>
'fit`. s '�} trri. � �^.'f',�'�.. K (� ,p.i
� ;
_- vie, r5 �� `� � .
� � � �
�� Y _ '��� r� ��'y _� � .,
tee: ' +�.. ,i z�.��> � �� J
� � '.Y� f
*�a:.e a. c , G
4 1 �� ti-,
Y. � `. .,
s I. ,�� d
�'�� .�
�'1 _ .-
� � � �.
��
�';
,_� . ..�e.> '
fi- _ ::1�:�; -
J
< A
�'� � �,,i
� �' � � Mt;.'I
' ,� it �
�'�
,� -;, 3
yw �f it ��' ,; 1�
lea. � `1
� .�.1 •�
4
A (ISM �,` ��� �.
!�f„ �4'�
i f y , ;,
,� n �.
1
..�
!�
�''-
r C .'. rl,.
.%e��
R �
a �r IQS,
yr .
��,.
'�a , ,
J
<
<'i
M • � F
f
`i� r* � ti� � r
� i�r` '
r,, �
F{. t1 �^. 1°
�;
�. � .
'�
� �:�
� �
� i �
r
�� � ��f! � ���/
'f
r��'�f �I � � ,
M'�
. �y �A M' � � � Ir
` y
� `'/�.
J � ��..
�. �r.
{� �l
S"�''!
any
R
/4 r<ei�A
r-�
s1.a..• ,y`<'..yl� .�L vr,�,..�.�''�'"�'�'f "''� Y�,�r_x.+¢_�r�✓..x v`.E.L..T.ess.r¢i...�s.r'irt.t.t
:2.:9Lk o_a�...a_an,a a.a�s.-� �.r, ��.. =+cs. � C C:tJ«.� a �, _ 4, �< ..ti_ __ _ ,�'�.e.�. �x ,c.,c�Y ssc.•�c �c ti fit. . �r� L _ '.", r,
y
■
,:,
*: ,, { � _ •
r� �. vpgr+y � ������ q' ` .F � '
�� � x`" i �
yt� � _ � �w F1.
.d*�, � k!' ,��� ,1?(�.��� it � G1 �4 *+�'�. �' �t �';4' .� -:ice,~
a v 1
' � � I;
`F ,w. � �
.� �� *:
-�- � �.:� ,,,ti< r: ,fix
.a � `' .
''' , K.y>
`PkY
y. j
_ �r
- -_�. '
�:'�
'�s
�, r r t
i Lg� f Y hi i � _
j i ° ° ' �1 t
�:
'i�' a a,�a '.
i �
m
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-22-23-19
Maintenance of LIVID Zone 27 — Circle J Ranch
City of Santa Clarita, California
The last six (6) months of tailgate safety meeting sign -in sheets and topics covered mustbe made
available UPON REQUEST. (Do not send with proposal submission at this time.)
II. In the year of 2021, what was the longest stretch of days worked without an accident in the landscape
maintenance division?
6 MONTHS
III. Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
NONE
IV. 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.
NONE
EXHIBIT D: PROACTIVE APPROACH FORM
PROPOSAL 1# LMD-22-23-19
Maintenance of LIVID Zone 27—Circle J Ranch
City of Santa Clarita, California
Please explain what policies or procedures you and your company will provide to ensure your team will
proactively identify deficiencies, suggest solutions, and execute resolution? What makes your company
the best for this service area and how does your company stand out from others?
Daily communication, before and after work day with our job foreman and maintenance crew,
Daily on site supervision by our Maintenance supervisor or Maintenance manager.
Verbal communication with the site foreman of any situation needing attention.
Monthly job walk with the City monitor ,review and execute punch list.
Create and review a weekly irrigation and maintenance check list with our job foreman,
How does your Company stands out from others ?
Stands out from others due to the fact that we are a family businnes dedicated to quality work, we do whatever it takes to do
the job right, our number one priority is Safety and Client Satisfaction.
*Attach additional pages as necessary.
PROPOSAL #UND'22-23'19 MAINTENANCE OFLIVID ZONE 27-CIRCLE ]RANCH
City of Santa Clarita, California.
RESPONSE FORMAT -
RESPONSE FILE:
1.1.1 Introduction:
Oak Springs Nursery Inc. has prepared a Proposal for the above -referenced area.
Our proposal is based on the Labor and equipment necessary to perform in a professional and
Adequate manner of the tasks to maintain the high -quality standards of maintenance required
8ythe City nfSanta C|VrhaLandscape Maintenance District.
We have maintained this project in the past for ten years, so we are very familiar with the area.
Our Proposal includes three men x 5 days a week per man for a total of 120 labor hours, plus three
additional hours aweek per site supervision and inspection.
VVestrongly feel this project cannot be maintained tothe City ofSanta C|aritaand contract standards
with less manpower.
1.1.2 Background :
Oak Springs Nursery Inc. is a family -owned, licensed, and bonded Landscape Construction and
Maintenance Company located inthe City ofSylmar, C4.
We have been installing and maintaining various projects, large and small, high -end residential,
commercial, industrial, parks, bio-basins, etc., throughout Orange, Los Angeles, and Ventura Counties
for the last 43years.
Our work philosophy is our uncompromised dedication to quality and service, our number one
priority is Safety and Client Satisfaction.
We feel we are exceptionally qualified to perform this contract due to the more than 43 years of our
staff experience, training, dedication, and equipment.
1.1.3 Scope mfwork:
Per contract.
1.14 Schedule: Per actual contract.
1,1.5Personnel, Equipment, and facilities: Asdescribed inthe various attachments and forms )nthe
RFP.
1.1.6 Exhibits. See the Attachments in the RFP package.
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-22-23-19
Maintenance of LIVID Zone 27 — Circle J Ranch
City of Santa Clarita, California
The last six (6) months of tailgate safety meeting sign -in sheets and topics covered mustbe made
available UPON REQUEST. (Do not send with proposal submission at this time.)
II. In the year of 2021, what was the longest stretch of days worked without an accident in the landscape
maintenance division?
6 MONTHS
III. Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
NONE
IV. 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.
NONE
EXHIBIT D: PROACTIVE APPROACH FORM
PROPOSAL 1# LMD-22-23-19
Maintenance of LIVID Zone 27—Circle J Ranch
City of Santa Clarita, California
Please explain what policies or procedures you and your company will provide to ensure your team will
proactively identify deficiencies, suggest solutions, and execute resolution? What makes your company
the best for this service area and how does your company stand out from others?
Daily communication, before and after work day with our job foreman and maintenance crew,
Daily on site supervision by our Maintenance supervisor or Maintenance manager.
Verbal communication with the site foreman of any situation needing attention.
Monthly job walk with the City monitor ,review and execute punch list.
Create and review a weekly irrigation and maintenance check list with our job foreman,
How does your Company stands out from others ?
Stands out from others due to the fact that we are a family businnes dedicated to quality work, we do whatever it takes to do
the job right, our number one priority is Safety and Client Satisfaction.
*Attach additional pages as necessary.
EXHIBIT E: DESIGNATION OF SUBCONTRCATORS
PROPOSAL # LMD-22-23-19
Maintenance of LIVID Zone 27 — Circle J Ranch
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor
or render service in excess of A of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
NA
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone { j
Subcontractor
NA
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( j
Subcontractor
NA
DIR Registration No.
Dollar Value of Work
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( j
NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed In a proposal, subject to the requirements of Section 4104 of
the Public Contract Code, or engage in the performance of any contract for public work, as defined In this chapter, unless currently registered
and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered
contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 172.5.5 of the Labor Code at the time the
contract is awarded.
EXHIBIT F: REFERENCES
= PROPOSAL # LMD-22-23-19
Maintenance of LMD Zone 27 — Circle J Ranch
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which the
proposed company has performed work of a similar scope and size within the past five (5) years. The
references shall demonstrate that the company (proposer) has a minimum of five (5) years' experience in
the landscape maintenance field, experience maintaining site areas of twenty (20) acres or larger, and the
ability to complete work of the type and scope being proposed under the terms of this contract. If
necessary, more than three (3) references can be submitted to demonstrate these qualifications. If the
instructions on this form conflict with the references requested in the scope of work, the scope of work
shall govern. Fill out this form completely and upload it with your proposal.
1 City of Santa Clarila, 22709 9th st, Santa Clarita CA 91321
Name and Address of Owner /Agency
Keith R. Miller 661-290-2207
Name and -Telephone Number of Person Familiar with Project
$298,649.00 Landscape Maintenance February 22,2022
on -going
Contract Amount Type of Work Date Started
Date Completed
JG Management 5743 Corsa Ave, Westlake Village, CA 91362
Z.
Name and Address of Owner/Agency
,
Greg Greenstein 818-707-9494
Name and Telephone Number of Person Familiar with Project
$72,986.89 Landscape Maintenance 2010
on -going
Contract Amount Type of Work Date Started
Date Completed.
3 Shapell Industries 20450 Aliso Creek Rd, Laguna Niguel CA 92677
Name and Address of Owner /Agency
Bill West 323-655-7330
Name and Telephone Number of Person Familiar with Project
$70,250 00 Landscape Maintenance 2000
on -going
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
PROPOSER intends to procure insurance bonds:
Landscape Contractors Insurance Services. Inc
1835 N Fine Ave, Fresno CA 93727 8OD-628-8735
EKH1 EIT Gl: STAFF
PROPOSA,L# LM D-22-23-19
Maintenance of LM D Zone 27 — C3rde J Ranch
Oty of Santa aarita, California
Provide information on any and all applicable crewmembers. This induclesthe supervisor, crew foreman,
certified arborist (if applicable), F"cled Water Users Ste Sipervisor, chemical applicator, irrigation
sped al i st, etc.
1. Name Pedro Valdez Murillo Job Title Supervisor
License/Certificates Irrigation specialist - Staff
2. Name Jose Moreno bbTtle Irrigation Technician
License/ Certificates Irrigation specialist - Staff
3. Name Daniel Garcia Job Title Laborer -Chemical Applicator
License/ Cart if icates
Staff
4. Name Robert Michael Lentz Job Title Chemical applicators supervisor
License/ Cart ificates QAL-QAC Staff
5. Name Jose Luis Arredondo bb Title Account Manager
License/ Certificates Irrigation specialist Staff
Arturo Cano
6. Name bb Title.
Foreman -Chemical applicator
License/ Cart if i cates Staff
7. Name Bryan Thompson
Job Title Arborist
License/ Cart ificates Arborist- Biologist- QAC-QAL consultant subcontractor
8. Name Jaime Bayona
Job Tit I e Certified irrigation auditor
LicenselCertificates CA|S C|CCL|ACLVVM consultant -subcontractor
9. Name Tony Lopez,
Job Title Qualified Water Efficient Landscaper,
SubcontractorOVVEL K8VVEL
10. Name Job Tit
11. Name Job
7lU
12 Name bb8tle
Job Title
License/ Certificates
14. Name Job Title
Ljoense/C86ficates
Job Title
*Attach additional pages aanecessary for additional personnel.
EXHIBIT G2: STAFF HOURS
PROpOSAL#L&8G-22-23-1S
Maintenance sfLIVID Zone 27—Circle ]Ranch
City of Santa Clarita, California
Supervisors
Crewmember Title Pedro Valdez Muxnu-Svpervioor
Qty. of Weekly Hours 2
Jose Lu�*nedom1* Account Manager 1
Lrevvn�ernber��|e Qty. ofWeekly Hours
___
CrewmernberTlt|e Qty. ofWeekly Houo___
Crew #1
Jose Moreno �m����'��,
[vevvnoennberTide
�
Dty.ofVVe�kk/Houra
Daniel Garcia -Laborer
[pevvnnenoberTit|e
*»
Q�y.ofVVeeNyHours
Arturo Canu'Fu,eman-Chemica|Applicator aa
CrevvrnennberTit|e Qty. ofWeekly Hours
CrewnnennberTit|e
Qty-ofVVeek|yHours
Crew#2
CrevvnnernberTit|e
Qty. ofWeekly Hours
[revvnnemoberTit|e
Qty. ofWeekly Hours
CrpvvmenmberTit|e
Qty. ofWeekly Hours
CrewmernberTit|e
Qty. ofWeekly Hours
Specialty Positions
Irrigation Tech Jose Moreno
Time/Hourly 2ohours/ Weekly
Irrigation Tech
T8D
Materials
For materials, it shall be Contractors costs plus mmmore than 15Yo.
Arturo Cano Spray Tech
Qty. ofWeekly Hours 2
*Attach additional pages asnecessary for additional personnel.
EXHIBIT H:_EQUIPMENT REQUIREMENTS
PROPOSAL # LM D-22-23-29
Maintenance of LMD Zone 27— Circle ! Ranch
City of Santo Clarita, California
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 tocover 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
r 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
• Irrigation milliamp multimeter
• 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: P1S
Initials
UVAING!
PROPOSAL# LM D-22-23-19
M aintenance of LM D Zone 27 — (Irde J Ranch
My of Santa aanta, California
Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman,
Racycled Water Users Ste Supervisor, including name, certification and whether staff or subcontractor.
Additionally include:
• Proof ofrContractor's License (license number will suffice)
• C27 License
• WeatherTrak irrigation manager, flow manager and OptiRow training completion
1. Jose Luis Arredondo--Irrigation specialist -Recycled water user supervisor -Staff
Pedro Valdez Murillo,
Supervisor Irrigation Specialist
staff
2.
Arturo Cano,
Foreman, Chemical applicator
staff
3.
Jose Moreno ,
Irrigation technician
staff
4.
Bryan Thompson
Arborist- Biologist- QAC-QAL consultant
- subcontractor
5.
Jaime Bayona Certified irrigation auditor -irrigation manager-
subcontractor
6.
Tony Lopez, Qualified
Water Efficient Landscaper,
subcontractor
7.
Oak Springs Nursery Inc. Lic. # 906491 C27- B
8.
9.
10.
M
A
T P M
THIS CERTIFICATE ACKNOWLEDGES THAT
(Name)
Has Completed the Above Training/Educational Program and Has Earned
3.0 Contact Hours
15,2019
t
Signature of Course Instructor Date of Completion
This Certificate of Completion is issued by the County Sanitation Districts of Los Angeles County.
This certificate is not an endorsement or certificate by CWEA of the training program or organization.
This certificate is approved and recognized by the California Department of Public Health for the
Registered Environmental Health Specialist Program (Registered Provider #LACEH0027)
EWING EDUCATION SERVICES
CERTIFIES THAT
6xfE% f-,Q
HAS SUCCESSFULLY COMPLETED
Landscape Irrigation Specialist Training
Sylmar, CA
LOCATION
March 3, 2016
DATE
DOU6L YORK
PRESIDENT UMEY KNIGHT
DIRECTOR OF EDUCATION SERVICES
4 Credit hours
ETECHNICAL �OBUSINESS
Huntera
CONTRACTORS
Sf,ATE LICENSE BOARD
AC I WE LICENSE
v se ` rsh CORP
(DAK SPRINGS NURSERY INC
C27 B
b
p� G T1
i
onoac i ii5ui }� nn,v.cs�r.ca.cau
C A L I F 0 R N I A
WkTER EFFICIENCY
PARTNERSHIP
ry.
A Chapter of the 11.li xicx frn Jlht(,y Efficiency Q)
EPA `
California Water Efficient Partnership
p
Certifies that on May 5th, 2021
am
Candidate ID Number CALWEP-4136
Successfully completed all necessary
requirements and is recognized as a
roe'r
vv
ua j sca,
Carrie Pollard, C W L Board Co -Chair
Sele&--,-�"4 Certif l-ed'
i5 fff-"Jenr sa"tir; �ms,
Jal A,. Bayona
CAIS, CGIA, CIC, CID.. CIT, CLIA CLWM
,ertificati,on ID#: 61662
Expiration Q�te. 12131/20is
CEU Cycle': l/l/2018 to 12/31/2019
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-22-23-19
Maintenance of LIVID Zone 27 — Circle J Ranch
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all proposal specifications for Maintenance of LIVID
Zone 27 — Circle J Ranch. The Contractor will be expected to perform maintenance practices and uphold
the standards herein to the established specifications throughout the length of the contract.
7 z /
*Supervisor's Signatu
*Estimator's Signatu
*Owner's Signature:
*All three signatures required
Date: 9 -2 1 `Io
w
EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # LM D-22-23-19
Maintenance of LIVID Zone 27 — Circle 1 Ranch
City of Santo 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
Purchasing Agent.
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—ail 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.
INSURANCE
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
Business automobile liability $2,000,000
Workers compensation Statutory requirement
Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form
No. CG 00 01118S 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 Date: c' ._?
Printed Nam
ZONE 27 LMD CIRCLE J
MAINTENANCE PROGRAM
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
NOV
DEC
OPERATIONS
Trash clean up -Doggie bags replacern
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Weed elimination
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weed abatement/ Brush Clearance
Once a year
Chipping all pruned plants,
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
used for mulching on -site
Soil renovation
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
Add Soil amendments to existing plants
Mulch application
jAs Needed
As Needed
As Needed
jAs Needed
jAs Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
Turf mowing
I Weekly
Weekly
Weekly
I Weekly
I Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
OPERATIONS JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
NOV
DEC
Usual disease occurrence treatment Turf
As Needed
As Needed
As Needed
Shubbery pruning
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Weekly
Tree pruning
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
As Needed
Aereation and Dethaching
As Needed
As Needed
Fertilization
As Needed
As Needed
As Needed
As Needed
Seasonal planting
jAs Needed
As Needed
I As Needed
I As Needed
jAs Needed
jAs Needed
As Needed
jAs Needed
PROPOSAL #UND'22-23'19 MAINTENANCE OFLIVID ZONE 27-CIRCLE ]RANCH
City of Santa Clarita, California.
RESPONSE FORMAT -
RESPONSE FILE:
1.1.1 Introduction:
Oak Springs Nursery Inc. has prepared a Proposal for the above -referenced area.
Our proposal is based on the Labor and equipment necessary to perform in a professional and
Adequate manner of the tasks to maintain the high -quality standards of maintenance required
8ythe City nfSanta C|VrhaLandscape Maintenance District.
We have maintained this project in the past for ten years, so we are very familiar with the area.
Our Proposal includes three men x 5 days a week per man for a total of 120 labor hours, plus three
additional hours aweek per site supervision and inspection.
VVestrongly feel this project cannot be maintained tothe City ofSanta C|aritaand contract standards
with less manpower.
1.1.2 Background :
Oak Springs Nursery Inc. is a family -owned, licensed, and bonded Landscape Construction and
Maintenance Company located inthe City ofSylmar, C4.
We have been installing and maintaining various projects, large and small, high -end residential,
commercial, industrial, parks, bio-basins, etc., throughout Orange, Los Angeles, and Ventura Counties
for the last 43years.
Our work philosophy is our uncompromised dedication to quality and service, our number one
priority is Safety and Client Satisfaction.
We feel we are exceptionally qualified to perform this contract due to the more than 43 years of our
staff experience, training, dedication, and equipment.
1.1.3 Scope mfwork:
Per contract.
1.14 Schedule: Per actual contract.
1,1.5Personnel, Equipment, and facilities: Asdescribed inthe various attachments and forms )nthe
RFP.
1.1.6 Exhibits. See the Attachments in the RFP package.
•i�'� 'o'o Ciry 0
SANTA CI.ARITA
ROTATION WEEK 2
ROTATION WEEK 3 LMD Zone 27
LANDSCAPES,
K a $ GIr�„NG PASEO LIGHTPOLES,
PC & FOOTLIGHTS
P�W�
ATTACHMENT D
Legend
�: Foot Lights
W wo-mm
• Light Poles
z o ❑ Paseo Bridge
O Paseos
g Parcel Outlines
Q��EysC, $ OLMD Boundary
F_ Anunoq Nlu v'
C) ~ e�
Sr v n� N
L � CIAIBOURNC IN Irrigated Landscape
Non -irrigated Landscape
CIE
�7a LU Weed Abatement and Trees
x
J o o� w ROTATION WEEK 1 Fire Clearance
< ti
Easement Shrub
Median Shrub
oNOP 0 a Sidepanel Shrub
5 Q ROTATION WEEEK4 Easement Shrub(Non-irrigated)
Easement Turf
0 Median Turf
o ` o ry 4M> Median Concrete
4. Parkway
0%IFFNs Vr'I
oa
4M Underpass
ROtI ING R10r'E
Overpass
�PNNrrL 11U \t.J
25J SJJ
iyv
esac norma.on tram y Sams Ciama-GIS
.rl gal nYa ecpY it 1en.11-01A Ca yor Lee IgiW
�iplS razarveaoJ
l\`.'l � lmlinrortneecn lr-m Rena Mc. Y comp y
2 r laa1.3J+0111,mW. _ c _ Gecipes.mxC
NOTES: MAIN CORRIDORS TO BE MAINTENED WEEKLY,
COMPLETE ROTATION TO BE COMPLETED IN 4 TO 6 WEEKS.