Loading...
HomeMy WebLinkAbout2023-01-24 - AGENDA REPORTS - LMD CONTR T33 T65 T65AO Agenda Item: 9 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: 1 DATE: January 24, 2023 SUBJECT: LANDSCAPE MAINTENANCE CONTRACTS FOR ZONES T33, T65, AND T65A DEPARTMENT: Administrative Services PRESENTER: Keith Miller RECOMMENDED ACTION City Council: 1. Award a two-year contract to Stay Green, Inc., to provide landscape maintenance services to Landscape Maintenance District Zone T-33 (Canyon Park) for an annual base amount of $35,196, plus an additional $11,212 in annual contract expenditure authority to address unforeseen maintenance and repairs, for a total two-year amount not to exceed $92,816. 2. Award a two-year contract to Stay Green, Inc., to provide landscape maintenance services to Landscape Maintenance District Zone T-65 (Fair Oaks Ranch) for an annual base amount of $67,296, plus an additional $31,928 in annual contract expenditure authority to address unforeseen maintenance and repairs, for a total two-year amount not to exceed $198,448. 3. Award a two-year contract to Stay Green, Inc., to provide landscape maintenance services to Landscape Maintenance District Zone T-65A (The Ranch at Fair Oaks) for an annual base amount of $75,708, plus an additional $31,963 in annual contract expenditure authority to address unforeseen maintenance and repairs, for a total two-year amount not to exceed $215,342. 4. Authorize ongoing appropriations from Landscape Maintenance District Fund 357 totaling $6,342, as identified in Attachment A, to support recurring landscape maintenance services expenditures associated with the recommended contract award commencing in Fiscal Year 2023-24. 5. Find that the award of contract is exempt from the California Environmental Quality Act (CEQA) pursuant to Article 19 — Categorical Exemptions, Section 15301, Existing Facilities, (h) Maintenance of Existing Landscaping. Page 1 Packet Pg. 114 O 6. 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. 7. 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-22-23-22, for the maintenance of LMD Zone T33 (Canyon Park), Zone T65 (Fair Oaks Ranch) and Zone T65A (The Ranch at Fair Oaks) was published and circulated via the City's Bidnet system on October 18, 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 444 vendors, including the Santa Clarita Valley Chamber of Commerce and the Valley Industrial Association, of which 18 vendors downloaded the RFP. Three companies provided proposals for consideration with the results below. Page 2 Packet Pg. 115 O PROPOSAL COMPANY LOCATION BID AMOUNT POINTS AWARDED Proposal 1 Stay Green, Inc. Santa Clarita, CA $178,200 276.00 Proposal 2 Oakridge Landscape, Inc. Santa Clarita, CA $284,244 249.66 Proposal 3 Mariposa Landscapes, Inc. Irwindale, CA $559,800 231.33 Stay Green, Inc. (SGI) achieved the highest score, with the evaluation team determining their proposal offered the best overall value. They provided the most well-balanced proposal and was distinguished by the overall composition and structure of their crew, their approach for rotating personnel throughout each assigned LMD zone, and a schedule of maintenance services encompassing 101 total weekly man hours. Furthermore, SGI's proposal represents the greater value as their base operational cost is considerably lower than the number two rated proposal. As part of this action, staff is requesting ongoing appropriations of $6,342 from Fund 357 commencing in Fiscal Year 2023-24 to support recurring landscape maintenance costs as listed in Attachment A. 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 SGI will continue to require staff review and advanced authorization by the City's Special Districts Division. Finally, staff has completed a due -diligence review of SGI's professional references and determined their work history meets the City's standards and performance expectations. Based on the above, staff recommends awarding this landscape maintenance contract to SGI. CEQA DETERMINATION This award of contract is not subject to CEQA review pursuant to CEQA Guidelines Article 19 — Categorical Exemptions, Section 15301, Existing Facilities, (h) Maintenance of Existing Landscaping. ALTERNATIVE ACTION 1. Do not award contract to Stay Green, Inc. 2. Other action as determined by the City Council. Page 3 Packet Pg. 116 O FISCAL IMPACT The recommended action requires an ongoing appropriation of $6,342 from the Landscape Maintenance District (Fund 357) commencing in Fiscal Year 2023-24 to support recurring landscape maintenance costs associated with the award of this contract. ATTACHMENTS Request for Ongoing Budget Appropriations - Attachment A Response File Zone T33,T65,T65A Stay Green (available in the City Clerk's Reading File) Page 4 Packet Pg. 117 9.a Attachment A City of Santa Clarita LIVID Local Zones - Requested One-time 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 T33 3572452-516110 Landscape Services $34,400 $35,912 $1,512 Ongoing Zone T65 3572450-516110 Landscape Services $66,329 $68,263 $1,934 Ongoing Zone T65A 3572451-516110 1 Landscape Services $74,260 $77,156 $2,896 Ongoing $174,989 $181,331 $6,342 Q LO to H L to t— Packet Pg. 118 Response File PROPOSAL LMD-22-23-22 Landscape Maintenance of Zones T-65, T-65A and T-33 Introduction: Staygreen INC. formally submits this proposal for landscape maintenance services for LIVID Zones T-65, T-65A and T-33 Background: Staygreen INC has been in business for over 50 years, and is a leading company in the landscape industry. We are proud of our long standing history of work with the City Of Santa Clarita. Our vast resources and experience with LIVID work allow us to most effectively service the needs of the City. We have managed this zone in the past, for over two decades and our management team and crews are extremely familiar with the zones and their unique challenges. Scope Of Work: Per the bid specs Staygreen INC proposes a three man crew with one crew leader for one day visits to each of these three zones to allow for flexibility with maintenance. Three gardeners and a crew leader for a total 32 man hours a week one day a week in T-65, Three gardeners and a crew leader for a total 32 man hours a week one day a week in T-65A, and three gardeners and a crew leader for 16 hours in T-33. One irrigator for 5 hours a week in T-65, for 3 hours in T-65A, and 2 hours in T-33. One spray tech for 2 hours a week in T-65, 2 hours a week in T-65A, and 2 hours in T-33. Crew will focus on weed control, and pruning on each visit. Fertilizer will be applied per signed city proposals. Crew and irrigation tech will report any issues with the landscaping directly to the production manager and account manager so the city will be aware of them. A Branch Manager, and Account Manager and Production Manager will be in charge of the crew in this LIVID Zone to assure that all requirements are met for landscape services. Schedule: As stated above, a three man crew with one crew leader will make weekly visits to each zone per the provided schedule. Personnel, Equipment, and Facilities: All of our employees are trained in the safe and efficient use of power equipment, and all required landscape maintenance tools to be used in this Zone. Our irrigation techs are all irrigation tech certified and go through extensive training annually. All are Weathertrak Certified as well and proficient in use of the Pro 3 timer. We will provide all equipment necessary for maintenance of these LIVID Zones as spelled out in the RFP. Addendum No. 1 November 14, 2022 Addendum No. 1 PROPOSAL # LMD-22-23-22 Landscape Maintenance for Zones T-33, T-65, and T-65A 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. MAPS OF LMD ZONE T-65 AND T-65A Please see maps on pages 2 and 3. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Marcus Cannon Contractor's Representative Stay Green Inc. Company Nome 11 /15/2022 Dote 9:A1Z01 -11W.1I►vIC�b�:3�a �o gANTA C< Coil c2uoE � ccxBcc LMD Zone T65 LANDSCAPES, PASEO LIGHTPOLES, & FOOTLIGHTS Legend Foot Lights Light Poles ❑ Paseo Bridge -Ni Paseos Parcel Outlines �LMD Boundary Irrigated Landscape Non -irrigated Landscape Weed Abatement and Trees Fire Clearance Easement Shrub Median Shrub Sidepanel Shrub Easement Shrub (Non -irrigated) Easement Turf Median Turf Median Concrete JW Parkway 40 Underpass Overpass wE 0 175 350 —Feet Landsczpe information from Hunszker Engineering µ..:eo Imfomma0om fiomi City of Santa Cl,Ih - CIS µ i­l datar_ p Ight Mairh 2013, ( ,ty of Los Angeles. All rights reserved. Street information from Rand McNally & Company p j,rt lamlaoaoltlnn;mmd_tesy..eo_IandSrap,, r-d olll I. > c`o Svc � EccxBcc LMD Zone T65A LANDSCAPES, PASEO LIGHTPOLES, & FOOTLIGHTS Legend Foot Lights Light Poles ❑ Paseo Bridge -Ni Paseos D Parcel Outlines ehLMD Boundary Irrigated Landscape Non -irrigated Landscape Weed Abatement and Trees Fire Clearance Easement Shrub Median Shrub Sidepanel Shrub Easement Shrub (Non -irrigated) Easement Turf Median Turf Median Concrete JW Parkway 40 Underpass Overpass wE 0 330 660 Feet Lsndsczpe information from Hunssker Engineering µ..:eo Imfomma0om fiomi City of Sant, Cl, it, - CIS µ i­l dot, r_ p Ight Mairh 2 1 (;ommty of Los Hngeles. All rights reserved. Street information from Rand McNally & Company pi oJe 9/as/1 26461tl/mix/Imi d_tbb,_p...:eo_Iamdsrapes mxd EXHIBIT A: COST PROPOSAL PROPOSAL # LMD-22-23-22 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A City of Santa Clarita, California Fill out this form completely and return with your proposal. Item Column A Column B No. Project Site Monthly Maintenance Cost Annual Maintenance Cost 35,196 1. LIVID Zone T-33 $ 2,933 x 12 months $ 67,296 2. LIVID Zone T-65 $ 5,608 x 12 months $ 75,708 3. LIVID Zone T-65A $ 6,309 x 12 months $ Total (Column B) 178,200 Total proposed amount annually, in legibly printed words: One hundred seventy eight thousand, two hundred dollars and zero cents. EXHIBIT B1: ADDITIONAL PRICING PROPOSAL # LMD-22-23-22 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A City of Santa Clarita, 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 Emergency Irrigation Laborer $ 65 per hour $ 97.50per hour Landscape Laborer $ 55 per hour $ 82.50per hour QAC/QAL Herbicide and Pesticide Applicator $ 75 per hour N/A Please initial to verify acknowledgement of labor rates: MC EXHIBIT 132: ADDITIONAL PRICING CONTINUED PROPOSAL # LMD-22-23-22 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A 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 the unit price for labor, EXCLUDING part/material costs, for the following tasks. These rates may be used in evaluating cost estimates for additional work requested by the City under this contract. ITEM UNIT OF EXTENDED PRICE DESCRIPTION QTY UNIT PRICE (UNIT PRICE MEASURE QTY) 1 Price for maintenance of landscaped SF 500 $ $ with turf. 03 15 2. Price for maintenance of landscape with SF 1,000 $ $ trees, shrubs, and ground cover. .0195 19.50 3 Price for maintenance of landscaped, SF 500 $ $ irrigated slope. .0195 9.75 Please list the unit price for all-inclusive labor and material costs, for the following tasks. These rates may be used in evaluating cost estimates for additional work requested by the City under this contract. ITEM UNIT OF EXTENDED PRICE DESCRIPTION MEASURE QTY UNIT PRICE (UNIT PRICE QTY) 4' Price for installation of one (1) gallon EA 5 $14 $ shrub. 70 5' Price for installation of five (5) gallon EA 5 $45 $225 shrub. 6' Price for installation of fifteen (15) gallon EA 5 $120 $ shrub. 600 �' Price for installation of fifteen (15) gallon tree. EA 5 $ $1,300 260 g' Price for installation of twenty -four -inch box EA 2 $ $ (24-inch) tree. 500 1,000 EXHIBIT C: VIOLATION RECORDS PROPOSAL # LMD-22-23-22 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A City of Santa Clarita, California 1) The last six (6) months of tailgate safety meeting sign -in sheets and topics covered must be made available UPON REQUEST. (Do not send with proposal submission at this time.) 2) In the year of 2021, what was the longest stretch of days worked without an accident in the landscape maintenance division? 365 3) Please provide any sustained complaints made to your company within the past four (4) years to Cal -OSHA. General (non -serious) Violation (Cal -OSHA Citation #1479922, issued October 15, 2020) against SGI, for violation of an alleged heat injury and illness reporting requirement, SGI promptly appealed. Matter was resolved, paid and abated August 2022. 4) Please provide any sustained complaints made to your company within the past four (4) years to the California State Contractor Board in regards to your C-27. While no direct complaint against SGI has been filed with the CSLB, a brief suspension of the C-27 license was administered during the appeal of the Cal -OSHA alleaations set forth above. The matter was promptly resolved, and the license was reinstated. EXHIBIT D: PROACTIVE APPROACH FORM PROPOSAL # LMD-22-23-22 Landscape Maintenance for LMD Zones T-33, T-65 and T-65A City of Santa Clarita, California Please explain what policies or procedures you and your company will provide to ensure your team will proactively identify deficiencies, suggest solutions, and execute resolution? What makes your company the best for this service area and how does your company stand out from others? Please see Attachment #1 (followi *Attach additional pages as necessary. Attachement #1 Proactive Approach — Zones T-65, T-65A, T-33 Stay Green INC is without a doubt the best choice for the landscape maintenance of Santa Clarita LIVID Zones T-65, T-65A, and T-33. In business for over 50 years in the Santa Clarita Valley, Stay Green INC has extensive experience in maintaining LIVID zones. Especially these zones, which we previously maintained after its inclusion into the LIVID from the County. Our vast knowledgebase of these zones is unsurpassed, and invaluable to both the LIVID, and the city of Santa Clarita and its residents. This background knowledge and experience cannot be understated, as these zones are high visibility. In addition to the knowledge base of our field staff, or managerial staff has decades of combined knowledge of managing these LIVID zones and their many intricacies. Knowing the high profile of these zones, and the eyes that are on them at all times means that presentation must always be at the forefront of everything we do. Stay Green INC prides itself in providing the highest quality standards, at with the most skilled employees in the industry. We constantly train all our employees in OSHA and ANSI safety standards by holding weekly safety tailgate meetings and a yearly equipment training. These meetings for the crew that maintain this zone are specifically tailored for their unique working environment. Our vehicles are outfitted with the correct markings, lighting and safety precautions that meet or exceed the City's public works/traffic requirements. All of our employees are trained annually on chemical application, and are certified spray technicians. All crew leaders and irrigation techs are supplied with the most current smartphones with the ability to call/text information at any time. In addition, they all have the Weathertrak app installed for use at any time. Our irrigation techs go through annual training on all aspects of irrigation design, installation, and repair. They are also well versed in all irrigation controller types, and management, and are certified Weathertrak operators with more than 20 years of experience between them. Our strong management staff includes an Account Manager and a production manager, that constantly see this area and keep eyes on potential problems before they become one. Our constant presence in the SCV at any given time, and our well trained staff gives us the ability to react fast to any situation. We are well versed and experienced in managing the many events like city marathons and other random events that often times require lighting fast reaction to close backflows, and or adjust timers to accommodate them. We believe that these qualities best suit Stay Green to provide the City with the best possible service and continued impeccable maintenance of these zones for years to come. EXHIBIT E: DESIGNATION OF SUBCONTRCATORS PROPOSAL # LMD-22-23-22 Landscape Maintenance for LMD Zones T-33, T-65 and T-65A 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/: 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 N/A 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 ( ) Subcontractor N/A 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 ( ) Subcontractor N/A 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 ( ) 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 1725.5 of the Labor Code at the time the contract is awarded. EXHIBIT F: REFERENCES PROPOSAL # LMD-22-23-22 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A 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 Eastvale Public Right of Way -13820 Schleisman Rd., Eastvale, CA 92880 Name and Address of Owner/Agency Travis Viseth, Parks Superintendent (951) 727-3524 ext 126 Name and Telephone Number of Person Familiar with Project $1,363,822.76 Landscape Maintenance Ongoing Contract Amount Type of Work Date Started Date Completed 2. The City of Simi Valley - 2929 Tapo Canyon Road, Simi Valley, CA 93063 Name and Address of Owner/Agency Christopher Parker - Public Works Inspector 805-583-6413 Name and Telephone Number of Person Familiar with Project $483,300.00 Landscape Maintenance 10/2022 Contract Amount Type of Work Date Started Date Completed 3. City of Rancho Palos Verdes Name and Address of Owner/Agency Juan Hernandez - City Manager 310-544-5221 Name and Telephone Number of Person Familiar with Project $1,200,000.00 Landscape Maintenance Ongoing Contract Amount Type of Work Date Started Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom PROPOSER intends to procure insurance bonds: Lockton Insurance Brokers EXHIBIT G1: STAFF PROPOSAL # LMD-22-23-22 Landscape Maintenance for LMD Zones T-33, T-65 and T-65A City of Santa Clarita, California Provide information on any and all applicable crewmembers. This includes the supervisor, crew foreman, certified arborist (if applicable), Recycled Water Users Site Supervisor, chemical applicator, irrigation specialist, etc. 1. Name Marcus Cannon Job Title Branch Manager License/Certificates QAL, Weathertrak, QSP and Irrigation Tech Certified 2. Name Dave Colburn Job Title Account Manager License/Certificates QAL, Weathertrak, Recycled Water Supervisor, Irrigation Tech and OSHA 3. Name Eleazar Gallardo Job Title Production Manager License/Certificates Irrigation Tech, Spray Tech and QAL 4. Name Carlos Lopez Job Title Crew Leader License/Certificates Spray Tech, Irrigation Tech 5. Name Juan Hernandez Job Title Gardener License/Certificates Spray Tech 6. Name Jesus Rodriguez Job Title Spray Tech License/Certificates Spray Tech, Irrigation Tech and QAL 7. Name Miguel Munoz Job Title Gardener License/Certificates Spray Tech s. Name Jose Romero Job Title Irrigation Tech License/Certificates Irrigation Tech, Weathertrak 9. Name Sean McCormick Job Title Arborist License/Certificates Certified Arborist #WE-13274A 10. Name Lice nse/Ce rt if i cates 11. Name Lice nse/Ce rt if i cates 12. Name Lice nse/Certificates 13. Name Lice nse/Certificates 14. Name Lice nse/Ce rt if i cates 15. Name Lice nse/Ce rt if i cates Job Title Job Title Job Title Job Title Job Title Job Title *Attach additional pages as necessary for additional personnel. EXHIBIT G2: STAFF HOURS PROPOSAL # LMD-22-23-22 Landscape Maintenance for LMD Zones T-33, T-65 and T-65A City of Santa Clarita, California Supervisors Crewmember Title Branch Manager CrewmemberTitle Account Manager CrewmemberTitle Production Manager Crew #1 CrewmemberTitle Crew Leader CrewmemberTitle Gardener CrewmemberTitle Gardener CrewmemberTitle Gardener Crew #2 CrewmemberTitle Irrigation Tech CrewmemberTitle Spray Tech CrewmemberTitle CrewmemberTitle Specialty Positions CrewmemberTitle Arborist CrewmemberTitle Specialty Positions Crewmember Title CrewmemberTitle Qty. of Weekly Hours 1 Qty. of Weekly Hours 15 Qty. of Weekly Hours 15 Qty. of Weekly Hours 20 Qty. of Weekly Hours 20 Qty. of Weekly Hours 20 Qty. of Weekly Hours 20 Qty. of Weekly Hours 10 Qty. of Weekly Hours 6 Qty. of Weekly Hours Qty. of Weekly Hours Qty. of Weekly Hours Qty. of Weekly Hours Qty. of Weekly Hours Qty. of Weekly Hours *Attach additional pages as necessary for additional personnel. EXHIBIT H: EQUIPMENT REQUIREMENTS PROPOSAL # LMD-22-23-22 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A City of Santa Clarita, California Additional equipment requirements for work within proposed Landscape Maintenance District or the ability of Contractor to rent/lease at no additional cost: • 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 • 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: MC Initials EXHIBIT I: CERTIFICATIONS PROPOSAL # LMD-22-23-22 Landscape Maintenance for LMD Zones T-33, T-65 and T-65A City of Santa Clarita, California Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, Recycled Water Users Site Supervisor, including name, certification and whether staff or subcontractor. Additionally include: • Proof of Contractor's License (license number will suffice) • C27 License • WeatherTrak irrigation manager, flow manager and OptiFlow training completion 1. Please see license on Attachment #2 2. See Attachments #3 and #4 3. 4. 5. 6. 7. 8. 9. 10. Stay +green Inc. ILr.i'�rl Lbw, • f�.1'•r/esSMralla+$r1'wf[."lrrvkx� Attachment #2 �Ca STATE LICENS 60ARD ACTIVE LICENSE 346620 - CORP STAY - GREEN INC •� .•. C27 C61/D49 -.... 1213112022 V1ww cslb ca gov 99 Stay Green Inc. 26415 Summit Circle, Santa Clarita, CA 913500 (800) 858-5508 0(661) 291-2800 • Fax: (661) 705-2089 www.StayGreen.com C-27, C-61 License #346620 Attachment #3 .did i6h-� HydroPoint' We h F:-ve.by certify th2t Dave Colburn Stay Green Inc has Successfully Completed Basic 1JlleatherTRAK System Introduction Chris Spain Chief Executive OIcer, —6z, - I C & — Efe'n CotfeY Training Manager Attachment #4 Wea herT �'j ) 1.0-� � HydroPoint' We h F:-ve.by certify th2t Dave Colburn Stay Green Inc has successfully completed RAK Opti'Flow Training Chris Spain Chief Executive OIcer, —6z, I C & - Efe'n CotfeY Training Manager EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # LMD-22-23-22 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A City of Santa Clarlta, 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 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. *Supervisor's Signatu *Estimator's Signatu *Owner's Signature: *All three signatures �✓l�cu� C a.�e.� : 11 /15/2022 EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # LMD-22-23-22 Landscape Maintenance for LIVID Zones T-33, T-65 and T-65A City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's 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—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Business automobile liability $2,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary' such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Wkv� (144!t Date: 11/15/2022 Printed Name: Marcus Cannon Maintenance Schedule WEDNESDAY THURSDAY �1 Nov 1 2 3 8:00am T-65 and T-65A Spray Tech; 4 hours 8:00am T-65AAnd T-33Irrigation; 5 Hours S:00am T-33 Maintenance; Crewleader - 3 men for hours. 8:00am T-33 Spray Tech; 2 Hours 8:00am T-65 h4aintenance; Crewleader - 3 Men for 8 Hours. 8:00am T-65A h4aintenance; Crewleader - 3 Men for 8 16 hours total 9:00am T-65 Irrigation; 5 hours 32 Hours total hours. 32 hours total, 8:00am T-65 and T-65A Spray Tech; 4 hours 8:00am T-65AAnd T-33Irrigation; 5 Hours 8:00am T-65 h4aintenance; Crewleader - 3 Men for 3 Hours, 3:00am T-55A Maintenance; Crewleader - 3 Men for 8 32 Hours total hours. 32 hours total, 14 15 3:00amT-65 and T-65A Spray Tech; 4 hours 8:00am T-65AAnd T-33 Irrigation; 5 Hours 8:00am T-65 Maintenance; Crewleader - 3 Men for 8 Hours. 3:00am T-65A h4aintenance; Crewleader = 3 Men for 8 32 Hours total hours. 32 hours total, ?1 22 8:00am T-65 and T-65A Spray Tech; 4 hours B:00am T-65AAnd T-33Irrigation; 5 Hours 3:00am T-65 h4aintenance; Crewleader - 3 Men for 8 Hours. 8:00am T-65A h4aintenance; Crewleader - 3 Men for 3 32 Hours total hours. 32 hours total, ` 79 8:00am T-55 and T-65A Spray Tech; 4 hours 8:00am T-65AAnd T-33 Irrigation; 5 Hours 3s00am T-65 h4aintenance; Crewleader - 3 Men for 8 Hours. 8:00am T-55A Maintenance; Crewleader - 3 Men for 8 32 Hours total hours. 32 hours total, 10 8:00am T-33 Maintenance; Crewleader - 3 men for hours. 8:00am T-33 Spray Tech; 2 Hours 16 hours total 3:00am T-65 Irrigation; 5 hours 1�5 1� 8:00am T-33 Maintenance; Crewleader - 3 men for hours. 100amT-33 Spray Tech; 2 Hours 16 hours total 3;00am T-65 Irrigation; 5 hours )4 5:00am T-33 h4aintenance; Crewleader - 3 men for4 hours. 3;00am T-33 Spray Tech; 2 Hours 16 hours total 8:00am T-65 Irrigation; 5 hours ❑ e c 1 3:00am T-33 Maintenance; Crewleader - 3 men for hours. 3;00am T-33 Spray Tech; 2 Hours 16 hours total 8:00am T-65 Irrigation; 5 hours it A �z '14 3 "-'SAt%7ACLARJTh Landscape Maintenance District Zone T65 IFT"W Lwm*Kwn MO.W2 *q ft.i NQ,14.VPW LwKh�pqg 4WN,NP ipq it LUD Bourldw-v - Zorks T65 Pmthloudinea =U=- BuWbq F&aWnbm Weekly Rotation Map E! ow a 0, IKA rnMJ�N iR4 iRL Y N �rt Weekly Rotation Map .N 1— Q) ':"`SANDLCa.ARTFA Landscape Maintenance District Zone T65A WO Landscape Area I6i 3,303 aq It } Pgroel tiutl Ines b�..:�`�:r°r� imodiw r04tpmis