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