Loading...
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.