HomeMy WebLinkAbout2024-06-11 - AGENDA REPORTS - STAY GREEN CONTR T23 T23A T23BAgenda Item: 11
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: TAA,/�
DATE: June 11, 2024
SUBJECT: LANDSCAPE MAINTENANCE CONTRACTS FOR LMD ZONES
T23, T23A, and T23B
DEPARTMENT: Administrative Services
PRESENTER: Andrew Adams
RECOMMENDED ACTION
City Council:
1. Award three contracts to Stay Green, Inc., to provide landscape maintenance services for
Landscape Maintenance District Zones T23 (Mountain View), T23A (Mountain View
Condos/Seco Canyon), and T23B (Seco Villas), for two-year contract amounts not to exceed
$1,023,272, $537,200, and $174,426 respectively.
2. 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 amounts, 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.
3. Authorize the City Manager or designee to execute all contracts and associated documents,
subject to City Attorney approval.
4. Appropriate an ongoing budget increase, beginning in Fiscal Year 2024-25, of $285,989
from the Landscape Maintenance District Fund Balance (Fund 357) to Zone T23 expenditure
account 3572420-516110 ($221,860), to Zone T23A expenditure account 3572421-516110
($40,888), and to Zone T23B expenditure account 3572422-516110 ($23,241).
5. Find that the award of contracts is exempt from the California Environmental Quality Act
pursuant to Article 19 — Categorical Exemptions, Section 15301, Existing Facilities, (h)
Maintenance of Existing Landscaping.
Page 1
Packet Pg. 70
BACKGROUND
The City of Santa Clarita (City) administers 62 financially independent zones within the
Landscape Maintenance District (LMD), providing landscape maintenance services through
contracts with private companies. Request for Proposal (RFP) LMD-23-24-28 for the
maintenance of LMD Zone T23 (Mountain View), Zone T23A (Mountain View Condos/Seco
Canyon), and Zone T23B (Seco Villas) was published and circulated via the City's e-
procurement system BidNet on March 5, 2024.
The City transmitted the solicitation to 838 vendors on BidNet, of which 41 vendors downloaded
the RFP. Five companies submitted proposals for consideration. Unlike a bid procurement,
where the recommended contract award is based upon the lowest, most responsive bid, the
Request for Proposal procurement approach utilizes multiple weighted criteria to evaluate and
score proposals. This approach reinforces performance expectations and ensures that vendors
dedicate adequate employees to service the contract. While the price for services is a component
constituting 10 percent of the weighted evaluation criteria, 90 percent of the evaluation criteria
focuses on the overall value provided, including the composition and structure of the contractor's
crew, their schedule to rotate through the maintenance areas, understanding of the specifications,
and references.
An evaluation panel comprised of staff representing the City's Special Districts division scored
the responses based on a 300-point system. The following categories comprised the weighted
criteria used to evaluate proposals:
• Value Provided - Includes Team Composition/Crew Structure and Rotation
Schedule/Response Times (65%)
• Acknowledgement and Understanding of Specifications (15%)
• References and Certifications (10%)
• Proposal Amount (10%)
Following an initial review by the evaluation team, three firms - Stay Green, Inc. (Stay Green),
Mariposa Landscape, Inc., and Specialized Landscape Management - were selected for
interviews due to the competitiveness of their proposals. During the interviews, several technical
questions related to the scope of work within each zone were asked. Additional follow-up
questions were submitted to each firm to ensure a full understanding of each proposer's offering
to the City.
As a result, Stay Green received the highest score from the evaluation team. The team concluded
that their proposal offered the best overall value for all three LMD zones. Moreover, Stay Green
demonstrated a robust understanding of the landscaping complexities within each zone and
articulated a comprehensive approach to a rotation schedule that meets the specific demands of
each area.
While lower -cost bids were received, none offered the man hours and rotation schedules
sufficient to meet the City's standards and requirements outlined in the RFP. Following the
determination of the highest -ranked proposer, City staff coordinated with Stay Green to reduce
their initially proposed annual maintenance cost from $945,672 to $766,929. This was achieved
Page 2
Packet Pg. 71
by reducing the proposed crew size to align with budget constraints, while still providing the
necessary manpower to meet City expectations.
Each firm's final ranking is as follows:
COMPANY
LOCATION
POINTS
AWARDED
ANNUAL
COST
Stay Green, Inc.
Santa Clarita, CA
278
$ 945,672*
Mariposa Landscape, Inc
Irwindale, CA
267
$ 909,780
Specialized Landscape Management
Simi Valley, CA
239
$1,147,320
Elite Maintenance & Tree Service
Clovis, CA
169
$ 506,928
Marina Landscape Services, Inc.
Stevenson Ranch, CA
163
$ 632,160
Oakridge Landscape, Inc.
Valencia, CA
145
$ 823,824
American Heritage Landscape
Canoga Park, CA
128
$ 924,356
*(reduced to $766,929)
Staff completed a due diligence review of Stay Green's professional references and determined
their work history meets the City's standards and performance expectations. Based on this
review, staff recommends awarding the landscape maintenance contract to Stay Green.
To support these contracts, staff is requesting an ongoing appropriation of $285,989, specific to
LMD Zones T23, T23A and T23B. The requested ongoing base adjustment is reflective of rising
fuel and industry labor costs, and an appropriate increase of weekly manpower within the zones.
Moreover, the recommended contract amount is necessary to ensure Stay Green can perform
monthly landscape maintenance and repairs, maximize operational efficiencies, and complete
such work promptly. Maintenance and repairs include responding to emergencies, irrigation
repairs, replacement of irrigation systems, addressing vandalism, and one-time beautification
enhancement projects.
The increase in expenditure authority granted by the City Council does not guarantee 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 Stay Green under the contract will continue to require staff
review and advanced authorization by the City's Special Districts division. Furthermore, 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 obligations.
The award of this contract is not subject to California Environmental Quality Act (CEQA)
review pursuant to CEQA Guidelines Article 19 - Categorical Exemptions, Section 15301,
Existing Facilities, (h) Maintenance of Existing Landscaping. This contract meets the criteria for
this exemption because the scope of work falls under existing landscape maintenance.
Page 3
Packet Pg. 72
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
The recommended action requires an ongoing appropriation of $285,989 from the Landscape
Maintenance District fund (Fund 357) beginning in Fiscal Year 2024-25 for a total budget of
$766,929, to support recurring landscape maintenance costs associated with the award of these
contracts. Funding for future years is contingent upon the appropriation of funds by the City
Council in the annual budget for such fiscal year.
ATTACHMENTS
LMD-23-24-28 Zones T23, T23A, T23B - Published Bid Documents (available in the City
Clerk's Reading File)
Stay Green, Inc, Zones T23, T23A, and T23B - RFP Proposal File (available in the City Clerk's
Reading File)
Page 4
Packet Pg. 73
SNNTA
g
OGyD�D �5 QECEM�E¢h�ti
��, �+ ran►. _
�5
Landscape Maintenance for
T231 T23A, and T23B
PROPOSAL # LMD-23-24-28
TABLE OF CONTENTS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
SECTION A
REQUEST FOR PROPOSALS
PROPOSAL INSTRUCTIONS
DOCUMENT CHECKLIST
SECTION B
SCOPE OF WORK
RESPONSE FORMAT AND SELECTION CRITERIA
SECTION C
SAMPLE MAINTENANCE AGREEMENT
FRINGE BENEFIT STATEMENT
SECTION D
EXHIBIT A: COST PROPOSAL
EXHIBIT Al: ACACIA SLOPES RESTORATION PROPOSAL (ONE-TIME PROJECT)
EXHIBIT B1: ADDITIONAL PRICING
EXHIBIT 132: ADDITIONAL PRICING CONTINUED
EXHIBIT C: VIOLATION RECORDS
EXHIBIT D: PROACTIVE APPROACH FORM
EXHIBIT E: DESIGNATION OF SUBCONTRACTORS
EXHIBIT F: REFERENCES
EXHIBIT G1: STAFF
EXHIBIT G2: STAFF HOURS
EXHIBIT H: EQUIPMENT REQUIREMENTS
EXHIBIT I: CERTIFICATIONS
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
SECTION E
MAINTENANCE SCHEDULE EXAMPLE
MAINTENANCE MAPS
HOLIDAY SCHEDULE
SECTION A
RFP Information & Instructions
CITY OF SANTA CLARITA REQUEST FOR PROPOSALS
Project Name: Landscape Maintenance for T23, T23A, and T23B
Proposal #: LMD-23-24-28
Date Published: March 5, 2024
Pre -Proposal Meeting: March 18, 2024 at 10:30 AM (PT) via Zoom
Last Day for Questions: March 29, 2024 before 11:00 AM (PT)
Proposal Closing: April 5, 2024 before 11:00 AM (PT)
License Required: Class C-27 California Landscaping Contractor License
Project Description: The City of Santa Clarita, Landscape Maintenance Districts (LIVID) is soliciting
proposals from qualified contractors for landscape maintenance services for
three (3) of the City's 64 LIVID zones. The RFP encompasses two separate goals:
1. The main component is to solicit landscape maintenance services from
qualified contractors. Proposals and services shall be rendered to the
City per the RFP specification hereunder.
2. In addition to soliciting proposals for landscape maintenance services,
the City is soliciting proposals for the restoration of acacia in slopes
within LIVID zone T23. Acacia restoration services shall be rendered to
the City per the specifications in Exhibit Al.
Prevailing Wage: Yes
Bond Requirements: No
Contact Information: Mariela Delgado 1 (661) 286-4066 1 mdelgado@santa-clarita.com
Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and
enforcement by the Department of Industrial Relations.
Required Contractor & Subcontractor Registration: Only proposals submitted by proposers (along with
all listed subcontractors) that are currently registered and qualified to perform public work pursuant to
Labor Code Section 1725.5 will be accepted.
Specifications for this request for proposals (RFP) may be downloaded from the City's Purchasing website
at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and RFP
requirements. The specifications in this notice shall be considered a part of any contract made pursuant
thereto. A paper copy of the RFP documents is available upon request in the City Clerk's office, suite 120.
RFP Questions must be submitted electronically via the Bid Net "Question and Answer" tab.
Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged
via BidNet in addition to a printed and signed version submitted with the proposal response. If addenda
are not signed and submitted with the proposal response, the submission may be deemed non-
responsive and rejected.
PROPOSAL INSTRUCTIONS
PROPOSAL # LMD-23-24-28
Landscape Maintenance For T23, T23A, And T23B
City of Santa Clarita, California
1. SUBMITTING PROPOSALS.
1.1. The response must be submitted on this form and include all forms provided or information
requested or required by the scope of work or specifications, (uploaded via BidNet).
1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be
submitted to support the total proposed price.
1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be
responsible for proposals not properly or timely, uploaded. Upon award, all submissions become
a matter of public record.
2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is
the vendor's responsibility to monitor BidNet for release of the addenda prior to submission of the
quote to make certain the package is complete and all required addenda are included. This
information will be available via BidNet. Vendors are cautioned against relying on verbal information
in the preparation of proposal responses. All official information and guidance will be provided as
part of this solicitation or written addenda. Addenda, if issued by the Agency, will be transmitted via
BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed
version submitted with the proposal. If addenda are not signed and submitted with the proposal
response, the proposal may be deemed non -responsive and rejected.
3. PRE -PROPOSAL MEETING. A non -mandatory, pre -proposal meeting to discuss the required scope of
work will be held at 9:00 AM (PT) on March 18, 2024, via Zoom. Please see the meeting details below.
Join Zoom Meeting:
httos://santaclarita.zoom.us/i/81243644439
Meeting ID: 812 4364 4439
Passcode: 530438
One tap mobile:
+166944491711,81243644439# US
+12532158782„81243644439# US (Tacoma)
4. AWARDS.
4.1. The City reserves the right to waive any informality in any proposal.
4.2. This RFP does not commit the City to award a contract, or to pay any amount incurred in the
preparation of the proposal. The City reserves the right to accept or reject all proposals received
as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part
or in its entirety. The City may require the selected consultant to participate in negotiations and
to submit such technical, price, or other revisions of the proposal as may result from negotiations.
The City reserves the right to extend the time allotted for the proposal, and to request a best and
final offer, should it be in its best interest to do so.
4.3. The proposal may be awarded in its entirety as proposed; however, the City reserves the right to
award elements of the work, independently, and to do portions "in-house." Additionally, the City
reserves the right to award subsequent work on this project based on information presented in
this proposal, without recourse to a separate or subsequent RFP process, should it be in its best
interest to do so.
4.4. The City may make an award based on partial items unless the proposal submitted is marked "All
or none." Where detailed specifications and/or standards are provided the City considers them
to be material and may accept or reject deviations. The list of proposals submitted will be posted
on BidNet, normally within 24 hours.
5. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
5.1. The use of the name of a manufacturer, or any specific brand or make, in describing any item
contained in the solicitation document does not restrict vendors to the manufacturer or specific
article, this means is being used simply to indicate a quality and utility of the article desired; but
the goods on which bids/quotes/proposals are submitted must in all cases be equal in quality
and utility to those referred to. This exception applies solely to the material items in question
and does not supersede any other specifications or requirements cited. Materials differing from
stated specifications may be considered, provided such differences are clearly noted and
described, and provided further that such articles are considered by a City official to be in all
essential respects in compliance with the specifications.
5.2. If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product
please provide the cut sheet/spec sheet or detailed product description for the proposed
product via the BidNet Q&A section. For each product proposed documentation provided must
include a description reflecting the characteristics and level of quality that will satisfy the salient
physical, functional, or performance characteristics of "equal" products specified in the
solicitation. The proposal must also clearly identify the item by brand name (if any), and
make/model number. In addition, the proposal may include descriptive literature such as
illustrations, drawings, or a clear reference to previously furnished descriptive data or
information available to the City, and clearly describe any modifications the offeror plans to
make in a product to make it conform to the solicitation requirements. Staff will provide an
answer via BidNet if the proposed product will be considered.
5.3. Any alternatives or equivalent product proposals must be made prior to the last day for
questions. The City has the option of accepting or rejecting any alternative or equivalent
product. Exception is made on those items wherein identical supply has been determined a
necessity and the notation NO SUBSTITUTE has been used in the specification section.
6. COOPERATIVE BIDDING. Other public agencies maybe extended the opportunity to purchase off this
solicitation with the agreement of the successful vendor(s) and the City. The lack of exception to this
clause in vendor's response will be considered agreement. However, the City is not an agent of,
partner to or representative of these outside agencies and is not obligated or liable for any action or
debts that may arise out of such independently negotiated "piggy -back" procurements.
7. DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user
division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order.
8. INVOICES. Invoices will be forwarded to:
City of Santa Clarita
Special Districts Division
Attn: Fernando Mendoza
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms
of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
9. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No proposer or
subcontractor/subconsultant may be listed on a bid proposal for a public works project (submitted on
or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to
Labor Code Section 1725.5 [with limited exceptions from this requirement for proposal purposes only
under Labor Code Section 1771.1(a)]. No proposer or subcontractor/subconsultant may be awarded
a contract for public work on a public works project (awarded on or after April 1, 2015) unless
registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This
project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
10. PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General
Attachments Section.
11. REJECTION. The City reserves the right to reject any or all proposals and to waive any informality in
any proposal. The City may reject the proposal of any vendor who has previously failed to perform
properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who
is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any
vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa
Clarita.
12. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this RFP may be renewed
annually, up to three times, in accordance with the terms of the contract. If not otherwise stated, the
contract may be renewed if the new pricing of the contract does not change more than the Consumer
Price Index identified in the City Council approved City of Santa Clarita Combined Engineer's Report
for Landscape Maintenance Districts. Pursuant to Section I of the Engineer's Report, the maximum
assessment rate may increase each fiscal year based on the annual change in the Consumer Price
Index (CPI), during the preceding year, for All Urban Consumers, for the Los Angeles, Long Beach and
Anaheim areas, published by the United States Department of Labor, Bureau of Labor Statistics (or a
reasonably equivalent index should the stated index be discontinued). The index level for the month
preceding the month of solicitation advertisement will become the beginning index. The price
adjustment limit will be the percentage change based on the difference between the beginning level
or the adjustment level last used and the index level for the period 90 days prior to the award
anniversary. The final adjusted amount will be determined by Purchasing staff. If a price adjustment
is not requested prior to the award anniversary date, the previous year's rates will apply. Proposer
shall honor proposal prices for One -Hundred and Twenty Days (120 days) or for the stated contract
period, whichever is longer.
13. CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public
Contract Code Section 3300, the successful vendor shall submit proof of a Class C-27 California
Landscaping Contractor License with proposal response. Failure to possess the specified license shall
render the proposal as non -responsive and shall act as a bar to award the contract to any proposer
not possessing said license at the time of award. As provided for in Section 22300 of the California
Public Contract Code, the Contractor may substitute securities for monies withheld by the City to
ensure performance under the contract.
14. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the
California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5.
Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor
Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates
in the county, or counties, in which the work is to be done have been determined by the Director of
the California Department of Industrial Relations. These wages are set forth in the General Prevailing
Wage Rates for this project, available from the California Department of Industrial Relations' Internet
web site at http://www.dir.ca.eov/OPRL/DPreWageDetermination.htm. Future effective general
prevailing wage rates which have been predetermined and are on file with the California Department
of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of
the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible for
obtaining a current edition of all California statutes and regulations, and adhering to the latest editions
of such.
15. SUBCONTRACTORS. For all projects, the vendor must list any subcontractors/subconsultants that will
be used, the work to be performed by them, and total number of hours or percentage of time they
will spend on the project.
Each proposer must submit with their proposal the following:
• The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or
legibly printed.
• The address of each firm.
• The telephone number at the place of business.
• Work to be performed by each subcontracting firm.
• Total approximate dollar amount of each subcontract.
Copies of subcontracts will be provided to the City Engineer upon their request.
16. TERMINATION. The City may terminate any purchase, service or contract with or without cause either
verbally or in writing at any time without penalty.
The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet.
DOCUMENTS CHECKLIST
PROPOSAL # LMD-23-24-28
Landscape Maintenance For T23, T23a, And T23b
City of Santa Clarita, California
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
The following documents must be provided by ALL proposers:
Uploaded via BidNet (see Section D: Exhibits)
❑ Response File
❑ Cost Files —to be submitted separately from the Response File:
o Exhibit A: Cost Proposal
o Exhibit Al: Acacia Slopes Restoration Proposal (One -Time Project)
o Exhibit B1: Additional Pricing
o Exhibit 132: Additional Pricing Continued
❑ Exhibit C: Violation Records
❑ Exhibit D: Proactive Approach Form
❑ Exhibit E: Designation of Subcontractors
❑ Exhibit F: References
❑ Exhibit G1: Staff
❑ Exhibit G2: Staff Hours
❑ Exhibit H: Equipment Requirements
❑ Exhibit I: Certifications
❑ Exhibit J: Acknowledgement & Acceptance of Scope of Work
❑ Exhibit K: Notice to Proposers Regarding Contractual Requirements
❑ Maintenance Schedule(s) - Daily, Weekly, Monthly, Semi -Annual, Annual (see examples in
Section E)
❑ Rotation Schedule (Maintenance Map showing frequency of work within designated
❑ areas/sections)
❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via
BidNet
The following documents must be provided by the AWARDEE ONLY (With Agreement)
Delivered to City Hall, Attn: Fernando Mendoza
❑ Maintenance Agreement
❑ Insurance Required by Contract
❑ W-9 Form
❑ Fringe Benefit Statement
SECTION B
Solicitation Information
SCOPE OF WORK
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
EVENT
Solicitation advertisement
Last day for questions
Return of proposals
Contract award
DATE
March 5, 2024
March 29, 2024
April 5, 2024
May 14, 2024
*Dates are subject to change at the City's discretion*
1. INTRODUCTION
The City of Santa Clarita, Landscape Maintenance Districts (LIVID) is soliciting sealed bids from qualified
contractors for landscape maintenance services for three (3) of the City's 64 LIVID zones. These LIVID
zone are: T-23 MOUNTAIN VIEW, T-23A MOUNTAIN VIEW CONDOS and T-23B SECO VILLAS. The City
seeks the best pricing outcome for services meeting specifications found here under, and it is
anticipated by awarding one contract to one vendor may meet this goal. However, contract awards
still may be awarded to multiple contractors if this is determined to be in the best interest of the City.
Whether one contract or multiple contracts are awarded, they shall run for two (2) years with the
option for three (3) additional one (1) year renewals.
The City requires the landscape maintenance contractor to include all labor and equipment for an all-
inclusive contract for landscape maintenance services on:
• Sixty (60) landscaped acres for LIVID Zone T-23 Mountain View, consisting mostly of
irrigated slopes planted with trees and shrubs and a 6.3 acre turf park (see attached map
in Exhibit B—T-23).
• Twelve (12) acres of landscaped area for LIVID Zone T-23A, consisting mostly of HOA
style of landscaping with ornamental plants, trees and shrubs and includes, but it's not
limited to: weeding, raking, and sweeping (site footprint is approx. 39 acres) . Contractor
works in close proximity of property owners (see attached map in Exhibit B —T23A).
• Three (3) acres of landscaped area, for LIVID Zone T-23B consisting mostly of HOA style
of landscaping with ornamental plants, trees and shrubs and includes, but it's not
limited to: weeding, raking, and sweeping (site footprint is approx. 7 acres). Contractor
works in a gated community in close proximity of property owners (see attached map in
Exhibit B—T23B).
The RFP shall be all-inclusive for labor hours and equipment, meaning: Contractor shall at his cost
provide all the labor and equipment necessary for the provision of grounds, irrigation and landscape
maintenance services. Including but not limited to irrigation repairs minor and major, annual color
replacement, shrub, tree, and groundcover planting, spreading mulch (approx. 4,000 cubic yards), all
fuel modification and weed abatement, litter pick-up, doggie litter removal, trash bag removal and
replacement, turf aerification, turf renovation/verti-cutting, turf overseeding, micro-nutrients/soil
amendments. All supplies and parts will be paid by the LIVID at the Contractor's price plus a maximum
markup of 15%.
In striving to meet the statewide diversion goal of 75%, LIVID requires every effort to keep green waste
out of landfills. The contractor shall either mulch green waste material onsite or haul material to a
certified green waste diversion facility for processing. The contractor shall maintain a log and report
method of diversion annually to the LIVID office by providing total tons of green waste generated and
the total tons diverted from the landfill by either reuse on site or recycling through a facility. Narratives,
photographs, weight tickets and diversion reports are acceptable forms of reporting. The log must be
provided upon request at any given time during the contract.
Refer to the following specifications for requirements at each location. The specifications include
general and special conditions that shall apply to all jobsite locations. Also included in this section are
the Scope of Work instructions which more clearly define the services, scheduling, or special
circumstances for each location to be serviced.
2. GENERAL REQUIREMENTS
2.1. The City of Santa Clarita is soliciting sealed RFPs from qualified landscape maintenance companies for
the ALL INCLUSIVE LABOR AND EQUIPMENT under the terms of this RFP, to provide for maintenance
of irrigated, landscaped, and natural slopes, fire clearance and weed abatement, landscaped paseos,
parkways, parks, medians, HOA style landscaping, and various other locations throughout the City of
Santa Clarita.
2.2. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e.
Irrigation Specialist, and Foreman required to perform the landscaping maintenance as set forth in
these specifications all inclusive labor and equipment. This includes labor for irrigation repairs, which
should include material costs only. In keeping with the highest standards of quality and performance
maintenance of plant material, hardscape (i.e.: sweeping or blowing down concrete and/or crackweed
abatement) and irrigation systems repairs. Maintenance of plant material shall include, but not be
limited to: mowing, weed abatement for fire clearance/fuel mod (100 feet from structures, or as
specified by the County Fire Marshall), trimming, edging, hand pruning, fertilization, and aeration,
application of pre -emergent herbicides, weed control, minor tree lifting, dethatching, plant
replacements, and cleanup of drainage systems.
2.2.1. At a minimum the contractor shall supply the equipment listed on Exhibit A. All mulch
brought in by the LMD will be disbursed by the contractor on site to control weed growth.
It is the intent of these specifications to provide plant material maintenance methods to
keep all areas weed free and in a state of good plant health.
2.3. The Landscape Maintenance District (hereinafter defined as the LIVID) covered by this Agreement
shall be maintained at a crisp, clean level of appearance at California Landscape Contractors
Association (CLCA) Industry standards and all work shall be performed in a professional,
workmanlike manner using quality equipment and materials. Said areas shall be maintained to
provide the manpower necessary at the level of services provided for in these specifications at
all times.
2.4. City of Santa Clarita Landscape Maintenance District (LIVID) administration staff, consisting of the
Landscape Maintenance Specialist, Project Development Coordinator, Special Districts
Administrator, Special Districts Manager or the Deputy City Manager or his qualified
representative, shall herein be described as 'Special Districts.'
2.5. Contractor shall under the terms of this agreement provide the labor, materials, and equipment
necessary for the provision of grounds, irrigation and landscape maintenance services.
The premises shall be maintained with nothing but the highest of industry standards at no less
than the frequencies set forth herein.
2.6. Contractor is hereby hired and paid to render and provide all inclusive labor andequipment for
landscape, grounds and irrigation maintenance services including, but not limitedto:
a. Turf mowing;
b. Edging;
c. 85% hand pruning and 15% mechanical;
d. Over -seeding;
e. Reseeding
f. Fertilization;
g. Aeration;
h. Verticutting;
i. Top dressing;
j. Irrigation; minor and major repairs
k. Hand watering;
I. Bleeding of valves necessary during emergencies when automatic systems are not
functioning;
m. Pruning shrubs and trees;
n. Trimming and renovation of turf, shrub areas, and ground cover;
o. Disease control;
p. Tree maintenance; structural pruning per ANSI. Best Management Practices;
q. Maintenance of irrigation systems;
r. Mulching (City provided mulch); will be disbursed by the contractor at their
expense;
s. Manual weed abatement;
t. Chemical weed control;
u. Maintenance of fire protection / fuel modification of slope areas;
v. Marking underground irrigation lines and other LIVID equipment upon Dig Alert
notification;
w. Traffic control per (Watch manual) while working in the public right of way for
medians and parkways;
x. Litter pickup, doggie litter removal, trash bags removed and replaced from
containers (City provided doggie and trash bags);
aa. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at as required.
bb. Hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement on
paseos, sidewalks, curb & gutter, and public right-of-ways);
The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural
areas; paseos, shrubs; trees; ground cover and turf which may be irrigated by electrically controlled
automatic or manual systems.
2.7. Inclement Weather and Adverse Conditions
• Contractor shall not perform any operations during unsafe working conditions which may
risk individuals or result in damage to property/landscape.
• On days of light precipitation and/or forecasted rain, the contractor shall continue to be
present with a full crew as scheduled, performing normal maintenance tasks.
• During periods of extremely adverse and inclement weather, the contractor shall be
present with a minimum of two staff members performing inspections of the maintenance
areas, monitoring the overall state of drainage devices, and reporting any concerns in
regards to safety or property damage during regular assigned work hours.
• Contractor shall report any storm damage or issues related to inclement weather/adverse
conditions to Special Districts within 24 hours of occurrence. All storm damages shall be
photo documented prior to any removal or cleanup. If remedial work is required beyond
the scope of the contract, it may be paid as additional work upon approval by Special
Districts.
2.8. Contractor recognizes that during the course of this Agreement other activities and operations
may be conducted by other contracted parties. These activities may include, but not be limited to:
a. Landscape refurbishment; shrub, turf, and ground cover installation;
b. Irrigation system refurbishment or repair;
C. Construction and/or storm related operations;
d. Emergency response operations;
e. Electrical repairs;
f. Tree Trimming (above 12ft) / Tree planting / Treecounting;
g. Concrete removal and replacement, block wall and brick repairs;
h. Fence installation and repairs, wood, vinyl, wrought iron, and creterail;
i. Artificial turf installation;
j. Integrated pest management / Chemical applications totrees;
k. Streetscape furniture cleaning and pressure washing of walkways and
appurtenances.
I. Turf Removal
Contractor may be required to modify or curtail specific tasks and operations within their
maintenance contract:
When notified of landscape or irrigation emergency during the hours and days of maintenance service,
the contractor shall respond by phone to the Landscape Maintenance District Monitor and/or Special
Districts Office within fifteen (15) minutes of notification. When notified of an emergency outside of the
normal hours and days of maintenance service, the contractor has thirty minutes to respond by phone
to the Landscape Maintenance District Monitor, and or Special Districts. If personnel and equipment are
necessary for the emergency, the contractor must have these resources available within 2 hours. Upon
arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe
conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02
for consequences for failure to comply.
2.9. Contractor shall clearly identify and equip each vehicle used within the City of Santa Clarita
with decals on the exterior right and left front door panels identifying the Contractor's name,
and phone number. Contractor shall require each employee to adhere to basic public works
standards of working attire. These are basically: uniforms (matching pants and shirts), proper
shoes, safety vests and other gear required by State Safety Regulations (OSHA), and proper
wearing of the clothing. Shirts shall be buttoned and worn at all times.
2.10. Contractor and employees shall at all times dress in a company uniform that identifies their
employer and exhibit good customer service to City staff, City contracted staff, residents, and
others throughout term of this contract. All communication will be professional in manner
between all parties. The Landscape Maintenance Districts may employ consulting Landscape
Maintenance Monitor. These consultant monitors will be treated the same as other Special
District staff. Inappropriate communication and service may be cause for contract termination.
2.11. The contractor is required to have a minimum of five (5) years of experience in landscape
maintenance forareas ten (10) acres or larger (see References form). The contractor is required to
have experience in the maintenance of landscaped areas of fifty (50) acres or larger and median
and parkways maintenance in size of two (2) linear mile or larger. The Contractor is required to
have outdoor themed streetscape and walkway cleaning experience. Vendor is to provide five (5)
references with a similar scope & type of work within the proposal response.
2.12. Contractor's employees or representative shall be thoroughly trained and experienced in the
computer based central operating systems of Weather-Trak irrigation control systems and
equipment. The contractor shall make available employees or representatives for system training
at no cost to the City. (See Section 23)
2.13. Contractor shall provide cellular communication to each crew foreman and have the ability to
communicate to City Monitors and Special Districts representatives via cell phone.
2.14. The contractor, and or subcontractors, must possess the following licenses at time of bid
submission; C-27. The contractor or subcontractor must identify a staff member certified or
licensed as a qualified applicator through the California Department of Pesticide Regulation. The
contractor shall (when required) have an Arborist identified by the International Society of
Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor
must identify a staff member who is a Certified Landscape Irrigation Auditor (CLIA). The proposer
will submit copies of the licenses, and certificates or subcontractor information sheets, indicating
licenses held with bid submission.
2.14.1. The Contractor will be required to communicate work requests back and forth to LIVID
through desktop computer, hand held device, or laptop.
2.15. The contractor will be required to obtain and pay for any permits that may be required for
the performance of any tasks under this contract with the exception of oak tree permits.
3. LANDSCAPED AREAS TO BE MAINTAINED
3.1. The LIVID areas to be maintained under the provisions of this Agreement are specifically
identified in Exhibit B. (Inventory Lists and Area Maps).
3.2. Contractor must acknowledge personal inspection of the Zone's irrigation system, turf, and
planter areas and evaluate the extent to which the physical condition thereof will affect the
services to be provided. Contractor accepts the premises in their present physical condition,
and agrees to make no demands upon LIVID for any improvements or alterations to irrigation,
turf, and landscaped areas thereof.
4. CERTIFICATIONS/REPORTS/RECORDS
4.1. Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage
Certification Report which shall be made available to LIVID concurrent with the monthly
invoicing. Contractor shall provide the required information in a form acceptable to Special
Districts. The City is requesting that one monthly bill be submitted by the contractor to Special
Districts for the maintenance. The monthly payment will not be made until such report is
received and approved by Special Districts. Vendor to provide sample of monthly bill with
proposal response.
4.2. Daily Staff Attendance Report: Contractor shall complete a Daily Staff Attendance Report
which shall be made available to Special Districts upon request. This report shall include the
date, names and titles of all on -site staff working on in the Zone each day. The monthly
payment will not be made until such report is received by Special Districts upon request.
4.3. Maintenance Function Report: Contractor shall maintain and keep current a report that
records when all Periodic, Seasonal, and Additional Work maintenance functions performed
by Contractor's personnel were completed. Said report shall be in a form and content
acceptable to Special Districts and will be made available to Special Districts upon request. The
monthly payment may not be made if such report is requested and not made available or is in
a form that is unacceptable to Special Districts.
4.4. Certification of Specialty Type Maintenance: When applicable, Contractor shall include with
the monthly invoice those specialty type maintenance items completed. The following
information shall include but not be limited to:
a. Quantity and complete descriptionof all commercial and organic fertilizer(s) used.
b. Quantity and label description of all grass seed used.
c. Quantity and complete description of all soil amendments used.
d. A valid licensed California Pest Control Advisor's recommendations and copies of
corresponding Agricultural Commissioners Pesticide Use Reports signed by a
licensed California Pest Control Operator for all chemical, disease and pest control
work performed. The report shall be accompanied by a listing of each material
used, quantity used, and the location of use, the date used, the applicators name
and the license number.
4.5. Company Financial Records: The contractor may be required to supply the City with their
financial records through a reputable independent auditor, such as Dunn & Bradstreet.
4.6. Violation Records: The awarded contractor shall not have two (2) or more Cal-Osha sustained
complaints or four (4) or more California State Contractor Board sustained complaints within
the past four (4) years. A proposal response from the awarded vendor that does not meet
these requirements may be considered a non -responsive proposal, and the City of Santa Clarita
will proceed to the next lowest bidder. Information must be supplied upon request.
5. ADDITIONAL WORK
5.1. Special Districts may arrange for additional Contractor personnel to cover additional work
needed due to extraordinary incidents such as vandalism, Acts of Nature or third -party
negligence for which Contractor will be compensated. Regularly occurring "bad weather" is
not considered an Act of Nature for the purposes of this contract.
5.2. Prior to performing any extra work, Contractor shall prepare and submit a written description
of the work with an estimate including the hours and skill level of labor (when labor is
applicable) and a list of materials. No work shall commence without the written authorization
from Special Districts. Costs for additional work shall not exceed the labor rate identified on
the Additional Pricing form. For material it shall be Contractor's cost plus no more than 15%.
The contractor will maintain and submit copies of invoices to demonstrate the contractor's
cost.
5.3. When a condition exists wherein there is imminent danger of injury to the public or damage
to property, Special Districts may verbally authorize the work to be performed upon receiving
a verbal estimate from Contractor. However, within 24 hours after receiving such verbal
authorization, Contractor shall submit a proposal to be approved by Special Districts.
5.4. All extra work shall commence on the specified date established, and Contractor shall proceed
diligently to complete said work within the time allotted. All invoices submitted by Contractor
for extra work shall include a detailed itemization of labor and/or materials.
5.5. All invoices submitted by the contractor for extra work shall include a detailed itemization and
actual time of labor (when labor is applicable) and/or materials and specific zone(s), and
location identified. Actual time of labor (when labor is applicable) must be charged. No
minimum -hour time forjobs/repairs maybe set except for after -hour emergencies. All invoices
for extra work and items must be submitted biweekly to Special Districts.
6. CONTRACTOR'S LIABILITIES
6.1. All such repairs or replacements shall be completed within the following time limits or
be subject to payment adjustments.
a. Irrigation damage shall be repaired or replaced within one (1) wateringcycle.
b. All damages to shrubs, trees, turf, or ground cover shall be repaired or
replaced within five (5) working days or sooner as directed by Special
Districts.
c. All concrete walkway, block walls, light poles, or any appurtenances, shall
be repaired within five (5) working days or sooner as directed by Special
Districts.
6.2. All repairs or replacements including but not limited to the following, shall be completed in
accordance with the following maintenance practices or be to payment adjustments.
a. Trees: Minor damage such as bark lost from impact of mowing equipment shall be
remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree,
the damaged tree shall be removed and replaced at Contractor's expense to
comply with the specific instructions of Special Districts.
b. Shrubs: Minor damage may be corrected by appropriate pruning as required in
Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage
shall be corrected by removal of the damaged shrub and replacement to comply
with the provisions in Section 18 "Shrubs and Ground Cover Care" of the
Specifications.
c. Chemicals: Any damage resulting from chemical operations, either spray -drift or
lateral -leaching shall be corrected in accordance with the aforementioned
maintenance practices. Any soil damaged from chemical application shall be
reconditioned or replaced.
7. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS
7.1. Should any misunderstanding arise, Special Districts will interpret this Agreement. If the
Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with
the work in accordance with Special District's interpretation. Within 30 days after receipt of
the interpretation, Contractor may file a written request for a hearing before a Disputes Review
Panel as provided hereinafter. The written request shall outline in detail the area of dispute.
7.2. The Disputes Review Panel will be appointed by Special Districts and will be composed of not
less than three (3) Qualified personnel or representatives having experience in the
administration of grounds maintenance contracts. The panel will convene within one (1) week
of appointment in order to hear all matters related to the dispute. The hearing will be informal
and formal rules of evidence will not apply. The Panel will submit its recommendation to
Special Districts for consideration, within one (1) week following the conclusion of the hearing.
Special Districts shall render an interpretation based upon review of the Panel's
recommendation. Special Districts' decision shall be final.
8. OFFICE OF INQUIRIES AND COMPLAINTS
8.1. Contractor shall at all times, have some responsible person(s) employed by the Contractor to
take the necessary action regarding all inquiries and complaints that may be received from the
Homeowners Associations, property owners, and tenants within said LIVID or from Special
Districts personnel, representatives or patrons using the facility. This person(s) shall be
reachable 24 hours per day. An answering service shall be considered an acceptable substitute
to full time coverage, provided Contractor is advised of any complaint within one (1) hour of
receipt of such complaint by the answering service. Neither answering machines nor voicemail
are acceptable. The telephone of said Contractor shall be on the exchange or exchanges of said
District(s) or a toll -free number, and in no case shall the people of said District(s) be required to
pay a toll charge to telephone said Contractor. During normal working hours, Contractor's
Foreman or an employee of Contractor, at the supervisory level, who is responsible for
providing maintenance services, shall be available for notification by telephone
communication.
8.2. Whenever immediate action is required to prevent impending injury, death, or property
damage to the LIVID being maintained, Special Districts may authorize such action to be taken
by a third- party work force and shall charge the cost thereof as determined by the
Administrator, against the Contractor, or may deduct such cost from an amount due to
Contractorfrom Special Districts.
8.3. Contractor shall maintain a written log of all complaints, the date and time thereof, and the
action taken pursuant thereto or the reason for non -action. The log of complaints shall be
available for inspection by Special Districts at all reasonable times.
8.4. All complaints shall be addressed as soon as possible after notification; but in all cases within
24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24
hours, Special Districts shall be notified immediately of the reason for not resolving the
complaint followed by a written report to Special Districts within five (5) days. If the complaints
are not resolved within the time specified or to the satisfaction of Special Districts, Special
Districts, Special Districts may correct the specific complaint and the total cost incurred will be
deducted from the payments owing to the Contractor from Special Districts.
9. SAFETY
9.1. Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet
all California Landscape Industry Standards for safe practices during the maintenance
operation for medians and parkways and to safely maintain stored equipment, machines, and
materials or other hazards consequential or related to the work; and agrees additionally to
accept the sole responsibility for complying with all local, City, State or other legal
requirements including but not limited to, full compliance with the terms of the applicable
O.S.H.A. and CAL-O.S.H.A. Safety Orders at all times so as to protect all persons, including
Contractor's employees, agents of the City, vendors, members of the public or others from
foreseeable injury, or damage to their property. Contractor shall inspect all potential hazards
at the LIVID areas covered by this Agreement and keep a log indicating date inspected and
action taken.
a. It shall be Contractor's responsibility to inspect, and identify, any condition(s) that
renders any portion of the LIVID premises unsafe, as well as any unsafe practices
occurring thereon. Special Districts shall be notified immediately of any unsafe
condition that requires major correction. Contractor shall be responsible for
making minor corrections including, but not limited to:filling holes in turf areas and
paving;
b. using barricades, signs, caution tape or traffic cones to alert patrons of the
existence of hazards;
c. replace valve box covers so as to protect members of the public or others from
injury. During hours of operations, Contractor shall obtain emergency medical care
for any member of the public who is in need thereof, because of illness or injury
occurring on the premises. Contractor shall cooperate fully with the City in the
investigation of any accidental injury or death occurring on the premises, including
a complete written report thereof to Special Districts within five (5) days following
theoccurrence.
10. HOURS AND DAYS OF MAINTENANCE SERVICES
10.1. The window in which contractors are allowed to be present and working on site shall be 7:00
a.m. to 5:00 p.m. on those days maintenance is to be provided pursuant to the work schedule
approved in advance by Special Districts. No work will be performed on City Legal Holidays
unless authorized by Special Districts Administration in advance. Blowers, lawnmowers,
chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be
used before 7:00 a.m., Monday through Friday within the City of Santa Clarita.
10.2. Contractor shall provide on -site staffing to perform the required maintenance to meet
require landscape maintenance specifications and California Industry Standards under the
agreement between Mondays through Fridays.
10.3. Per State of California Labor Code, Contractor is directed to the following prescribed
requirement with respect to the hours of employment. A legal day's work shall constitute
eight
(8) hours of labor under this Agreement, and said Contractor shall not require or permit any
laborer, worker or mechanic, or any subcontractor employed by him to perform any of the
work described herein to labor more than 8 hours during any one day or more than 40 hours
during any one calendar week, except as authorized by Labor Code Section 1815, under
penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed
in the execution of said Agreement by him, or any subcontractor under him, upon any of the
work included in said Agreement for each calendar day during which such laborer, worker or
mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40
hours in any one calendar week, in violation of the provisions of Section 1811 to 1815,
inclusive, of the Labor Code of the State of California.
10.4. For the purpose of this contract, "work" time in the field excludes lunch, breaks, and travel
time. Special Districts recognizes there may be need for preparation prior to and following
on -site maintenance. A total of 30 minutes per day may be considered part of the proposed
work hours in exhibit G-2. Any additional operational work hours required outside of on -site
maintenance activities (including any time spent traveling to and from the site) will be
considered an operational cost absorbed by the contractor at their sole expense.
11. MAINTENANCE SCHEDULES
Contractor shall, within three (3) days after the after submitting from the City a "Notice
to Proceed" submit an activity and premises work schedule to Special Districts for
review and approval. Said work schedule shall be set on a weekly rotational basis,
identifying and delineating the time frames for the required functions by the day of
the week, morning, and afternoon. Rotational requirements for each Zone are to be
approved by Special Districts upon review of the work schedule. A sample schedule is
attached as Exhibit D1.
11.1. The contractor must establish a work schedule approved by the City. The Contractor has also
been provided the opportunity and procedure for adjusting requirements. The Contractor has
also been provided the opportunity to procedure for adjusting schedules to meet special
circumstances and inclement weather. Failure to complete the work as scheduled, or as specified
herein will result in the following actions:
a. The sum of two hundred fifty dollars ($500) per day will be deducted and forfeited from
payment to the Contractor for each instance where an item of work is not completed
in accordance with the schedule or specifications.
b. Deficiencies: An additional amount equal to the cost incurred by completion of the
work by an alternate source, whether it be City forces or separate private contractor,
even if it exceeds the contract unit price, will be deducted from the Contractor's
invoice.
c. These actions shall not be construed as penalty but as adjustment of payment to the
Contractor for only the actual work performed or as the cost to the City for inspection
and other related costs from the failure by the Contractor to complete the work
according to the schedule or specifications.
11.2. Contractor shall provide a weekly schedule addressing Resident Service Requests (RSCs) or
punchlist items that need to be completed for City reference and tracking.
11.3. Contractor shall submit revised schedules when actual performance differs substantially from
planned performance. Said revisions shall be submitted to Special Districts for review, and if
appropriate, approval, within three (3) working days prior to scheduled time for the work. A
written copy of the current and City approved schedule must be kept in the site foreman's vehicle
at all times and be available upon request of the City or the City's landscape monitor.
11.4. Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and
time of all maintenance operations.
a. Fertilization;
b. Turf Aerification;
c. Turf Renovation/Verticutting;
d. Turf Reseeding;
e. Micro-Nutrients/Soil Amendments;
f. Spraying of Trees, Shrubs or Turf,
g. Aesthetic Tree and Shrubbery Pruning;
h. Preventative disease control;
i. Seasonal color. Transplanting small and medium sized plants;
j. Lane closures for median or parkway maintenance prior notification is required;
k. Fire protection of the natural slopes area maintenance;
I. Other Items as Determined by Special Districts
12. CONTRACTOR'S STAFF
12.1. Contractor shall provide sufficient number of personnel to satisfy daily and/or weekly
requirements for high quality landscape maintenance pursuant to this agreement.
Contractor's staff MUST be employees of the contractor except subcontractors identified in
the response to this bid. Contractor must perform all work in accordance with the
specifications set forth herein. Contractor's employees, whether assigned to any one Zone or
as part of a crew serving any number of Zones shall include at least one individual crew
foreman who speaks and comprehends the English language.
12.2. Special Districts may at any time give Contractor written notice to the effect that the conduct
or action of a designated employee of Contractor is, in the reasonable belief of Special Districts
Staff, detrimental to the interest of the public using the premises, Contractor shall meet with
representatives of Special Districts to consider the appropriate course of action with respect
to such matter and Contractor shall take reasonable measures under the circumstances to
assure Special Districts that the conduct and activities of Contractor's employees will not be
detrimental to the interest of the public patronizing the LIVID covered under thisAgreement.
13. SIGNS/IMPROVEMENTS
13.1. Contractor shall not post signs or advertising matter upon the premises or improvements
thereon, unless prior approval therefore is obtained from LIVID Special Districts.
14. UTILITIES
14.1. Special Districts shall pay for all utilities associated with the maintenance of the LMDs.
However, water usage shall not exceed the amount required to comply with irrigation
schedules established by the Contractor and approved by Special Districts. Contractor will be
required to manage the scheduling of the controllers. Contractor shall pay for all excessive
utility usage due to Contractor's failure to monitor irrigation system malfunctions or
unauthorized increases in the frequency of irrigation. These activities may include, but are
not limited to watering during a rain storm and/or watering the day after rain and/or watering
during a special event. The excess cost will be determined by comparing current usage with
historical usage for the same time period. The excess to be deducted from payments to
Contractor from Special Districts will be presented to Contractor by Special Districts prior to
actual deduction to allow for explanations.
15. NON-INTERFERENCE
15.1. Contractor shall not interfere with the public use of the LIVID areas covered under this
Agreement, and shall conduct its operations as to offer the least possible obstruction and
inconvenience to the public or disruption to the peace and quiet of the area within which the
services are performed.
16. USE OF CHEMICALS
16.1. At the contractor's expense, one maintenance worker called for in these specifications shall
apply chemicals such as herbicides and pre-emergents. The City of Santa Clarita will pay the
contractor's price for the chemicals plus no more than a 15% mark up. All work involving the
use of chemicals shall be in compliance with all Federal, State, and local laws and will be
accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor.
Contractor, in complying with the California Food and Agricultural Code, shall provide a copy
of a valid Pest Control Operator's License and valid Pest Control Advisor's License, or a copy of
said licenses from a sub -contractor to Special Districts prior to using chemicals within the area.
16.2. A listing of proposed chemicals to be used including; commercial name, application rates, and
type of usage shall be submitted to Special Districts for approval. The listing will be
accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be
used in binder or booklet form. No work shall begin until written approval of use is obtained
from Special Districts. The contractor shall consider the effects chemical application has on
the environment. The contractor shall use the least toxic chemicals in the lowest quantity
that will be effective in achieving the needed result.
16.3. Chemicals shall only be applied by those persons possessing the training in chemical
application or a valid California Applicator's Certificate. Application shall be in strict
accordance with all governing regulations.
16.4. Records of all operations stating dates, times, methods of application, chemical formulations,
applicators names and weather conditions shall be made and retained in an active file for a
minimum of three (3) years. Contractor shall provide a chemical use report and a copy of the
PCA recommendation to Special Districts for each application (site specific) made during each
month. This shall be in addition to the copy of the usage summary that is provided to the
Agricultural Commissioner.
16.5. All chemicals requiring a special permit for use must be registered with the County
Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts.
16.6. All regulations and safety precautions listed in the "Pesticide Information and Safety Manual"
published by the University of California shall be adhered to.
16.7. Chemicals shall be applied when air currents are still; preventing drifting onto adjacent
property and preventing any toxic exposure to persons whether or not they are in or near the
area of application.
17. STORAGE FACILITIES
17.1. Special Districts shall not provide any storage facilities for the Contractor. Any Contractors
storage facilities must be located outside of the boundaries of the Zone for which landscape
maintenance services are performed, unless Special Districts determines it would be in the
best interests of Special Districts to waive this restriction.
18. TURF CARE
18.1. Contractor shall perform the following services under the terms of thisagreement;
a. Mowing: Turf to be mowed with by a separate mow crew (not to include regular
crew member hours). Adequately sharpened rotary or reel type mower equipped
with rollers must be used, to ensure a smooth surface appearance without scalping.
(1) All warm season grasses (Bermuda and St. Augustine) to be cut at
inch through 1 inch height throughout the year. Subject to change.
(2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 % inch
and 2 % inches during April through November, and at 2 inches during
December to March of each year. Subject to change.
(3) The mowing heights may be adjusted by Special Districts during periods
of renovation.
(4) Unless mulching mowers are used; all grass clippings will be collected
and removed from the site on the same day the area is mowed. All
clipping removed to be properly disposed of in green waste containers
only.
(5) A mowing schedule will be established and maintained. This schedule
will provide that all areas will be mowed not less than once a week
during the summer, and once every two weeks during the winter. This
schedule will be submitted to Special Districts for approval. Refer to
items 1 and 2 in this section for turf length ranges.
b. Edging: With each mowing, the edge of the grass along sidewalks, curbs, shrub,
flower beds, and walls shall be trimmed to a neat and uniform line. Where trees
and shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the
trunks of trees and away from the drip line of shrubs by use of power scythe,
approved chemicals, or small mowers as required. Trim around all sprinkler heads
as necessary in order to provide maximum water coverage. Edging will be done
concurrent with each mowing.
(1) The edge of the turf shall be trimmed around value boxes, meter boxes,
backflow devices, or any structures located within the turf areas.
(2) All turf edges are to be maintained to prevent grass invasion into
adjacent shrub, flower, and ground cover bed areas.
(3) All clippings shall be removed from site the same day area is edged.
(4) After mowing and edging is completed, all adjacent walkways are to be
swept clean by power blower or broom.
(5) Newly planted trees in lawn areas shall have tree guards installed if
necessary to avoid damage.
(6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched
clearance where applicable.
c. Weed Control: Control turf weeds as needed. Hand removal of noxious weeds or
grasses will be required as necessary. All mulch brought in by the LMD will be disbursed
by the contractor on site to control weed growth.
d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur.
e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the
fall prior to the over -seeding operations. Aerate all turf by using %-inch tines, removing
2-inch cores of soil with an aerator machine at not more than 6-inch spacing once over.
Special Districts is to be notified at least two (2) weeks prior to the exact date of
aerating.
f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the springand
once in the fall prior to the over -seeding operations. Equipment will consist of standard
renovating or vertical mowing types. Special Districts is to be notified at least two (2)
weeks prior to the exact date of renovation. Hauling costs and dumping fees are
included in the contract and are to be performed at the contractor's sole expense.
g. Top Dressing: Top dress all turf areas two (2) times annually, once in the spring and
once in the fall after seeding. The City of Santa Clarita will pay the contractors price for
the top dressing plus no more than a 15% mark up. The contractor shall provide the
labor to apply the top dress.
h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum
of four (4) times a year. All fertilizer used shall be granular. Fertilizer type can be
suggested by Contractor, determined by soil analysis or at the direction of Special
Districts. All turf areas fertilized shall be thoroughly irrigated immediately following
fertilization. Fertilizer applications must be approved by Special Districts prior to
application. The City of Santa Clarita will pay the contractors price for the fertilizer plus
no more than a 15% mark up. The contractor shall provide the labor to apply the
fertilizer.
Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring,
overseed all turf areas after verticutting (dethatching), aerification and overseed all
bare spots, as needed, throughout the remainder of the year to re- establish turf to an
acceptable quality. When Contractor reseedsturf, theywill aerify, verticut, seed and top
dress (spread evenly over the entire area to a uniform depth of %-inch) in this
sequence. Special Districts may require the use of sod when deemed necessary.
Contractor shall be entitled to additional compensation, (extra) for the cost of the sod
only, provided that the loss of turf was not due to the negligence of Contractor. The
City of Santa Clarita will pay the contractors price for the seed plus no more than a 15%
mark up. The contractor shall provide the labor to apply the seed.
Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding
of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in
over seeding or new turf establishment shall be approved by LMD staff prior to
installation. Typically, Fescue and Fescue blends are required.
Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-
6 inches in the late winter to early spring before growth resumes.
19. SHRUB AND GROUND COVER CARE
19.1. Contractor shall perform at his sole expense under the terms of this agreement the
following services:
Pruning: Manually select prune shrubbery throughout the year to encourage
healthy growth habits, and to encourage growth to the natural shape of the plant
according to its species and appearance with the exception of roses, which shall be
pruned no later than January. All shrubs shall be free of dead wood, weak, diseased,
insect infested and damaged limbs at all times. Remove all clippings the same day
shrubbery is pruned. Pruning is not done during flowering, during new growth
emerging or during the hottest time of the year (July -August) unless directed by
Special Districts. No balls, squares or unusual shapes are permitted under this bid.
All natural selective pruning is required following the natural habit of the particular
plant.
b. Trimming: Restrict growth of shrubbery and ground cover to areas behind curbs
and walkways, and within planter beds by trimming, as necessary, or upon notice
by Special Districts. Trim to allow clearance and access to fire and utility equipment
per their respective Agency guidelines. All trimming practices are subject to change
as directed by Special Districts.
c. Renovation: Renovate ground covers according to prescribed practices in the
industry as needed to maintain a healthy vigorous appearance and growth rate.
When ground covers and perennials have grown where they completely fill the
space in which they were planted and have started to deteriorate, i.e., less
flowering, dying out, smaller plants, they shall be renovated. (Renovation shall
include removing said plants, amending the soil, dividing plants as necessary and
replanting to maintain a healthy, vigorous appearance and growth rate.)
d. Disease and Insect Control: Maintain free of disease and insects and treat when
needed pursuant to Section 20.
e. Weed Control: All ground cover and shrub beds are to be kept weed free at all
times. Methods for control shall incorporate thefollowing:
Mulch application to 3" layer maximum (approx. 5,000 cubicyards annually)
(1) Hand removal
(2) Cultivation
(3) Chemical eradication using non -residual herbicides
f. Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or
dead shrubs and ground covers whose damage was a natural condition/causes, will
be replaced under the terms of "additional work" as described in Section 4 of this
bid document. All shrubs shall be guaranteed to live and remain in healthy
condition for no less than ninety (90) days from the date of acceptance of the job
by the Special Districts Administrator or qualified representative.
g. Fertilization: Apply balanced fertilizer two (2) times per year to provide a healthy
color in all plants with foliar feedings if applicable. The fertilizer shall be applied
once during the months of March or April and once during the months of
September or October. Contractor will cultivate around plants where needed.
Fertilizer shall be appropriate for plant type and season (time of year) and approved
by LIVID staff prior to installation. The Contractor shall provide the Director with a
fertilization schedule, with two (2) weeks notification prior to the proposed
fertilization.
h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency
situations where automatic systems are not functioning as required to maintain
adequate growth rate and appearance. Section 17, Paragraph g, concerning
irrigation practices shall apply to shrubs and ground covers.
Diversion requirements: In striving to meet the statewide diversion goal of 75%,
LIVID requires every effort to keep green waste out of landfills. The contractor shall
either mulch green waste material onsite or haul material to a certified green waste
diversion facility for processing. The contractor shall maintain a log and report
method of diversion annually to the LIVID office by providing total tons of green
waste generated and the total tons diverted from the landfill by either reuse on
site or recycling through a facility. Narratives, photographs, weight tickets and
diversion reports are acceptable forms of reporting. The log must be provided upon
request at any given time during the contract.
j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum
2- inch layer of mulch under all trees, shrubs and groundcovers and a minimum 3-
inch layer in all open areas is strongly encouraged. Mulch purchased by the LMD
will be disbursed with the above specifications by the contractor who will provide
the labor at his expense.
k. Ornamental Grass Care: To promote new growth, cutback the foliage to about 4-
6 inches in the late winter to early spring before growth resumes.
20. TREE CARE
20.1. Contractor under the terms of this agreement shall perform the following services:
a. Tree Maintenance
(1) The first 12' (feet) of all trees be maintained free of all dead, diseased
and damaged branches back to the point of breaking as per contract.
Wound dressings are never used on any tree pruning cuts.
(2) All sucker growth is to be removed from trees as it occurs. All tree wells
to be maintained as directed by City.
(3) Maintain an 8-foot clearance for branches overhanging walks, 8-foot for
public sidewalks.
(4) Report insects and tree diseases to Special Districts Monitor.
(5) Stake and support all replacement trees and replace stakes which have
been broken or damaged on existing trees.
(6) Tree stakes shall be pentachloraphena treated pole pine, not less than 8
feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon
trees sizes (two per tree), no galvanized stakes.
(7) Commercially available tree rubber ties are to be used unless there is a
need for guy wires. All trees tied in two locations — top and bottom. Stakes
will not be placed closer than 12 inches from the top tie on the tree trunk.
(8) Stakes and ties will be placed so no chafing of bark occurs and shall be
checked frequently and retied to prevent girdling.
(9) Broken branches are to be removed immediately whether they are in the
tree or on the ground.
b. Fertilization: Apply fertilizer within drip line at least once per year (during the months of
March or April) to provide a healthy color in all plants. Fertilizer should, at the direction
of LIVID, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide
Special Districts with two (2) weeks notification prior to the fertilizer application.
c. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to
commencement of work by Contractor.
d. Tree Replacement: All trees permanently damaged as a result of action or inaction by
the contractor will be replaced as provided for under Section 5 with the identical
species of tree existing previously, unless otherwise notified in writing by Special
Districts. The need for and the size of replacement will be determined by Special
Districts at the monthly maintenance inspection meeting or upon written notification.
Size of the replacement shall be of a like size. Substitutions will require prior written
approval by Special Districts. Original plans and specifications should be consulted to
insure correct identification of species. Upon notification, all newly planted trees, by
others, are the responsibility of the Contractor to maintain and guarantee healthy
establishment for a period of 90 days. If the landscape contractor plants additional
trees it will be considered "extra work cost."
Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use
of "Maintain," "Floret" or other approved product/method. Two (2) applications shall
be required 7-10 days apart. The first application shall be applied when % to % of the
olive blooms are open (sometime between April 1 and May 10). Both spray applications
shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. The
Landscape Maintenance District's Tree Maintenance contractorwill provide most of the
chemical applications to trees. If the landscape contractor provides this service it will
be considered "extra workcost".
Fireblight Treatment: Preventative Fireblight treatment for Pyrus Kawakamii to
consist of spray application between October 1 and mid -November. Post
treatmentto consist of pruning out dead wood, sterilizing pruning tools after each
cut. Preventative Fireblight treatment for Platanus to consist of two applications
and possibly a third application, depending on the effectiveness of the previous
application. The first application shall occur in February, during the budding stage.
The second treatment shall occur in March, during the juvenile growth stage of the
leaf. The third application shall occur in April if there is evidence of blight after
mature growth of leaf. Materials used shall be of an approved type by the County
Agriculture Department. If the landscape contractor provides this service it will be
considered "extra work cost".
g. Oak Tree Pruning Permit: All cuts over 2 inches in diameter on Oak Trees will be
done by the Landscape Maintenance Tree Maintenance contractor. All other cuts
on Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per
City Municipal Code by the landscape contractor or their subcontractor. Special
Districts will procure Oak Tree Permits once work is approved.
h. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with
the standards established by the International Society of Arboriculture (ISA) and
ANSI 300 Best Management pruning practices.
21. USE OF INTEGRATED PEST MANAGEMENT(I.P.M.)
21.1.Special Districts will provide the materials (Biological insects) necessary for integrated pest
management (IPM) and contractor at his under the terms of this agreement will provide the
labor.
Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest
management strategy that focuses on long-term prevention or suppression of pest
problems with minimum impact on human health, the environment, and non -
target organisms. Preferred pest management techniques include encouraging
naturally occurring biological control; using alternate plant species or varieties that
resist pests; selecting pesticides with a lower toxicity to humans or non -target
organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that
reduce pest problems; and changing the habitat to make it incompatible with pest
development. Pesticides are used as a last resort when careful monitoring indicates
that they are needed according to pre -established guidelines. When treatments are
necessary, the least toxic and most target -specific pesticides are chosen.
Implementing an integrated pest management program requires a thorough
understanding of pests, their life histories, environmental requirements, and
natural enemies, as well as establishment of a regular, systematic program for
surveying pests, their damage, and other evidence of their presence. IPM has been
mandated on Federal property since 1996 by Section 136r_1 of Title 7, United
States Code, and is cited in Title 41 of the Code of Federal Regulations (102-74.35)
as a required service for agencies subject to the authority of the General Services
Administration. The Contractor will develop an IPM program for work covered by
this statement of work.
b. Chemical Application: All work involving the use of chemicals will be accomplished
by a State of California Certified or Licensed pest control operator. A written
recommendation by a person possessing a valid California Pest Control Advisor
License is required prior to chemical application.
c. Permits: All chemicals requiring a special permit for use must be registered by the
Contractor with the County Agricultural Commissioner's Office and a permit
obtained with a copy to Special Districts, prior to use. A copy of all forms submitted
to the County Agricultural Commissioner shall be given to Special Districts on a
timely basis.
d. Compliance with Regulations: All regulations and safety precautions listed in the
"Pesticide Information and Safety Manual" published by the University of California
will be adhered to.
e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by
trapping and/or eradication will be provided by Special Districts. Contractor is not
responsible for this service. Whenever holes are visible upon the surface, these
holes shall be filled and securely tamped to avoid moisture runoff entering the holes
by the County Agricultural Department who will provide pest control for Special
Districts. This procedure shall be followed in all areas, especially within all slope
areas. Contractor is responsible for notifying Special Districts upon detecting a
need for rodent control.
22. GENERAL CLEAN-UP
22.1. Contractor shall at his sole expense under the terms of this agreement perform the
following services:
a. Trash Removal/Receptacles: The contractor shall empty all trash cans and replace
all trash bags a minimum of three (3) times per week. The contractor shall provide
a trash pickup schedule for the approval by Special Districts. The contractor shall
pick up trash and accumulated debris from site per contract, and clean trash
receptacles as needed. In addition, dog feces are also to be removed from the
walkways located within the Paseo system in the LIVID areas. The contractor shall
fill all doggie bag holders a minimum of twice a week (doggie bags provided by City).
b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed
and grass removal within the crack(s) on the asphalt, concrete, and stamped
concrete median strip areas, if any, at all times.
c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and
grass from curb and gutter expansion joints at all times.
d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will
be cleaned immediately following mowing and edging and cleaned by use of power
sweeping or blower equipment at a minimum of once per week or as needed. This
includes removal of all foreign objects from surfaces such as:
1) Gum,
2) Animal feces,
3) Grease,
4) Paint,
5) Graffiti,
6) Glass and debris
All walkway and driveway cracks and expansion joints shall be maintained weed
and grass free at all times.
e. Drain Maintenance: All drains and catch basins shall be free of silt and other debris
at all times.
f. Removal of Leaves: Accumulations of leaves that cannot be incorporated into
mulch layers shall be removed and properly disposed of not less than once per
week.
g. Diversion: The Contractor will be responsible for creating and implementing a
written program to divert all green waste from landfills. The program should
include, but not be limited to, mulching and composting. The contractor shall
report the total tons of green waste generated and the number of tons diverted
from the landfill annually to the City's Environmental Services Office. The goal will
be at least 85% diversion.
23. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR
23.1. All irrigation systems within the LIVID areas designated in these specifications will be
repaired and maintained as required for operation by the Contractor at the sole expense
of the Contractor unless otherwise noted. Contractor's irrigation labor shall be of no
charge for all irrigation repairs. For all irrigation repairs, Contractor to be reimbursed at
no more than a 15% mark up over the contractor's cost of materials. The Contractor must
provide invoices upon request of Special District Staff. Failure to provide copies of invoices
may result in delay of payments to Contractor. The Contractor shall adhere to the
Irrigation Association, Best Management Practices (BMP'S) at:
http://www.irrieation.ore/uploadedFiles/Standards/BMPDesien-Install-Manaee.3-18-
142. df
23.2. The contractor's field irrigation technician(s) will be responsible to complete the following
WeatherTrak trainings through Hydro Point University. Proof of completion to be provided
no later than (30) thirty days after start of contract.
a. Certification Training
b. Irrigation Manager, Levels 1-4
Register for trainings at: http://www.hydropoint.com/support/support-
resources/training- center/
Failure to comply shall result in a $250.00 per day fine each day delinquent.
23.3. The contractor shall maintain (repair or replace as needed) and keep operable all
irrigation equipment consisting of:
a. Irrigation Station Identification/Location
b. Irrigation Heads
c. Remote Control Valves
d. Flow Sensors
e. Flow Sensor Programming
f. PVC Piping (Including mainline and laterals)
g. Quick Couplers
h. Risers
i. Swing Joints
j. Check Valves
k. Irrigation Booster Pumps
I. Solar Controllers/Valves
m. Battery Operated Controllers/Valves
n. Valve Boxes, Quick Coupler Boxes, Etc.
o. Irrigation Controller Programming, Updates and Setup
23.4. Contractor shall meet or adhere to the following criteria to operate the irrigation controllers.
a. All controllers shall be adjusted as needed for optimum performance considering the
water requirements of each remote -control valve (irrigation station). "Smart" or
"weather based" controllers shall be configured to water in the "AUTO MODE" or "ET
MODE" when available. Plant establishment periods do not apply to this requirement
and should be scheduled accordingly. Contractor is responsible for adjusting the
controller parameters/attributes in order to irrigate efficiently and each valve shall be
customized for the needs of the plant material. Excessive watering or excessive runoff
shall not be permitted.
b. The contractor will be responsible for the control of Smart Water Application
Technologies (SWAT) certified weather -based controllers or equivalent, controller
programming through the Contractors office via a desk top or any wireless computer, or
hand-held device. The LIVID will provide a username/password foraccess.
C. Contractor will provide their own irrigation remote (receiver and transmitter) for control
of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other industry standard
controllers not listed. The City requires the Promax universal irrigation remote or other
"smart phone" technology for its use in field testing and operation of all irrigation
systems for the LIVID areas. Use of this device will conserve water consumption, provide
for more cost-effective maintenance of irrigation systems, and assure all parties
concerned that the automatic system is operating at maximum efficiency. Special
Districts' monitor may use this device in their inspections to verify that irrigation systems
are functioning properly. The bleeding of valves and hand watering are to be used in
emergency or testing situations, not for normal or day -to- day inspections.
d. Consideration must be given to the soil conditions, seasonal temperatures, wind
conditions, slope, humidity, and the relationship of conditions which affect irrigation.
This may include daytime watering during winter weather to prevent icy condition and
manual operation of the irrigation system during periods of windy or inclement weather.
During freezing and/or windy conditions, automatic irrigation shall be pause until
normal conditions exist. No watering medians in windy conditions, to avoid drift and
wetting vehicles.
e. Contractor shall be responsible for data input with regards to irrigation station reference
in the programming function of the central server or at the controller. Example:
Station 1 - SE Corner of parking lot, Turf NW of restroom, Shrubs on large slope, etc.
f. In areas where wind creates problems of spraying water into private property or road
right-of-ways, the controllers shall be set to operate during the period of lowest wind
velocity which would normally occur at night (between the hours of 9:00 p.m. and 7:00
a.m.).
g. Contractor shall be responsible for monitoring all irrigation systems within the
jurisdiction of this Specification and correct for coverage, adjustment, clogging of lines,
and removal of obstacles, including plant materials which obstruct the spray.
Monitoring shall be scheduled for all systems at minimum Ix monthly.
h. Check systems, as needed, for optimum performance and adjust and/or repair any
sprinkler heads causing excessive runoff, including slope areas, or which throw directly
onto roadway paving or walks (where sprinkler heads can beadjusted).
1) Contractor is to maintain the watering schedule in "AUTO" mode which will
equal the evapotranspiration rate based on topography, soil type, plant
material, season or climatic factors. Contractor shall notify The City of Santa
Clarita of any schedule changes.
2) Contractor shall utilize "cycle & soak" in programming in order to eliminate
excessive run-off.
3) Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved by The
City of Santa Clarita.
4) When available, copies of controller maps shall be kept in enclosures at all times.
5) Contractor is responsible for maintenance of the interiors of controller
enclosures and shall be kept clean free of debris and pests, regardless of
condition(s) at time of contract award.
6) Contractor shall be responsible to notify The City of Santa Clarita of any
additional water requirements to the landscape which is outside of the "AUTO"
scheduled program application.
7) It is the responsibility of the Contractor to keep the plant material alive. If this
requires an extra application of irrigation water, the Contractor is to make the
necessary adjustments and immediately notify The City of Santa Clarita upon
doing so.
8) Only the City of Santa Clarita staff, City Monitors, the Contractor Supervisor/
Foreman or Irrigation Technician will have access to all controllers. Enclosures
will be locked/padlocked at all times.
9) The Contractor shall test the soil in turf and groundcover areas and around all
trees and shrubs monthly or as necessary with soil probes to determine that the
proper amount of water is being applied at all times. This information should be
used to adjust watering times on the controller and supplemental hand or deep
watering as necessary.
10) The Contractor shall make adjustments to the water programs to compensate
for irrigation heads on each system, soil type and permeability, wind condition,
orientation to the sun, air temperature, season, and logistical considerations
11) Once the irrigation system has been adjusted to only irrigate the planting areas it
was designed to irrigate, the contractor shall then monitor the irrigation
watering application time to determine the length of time each system runs
until irrigation runs off the landscape area. This information will then be used
to establish "cycle & soak" parameters.
12) The maximum run time should then be set a minimum of one minute less than
the time it takes for run off to occur. This will establish the maximum run time
for each valve, with full sun exposure. Adjust valves with partial shade or full
shade to have less run time than the systems in full sun.
13) It is required that soil conditions be constantly monitored with a soil probe to
ensure that over -saturation of the soil does not occur.
14) In addition to the soils condition, the individual plant material requirements
must be taken into account. As the plant material becomes established, a
reduction in the frequency of watering should be implemented to harden -off
the plant material while maintaining it in a healthy condition.
23.5. Contractor shall perform the follow services under the terms of thisagreement.
a. As a standard practice, the Contractor shall formally acknowledge receipt of the
irrigation System within the first 60 days of the notice to proceed. It is the
Contractors responsibility to conduct a full-scale irrigation audit/assessment to
determine deficiencies in the system and make recommendations for repair(s).
b. Contractorwill be responsible for immediate maintenance (repair or replacement) of
all irrigation systems. Contractor will be responsible at all times for hand watering
and the bleeding of valves in emergency situations as required to sustain and prevent
loss of turf, trees, annuals, perennial plants, and ground covers when automatic
systems are not functioning.
c. Irrigation system will be controlled by Contractor in such a way as not to cause an
excessively wet area which could interfere with the Contractor's ability to
mow/maintain landscaped areas.
d. All irrigation systems shall be personally inspected by Contractor a minimum of once
per month to verify effectiveness of sprinkler operation. The appropriate Irrigation
Inspection Form must be filled out per controller and submitted to The City of Santa
Clarita LIVID for review. Inspection forms subject to update or change at discretion
of Special Districts.
e. Contractor shall adjust and clean as necessary all sprinkler heads, valves and
pressure regulators to continue operation at maximum efficiency and performance.
f. All materials and workmanship will be in accordance with the City Plumbing
Ordinances if/when applicable.
g. Sprinkler heads in turf areas shall be kept clear of overgrowth, which may obstruct
maximum operation. No chemical spraying or growth inhibitors around head shall
be allowed.
h. Contractor shall be responsible for trimming plant material and making necessary
adjustments to riser heights as growth rates indicate.
i. Contractor shall be responsible for hand -watering any pots not provided with an
irrigation system to maintain plants and promote optimumgrowth.
j. Adjustments in operating pressure for spray and rotor type heads shall be followed
per manufacturer's recommendation to provide optimum efficiency unless
instructed otherwise by The City of Santa Clarita.
k. Contractor shall be required to walk each site upon request by The City of Santa
Clarita representative a minimum of one time per quarter to inspect the operation of
the irrigation system.
I. Plant damage or loss resulting from the failure to promptly report irrigation system
failure shall be considered Contractor negligence and such plant material shall be
repaired or replaced at Contractor expense.
m. All hand watering performed with a hose shall require the hose to have a flow control
that will allow the operator to turn the hose off between watering areas to minimize
any wasted water.
n. The Contractor shall be responsible for monitoring all project irrigation systems and
should correct coverage, head adjustments, clogged lines, loose staking of heads and
pipes, and obstacles which obstruct the spray. Make all necessary adjustments to
heads that spray onto roadways, walks, walls, and patio areas or out of intended area
of coverage. The Contractor shall clean and adjust sprinkler heads as needed for
proper coverage. Each system should be operated via remote control and observed
on a regular basis.
o. During extremely hot weather, long holiday periods, and during or following
breakdown of systems, the contractor should provide adequate personnel and
materials as required to adequately water all landscaped areas at no extra cost to
The City of Santa Clarita. When breakdowns or malfunctions exist, the contractor
should water manually by whatever means necessary to maintain all plant materials
in a healthy condition. Overly wet or dry conditions should not be permitted to
develop.
p. Once a year, the contractor shall clean all controller cabinets and valve boxes,
remove intruding soil and replace gravel as needed.
q. Testing, certification and service of the backflow prevention devices on the irrigation
systems shall be done by a certified tester as provided by The City of Santa Clarita.
r. Contractor shall not repair, manipulate or remove backflow devices unless prior
authorization has been received by a City of Santa Clarita representative.
However, Contractor is permitted to make use of shutoff valves located on or near
backflow devices in the event of a mainline break and/or maintenance.
s. Contractor shall notify the LIVID office immediately should a backflow prevention
device malfunction occur.
t. Landscape Maintenance District Consultants/monitor /City staff will spot check
controller schedules on each inspection of a district to assure compliance with
irrigation program standards. Contractor shall conduct a complete irrigation system
inspection for each district at minimum of twice a year.
u. The Contractor shall be responsible, at no extra cost, to manually shut off backflow
devices as directed by City staff for scheduled City events, activities and filming.
23.6. Contractor shall perform the follow services under the terms of thisagreement.
a. All pop-up heads should be assembled on triple swing joints. When irrigation
heads, risers, nozzles, etc. break, theywill be replaced with like for like irrigation
heads. Uniformity is of the utmost importance.
b. All remote control valves shall be Superior 950DW brass valves unless other(s)
are accepted by LIVID staff.
C. Contractor shall repair all leaking or defective valves immediately upon
occurrence, or within 24 hours following notification from LIVID of such a
deficiency.
d. Malfunctions of any nature which are deemed to be the fault of materials or
workmanship still covered under original installation guarantee shall be reported
immediately to The City of Santa Clarita.
e. Contractor shall submit itemized irrigation invoices for repairs, per LIVID Zoneon
an as needed basis.
f. Repair logs shall be maintained and will include date of repair, nature of repair,
and itemized list of materials for clarity. Site map/photo documentation to
illustrate location of repair, photo of site condition, and work completed shall be
included with repair log(s).
23.7. The Contractor shall provide to the City or a City representative WeatherTrak generated
reports, called the Controller Inventory Report. The first report will be due 30 days after the
start of this Agreement and updated every two weeks. At a minimum, the report shall identify
each irrigation controller subject to this Agreement, its' location, alert status, and identify if the
controller is either on or off line. Failure to provide a completed report on time is considered
an incomplete work item and may be subject to a $250 deduction from payment.
23.8. The City of Santa Clarita will conduct monthly water management meetings with the contractor
to review all controllers with irregular usage and situations where water consumption is
excessively high. All plant stress or loss due to under -watering or over- watering will
demonstrate contractor neglect and cost to replace said material will be at Contractor's sole
expense.
The City of Santa Clarita will conduct monthly Water Management Meetings with the contractor
to review any penalty charges that were caused by the Contractor's inability to properly manage
water allocations, when applicable. The Contractor will be responsible for paying all water
penalties incurred on each water meter for all overages exceeding allocation established by the
respective water purveyor. The City of Santa Clarita may waive specific penalties at its sole
discretion.
The City of Santa Clarita takes Water Conservation very seriously and will not
tolerate mismanaged or neglected water delivery systems.
23.9. When water budgets and/or tiered rate structures are enforced by individual water
purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita
Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly
allocation(s) as set forth by the service provider for each individual service area within a
Landscape Maintenance District Zone, specifically water meter and/or point of connection.
Failure to comply with these requirements will result in a probationary period of up to 60
days to allow for corrective actions. Failure to comply with water budgets within this time
frame may lead to monetary penalties up to the costs of the excessive use which exceeds
the water budget(s), efficient tier, or any "penalty" tier the City of Santa Clarita is subjected
to.
In order to ensure efficient and responsible water management with regards to landscape
irrigation, the City of Santa Clarita Special Districts office requires the following:
When water budgets have been established for each individual service area within a
Landscape Maintenance District Zone (specifically water meter and/or point of
connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance
(MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape
Ordinance (MWELO).
http://www.water.ca.eov/wateruseefficiency/landscapeordinance/
24. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGESYSTEM
24.1. Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by
Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired
condition. The contractor may not use subcontractors not included with the bid submission
without the written approval of Special District Staff. Any unsafe condition of a walkway or
service road shall be reported immediately to the LIVID Monitor or directly to the City.
a. Contractor may be responsible for total replacement or repair on walkways or any
hardscaped area, or if any plant damage occurs due to Contractor's negligence or
by accidental damage within his maintenance operation.
b. Contractor shall be responsible for sweeping/blowing all walkways and paseos
within the contract boundaries at a minimum of once per week or as necessary or
as requested by Special Districts. All debris must be collected and removed.
c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited
and may be cause for contract termination.
24.2.Drainage Systems: The following services shall be provided by Contractor at their expense per
Contract Agreement except as otherwise provided for:
a. All LIVID area surface drains ("V" ditches), shall be kept clear of debris at all times
so that water will have an unimpeded passage to its outlet. Contractor will not flush
dirt or debris into the storm drain system per the City's National Pollutant
Discharge
Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of
properly.
b. All LIVID area sub -surface drains (except storm drains), if any, shall be periodically
flushed with water to avoid build-up of silt and debris. All inlets to sub -surface
drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded
passage of water. Every attempt will be made to prevent debris from continuing
into the City's Stormdrain system including the use of sand bags, straw bales or
other Best Management Practices (BMPs)
c. Disposal of green waste or other debris into catch basins, drains or storm drains is
prohibited. Such action could result in termination of maintenance contract.
d. During periods of inclement weather, Contractor will provide inspections of the
property during regular assigned hours to prevent or minimize the possible
damage from inclement weather. Contractor shall report any storm damage to City
LIVID within 12 hours of occurrence. All storm damages must be photo documented
prior to removal or clean up. If remedial work is requested beyond scope of this
contract, it may be paid as extra work.
e. Contractor shall be responsible for periodic inspection of surface drains, v-ditches,
swales, etc. located within the landscaped areas. These drains shall be checked to
assure proper functioning prior to inclement weather. Contractor shall remove any
debris or vegetation that may accumulate at the inlet and prevent proper flow of
water.
25. MAINTENANCE INSPECTIONS
25.1. Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID
during daylight hours. Such inspection shall be both visual and operational. The operational
inspection shall include operation of all sprinklers, lighting and other mechanical systems to
check for proper operational condition and reliability. Contractor is required to input non -
contractual service request information into the City's reporting system at: www.santa-
clarita.com/e-service.
25.2. Monthly; meet on site with an authorized representative of Special Districts for a walk-
through inspection. Said meeting shall be at the convenience of Special Districts and may
include residents of the community. Special Districts may notify the appropriate local
representatives of the time and place of each walk-through inspection at least one (1) week
prior to such inspection. In addition, bi-weekly interim inspections may be made by Special
Districts.
26. GRAFFITI ERADICATION AND CONTROL
26.1. Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it
appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any
appurtenant structures or equipment within the areas under Contractor's maintenance.
SpecialDistricts Monitor will be informed of all graffiti immediately upon discovery.
Contractor is required to input graffiti information into the City's reporting system at:
www.santa-clarita.com/e-graffiti
26.2. The contractor may be required to remove small amounts of debris which would fit into a
small pick up truck. In such cases the dump fee may be invoiced to Special Districts. Removal
of larger items would be considered as an "additional work" item and subject to the terms of
Section5.
26.3. All materials and processes used in graffiti eradication shall be non -injurious to surfaces and
adjacent District property and approved by CAL -OSHA. Materials and processes used must
be approved by LIVID prior to use.
27. SLOPES AND NATURAL AREAS MAINTENANCE
27.1. Natural areas are open space areas that have minimal usage due to the sloping character
of the land and the rugged landscape materials that are native to the land. Contractor will
provide periodic maintenance, according to routine scheduling, consisting of weed and
debris removal as directed by Special Districts.
27.2. Fire Protection of slopes and natural areas: Contractor at his cost shall be responsible for all
inclusive weed abatement, maintaining the brushed slope areas throughout the year in
accordance with the below -identified height of weeds. dead wood removal in accordance
with the 100' distance, or a distance specified by the County Fire Marshall, from dwellings
or structures requirements pursuant to County firecode.
a. These slope areas are hillside areas and are designed to meet the Los Angeles County
Ordinances for fire retardation. These areas generally occur in sloping terrain with
gradients ranging 10 percent to 100 percent. Slopes are either manufactured or
natural. The natural slopes have been brushed to remove certain plant materials.
Manufactured slopes have been hydromulched or planted in accordance with
applicable County Ordinances. Use of these areas by the residents should be minimal.
b. Contractor shall perform, under the terms of this agreement, the following services for
the maintenance of the natural slopes, which requires that the weeds and native brush
be:
1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet, or
as specified by the County Fire Marshall, from a dwelling or structure
and all debris removed from the site.
2) Dead wood from woody plants shall be trimmed when the area is
brushed. Apply water within the cleared zone only as needed during
fire season to maintain sufficient moisture content for sustenance of
the plants and to inhibit combustion. Remove all debris from this
operation off the LMD property. Weeding shall commence
immediately following the rainy season once the growth of weeds has
reached a maximum of 12 inches in height or when the County Fire
Marshall has determined that a fire hazard condition exists. The
required weeding shall be completed as soon as possible following its
commencement and shall be completed throughout an LMD within a
maximum period of 30 days.
3) Contractor shall be responsible for maintaining the brushed slope
areas throughout the year in accordance with the above -identified
height of weeds, dead wood removal and distance from dwellings or
structures requirements. This may require that certain areas will need
additional brushing as directed by the County Fire Marshall.
c. The maintenance of the manufactured slopes requires that the planted slopes be
weeded on a regular basis throughout the year. Planted slopes which were not
hydroseeded shall be kept weed free at all times and the use of chemicals is
permitted. Planted slopes that were hydroseeded require weed removal by hand as
the use of chemicals is not permitted. The removal of weeds by hand shall be
performed each month from March through November during the term of the
maintenance contract. Contractor shall program the irrigation system to deliver
sufficient moisture within the root zone of trees and shrubs to sustain growth.
Contractor shall be responsible for any damage to slope areas caused by excessive
watering practices or to plant material caused by lack of water.
27.3. IRRIGATED, LANDSCAPED SLOPES
1) Acacia Maintenance
a. Acacia shall be routinely maintained to control its height and spread. This
includes, but is not limited to: using hedge trimmers to remove new
growth, using chainsaws, or other large diameter cutting tools to remove
lumps or excess growth.
b. All shrubs shall be routinely, seasonally pruned to control height and
spread.
c. All slopes shall be kept weed and debris free at all times.
28. SEASONAL COLOR AREAS
28.1. Annuals (flowers) shall be replaced as needed with appropriate varieties for each season to
be approved by Special Districts priorto planting. Plant size shall be 4-inch pots when possible.
The price of the annual color plants plus no more than a 15% markup will be paid by the City;
contractor. under the terms of this aereement shall provide the labor.
29. IRRIGATED STREET TREE WELLS
29.1. Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree
well irrigation system in accordance with Section 23 of these Specifications. Maintenance of
trees in street tree wells shall be in accordance with Section 20 or these Specifications.
30. NON -LANDSCAPED MEDIANS & UNDEVELOPED MEDIANS
30.1. Contractor will provide periodic maintenance, according to routine maintenance scheduling,
consisting of debris removal, weed abatement and mulch application.
RESPONSE FORMAT AND SELECTION CRITERIA
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
1. RESPONSE FORMAT -The organization of the response and cost files is described in this section of
the RFP. All potential vendors must follow this format.
1.1. RESPONSE FILE:
1.1.1. Introduction — A general introduction and description of the proposal shall be provided.
The format of the introduction is at the discretion of thecontractor.
1.1.2. Background — Provide insight to your company and its resources. Explain the company
background and philosophy and what qualifies this company to be a successful
candidate for the City's contract.
1.1.3. Scope of Work — Describe the work program. Identify how the objectives of the
specifications will be performed. Relate the business practices to the specific tasks
required and explain the proposed method for adhering to the landscape maintenance
requirements. Include contractor's approach to the areas of pro -activeness,
responsiveness, familiarity with common concerns of the LIVID areas, problem
resolution, and any other areas that explain how the work will be performed and
managed.
1.1.4. Schedule — Describe the time schedule for each proposed task and area rotation.
Provide staff descriptions and quantity on daily, weekly, monthly, and seasonal
timelines. Proposed work periods and completion dates, as well as any anticipated
meeting dates, should also be identified.
1.1.5. Personnel, Equipment, and Facilities — Describe the personnel qualifications,
equipment to be provided, and numbers of both dedicated to the areas for this
contract. Explain/show the reasoning for the type, number and composition of staff and
equipment for this contract and how the cost of such provides adequate or superior
value to the contract.
1.1.6. Exhibits — The documents within Section D are required to be submitted with the
proposal response and can be referred to throughout the RFP. However, expansion on
all aspects listed above is strongly encouraged. See Document Checklist for more
details.
1.2. COST FILE:
1.2.1. Statement of Offer and Signature — The proposal shall be signed by an individual
authorized to bind the consultant, shall contain a statement to the effect that the
proposal is a firm offer for a 120-day period, and shall contain a statement that the
proposed work will be performed at the "not -to -exceed" price. This will include all
deliverables and meeting attendance as laid out in the scope of work.
1.2.2. All proposals must be submitted according to specifications set forth in this section.
Failure to adhere to these specifications may be cause for rejection of proposal.
1.2.3. Cost File must be submitted separately from the Response File.
2. PROPOSAL EVALUATION AND CONTRACTOR SELECTION — An evaluation panel comprised of
representatives from the requesting department will evaluate all proposals to determine
responsiveness to the RFP. The panel will recommend the selection of the responsible proposer
whose proposal is most advantageous to the City. Accordingly, the City may not necessarily make
an award to the proposer with the highest technical ranking nor award to the Proposer with the
lowest Cost Proposal if doing so would not be in the overall best interest of the City.
The overall criteria is listed below. As proposals are considered by the City to be more equal in their
technical merit, the evaluated cost or price becomes more important so that when technical
proposals are evaluated as essentially equal, cost or price may be the deciding factor.
2.1. SELECTION CRITERIA:
2.1.1. Team Composition: Contractor qualifications, staff qualifications, and number of staff
provided. (Includes but not limited to Section 3 and Exhibits E & GI-G2)
2.1.2. Rotation Schedule: Use and mobilization of resources. Proposed timeline to service all
areas. (Includes but not limited to as described in Section 3 and Exhibit E)
2.1.3. Acknowledgement & Successful Understanding of Scope of Work: Proposed method and
guidelines for adhering to the landscape maintenance requirements to include but not
limited to: Description and clarity of approach in the areas of pro -activeness,
responsiveness, familiarity with common concerns of the LIVID areas and problem
resolution. (Includes but not limited to Exhibits D & J)
2.1.5.References (Included but not limited to Exhibits C, F & 1)
2.1.4. Cost of services provided (Exhibits A & 81-82)
2.1.5.Value: Cost in relation to manpower. What makes the contractor the best candidate to
provide the services requested. (Includes but not limited to Exhibits A, Al, B1, B2, D, G1-
G2)
During the selection process, the evaluation panel may wish to interview proposers with scores
above a natural break. Should an interview process take place the results of the interview will
carry great weight in the selection process. The City reserves the right to make a selection solely
on the basis of the proposals without furthercontact.
SECTION C
Sample Agreement
SAMPLE ONLY
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA
AND
FOR
CON-6
Council Approval Date:
Agenda Item:
Contract Amount:
THIS MAINTENANCE AGREEMENT ("Agreement") is made by and between the CITY OF
SANTA CLARITA, a general law city and municipal corporation ("CITY") and
("CONTRACTOR").
The Parties agree as follows:
CONSIDERATION.
As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
As additional consideration, CONTRACTOR and CITY agree to abide by the terms and
conditions contained in this Agreement; and
A. As additional consideration, CITY agrees to pay CONTRACTOR an amount as set
forth in the attached Exhibit " ,"which is incorporated by reference, for
CONTRACTOR's services. CITY will pay such amount promptly, but not later
than thirty (30) days after receiving CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from , to The
Agreement may be renewed upon mutual consent of the parties.
SCOPE OF SERVICES.
CONTRACTOR will perform services listed in the attached Exhibit "
CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
C. CONTRACTOR guarantees each portion of the services as installed against
defective materials and workmanship for a period of one (1) year from date of
CITY's written acceptance of the work. Promptly upon CITY's request within
that one (1) year period, CONTRACTOR agrees to correct by repair or
replacement without charge to CITY any defects which may appear in the work or
any portion thereof. Notwithstanding the foregoing, all guarantees and warranties
obtained by CONTRACTOR from manufacturers and vendors of equipment used
in the performance of the services shall be extended to CITY's benefit for the full
limit of their terms.
PREVAILING WAGES.
CONTRACTOR's work is considered a "Public Works project" subject to the payment of
prevailing wages. CONTRACTOR stipulates that it shall comply with all applicable wage and
hour laws, including without limitation, California Labor Code §§ 1776 and 1810-1815. Failure
to so comply shall constitute a default under this Contract. Further, all public works projects
valued at $30,000 or more must include an obligation to hire apprentices, unless the craft or trade
does not require the use of apprentices, as indicated in the corresponding prevailing wage
determination. This duty applies to all contractors on a public works project, even if their part of
the project is less than $30,000.
CONTRACTOR and its Subcontractors shall pay to persons performing labor in and about the
project provided for in the Contract Documents an amount equal to or more than the general
prevailing rate of per diem wages for (1) work of a similar character in the locality in which the
Work is performed and (2) legal holiday and overtime work in said locality. The per diem wages
shall be an amount equal to or more than the stipulated rates contained in a schedule that has
been ascertained and determined by the Director of the State Department of Industrial Relations
and Owner to be the general prevailing rate of per diem wages for each craft or type of workman
or mechanic needed to execute this Contract. The prevailing wage rates are available online at
hqp://www.dir.ca. ovg /dlsr. CONTRACTOR shall also cause a copy of this determination of the
prevailing rate of per diem wages to be posted at each Site.
CONTRACTOR shall insert in every subcontract or other arrangement which CONTRACTOR
may make for performance of Work or labor on Work provided for in the Contract, provision
that Subcontractor shall pay persons performing labor or rendering service under subcontract or
other arrangement not less than the general prevailing rate of per diem wages for work of a
similar character in the locality in which the Work is performed, and not less than the general
prevailing rate of per diem wages for holiday and overtime work fixed in the California Labor
Code.
CONTRACTOR and its Subcontractors shall keep an accurate record showing the name of and
actual hours worked each calendar day and each calendar week by each worker employed by him
or her in connection with the Project. The record shall be kept open at all reasonable hours to the
inspection Owner and to the Division of Labor Standards Enforcement.
CONTRACTOR and its Subcontractors must keep accurate payroll records, showing the name,
address, social security number, work classification, straight time and overtime hours worked
each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker,
or other employee employed by him or her in connection with the Work of the Contract
Documents. Each payroll record shall contain or be verified by a written declaration as required
by Labor Code Section 1776.
With each application for payment, CONTRACTOR shall also deliver certified payrolls directly
to the Labor Commissioner in the format prescribed by the Labor Commissioner.
CONTRACTOR shall indemnify, hold harmless and defend (with counsel reasonably acceptable
to CITY) CITY against any claim for damages, compensation, fines, penalties or other amounts
arising out of the failure or alleged failure of any person or entity to pay prevailing wages as
required by law or to comply with the other applicable provisions of Labor Code Sections 1720
et seq. and implementing regulations of the Department of Industrial Relations in connection
with execution of the improvements or any other work undertaken or in connection with the
Public Works project.
PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the
Immigration and Nationality Act (INA), which includes provisions addressing employment
eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire
only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.)
and aliens authorized to work in the U.S. The employer must verify the identity and employment
eligibility of anyone to be hired, which includes completing the Employment Eligibility
Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so
no services or products under the Contract Documents will be performed or manufactured by any
worker who is not legally eligible to perform such services or employment.
FAMILIARITY WITH WORK.
By executing this Agreement, CONTRACTOR represents that CONTRACTOR has:
Thoroughly investigated and considered the scope of services to be performed;
and
Carefully considered how the services should be performed; and
Understands the facilities, difficulties, and restrictions attending performance of
the services under this Agreement.
If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR
has or will investigate the site and is or will be fully acquainted with the conditions
there existing, before commencing the services hereunder. Should
CONTRACTOR discover any latent or unknown conditions that may materially
affect the performance of the services, CONTRACTOR will immediately inform
CITY of such fact and will not proceed except at CONTRACTOR's own risk until
written instructions are received from CITY.
CONTRACTOR represents that the CONTRACTOR agrees to comply with all
applicable federal and state workplace and employment laws including those that
relate to minimum hours and wages, occupational health and safety, workers
compensation insurance and state, county and local orders.
3. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Limits combined single)
$1,000,000/$2,000,000 (aggregate)
$1,000,000
Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit of $1,000,000 per occurrence, $2,000,000
general aggregate, for bodily injury, personal injury, and property damage for the
policy coverage. Liability policies will be endorsed to name City, its officials, and
employees as "additional insureds" under said insurance coverage and to state that
such insurance will be deemed "primary" such that any other insurance that may be
carried by City will be excess thereto. Such insurance will be on an "occurrence,"
not a "claims made," basis and will not be cancelable or subject to reduction except
upon thirty (30) days prior written notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide
thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require
its insurer to modify such certificates to delete any exculpatory wording stating that
failure of the insurer to mail written notice of cancellation imposes no obligation,
and to delete the word "endeavor" with regard to any notice provisions.
E. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against CITY, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by CONTRACTOR for CITY.
F. COVID-19. CONTRACTOR shall ensure its insurance coverages cover claims
and/or losses related to the COVID-19 pandemic to the extent such insurance
coverage is available. If such insurance is unavailable, but becomes available during
the life of the contract, CONTRACTOR shall procure a policy and name the City as
additionally insured.
G. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative, should
CONTRACTOR fail to meet any of the insurance requirements under this
agreement, City may cancel the Agreement immediately with no penalty_
H. Should Contractor's insurance required by this Agreement be cancelled at any point
prior to expiration of the policy, CONTRACTOR must notify City within 24 hours
of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain
replacement coverage that meets all contractual requirements within 10 days of the
prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that
there is no lapse in coverage.
I. Additional insured status. General liability, automobile liability, and
umbrella/excess liability insurance policies shall provide or be endorsed to provide
that CITY and its officers, officials, employees, agents, and volunteers shall be
additional insureds under such policies.
J. Primary/noncontributing. Coverage provided by CONTRACTOR shall be primary
and any insurance or self-insurance procured or maintained by CITY shall not be
required to contribute with it. The limits of insurance required herein may be
satisfied by a combination of primary and umbrella or excess insurance. Any
umbrella or excess insurance shall contain or be endorsed to contain a provision
that such coverage shall also apply on a primary and non-contributory basis for the
benefit of CITY before the CITY' S own insurance or self- insurance shall be called
upon to protect it as a named insured.
4. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
CONTRACTOR furnishes proof of insurance as required under Section 7 of this
Agreement; and
CITY gives CONTRACTOR a written Notice to Proceed.
Should CONTRACTOR begin work in advance of receiving written authorization to
proceed, any such professional services are at CONTRACTOR's own risk.
TERMINATION.
CITY may terminate this Agreement at any time with or without cause.
CONTRACTOR may terminate this Agreement upon providing written notice to CITY at
least thirty (30) days before the effective termination date.
Should the Agreement be terminated pursuant to this Section, CITY may procure on its
own terms services similar to those terminated.
By executing this document, CONTRACTOR waives any and all claims for damages that
might otherwise arise from CITY's termination under this Section.
5. INDEMNIFICATION.
CONTRACTOR shall indemnify, defend, and hold harmless the CITY, and its officers,
employees, and agents ("City indemnitees"), from and against any and all causes of action, claims,
liabilities, obligations, judgments, or damages, including reasonable legal counsels' fees and costs
of litigation ("claims"), arising out of the Contractor's performance of its obligations under this
agreement or out of the operations conducted by Contractor, including the Contractor's active or
passive negligence, except for such loss or damage arising from the sole negligence or willful
misconduct of the CITY. In the event the CITY indemnitees are made a party to any action, lawsuit,
or other adversarial proceeding arising from Contractor's performance of this agreement the
Contractor shall provide a defense to the CITY indemnitees or at the CITY' S option reimburse the
CITY indemnitees their costs of defense, including reasonable legal counsels' fees, incurred in
defense of such claims.
INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will
act as an independent contractor and will have control of all work and the manner in which is it
performed. CONTRACTOR will be free to contract for similar service to be performed for other
employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY
and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY
provides for its employees. Any provision in this Agreement that may appear to give CITY the
right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of
control over the work means that CONTRACTOR will follow the direction of the CITY as to end
results of the work only.
NOTICES.
All notices given or required to be given pursuant to this Agreement will be in writing and
may be given by personal delivery or by mail. Notice sent by mail will be addressed
as follows:
To CITY: City of Santa Clarita
ATTN: Kenneth W. Striplin, City Manager
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR:
When addressed in accordance with this paragraph, notices will be deemed given upon
deposit in the United States mail, postage prepaid. In all other instances, notices
will be deemed given at the time of actual delivery.
Changes may be made in the names or addresses of persons to whom notices are to be
given by giving notice in the manner prescribed in this paragraph.
TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this
Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant, or condition contained in this Agreement, whether of the same or different
character, nor will it be deemed to constitute a continuing waiver.
CONSTRUCTION. The language of each part of this Agreement will be construed simply and
according to its fair meaning, and this Agreement will never be construed either for or against
either party.
SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction
to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary
in the opinion of the court to render such portion enforceable and, as so modified, such portion and
the balance of this Agreement will continue in full force and effect.
CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference
only and will not affect the interpretation of this Agreement.
INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with
the laws of the State of California, and exclusive venue for any action involving this agreement
will be in Los Angeles County.
AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
CITY until executed by the City Manager. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written agreement.
CITY's City Manager may execute any such amendment on behalf of CITY.
ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any
provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions
of this Agreement will govern and control.
FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will immediately
terminate without obligation of either party to the other.
ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement
between CONTRACTOR and CITY respecting maintenance. To the extent that there are
additional terms and conditions contained in Exhibit " " that are not in conflict with this
Agreement, those terms are incorporated as if fully set forth above. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
CONFLICT OF INTEREST. CONTRACTOR will comply with all conflict of interest laws
and regulations including, without limitation, CTTY's conflict of interest regulations.
COVID-19. Prior to execution of the Agreement, the State of California declared a state of
emergency and issued a stay at home order in connection with the COVID-19 pandemic, and the
County of Los Angeles ("County") issued numerous orders relating to COVID-19, including
without limitation an Order to Shelter in Place, originally dated March 17, 2020 (as subsequently
extended and amended, including after the date of the Agreement, the "County Order"). In no
event shall CONTRACTOR be entitled to any additional compensation in connection with any
delay or costs associated with the COVID 19 pandemic, the County Order, or any other
governmental requirements or regulations in connection therewith, whether currently existing or
hereinafter enacted. In the event of any conflict between the terms of this Section and any other
provision of the Agreement, in all events, the terms of this Section shall control.
CONTRACTOR's safety and logistics plans prepared in connection with this Contract
specifically takes into account the COVID-19 Pandemic, the County Order, and all other
governmental requirements or regulations regarding COVID-19 as of the date of the Contract,
including without limitation all safety measures required.
SAFETY OF PERSONS AND PROPERTY. CONTRACTOR shall comply with, and give
notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful
orders of public authorities, bearing on safety of persons or property or their protection from
damage, injury, or loss, including without limitation the County Order and all other
governmental requirements or regulations regarding COVID-19, all as may be amended from
time to time.
ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree
that this Agreement may be transmitted and signed by electronic mail by either/any or both/all
Parties, and that such signatures shall have the same force and effect as original signatures, in
accordance with California Government Code section 16.5 and Civil Code section 1633.7.
(SIGNATURES ON NEXT PAGE)
IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of
FOR CONTRACTOR:
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
M.
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
itz
City Attorney
Date:
CORPORATION:
Print Name & Title
Date:
IF
Fringe Benefit Statement
Contract/Proposal No:
Project Name:
Date:
INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may
be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as
required by collective bargaining agreements) made for employees on the various classes of work are tabulated below.
THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL
BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE.
Classification:
Effective Date:
Subsistence or Travel Pay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
Trust Fund Paid To:(Name)
Address:
Classification:
I Effective ate:
Subsistence or I rave ay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
Trust Fund Paid To:(Name)
Address:
Classification:
Effective Date:
Subsistence or Travel Pay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
1Trust Fund Paid To:(Name)
Address:
Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications be made.
I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND OR PROGRAMS LISTED ABOVE.
City of Santa Clarita Form HC-50 FBS
(Contractor/Subcontractor) By (Name and Title) Signature
SECTION D
Exhibits
EXHIBIT A: COST PROPOSAL
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Fill out this form completely and return with your proposal. Pricing requested is per zone. Each zone
MAY be awarded separately.
Item
No.
Project Site
Column A
Monthly Maintenance Cost
Column B
Annual Maintenance Cost
1.
LIVID Zone T23
$ x 12 months
2.
LIVID Zone T23A
$ x 12 months
3.
LIVID Zone T23B
$ x 12 months
$
Total (Column B)
Total proposed amount annually, in legibly printed words:
EXHIBIT Al: ACACIA SLOPES RESTORATION PROPOSAL (ONE-TIME PROJECT)
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
The City of Santa Clarita, Landscape Maintenance Districts (LIVID) is soliciting proposals to perform a
one-time cleanup of all slopes within LIVID zone T23. The one-time cleanup shall not interfere with
ongoing, routine maintenance activities. The goal is to restore the current condition of the acacia,
shrubs, and raise trim trees as necessary to create separation between plant material. Due to the
varying nature of each slope, contractors shall be responsible for inspecting and evaluating each slope,
and providing an action plan per the specification hereunder:
1. Contractors shall inspect and evaluate each slope:
A. Propose a maximum reduction of height for acacia. The proposed reduction of height
shall be such not to damage, negatively impact the health of the acacia, leave the acacia
without live foliage, etc.
B. Cut back acacia from property fencing and structures, to a minimum of 5' feet clearance.
C. Select prune shrubs
D. Raise trim trees and shrubs to create separation between acacia
2. Equipment and Debris Disposal
A. Contractors are required to have a wood chipper/dump truck combination
B. Contractors are required to have all necessary small equipment to perform efficiently,
small equipment includes, but is not limited to: handsaws, chainsaws, etc.
C. Contractors are required to dispose of all debris generated per the diversion
requirements of this RFP
3. Duration of the Project
The duration of the project shall not exceed six (6) months from the award of the contract date.
Section A
Crew Members
Total Hours for Project
Total Cost for Section A $
Section B
Crew Members
Total Hours for Project
Total Cost for Section B $
Section C
Crew Members
Total Hours for Project
Total Cost for Section C $
Total Cost for Sections A, B, C $
Total Cost in Words
Alternative Pricing
One -Time Cleanup
Duration of Project (in days)
Hourly Rate
Duration of Project (in days)
Hourly Rate
Duration of Project (in days)
Hourly Rate
Section A
Please describe your approach to restoring the slopes in section "A"
Section B
Please describe your approach to restoring the slopes in section "B"
Section C
Please describe your approach to restoring the slopes in section "C"
EXHIBIT B1: ADDITIONAL PRICING — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
DO NOT include this pricing in the cost of your proposal response.
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emergency
Irrigation Laborer
$
per hour
$
per hour
Landscape Laborer
$
per hour
$
per hour
QAC/QAL Herbicide and Pesticide Applicator $
Please initial to verify acknowledgement of labor rates:
per hour N/A
EXHIBIT B1: ADDITIONAL PRICING — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
DO NOT include this pricing in the cost of your proposal response.
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emergency
Irrigation Laborer
$
per hour
$ per hour
Landscape Laborer
$
per hour
$ per hour
QAC/QAL Herbicide and Pesticide Applicator
$
per hour
N/A
Please initial to verify acknowledgement of labor rates:
EXHIBIT B1: ADDITIONAL PRICING — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
DO NOT include this pricing in the cost of your proposal response.
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emergency
Irrigation Laborer
$
per hour
$ per hour
Landscape Laborer
$
per hour
$ per hour
QAC/QAL Herbicide and Pesticide Applicator
$
per hour
N/A
Please initial to verify acknowledgement of labor rates:
EXHIBIT 132: ADDITIONAL PRICING CONTINUED — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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.
ITEM #1 - Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates
will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional
work requested by the City under this contract.
ITEMS #2-5 shall be all inclusive, to include the price of the plant, shrub or tree, and all materials
necessary for panting in the ground.
LINE
UNIT OF
EXTENDED
ITEM
DESCRIPTION
UNIT PRICE
QUANTITY
PRICE
MEASURE
NO.
unit price xquantity)
Price for landscaped
SF
500
1
irrigated slope maintenance
2
Installation of shrub (1 lb
LB
5
container)
Installation of shrub (5 lb container
LB
5
3
Installation of tree (24-inch
IN
2
4
box container)
Installation of tree — (15 lb
IN
2
5
container)
6
SF
500
Removal and disposal of turf
EXHIBIT 132: ADDITIONAL PRICING CONTINUED — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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.
ITEM #1 - Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates
will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional
work requested by the City under this contract.
ITEMS #2-5 shall be all inclusive, to include the price of the plant, shrub or tree, and all materials
necessary for panting in the ground.
LINE
UNIT OF
EXTENDED
ITEM
DESCRIPTION
UNIT PRICE
QUANTITY
PRICE
MEASURE
NO.
unit price xquantity)
Price for landscaped
SF
500
1
irrigated slope maintenance
2
Installation of shrub (1 lb
LB
5
container)
Installation of shrub (5 lb container
LB
5
3
Installation of tree (24-inch
IN
2
4
box container)
Installation of tree — (15 lb
IN
2
5
container)
6
SF
500
Removal and disposal of turf
EXHIBIT 132: ADDITIONAL PRICING CONTINUED — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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.
ITEM #1 - Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates
will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional
work requested by the City under this contract.
ITEMS #2-5 shall be all inclusive, to include the price of the plant, shrub or tree, and all materials
necessary for panting in the ground.
LINE
UNIT OF
EXTENDED
ITEM
DESCRIPTION
UNIT PRICE
QUANTITY
PRICE
MEASURE
NO.
unit price xquantity)
Price for landscaped
SF
500
1
irrigated slope maintenance
2
Installation of shrub (1 lb
LB
5
container)
Installation of shrub (5 lb container
LB
5
3
Installation of tree (24-inch
IN
2
4
box container)
Installation of tree — (15 lb
IN
2
5
container)
6
SF
500
Removal and disposal of turf
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
3) Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
4) Please provide any sustained complaints made to your company within the past four (4) years to
the California State Contractor Board in regards to your Class C-27 California Landscaping
Contractor License.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
*Attach additional pages as necessary.
EXHIBIT E: DESIGNATION OF SUBCONTRCATORS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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
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
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
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-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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.
Name and Address of Owner/Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Started Date Completed
2.
Name and Address of Owner/Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Started Date Completed
3.
Name and Address of Owner/Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Started Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
PROPOSER intends to procure insurance bonds:
EXHIBIT G1: STAFF — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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
License/Certificates
2. Name
License/Certificates
3. Name
Lice nse/Ce rt if i cates
Job Title
Job Title
Job Title
4. Name Job Title
Lice nse/Ce rt if i cates
5. Name Job Title
Lice nse/Ce rt if i cates
6. Name Job Title
Lice nse/Ce rt if i cates
7. Name Job Title
Lice nse/Ce rt if i cates
8. Name Job Title
Lice nse/Ce rt if i cates
9. Name
Lice nse/Ce rt if i cates_
10. Name
Lice nse/Ce rt if i cates
11. Name
Lice nse/Certificates
12. Name
Lice nse/Ce rt if i cates
13. Name
Lice nse/Ce rt if i cates
14. Name
Lice nse/Certificates
15. Name
Lice nse/Ce rt if i cates
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
*Attach additional pages as necessary for additional personnel.
EXHIBIT G1: STAFF — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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
License/Certificates
2. Name
License/Certificates
3. Name
Lice nse/Ce rt if i cates
Job Title
Job Title
Job Title
4. Name Job Title
Lice nse/Ce rt if i cates
5. Name Job Title
Lice nse/Ce rt if i cates
6. Name Job Title
Lice nse/Ce rt if i cates
7. Name Job Title
Lice nse/Ce rt if i cates
8. Name Job Title
Lice nse/Ce rt if i cates
9. Name Job Title
Lice nse/Ce rt if i cates
10. Name
Lice nse/Ce rt if i cates
11. Name
Lice nse/Ce rt if i cates
12. Name
Lice nse/Ce rt if i cates
13. Name
Lice nse/Ce rt if i cates
14. Name
License/Certificates
15. Name
License/Certificates
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
*Attach additional pages as necessary for additional personnel.
EXHIBIT G1: STAFF — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 Job Title
Lice nse/Ce rt if i cates
2. Name
Lice nse/Ce rt if i cates
3. Name
Lice nse/Ce rt if i cates
4. Name
Lice nse/Ce rt if i cates
5. Name
Lice nse/Ce rt if i cates
6. Name
License/Certificates
7. Name
License/Certificates
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
8. Name Job Title
License/Certificates
9. Name Job Title
Lice nse/Ce rt if i cates
10. Name
Lice nse/Ce rt if i cates
11. Name
Lice nse/Ce rt if i cates
12. Name
Lice nse/Ce rt if i cates
13. Name
Lice nse/Ce rt if i cates
14. Name
License/Certificates
15. Name
License/Certificates
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-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23
Supervisors
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Crew #1
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Crew #2
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Specialty Positions
CrewmemberTitle
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Specialty Positions
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23A
Supervisors
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Crew #1
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Crew #2
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Specialty Positions
CrewmemberTitle
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Specialty Positions
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23B
Supervisors
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Crew #1
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Crew #2
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
Specialty Positions
CrewmemberTitle
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Specialty Positions
CrewmemberTitle
Qty. of Weekly Hours
CrewmemberTitle
Qty. of Weekly Hours
EXHIBIT H: EQUIPMENT REQUIREMENTS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
Initials
EXHIBIT I: CERTIFICATIONS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 C-27 License (license number will suffice)
• WeatherTrak irrigation manager, flow manager and OptiFlow training completion
1.
2.
3.
4.
5.
N
7.
F-3
E
10.
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 Landscape Maintenance
for T23, T23A, and T23B. The Contractor will be expected to perform maintenance practices and uphold
the standards herein to the established specifications throughout the length of the contract.
*Supervisor's Signature:
*Estimator's Signature:
*Owner's Signature:
*All three signatures required
Date:
Date:
Date:
EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
Printed Name:
Date:
SECTION E
Attachments
SAMPLE — Specialized Maintenance Program
Reference Guide Daily — Weekly — Monthly
OPERATIONS
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
NOV
DEC
Trash Clean-up
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Daily
Paseo Clean-up
Dail Y
Dail Y
Dail Y
Dail Y
Dail Y
Dail Y
Dail Y
Dail Y
Dail Y
Dail Y
Dail Y
Dail Y
Weed Elimination between Paseo Cracks
WeeklyWeekly
Y
Weekl Y
Weekly
Y
Weekly
Y
Weekl Y
Weekly
Y
Weekly
Y
Weekl Y
Weekly
Y
Weekly
Y
Weekl Y
Chipping all pruned plants - use for mulching on -site
(recycle green waste)
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Monthly
Mulching
MonthlyMonthly
Y
Monthly
Y
Monthly
Y
Monthly
Y
Monthly
Y
Monthly
Y
Monthly
Y
Monthly
Y
Monthly
Y
Monthly
Y
Monthly
Y
Planting (Turf) - If possible aerate first then seed &
As
As
As
As
As
As
As
As
As
As
As
As
top dress as needed
Needed
Needed
I Needed
Needed
Needed
I Needed
Needed
Needed
I Needed
Needed
Needed
I Needed
Soil Renovation
As
As
As
As
As
As
As
As
As
As
As
As
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Add Soil Amendments to Existing Plants
As
As
As
As
As
As
As
As
As
As
As
As
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
Needed
OPERATIONS
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
NOV
DEC
Usual Disease Occurrence Treatment (Turf)
Shubbery Pruning (for shape/health appearance)
Fertilization (Shrubbery) Balanced
Seasonal Plantings (materials extra)
One -Time Cleanup Map — Sections A&B
4)
`"""'SANTA CLARITA
LMD Zone T23
Noah
LANDSCAPE
MAINTENANCE
Updated January 2024
Legend
Landscape
LAYER
Fire Clearance
wn-inigated Landscape
(Weed Ahatema t, Fire
Clearance)
_ Park Area
Sidepanel (Irrigated)
Slope landscape
(Irrigated)
"•T� LMD Zone Scundary
Parcel Outlines
N
200 100 0 200 Feet
Pemr— Cape: K4. 2323.
AI neM1larygyyp
SM1eel GIS mnNn�iw+sewbpi•'oiYaree
Eea'! d SeMe�rrm
GWROJEC9S11SW0199efYAl�Zwrci91JA 2anv I'LAepn
4i)
City °f SANTA CLARITA
LMD Zone T23
North
LANDSCAPE
MAINTENANCE
Updated January 2024
Legend
Landscape
LAYER
Fire Clearance
Non -Irrigated Landscape
(Weed Abatement, Fire
Clearance)
- Park Area
' Sidepanel (Irrigated)
Slope Landscape
(Irrigated)
LMD Zone Boundary
Parcel Outlines
200 100 0 200 Feet
Parcel Data: Copyright April 2023,
Pam Qw.t& County of Los Angeles.
All rights re —d.
Street cent.dines developed & ma —i-d
by City of Santa Clanfa GIS
0:\PROJECTSIASU4011&a1\LMD Zane T231LMD Zone T23.aprx
4i)
City °f SANTA CLARITA
LMD Zone T23
South
LANDSCAPE
MAINTENANCE
Updated January 2024
Legend
Landscape
LAYER
Fire Clearance
Non -Irrigated Landscape
(Weed Abatement, Fire
Clearance)
- Park Area
- Sidepanel (Irrigated)
Slope Landscape
(Irrigated)
:�• LMD Zone Boundary
Parcel Outlines
200 100 0 200 Feet
rcel Data: Copynght April 2023,
rcelQ— & Co-ty of Los Angeles.
\II rights re —d.
itreet centerlines developed & maintained
ry City of Santa Clanta GIS
]:\PROJECTSI SU4011&a1\LMD Zane T231LMD Zone T23.aprx
�o gANTA C<
Coil
�`A+soecEM �
LMD Zone T23A
LANDSCAPES,
PASEO LIGHTPOLES,
& FOOTLIGHTS
Legend
• Foot Lights
• Light Poles
❑ Paseo Bridge
IN-o Paseos
CD Parcel Outlines
®LMD Boundary
Easement Shrub
40 Median Shrub
40 Sidepanel Shrub
Easement Shrub (Non-
Easement Turf
IM Median Turf
440 Median Concrete
40 Parkway
40 Underpass
40 Overpass
N
WE
S
Landscape Information from Huns,ker Engineering
Paseo Information from Gry of Santa Gant, -CIS
P,rml data: Copyright Dec 2009, County of Los Angeles.
All rights reserved.
Street Inforn,tion from Rand McNally & Company
prof-c,s/100504e1/m;Jlmd_t23,y,seo_l,ndscapes and
One -Time Cleanup Map — Section C
4)
`��"`f SANTA CLARTTA
LMD Zone T23
South
LANDSCAPE
MAINTENANCE
Updated lanuary 2024
Legend
Landscape
LAYER
Fire aearance
_ Non -Irrigated Land;ca"
(Weed Abaternen4 Fire
Clearance)
_ Park Area
Sidepanel(Irrigated)
510pe Landscape
(Irrigated)
�'. LMD Zone Soundary
Parcel Outllnes
N
A
200 100 V MFea1
xsoea:C n�Mr xuxa
u a�umx ra�gm�aa �ap.l.a.
�.ec.rea
3u.n a,awn,aw ae.aovea a a�w�aa
iy cry of snne Grlp 1315
yut�JECTi1AiW0118efUAE4M T'�ll.O tam T]Sapr
2024 Holiday Schedule
New Year's Day
Martin Luther King Jr. Day
President's Day
Memorial Day
Monday, January 1
Monday, January 15
Monday, February 19
Monday, May 27
Juneteenth Wednesday, June 19
Independence Day Thursday, July 4
Labor Day Monday, September 2
Columbus & Indigenous People's Monday, October 14
Day
Veterans Day Monday, November 11
Thanksgiving Day
Day after Thanksgiving
1/2 Day for Christmas Eve
Christmas Day
1 /2 Day for New Year's Eve
New Year's Day
Thursday, November 28
Friday, November 29
Tuesday, December 24
Wednesday, December 25
Tuesday, December 31
Wednesday, January 1, 2025
One -Time Cleanup Map — Sections A&B
4)
`"""'SANTA CLARITA
LMD Zone T23
Noah
LANDSCAPE
MAINTENANCE
Updated January 2024
Legend
Landscape
LAYER
Fire Clearance
wn-inigated Landscape
(Weed Ahatema t, Fire
Clearance)
_ Park Area
Sidepanel (Irrigated)
Slope landscape
(Irrigated)
"•T� LMD Zone Scundary
Parcel Outlines
N
200 100 0 200 Feet
Pemr— Cape: K4. 2323.
AI neM1larygyyp
SM1eel GIS mnNn�iw+sewbpi•'oiYaree
Eea'! d SeMe�rrm
GWROJEC9S11SW0199efYAl�Zwrci91JA 2anv I'LAepn
4i)
City °f SANTA CLARITA
LMD Zone T23
North
LANDSCAPE
MAINTENANCE
Updated January 2024
Legend
Landscape
LAYER
Fire Clearance
Non -Irrigated Landscape
(Weed Abatement, Fire
Clearance)
- Park Area
' Sidepanel (Irrigated)
Slope Landscape
(Irrigated)
LMD Zone Boundary
Parcel Outlines
200 100 0 200 Feet
Parcel Data: Copyright April 2023,
Pam Qw.t& County of Los Angeles.
All rights re —d.
Street cent.dines developed & ma —i-d
by City of Santa Clanfa GIS
0:\PROJECTSIASU4011&a1\LMD Zane T231LMD Zone T23.aprx
4i)
City °f SANTA CLARITA
LMD Zone T23
South
LANDSCAPE
MAINTENANCE
Updated January 2024
Legend
Landscape
LAYER
Fire Clearance
Non -Irrigated Landscape
(Weed Abatement, Fire
Clearance)
- Park Area
- Sidepanel (Irrigated)
Slope Landscape
(Irrigated)
:�• LMD Zone Boundary
Parcel Outlines
200 100 0 200 Feet
rcel Data: Copynght April 2023,
rcelQ— & Co-ty of Los Angeles.
\II rights re —d.
itreet centerlines developed & maintained
ry City of Santa Clanta GIS
]:\PROJECTSI SU4011&a1\LMD Zane T231LMD Zone T23.aprx
�o gANTA C<
Coil
�`A+soecEM �
LMD Zone T23A
LANDSCAPES,
PASEO LIGHTPOLES,
& FOOTLIGHTS
Legend
• Foot Lights
• Light Poles
❑ Paseo Bridge
IN-o Paseos
CD Parcel Outlines
®LMD Boundary
Easement Shrub
40 Median Shrub
40 Sidepanel Shrub
Easement Shrub (Non-
Easement Turf
IM Median Turf
440 Median Concrete
40 Parkway
40 Underpass
40 Overpass
N
WE
S
Landscape Information from Huns,ker Engineering
Paseo Information from Gry of Santa Gant, -CIS
P,rml data: Copyright Dec 2009, County of Los Angeles.
All rights reserved.
Street Inforn,tion from Rand McNally & Company
prof-c,s/100504e1/m;Jlmd_t23,y,seo_l,ndscapes and
One -Time Cleanup Map — Section C
4)
`��"`f SANTA CLARTTA
LMD Zone T23
South
LANDSCAPE
MAINTENANCE
Updated lanuary 2024
Legend
Landscape
LAYER
Fire aearance
_ Non -Irrigated Land;ca"
(Weed Abaternen4 Fire
Clearance)
_ Park Area
Sidepanel(Irrigated)
510pe Landscape
(Irrigated)
�'. LMD Zone Soundary
Parcel Outllnes
N
A
200 100 V MFea1
xsoea:C n�Mr xuxa
u a�umx ra�gm�aa �ap.l.a.
�.ec.rea
3u.n a,awn,aw ae.aovea a a�w�aa
iy cry of snne Grlp 1315
yut�JECTi1AiW0118efUAE4M T'�ll.O tam T]Sapr
2024 Holiday Schedule
New Year's Day
Martin Luther King Jr. Day
President's Day
Memorial Day
Monday, January 1
Monday, January 15
Monday, February 19
Monday, May 27
Juneteenth Wednesday, June 19
Independence Day Thursday, July 4
Labor Day Monday, September 2
Columbus & Indigenous People's Monday, October 14
Day
Veterans Day Monday, November 11
Thanksgiving Day
Day after Thanksgiving
1/2 Day for Christmas Eve
Christmas Day
1 /2 Day for New Year's Eve
New Year's Day
Thursday, November 28
Friday, November 29
Tuesday, December 24
Wednesday, December 25
Tuesday, December 31
Wednesday, January 1, 2025
Proposal LMD # 23-24-28
LMD ZONES T23, T23A, and T23 B
Landscape Maintenance
April 5, 2024
Heidi Van Syoc
Regional Manager
hvansyoc@staygreen.com
661-383-6752
Stay Green Inc.
The Natural Choice
For Professional Landscape Services
26415 Summit Circle, Santa Clarita, CA 91350 • (800) 858-5508 • www.staygreen.com
Stay
, Natural ChGreen Inc.
oice
For Professional Landscape Services
04/05/2024
Dear City of Santa Clarita:
Thank you for the opportunity to provide Landscape Maintenance Service LIVID zones T23, T23A, and T2313. We value the
partnership we have built in 36 years with the City of Santa Clarita. We intend to deliver our excellent standard of quality,
customer service, while continuing to improve and beautify the zones T23, T23A, and T23B overall appearance. Along
with constantly striving to save the City money by efficiently monitoring the irrigation system and needs.
Included in the attached proposal is information on Stay Green Inc.'s history of experienced landscaping, the
information outlined in the RFP, including response file, the breakdown of cost file and services provided.
We would like to highlight some important benefits of having the Stay Green Inc. team to service LIVID zones T23, T23A,
and T2313. With the changes we've recently executed and the constant communication, we expect our relationship to only
grow and improve from here. Mike Choate will confirm, we've managed the other areas of the city we've partnered with
him on, down to a science and they work as a well-oiled machine. The intent is to ensure that quality, superb service, and
communication are executed here, as well. Having the above knowledge offers youfaster response and turn -around times,
such as same day repairs.
Our company has won multiple safety and industry recognition awards over the years and we are well versed in safety
procedures. Our crews are familiar in all aspects of safety procedures and what it takes to effectively manage those,
in these high traffic areas.
The project will continue to be led by our Regional Manager Heidi Van Syoc, along with an experienced Account
Manager, Cristopher Hernandez, Production Manager, Alfredo Mora, 2 experienced Crew Leaders along with their crews,
2 Irrigation Technicians.
Contact information is listed below:
Chris Angelo
President/CEO
Changelo@staygreen.com
(661)291-2800 ext. 110
26415 Summit Circle
Santa Clarita, CA 91350
Steve Seely
Chief Operating Officer
Sseely@staygreen.com
(661)291-2800 ext. 108
26415 Summit Circle
Santa Clarita, CA 91350
Heidi Van Syoc
Regional Manager
Hvansyoc@staygreen.com
(661) 383-6752
26935 Furnivall Ave.
Canyon Country, CA 91351
Dispatching team: Canyon Country, CA.
Website: www.staygreen.com
Please do not hesitate to contact us at the information above, if you have any questions.
We look forward to our partnership with you at LIVID zones T23, T23A, and T23B!
Thank you,
Heidi Van Syoc
Stay Green Inc.
TbeNatural Choice
For ProfessionalLandscapeServices
Introduction and Background
Stay Green's pro -active approach to providing quality landscaping services has been a goal that we aim to achieve
year after year. The crews are well organized by their manager who provides direction, communication, training,
and assistance on a schedule, as well as, on a as needed basis. The crew is set up to perform the work as
productively and efficiently, as possible. The work will be performed in a cyclical manner to allow for organized flow
throughout the project. We are always training new staff as part of our bench strength program. Keeping the highest
level of managers on our projects is key to our success.
We use top of the line, eco-friendly equipment that is rotated out based on manufacturers' recommendation. The
equipment assists our team in providing our client a great product. Stay Green Inc. is equipped with additional
equipment not dedicated to the job but, available in a moment's notice. Delays in accomplishing work will not be an
issue. If a backup is needed, we are equipped to step in and handle the additional need for equipment, laborers, or
management. Our enhancement department is equipped to handle work outside of the scope of maintenance. This
helps many of our customers resolve issues, outside of the standard scope of work.
All staff are trained to use all equipment and tools assigned to them. Stay Green Inc. lives by best practices that are
practiced daily. Managers are especially used to train staff members on maintenance tasks, routine and non -routine.
Other examples of best practices are pruning techniques, training the staff, and safety. Managers evaluate the job
sites and walk with the crew leader to make a plan daily.
Stay Green Inc. is family owned and operated. Richard and Charlene Angelo started the company back in 1970. While
the company's headquarters are located in Santa Clarita, we have 12 additional locations in Los Angeles County, Kern
County, Ventura County, Orange County, Riverside County and Catalina Island. Stay Green Inc. has grown over 53 years
through referrals, professionalism, and quality. Stay Green Inc. is recognized as a leading provider of high -quality
landscape services, having achieved a 95% customer retention rate, along with receiving the industry's most prestigious
awards. Stay Green Inc. recently received three "Award of Excellence" awards from the National Association of
Landscape Professionals. We remain committed to continued growth, as well as leadership within the industry.
We consistently implement new technologies and techniques to improve our efficiency and effectiveness. And, since
we were among the first to investigate and adopt environmentally friendly landscaping practices, we continue to inspire
others in our industry to do the same. Utilizing safe chemicals, organic fertilizer, and water conservation programs are
just a few of the initiatives that Stay Green has to offer. To elaborate, in order to help areas that are constricted by city
regulations to decrease their water consumption, we offer plants and techniques that do not compromise the beauty
of the landscape but reduce the requirement of water. Being innovative without sacrificing our service and quality, but
allowing it to be enhanced, is top priority for us as a company. Stay Green Inc. specializes in Landscape Maintenance,
Plant Health Care, Design, and Tree Services thereby eliminating the need for subcontracting work. Not only does Stay
Green Inc. service large commercial businesses, homeowner associations and large health care complexes; we also
handle many city and county landscaping accounts. Since we are a full -service landscape company, we have the ability
to expect and achieve our high standards out in the field.
4 Stay Green Inc.
.4 7he,ti rdreral Choice
por Professional Landscape Services
SCOPE OF WORK
Per the bid specs, Stay Green, Inc. proposes: 2 full time, 5 man crews, will be broken out based on the below bullet
points:
• SGI will complete the necessary work, Monday through Friday.
• 2 on -site irrigation techs will also be provided, throughout the week Monday through Friday, as part of the crew.
• Full rotation schedule and labor hours are provided in this RFP.
• 2 - 5 man crews to focus on weed control, pruning and trimming throughout their rotation section.
• 1 of the 5 man crews will work on the above listed items 4 days a week and mow all zones on the 5th day, as a mow crew.
• Fertilizer throughout the zones will be applied twice a year, upon signed city proposals.
• Crew and irrigation tech will report any issues with the landscaping directly to the Production Manager and the
Account Manager, so the City is aware of them.
• Account and Production Manager will be in charge of the crew in these zones, to assure that all requirements are
met for landscape services.
Turf Maintenance
Mowing: Turf shall be mowed on a scheduled basis to maintain a neat appearance and to promote healthy growth.
Cool season turf shall be cut to at least 2 % inches in height during warm seasons and reduced to 2 inches in height
during cool seasons. Warm season turf shall be cut to at least 1% inches in height year round. Turf shall be cut at a
uniform height. Turf shall be cut with sharp blades at all times. Mowing patterns shall be changed weekly to avoid
rutting of turf areas. Care shall be exercised during the mowing operation to prevent damage to trees and other
obstacles in the lawn areas. No mowing shall be performed in wet conditions.
Edging: All turf edges adjacent to any hardscape and shrub/groundcover areas shall be trimmed as needed, to
maintain a neat appearance. A mulch buffer zone of approximately 17 inches in diameter shall be maintained around
all trees in turf areas. Care shall be exercised with regard to the use of edgers and weed -eaters to prevent damage to
trees, building surfaces, walls, headboard, light fixtures, signage, etc.
Irrigation: Repeat run and soak cycles based on the soil type and slope by zone shall be programed to maximize
water penetration and minimize runoff. Soil in turf areas shall be allowed sufficient time to dry prior to mowing in
order to minimize turf compaction. Regular and routine inspections of all irrigation systems to ensure uniform
coverage. Regularly inspect and adjust, as needed so sidewalks, fences, buildings, etc. are not getting wet. Comply to
all government water regulations and restrictions. Irrigation system must be set to ensure uniform moisture needs,
as needed. A soil probe/moisture sensor shall be used to re-evaluate moisture needed, as needed. Soil will be dried
prior to all mowing.
Weed control: All turf areas will be kept weed free, with no visible weeds.
Ground Cover
Irrigation: Repeat run and soak cycles based on the soil type by zone shall be programed to maximize water
penetration and minimize runoff. Soil in turf areas shall be allowed sufficient time to dry prior to mowing in order to
minimize turf compaction. Regular and routine inspections of all irrigation systems to ensure uniform coverage.
Regularly inspect and adjust, as needed so sidewalks, fences, buildings, etc. are not getting wet. Comply to all
government water regulations and restrictions. Irrigation system must be set to ensure uniform moisture needs, as
needed. A soil probe/moisture sensor shall be used to re-evaluate moisture needed, as needed.
Edging and Trimming: Groundcover adjacent to curbs, paved areas, shrubs, trees, and other miscellaneous objects in
groundcover areas shall be edged as needed to maintain a neat, clean, well-defined edge. A 4-inch to 6-inch bare area shall
be maintained between ground cover and curb.
Weed Control: Weed Control shall be maintained so that all groundcover areas are reasonably weed free and no obvious
weeds are left visible. Weeds shall be controlled with suitable pre- and/or post -emergent herbicides, as well as with selective
and/or contact herbicides. Hand pulling and/or mechanical removal may also be necessary.
Shrubs and Hedges
Pruning: Pruning of shrubs shall be performed to attain maximum desired effect or purpose while retaining as much of the
natural characteristics or branching as possible. Shrubs shall be pruned as required for safety, removal of broken or diseased
branches, general containment or appearance. Pruning at the correct time of year is essential to maximize flowering
potential. After flowering, remove any spent blooms or flower stalks. The landscape, building design, as well as the Owner's
preferences dictates the type of pruning to be done. SGI practices are as follow:
A. Natural Shape- The intent is to emphasize the natural form of the shrub. Initially "pinch prune" to keep compact and
develop structure. Ultimately remove, as needed old stems to rejuvenate. Avoid shearing, which will eliminate flowering
wood and destroy character.
B. Natural Hedge -The intent is to develop a loose, informal appearing hedge.
C. Formal Hedge- It is the intent of these shrubs to have straight, crisp edges.
Weed Control: Weed Control shall be maintained so that all shrub areas are reasonably weed free and no obvious
weeds are left visible. Weeds shall be controlled with suitable pre- and/or post- emergent herbicides, as well as with
selective and/or contact herbicides. Hand pulling and/or mechanical removal may also be necessary.
Tree Maintenance
Included Trees: Trees shall be pruned back to clear all roads to achieve safety for all pedestrians and vehicles. Trees
less than a height of twelve (12) feet shall be routinely maintained as necessary to maintain and encourage the natural
form and shape. Trees over twelve feet shall be monitored by SGI Tree Care Division, for necessary pruning in order to
maintain tree health, appearance, and over-all safety. SGI will notify Owner of recommended action, price, and timing
of work to be done on a separate "Work Order" form.
Tree Pruning: Pruning shall be done to eliminate diseased or damaged growth; to eliminate weak branch attachment
angles; to reduce wind damage by thinning -out the canopy and to encourage a natural growth pattern of each specific
variety.
Staking and Guying: While in place, stakes and guys shall be inspected and adjusted, as needed, to prevent girding
damage to trunk and limbs. All tree ties and guys shall be loosened to allow tree to flex, allowing for the trunk to
strengthen. Staking and guying shall be eliminated as rapidly as trees become self-supporting under normal
environmental conditions.
Weed Control: A buffer zone of approximately 17 inches in diameter shall be maintained for trees located in turf areas
and are to be kept weed free. Weeds shall be controlled with suitable pre- and/ or post -emergent herbicides,
as well as with selective and/or contact herbicides. Hand pulling and/or mechanical removal may also be necessary.
Mulching: For trees located in turf areas, SGI will mulch the tree buffer zone, which will help reduce water consumption,
enhance soil nutrition and improve tree vigor.
All zones will be fertilized twice a year, to produce healthy growth and maintain consistent color.
Hardscape Maintenance: All common area hardscape will be cleaned and maintained in accordance with the
maintenance schedule. Cracks in curbs and gutters will be sprayed for weed control. All will be clean on landscape
debris.
General Maintenance: Landscaped areas and sidewalks will be clean and cleared of all landscape debris, fallen leaves
and trash. Drain areas, ditches and swales will be kept free of dirt and debris. Drainage issues will be reported
promptly, along with a monthly report detailing conditions, status, concerns and/or issues.
General Irrigation Maintenance: Damage caused by SGI will be repaired at no cost to the City. All irrigation systems
will be routinely inspected and maintained — at least once per month — to ensure proper operation. All sprinkler
heads, valves, pressure reducers, etc. will be regularly adjusted and cleaned, as necessary. Watering schedule to be
routinely evaluated and adjusted, based on seasonality, plant material, location, water restrictions, etc. Preventative
maintenance will be performed, as needed.
Rodent and Pesticides
Gopher control that has a detrimental effect on the landscape is not included in this contract. It does not include
indoor pests or the control of animals that do not directly affect the landscape such as raccoons, opossums, feral
cats, etc. All applications of pest control will be performed by properly licensed operators in compliance with all
applicable codes, laws and regulations.
Pesticides: Procedures for Application of Pesticides: Pest populations shall be monitored by SGI and
recommendations for control shall be forwarded to Owner. SGI will perform such work upon approval, by Owner, of
a separate "Work Order" form. Pesticides used shall be of the least toxic available which will be consistent with good
pest management and practices and results. In the event that a pesticide application is approved, the Owner shall be
notified per schedule of all chemical applications. Owner will be notified of any deviations from this schedule.
Pesticides shall be applied at times, which limit the possibility of contamination from climatic and other factors.
Applicator shall monitor forecasted weather to limit potential runoff of treated areas and possibly of contamination.
When water is required to increase pesticide efficiency, it shall be applied only in quantities of which area is capable
of receiving without runoff. Care shall be taken in transferring and mixing pesticides to prevent contamination
outside of the target areas.
Waste Removal
SGI is responsible for the removal of all waste and debris generated by the landscape operations.
General Clean Up
Cleanup in all zones, to remove debris created by landscape operation shall be provided by SGI and maintained in
accordance with maintenance schedule. Cracks in curbs and gutters shall be sprayed to control weeds.
Annual Color
SGI shall provide a material proposal, at the request of the City, for planting annual color in designated areas.
Watering shall be accomplished, as required, to promote optimum growth. Care shall be exercised to prevent eroding
of soil and excess drainage from containers on the hardscape.
Remove dead or faded blossoms, stems, foliage, and trash to encourage blooming and maintain a
neat appearance. Fertilize annual color plants regularly with consideration of plant and soil needs.
SGI, at no additional expense to Owner, shall remove plants due to diseases.
Insurance and Licenses — SGI shall produce and maintain in force with duly licensed insurance carriers for the
Term and for a period of twelve (12) months thereafter: (i) Commercial General Liability insurance coverage of at
least One Million Dollars ($1,000,000) single limit bodily injury coverage and property damage and at least Two
Million Dollars ($2,000,000) for all claims in the aggregate and (ii) Worker's Compensation insurance coverage
adequate to comply with all statutory requirements covering all persons employed by SGI in connection with this
Agreement, with such policy including an employer liability endorsement. SGI shall provide Company with
certificates of insurance including the Company and its parent companies as additional insured on the
Commercial General Liability insurance policy evidencing the foregoing insurance coverage, including any
required renewals of such coverage, and provide that such coverage will not be cancelled or the subject of a
material adverse amendment without at least thirty (30) days prior written notice to Company. Upon any
cancellation and/or material adverse amendment of any insurance policy required hereby, and prior to the
effective date thereof, SGI shall deliver replacement insurance to Company. All such insurance policies required
to be maintained hereunder shall be primary, occurrence based and shall not require contribution from any
coverage maintained by Company and shall not contain, without Company's prior written consent, any special or
non -customary exclusions.
Licenses: Landscape Contractor, Certified Arborist, Pest Control Advisor and Pest Control Operator
licenses shall be maintained by SGI's as required by the state of California. Information is below and Photocopies of
licenses will be provided upon request.
Contractor's license C-27, C-61 License #346620
California Department of Pesticide Regulation License #30475
County of Los Angeles Agricultural Pest Control Registration Certificate #1000122
PCA, QAL, QAC, Arborists, Certified Tree Workers Licenses
4 Stag Green Inc.
,be Natund Choice .4 for ProfessionalCandscape Services
Maintenance Schedule
Per the bid specs, Stay Green, Inc. proposes: 2 full time, 5 man crews, will be broken out based on the below bullet
points:
• SGI will complete the necessary work, Monday through Friday.
• 2 on -site irrigation techs will also be provided, throughout the week Monday through Friday, as part of the
crew.
• Full rotation schedule and labor hours are provided in this RFP.
• 2 - 5 man crews to focus on weed control, pruning and trimming throughout their rotation section.
• 1 of the 5 man crews will work on the above listed items 4 days a week and mow all zones on the 5th day, as a
mow crew.
• Fertilizer throughout the zones will be applied twice a year, upon signed city proposals.
• Crew and irrigation tech will report any issues with the landscaping directly to the Production Manager and the
Account Manager, so the City is aware of them.
• Account and Production Manager will be in charge of the crew in these zones, to assure that all requirements
are met for landscape services.
Stays Green Inc.
•� beNatural Choice
For Professional Landscape Services
Personnel, Equipment and Facilities
Personnel
2- 5 man crews, will be broken out based on the below bullet points:
SGI will complete the necessary work, Monday through Friday.
2 on -site irrigation techs will also be provided, throughout the week Monday through Friday, as part of
the crew.
• Full rotation schedule and labor hours are provided in this RFP.
Uniforms and Safety
All employees of SGI shall be U.S. citizens or properly documented resident aliens and each is subject to professional
appearance and performance, with at least 1 English speaking member per each crew. Employees will wear a
standard work uniform provided by SGI, which will include a safety vest at all times. All safety equipment including,
PPE such as: safety glasses, hearing protection, safety vests will be provided by SGI, as required for each job. Safety
cones and sign boards (when applicable) shall be used while working. Safety cones shall always be set in the front and
at the rear of the SGI vehicles. No standing or riding in the back of truck or trailer.
SGI shall comply with all Safety, OSHA requirements, local and federal requirements which are not listed within these
specifications.
Equipment
Each crew shall have the following equipment:
Proper equipment required to perform pruning tasks including hand pruners, loppers, saws, pole
pruners and chainsaws
• Commercial Grade Battery Powered Leaf Blowers
• All maintenance supplies for proper equipment operation
• Garden Spading Forks
• Shovels
• Rakes
• Scoop Shovels (various sizes and shapes)
• Commercial Grade Chipper
• Safety equipment such as head, eye and ear protection, work boots. Body protection such as
chaps should also be used when operating chainsaws
• Irrigation controller remotes and transmitters; particularly WeatherTrak
• All the required tools and equipment to make minor and major irrigation repairs
• Gasoline powered pressure washer as needed to remove gum, sap and other undesirable items
from walkway and medians.
• All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and
safety wear shall be Cal -OSHA approved.
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, California
1) 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.)
2) In the year of 2021, what was the longest stretch of days worked without an accident in the landscape
maintenance division?
286 days
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 violaion of alleged heat injury and illness reporting requirment, SGI
promplty appealed. Matter was resolved, aid 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 Class C-27 California Landscaping
Contractor License.
While no direct complaint against SGI has been filed with the CSLB, a brief suspension
of the C-27 license was administered durina the aaaeal of the Cal-Osha all
set forth above. The matter was promptly resolved, and the license was reinstated.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Stay Green, Inc. is without a doubt the best choice for the landscape maintenance of
zone T23. In business for 53 years and worked with the City of Santa Clarita for 36
of those. Stay Green, Inc. has extensive experience in maintaining City zones,
both new and old. Our vast knowledge base is unsurpassed, are invaluable to
both the City of Santa Clarita and its residents. Stay Green Inc. has maintained
zones in the_ast and is ve familiar with scope of work. This background
knowledge and experience cannot be understated, as these areas are high -visibility
In addition to the knowledae base of our field staff. our manaaerial staff has decades
of combined knowledge in managing City ones and their many intricacies.
Knowing the high profile of these areas, and the eyes that are on them at all times,
means that resentation must always be at the forefront of everything we do. Stay
Green Inc prides itself in providinc the hiiicihhest quality standards, with the most
skilled employees in the indusify. We constantly train all our employees in OSHA
and ANSI safety standards, by holding weekly safety tailgate meetings and a yearly
equipment training. 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 employes are trained annually chemical application, and are certified
spray technicians. All crew leaders and irrigation techs are supplied with the most
current smartphones with the ability call/text information at any time. In addition,
they are all trained in and have the Weathertrak app installed for use at any time.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Our irrigation techs go through annual training in asll aspects of irrigation design, installation, and
repair. They are also well versed in all irrigation . controller types, management, and are certified
Weathertrak operators, with more than 25 years of experience between them. Our strop
management staff includes an Account Manager and a Production Manager, that constantly see
these areas and keep eyes on potential issues before they become one, in taking a rho -active
approach.
Our constant presence in the SCV at anv given time and our well trained staff gives us the abilitv
to react fast to any situation. We are well versed and experienced in managing the events that
often times require quick reaction to close backflows and or adjust timers. We believe that these
qualities best suit Stay Green to provide the best possible service and impeccable maintenance
for zone T23.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clorito, 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?
Stay Green, Inc. is without a doubt the best choice for the landscape maintenance of
zone T23A. In business for 53 years and worked with the City of Santa Clarita for 36
of those. Stay Green, Inc. has extensive experience in maintaining City zones,
both new and old. Our vast knowledge base is unsurpassed, are invaluable to
both the Cite of Santa Clarita and its residents. Stay Green Inc. has maintained
zones in the past and is very familiar with scope of work. This background
knowledge and experience cannot be understated, as these areas are high -visibility
In addition to the knowledge base of our field staff, our managerial staff has decades
of combined knowledge in managing City -zones and their many intricacies.
Knowia the high profile of these areas, 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 hiiicihhest quality standards, with the most
skilled employees in the industry. We constantly train all our employees in OSHA
and ANSI safety standards, byoldinc�weekIvsafety tailgate meetings and a yearly
equipment training. Our vehicles are outfitted with the correct markings, liqhtinq,
and safety precautions that meet or exceed the City's public works/traffic requirements
All of our employees are trained annually chemical application, and are certified
spray technicians. All crew leaders and irri ation techs are supplied with the most
current smartphones with the ability call/text information at any time. In addition,
they are all trained in and have the Weathertrak app installed for use at any time.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Our irrigation techs go through annual training in asll aspects of irrigation design, installation, and
repair. They are also well versed in all irrigation controller types, management, and are certified
Weathertrak operators, with more than 25 years of experience between them. Our strong
management staff includes an Account Manager and a Production Manager, that constantly see
these areas and keep eyes on potential issues before they become one, in taking a pro -active
approach.
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 events that
often times require quick reaction to close backflows and or adjust timers. We believe that these
qualities best suit Stay Green to provide the best possible service and impeccable maintenance
for zone T23A.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Stay Green, Inc. is without a doubt the best choice for the landscape maintenance of
zone T23B. In business for 53 rears and worked with the City of Santa Clarita for 36
of those. Stay Green, Inc. has extensive eex eriance in maintaining City zones,
both new and old. Our vast knowledge base is unsurpassed, are invaluable to
both the City of Santa Clarita and its residents. Stay Green Inc. has maintained
zones in the past and is very familiar with scope of work. This background
knowledge and experience cannot be understated, as these areas are high -visibility
In addition to the knowledge base of our field staff, our managerial staff has decades
of combined knowledge in managing City zones and their many intricacies.
! nowiRg the high profile of these areas, 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, 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. Our vehicles are outfitted with the correct markings, lighting,
and ANSI safety standards, bar holdinac weeklr safety tailgate meetings and a yearly
All of our emr)lovees are trained annuallv in chemical aaDlication. and are certified
spray technicians. All crew leaders and irri ation techs are supplied with the most
current smartahones with the ability to call/text information at anv time. In addition.
their are all trained in and have the Weathertrakk a p installed for use at any time.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Our irrigation techs go through annual training in asll aspects of irrigation design, installation, and
repair. They are also well versed in all irrigation controller types, management, and are certified
Weathertrak operators, with more than 25 years of experience between them. Our strong
management staff includes an Account Manager and a Production Manager, that constantly see
these areas and keep eyes on potential issues before they become one, in taking a pro -active
approach.
Our constant presence in the SCV at anv given time and our well trained staff gives us the abiliti
to react fast to any situation. We are well versed and experienced in managing the events that
often times require quick reaction to close backflows and or adjust timers. We believe that these
qualities best suit Stay Green to provide the best possible service and impeccable maintenance
for zone T2313.
*Attach additional pages as necessary.
EXHIBIT E: DESIGNATION OF SUBCONTRCATORS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, 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 ofthe
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-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 Fontana / 16489 Orange Way Fontana, CA 92335
Name and Address of Owner /Agency
Brian Clements - (909) 350-6771 / bclements@fontana.org
Name and Telephone Number of Person Familiar with Project
$2,118,310 Landscape Maintenance 02/01/2023 Active
Contract Amount Type of Work Date Started Date Completed
2. Eastvale Public Right of Way / 13820 Schleisman Road, Eastvale CA 92880
Name and Address of Owner /Agency
Travis Viseth - (951) 727-3524 / tviseth(a)icsd.us
Name and Telephone Number of Person Familiar with Project
$1,182,750 Landscape Maintenance 07/01/2015
Contract Amount
Type of Work Date Started
Active
Date Completed
3. City of Rancho Palos Verdes / 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275
Name and Address of Owner /Agency
Juan Hernandez - (310) 544-5221 / jhernandez@rpvca.gov
Name and Telephone Number of Person Familiar with Project
$1,200,000 Landscape Maintenance 02/2017 Active
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 - Jennifer Ochs - 213-689-2456
EXHIBIT G1: STAFF — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, 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 Cristopher Hernandez Job Title Account Manager
License/Certificates I Spray tech, Weathertrak Certification, reclaimed water and CIT
2. Name Alfredo Mora Job Title Production Manager
License/Certificates Irrigation tech and spray tech
3. Name Paco Perez Job Title Crew Leader
License/Certificates Irrigation tech and spray tech
4. Name Wilmer Vllleda Job Title Gardener
License/Certificates Spray tech
s. Name Wilson Reyes Job Title Gardener
License/Certificates Spray tech
6. Name Flavio Gomez Job Title Gardener
License/Certificates Spray tech
7. Name Vicente Lopez Job Title Gardener
License/Certificates Spray tech
s. Name Junior Rodriguez Job Title Crew Leader
License/Certificates Spray tech
9. Name Lenny Santiago Job Title Gardener / Mow Crew
License/Certificates Spray tech
10. Name
License/Certificates Spray tech
Job Title Gardener / Mow Crew
11. Name Raul Alvarado Job Title Gardener / Mow Crew
License/Certificates Spray tech
12. Name Frank Palacios Job Title Gardener / Mow Crew
License/Certificates Spray tech
13. Name Sean McCormick Job Title Arborist
License/Certificates Certified Arborist - WE 13274A and Tree Risk Assessment Qualification (�
14. Name Luis Ponce Job Title Irrigation Manager
License/Certificates CLIA, CIT, CWM, QWEL, Weathertrak, Hydropoint-all
15. Name Jose Luis Ramirez Job Title Irrigation Tech
License/Certificates CIT, irrigation tech and spray tech
*Attach additional pages as necessary for additional personnel.
EXHIBIT G1: STAFF — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, 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 Cristopher Hernandez Job Title Account Manager
License/Certificates Spray tech, Weathertrak, reclaimed water and CIT
2. Name Alfredo Mora
License/Certificates Irrigation tech and spray tech
3. Name Paco Perez
License/Certificates Irrigation tech and spray tech
Job Title Production Manager
Job Title Crew Leader
4. Name Wilmer Villeda Job Title Gardener
License/Certificates Spray tech
s. Name Wilson Reyes Job Title Gardener
License/Certificates Spray tech
6. Name Flavio Gomez Job Title Gardener
License/Certificates Spray tech
7. Name Vicente Lopez Job Title Gardener
License/Certificates Spray tech
s. Name Junior Rodriguez Job Title Crew Leader
License/Certificates Spray tech
9. Name Lenny Santiago Job Title Gardener / Mow Crew
License/Certificates Spray tech
10. Name Rodolfo Cruz
License/Certificates Spray tech
11. Name Raul Alvarado
License/Certificates Spray tech
Job Title Gardener / Mow Crew
Job Title Gardener / Mow Crew
12. Name Frank Palacios Job Title Gardener / Mow Crew
License/Certificates Spray tech
13. Name Sean McCormick Job Title Arborlst
License/Certificates Certified Arborist - WE 13274A, tree risk assessment qualification (TRAQ)
14. Name Luis Ponce Job Title Irrigation Manager
License/Certificates CLIA, CIT, CWM, QWEL, Weathertrak, Hydropoint-all
15. Name Jose Luis Ramirez Job Title Irrigation Tech
License/Certificates CIT, irrigation tech and spray tech
*Attach additional pages as necessary for additional personnel.
EXHIBIT G1: STAFF — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, 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 Cristopher Hernandez Job Title Account Manager
License/Certificates Spray tech, weathertrak, reclaimed water and CIT
2. Name Alfredo Mora Job Title Production Manager
License/Certificates Irrigation tech and spray tech
3. Name Paco Perez
Job Title Crew Leader
License/Certificates Irrigation tech and spray tech
4. Name Wilmer Villeda
Job Title Gardener
License/Certificates Spray
tech
s. Name Wilson Reyes
Job Title Gardener
License/Certificates Spray
tech
6. Name Falvio Gomez
Job Title Gardener
License/Certificates Spray
tech
7. Name Vicente Lopez
Job Title Gardener
License/Certificates Spray
tech
s. Name Sean McCormick
Job Title Arborist
License/Certificates Certified Arborist - WE 13274A, tree risk assessment qualification JRAQ)
9. Name Luis Ponce
Job Title Irrigation Manager
License/Certificates CLIA, CIT, CWM, QWEL, Weathertrak, Hydropoint-all
10. Name Jose Luis Ramirez
Job Title Irrigation Tech
License/Certificates CIT, irrigation tech and spray tech
11. Name Job Title
License/Certificates
12. Name Job Title
License/Certificates
13. Name
License/Certificates
14. Name
License/Certificates
15. Name
License/Certificates
Job Title
Job Title
Job Title
*Attach additional pages as necessary for additional personnel.
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23
Supervisors
Crewmember Title Account Manager
Qty. of Weekly Hours 1
Crewmember Title Production Manager
Qty. of Weekly Hours 2
Crew #1
Crewmember Title Crew Leader
Qty. of Weekly Hours 40
Crewmember Title Gardener
Qty. of Weekly Hours 40
Crewmember Title Gardener
Qty. of Weekly Hours 40
Crewmember Title Gardener
Qty. of Weekly Hours 40
Total 160
Crew #2
Crewmember Title Crew Leader
Qty. of Weekly Hours 40
Crewmember Title Mow Crew - total 5 men
Qty. of Weekly Hours 15
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Total 55
Specialty Positions
Crewmember Title Irrigation Tech
Qty. of Weekly Hours 24
Crewmember Title Irrigation Assistant
Qty. of Weekly Hours 8
Total 32
Specialty Positions
Crewmember Title Spray Tech
Qty. of Weekly Hours 5
Crewmember Title Arborlst
Qty. of Weekly Hours 3
Total Labor Hours T23: 247
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23A
Supervisors
Crewmember Title Account Manager
Qty. of Weekly Hours 1
Crewmember Title Production Manager
Qty. of Weekly Hours 1.5
Crew #1
Crewmember Title Crew Leader
Qty. of Weekly Hours 24
Crewmember Title Gardener
Qty. of Weekly Hours 24
Crewmember Title Gardener
Qty. of Weekly Hours 24
Crewmember Title Gardener
Qty. of Weekly Hours 24
Total 96
Crew #2
Crewmember Title Gardener
Qty. of Weekly Hours 24
Crewmember Title MOW Crew - total 5 men
Qty. of Weekly Hours 15
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Total 39
Specialty Positions
Crewmember Title Irrigation Tech Qty. of Weekly Hours 10
Crewmember Title Irrigation Assistant Qty. of Weekly Hours 5
Total 15
Specialty Positions
Crewmember Title Spray tech
Crewmember Title Arborlst
Qty. of Weekly Hours 3
Qty. of Weekly Hours 2
Total Labor Hours T23A: 150
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23B
Supervisors
Crewmember Title Account Manager
Qty. of Weekly Hours 1
Crewmember Title Production Manager
Qty. of Weekly Hours 1
Crew #1
Crewmember Title Crew Leader
Qty. of Weekly Hours 8
Crewmember Title Gardener
Qty. of Weekly Hours 8
Crewmember Title Gardener
Qty. of Weekly Hours 8
Crewmember Title Gardener
Qty. of Weekly Hours 8
Total 32
Crew #2
Crewmember Title Gardener
Qty. of Weekly Hours 8
Crewmember Title Mow Crew - total 5 men
Qty. of Weekly Hours 10
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Total 18
Specialty Positions
Crewmember Title Irrigation Tech
Qty. of Weekly Hours 6
Crewmember Title Irrigation Assistant
Qty. of Weekly Hours 2
Total 8
Specialty Positions
Crewmember Title Spray tech
Qty. of Weekly Hours 1
Crewmember Title Arborlst
Qty. of Weekly Hours 1
Total Labor Hours T2313: 58
EXHIBIT H: EQUIPMENT REQUIREMENTS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, 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, toppers, 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:
HVS
Initials
EXHIBIT I: CERTIFICATIONS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, 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 C-27 License (license number will suffice)
• WeatherTrak irrigation manager, flow manager and OptiFlow training completion
1. Stay Green Inc. - CSLB - C-27, C-61 and D49 / License #346620
2. Cristopher Hernandez - CIT #246484 Weathertrak (Basic), recycled water, spray tech
3. PCA #73173
4. QAL #98566
5. Francisco Lopez - Weathertrak (Basic), recycled water, irrigation tech and spray tech
6. Luis Ponce - CLIA, CIT, CWM, QWEL, Weathertrak/hydropoint-all
7. Jesus Rodriquez - QAC
8. Sean McCormick - Certified Arborist and Tree Risk Assessment Qualification (TRAQ) - WE 13274A
a
10.
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarito, 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 T23, T23A, and T23B. The Contractor will be expected to perform maintenance practices and uphold
the standards herein to the established specifications throughout the length of the contract.
*Supervisor's Signature: I� Ct.�1i C'i Date: 04/05/2024
*Estimator's Signature: 1/Cri?� G Date:04/05/2024
*Owner's Signature: �� Date: 04/05/2024
61
*All three signatures required
EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence
for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will
be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability
policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said
insurance coverage and to state that such insurance will be deemed "primary" such that any other
insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO
Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims
made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written
notice to CITY.
c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a
"claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT
will continue to renew the insurance for a period of at least three (3) years after this Agreement expires
or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of
any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this
Agreement was in effect.
d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance
of the insurance required under this Agreement, including endorsements, and such other evidence of
insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must
be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best
Company Rating of at least "A:VII."
e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected
or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the
workers compensation policy which arise from work performed by CONSULTANT for CITY.
f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation.
Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that
there is no lapse in coverage.
h. The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature: !/ Date: 04/05/2024
Printed Name: Heidi Van S
A—di—Wur
, The 1�atural Ch} Stay Green Inc.
,oice
For ProfessionalLandscape Services
2023 Award of Excellence
r
NATIONAL SILVER
�I )\/ A-=ATfON OF 2023 Awartl et ExcaRar�ce
,/�� LAN95SA�[ Stay Green lrc
f /\1 vNpsasatoNAls rar o,e: a.� r..�i,e�n� NOA
COMPANIES
BEST LAWN CAPE OPERATORS
& LANDSCAPE CONTPACTOPS �
Stay green Inc.
The Natural Choice
For Professional Landscape Services
n
far • _ _ _ . _ t7
j v
�
Week 7
f
Week 1
i
fv
Week 2
�rJ(YA
PL
¢�
SAiti'I'A C:LARI'I:1,
LMD Zone T23
t North
i+ LANDSCAPE
+ MAINTENANCE
Updated January 2024
Legend
Week 3 Landscape
+ LAYER
Fre 4Psranoe
_ Nan-Irrw3Mee Lands ape
+ ('Need Abstwwt, Fire
Clearance)
,4U R kA.
((-igabd)
Slope Landscape
x o (Irrigated)
LMR Zone 6wndary
Parcel cum—
,!
r �r
� J
I
n tin+.
N
Week 6
xo r«� o arm F.wi
o
f61s _
Week
Weekly Rotation Map - Zone T23
Summer/Fall - Weekly Mowing Qf Turf. Winter- Bi-Weekly.
Streetscape Maintenance Seca Canyon - Weekly
•Ann ual F ertiI ¢ing - (Slopes)
•Bi-Annual Fertil¢ing- ffurf/Roses/Streetsapes)
•Spring PreLEmergens. t to all weed abatement area
•Tree Wei VPlanter M ulching- Spring
•Weed Abatement -Spring, priortn deadline. Crewwillthen oontinueto address
a try weeds in abatement areas as they move th rough an area.
• drain Maintenance - Ann ual ly as crews work t h ro ugh each area.
•Mulching areas as provided by the city per rotation.
Park to be checked weekly
4C
Week 1
Stag Green Inc.
The Natural Choice
Fo r Professi onal Landscape Services
Week 2 .
F ;
Week 3
tl♦ � �
i
C-4'`fSANTA CLARI-EA
. ice;-{,;' •,
LM D Zo n e T2 3 A
FIF#0
LANDSCAPES,
- —
PASEO UG HTPOLES,
'a�+r
&FOOTLIGHTS
t-eyend
Fo t UgNts.
Lb* POL's
Pxac �radga
`Paws
WeeklyRotation Iva torte 723A
R —
�`'
+5ummerf Fall - Weekly MowiagLXTurf. Winter- Bi-Weekly.
P,.wE ouanw
chi Mo 5unam
+5treetscape MainteNrice On Banyan - Weeld
+Annual Fertilizing - (Slopes)
ment t,
Medmn rub
+Bi-Annual FerkiliAng - (Turf/RasesfStreetscapesa
+fir sxlepaml Shrub
*Spring pre -Emergent to all weed abatement areas.
Easement Shrub ftriArripated)
+TreeWeIIfPlanterMulching- Spring
4wEa MrltTurf
Median Turf
+Drain Maintenance - Annually as crem work t�rough each area-
41W k4odk3rt Concra
rMulching areas as provided by the city per ratatlon.
r'afk+av
Peals tabe checked weekly
awQ ems
0
�`-.. kM1 s -- on t0.ro.Saar�r.margr s�.
by �
IL_ A 1 � _ _�-x Wtix[6'i4:1GCiC4Imi1�1JC1�1¢®KJMiGiiCRS ^�0
Stay Green Inc.
The Natural Choice
For ProfessionalLandscape Services
7l R*N fY51W1mMO—i.x T2
LM O Zone T-236 r
air wir-Wli ffm)w VToI:M1�+l�
d6yn "r tiWnkF}
a ru71 Grn#Ky�R�]
Olt
t
JL
o � e
jr IL
Ards= AA
s �
a d y
t 4!
8lieeatdal�w� �_+�� A.`.
1l�ta �4l7RY L�lT7
Addendum No. 1
March 6, 2024
Addendum No. 1
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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. PRE -PROPOSAL MEETING - CLARIFICATION
A non -mandatory, pre -proposal meeting to discuss the required scope of work will be held at 9:00 AM
(PT) on March 18, 2024, via Zoom. Please disregard the meeting time listed in page 4 of the RFP
package. Meeting details are below.
https://santaclarita.zoom.us/o/81243644439
Meeting ID: 812 4364 4439
Passcode: 530438
One tap mobile:
+16694449171„81243644439# US
+12532158782„81243644439# US (Tacoma)
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
klC� G 04/05/2024
Contractor's Representa e Date
Stay Green Inc.
Company Name
9:A1Z01 -11W.1I►vI.]WI:IWzIWI3
Addendum No. 2
March 20, 2024
Addendum No. 2
RFP # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
This addendum must be acknowledged via BidNet and should be included with the bid response.
There was a non -mandatory, pre -bid meeting on March 18, 2024 beginning at 9:00 AM(PT). The meeting
was presented via Zoom.
Attending Staff:
• Fernando Mendoza - Landscape Maintenance Specialist, Special Districts
• Michele Arima - Administrative Assistant, Special Districts
• Mariela Delgado - Buyer, Administrative Services
Attending Vendors:
• Evelyn Trinidad, Marina Landscaping
• Jose Perez, Arboristas Inc
• Ron McRae, Oakridge Landscaping
The following questions were asked and answered:
Q1) Is the proposal/pricing for the Acacia slope work required to be included with the proposal
response?
Al) No, providing a proposal for the Acacia slope work is optional and separate.
The following was reviewed:
• Project scope of work
• Bidding Guidelines
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
", 14G � G 04/05/2024
Contractor's Representqovre Date
Stay Green Inc.
Company Name
9:Al9•1 -11W.1I►vI.W1:1WzIWI3
U� !SANTA0L�rY
4
OGrynfO %5 oECEM9E� �41
Addendum No. 3
RFP # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Addendum No-3
March 27, 2024
This addendum must be acknowledged via BidNet and should be included with the bid response.
I. UPDATES TO SCOPE OF WORK
The following updates have been made to the various sections within the Scope of Work:
UPDATE #1— SECTION 1. INTRODUCTION, PARAGRAPH THREE:
Replace paragraph 3 with the following:
The RFP shall be all-inclusive for labor hours and equipment, meaning: Contractor shall at his cost
provide all the labor and equipment necessary for the provision of grounds, irrigation and
landscape maintenance services. Including but not limited to irrigation repairs minor and major,
annual color replacement, shrub, tree, and groundcover planting, spreading mulch (approx.1,000
cubic yards), all fuel modification and weed abatement, litter pick-up, doggie litter removal, trash
bag removal and replacement, turf aerification, turf renovation/verti-cutting, turf overseeding,
micro-nutrients/soil amendments. All supplies and parts will be paid by the LIVID at the
Contractor's price plus a maximum markup of 15%.
UPDATE #2 —SECTION 19.1, SUBSECTION "e"
Replace subsection "e" with the following:
Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods
for control shall incorporate the following:
Mulch application to 3" layer maximum (approx. 1,000 cubic yards annually)
(1) Hand removal
(2) Cultivation
(3) Chemical eradication using non -residual herbicides
UPDATE #3 — SECTION 20.1, SUBSECITON "d"
Replace subsection "d" with the following:
Tree Replacement: All trees permanently damaged as a result of action or inaction by the
contractor will be replaced as provided for under Section 5 with the identical species of tree
existing previously, unless otherwise notified in writing by Special Districts. The need for and the
size of replacement will be determined by Special Districts at the monthly maintenance
inspection meeting or upon written notification. Size of the replacement shall be of a like size.
Substitutions will require prior written
approval by Special Districts. Original plans and specifications should be consulted to insure
correct identification of species. The City will require the installing contractor to fulfill a
warranty period and then the maintenance contractor will be responsible thereafter. If the
landscape contractor plants additional trees, it will be considered "extra work cost."
a1.101 0160KAIllI11PI& ,WIV
Addendum No-3
March 27, 2024
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
b/�04/05/2024
Contractor's Representati Date
Stay Green Inc.
Company Name
a1.101l0160WAIllI11PI& ,IWIV
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
1) 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.)
2) In the year of 2021, what was the longest stretch of days worked without an accident in the landscape
maintenance division?
286 days
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 violaion of alleged heat injury and illness reporting requirment, SGI
promplty 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 Class C-27 California Landscaping
Contractor License.
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 allegations___
set forth above. The matter was promptly resolved, and the license was reinstated. ___
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Stay Green, Inc. is without a doubt the best choice for the landscape maintenance of
zone T23. In business for 53 years and worked with the City of Santa Clarita for 36
of those. Stay Green, Inc. has extensive experiance in maintaining City zones,
both new and old. Our vast knowledge base is unsurpassed, are invaluable to
both the Citv of Santa Clarita and its residents. Stav Green Inc. has maintained
zones in the past and is very familiar with scope of work. This background
knowledge and experience cannot be understated, as these areas are high -visibility
In addition to the knowledge base of our field staff, our managerial staff has decades
of combined knowledge in managing City zones and their many intricacies.
Knowing the high profile of these areas, 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 providinq the hiqhest qualitv standards, 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. 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 in 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 are all trained in and have the Weathertrak app installed for use at any time.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Our irrigation techs go through annual training in asll aspects of irrigation design, installation, and
repair. They are also well versed in all irrigation controller types, management, and are certified
Weathertrak operators, with more than 25 years of experience between them. Our strong_
management staff includes an Account Manager and a Production Manager, that constantly see
these areas and keep eyes on potential issues before they become one, in taking a pro active
approach.
Our constant presence in the SCV at anv aiven time and our well trained staff aives us the abilitv
to react fast to any situation. We are well versed and experienced in managing the events that
often times require quick reaction to close backflows and or adjust timers. We believe that these
qualities best suit Stay Green to provide the best possible service and impeccable maintenance
for zone T23.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Stay Green, Inc. is without a doubt the best choice for the landscape maintenance of
zone T23A. In business for 53 years and worked with the City of Santa Clarita for 36
of those. Stay Green, Inc. has extensive experiance in maintaining City zones,
both new and old. Our vast knowledge base is unsurpassed, are invaluable to
both the City of Santa Clarita and its residents. Stay Green Inc. has maintained
zones in the past and is very familiar with scope of work. This background
knowledge and experience cannot be understated, as these areas are hick. hh-visibility
In addition to the knowledge base of our field staff, our managerial staff has decades
of combined knowledge in managing City zones and their many intricacies.
Knowing the high profile of these areas, 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, 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. 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 in 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 are all trained in and have the Weathertrak app installed for use at any time.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Our irrigation techs go through annual training in asll aspects of irrigation design, installation, and
repair. They are also well versed in all irrigation controller types, management, and are certified
Weathertrak operators, with more than 25 years of experience between them. Our strong
management staff includes an Account Manager and a Production Manager, that constantly see
these areas and keep eyes on potential issues before they become one, in taking a pro -active
approach.
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 events that
often times require quick reaction to close backflows and or adjust timers. We believe that these
qualities best suit Stay Green to provide the best possible service and impeccable maintenance
for zone T23A.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Green. Inc. is without a doubt the best choice for the landscape maintenance of
zone T23B. In business for 53 years and worked with the City of Santa Clarita for 36
of those. Stav Green. Inc. has extensive exi)eriance in maintainina Citv zones
both new and old. Our vast knowledge base is unsurpassed, are invaluable to
both the City of Santa Clarita and its residents. Stay Green Inc. has maintained
zones in the past and is very familiar with scope of work. This background
knowledge and experience cannot be understated, as these areas are h g_-visibility
In addition to the knowledge base of our field staff, our managerial staff has decades
of combined knowledge in managing City zones and their many intricacies.
Knowing the high profile of these areas, 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, 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. Our vehicles are outfitted with the correct markings, lighting,
and ANSI safety standards, by holding weekly safety tailgate meetings and ayearly _
All of our emplovees are trained annuallv in chemical aaDlication. and are certified
spray technicians. All crew leaders and irrigation techs are supplied with the most
current smartahones with the abilitv to call/text information at anv time. In addition
they are all trained in and have the Weathertrak app installed for use at any time.
*Attach additional pages as necessary.
EXHIBIT D: PROACTIVE APPROACH FORM — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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?
Our irrigation techs go through annual training in asll aspects of irrigation design, installation, and
repair. They are also well versed in all irrigation controller types, management, and are certified
Weathertrak operators, with more than 25 years of experience between them. Our stron
management staff includes an Account Manager and a Production Manager, that constantly see
these areas and keep eyes on potential issues before they become one, in taking a pro -active
approach.
Our constant presence in the SCV at anv aiven time and our well trained staff aives us the ability
to react fast to any situation. We are well versed and experienced in managing the events that
often times require quick reaction to close backflows and or adjust timers. We believe that these
qualities best suit Stay Green to provide the best possible service and impeccable maintenance
for zone T23B.
*Attach additional pages as necessary.
EXHIBIT E: DESIGNATION OF SUBCONTRCATORS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 Fontana / 16489 Orange Way Fontana, CA 92335
Name and Address of Owner /Agency
Brian Clements - (909) 350-6771 / bclements fontana.oM
Name and Telephone Number of Person Familiar with Project
$2,118,310 Landscape Maintenance 02/01 /2023 Active
Contract Amount Type of Work Date Started Date Completed
2. Eastvale Public Right of Way / 13820 Schleisman Road, Eastvale CA 92880
Name and Address of Owner /Agency
Travis Viseth - (951) 727-3524 / tvisethOksd.us
Name and Telephone Number of Person Familiar with Project
$1,182,750 Landscape Maintenance 07/01/2015
Contract Amount
Type of Work Date Started
Active
Date Completed
3. City of Rancho Palos Verdes / 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275
Name and Address of Owner /Agency
Juan Hernandez - (310) 544-5221 / jhernandez@rpvca.gov
Name and Telephone Number of Person Familiar with Project
$1,200,000 Landscape Maintenance 02/2017 Active
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 - Jennifer Ochs - 213-689-2456
EXHIBIT G1: STAFF — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 Cristopher Hernandez Job Title Account Manager
License/Certificates I Spray tech Weathertrak Certification, reclaimed water and CIT
2. Name Alfredo Mora
License/Certificates Irrigation tech and spray tech
3. Name Paco Perez
Job Title Production Manager
Job Title Crew Leader
License/Certificates Irrigation tech and spray tech
4. Name Wilmer Villeda
License/Certificates Spray tech
Job Title Gardener
5. Name Wilson Reyes Job Title Gardener —
Lice nse/Ce rtificates Spray tech
6. Name Flaylo Gomez Job Title Gardener
License/Certificates Spray tech
7. Name Vicente Lopez _ Job Title Gardener
License/Certificates Spray tech
8. Name Junior Rodriguez Job Title Crew Leader
License/Certificates Spray tech
9. Name Lenny Santiago Job Title Gardener / Mow Crew
Lice nse/Certificates_ Spray tech
10. Name
License/Certificates Spray tech
Job Title Gardener / Mow Crew
11. Name Raul Alvarado Job Title Gardener / Mow Crew
License/Certificates Spray tech
12. Name Frank Palacios Job Title Gardener / Mow Crew
License/Certificates Spray tech
13. Name Sean McCormick
Job Title Arborist
License/Certificates Certified Arborist - WE 13274A and Tree Risk Assessment Qualification (TRAQ)
14. Name Luis Ponce
Job Title Irriqation Manaqer
License/Certificates CLIA, CIT, CWM, QWEL, Weathertrak, Hydropoint-all
15. Name Jose Luis Ramirez
Job Title Irrigation Tech
License/Certificates CIT, irrigation tech and spray tech
*Attach additional pages as necessary for additional personnel.
EXHIBIT G1: STAFF — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 Cristopher Hernandez Job Title Account Manaqer
License/Certificates Spray tech, Weathertrak, reclaimed water and CIT
2. Name Alfredo Mora Job Title Production Manager
License/Certificates Irrigation tech and spray tech
3. Name Paco Perez Job Title Crew Leader
License/Certificates Irrigation tech and spray tech
4. Name Wilmer Villeda Job Title Gardener
License/Certificates Spray tech
5. Name Wilson Reyes Job Title Gardener
License/Certificates Spray tech
6. Name Flavio Gomez Job Title Gardener
License/Certificates Spray tech _
7. Name Vicente Lopez Job Title Gardener
License/Certificates Spray tech _
s. Name Junior Rodriguez Job Title Crew Leader
License/Certificates Spray tech
9. Name Lenny Santiago Job Title Gardener / Mow Crew
License/Certificates Spray tech
10. Name Rodolfo Cruz Job Title Gardener / Mow Crew
License/Certificates Spray tech
11. Name Raul Alvarado Job Title Gardener / Mow Crew
License/Certificates Spray tech
12. Name Frank Palacios Job Title Gardener / Mow Crew
License/Certificates Spray tech
13. Name Sean McCormick Job Title Arborist
License/certificates Certified Arborist - WE 13274A, tree risk assessment qualification (TRAQ)
14. Name Luis Ponce _ Job Title Irrigation Manager
License/Certificates CLIA, CIT, CWM, QWEL, Weathertrak, Hydropoint-all _
15. Name Jose Luis Ramirez Job Title Irrigation Tech
License/Certificates CIT, irrigation tech and spray tech
*Attach additional pages as necessary for additional personnel.
EXHIBIT G1: STAFF — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 Cristopher Hernandez Job Title Account Manager
License/Certificates Spray tech, weathertrak, reclaimed water and CIT
2. Name Alfredo Mora Job Title Production Manager
License/Certificates Irrigation tech and spray tech
3. Name Paco Perez
Job Title Crew Leader
License/Certificates Irrigation tech and spray tech
4. Name Wilmer Villeda
Job Title Gardener
License/Certificates Spray tech
5. Name Wilson Reyes
Job Title Gardener
License/Certificates Spray tech
6. Name Falvio Gomez
Job Title Gardener
License/Certificates Spray tech
7. Name Vicente Lopez
Job Title Gardener
License/Certificates Spray tech
_ Y
8. Name Sean McCormick
Job Title Arborist
License/Certificates Certified Arborist - WE 13274A, tree risk assessment qualification (TRAQ)
9. Name Luis Ponce Job Title Irrigation Manager
License/Certificates CLIA, CIT, CWM, QWEL, Weathertrak, Hydropoint-all
10. Name Jose Luis Ramirez_ Job Title —Irrigation Tech
License/Certificates CIT, irrigation tech and spray tech
11. Name Job Title
License/Certificates
12. Name Job Title
License/Certificates
13. Name Job Title
License/Certificates
14. Name
License/Certificates
15. Name
License/Certificates
Job Title
Job Title
*Attach additional pages as necessary for additional personnel.
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23
Supervisors
Crewmember Title Account Manager
Qty. of Weekly Hours 1
Crewmember Title Production Manager
Qty. of Weekly Hours 2
Crew #1
Crewmember Title Crew Leader
Qty. of Weekly Hours 40
Crewmember Title Gardener
Qty. of Weekly Hours 40
Crewmember Title Gardener
Qty. of Weekly Hours 40
Crewmember Title Gardener
Qty. of Weekly Hours 40
Total 160
Crew #2
Crewmember Title Crew Leader
Qty. of Weekly Hours 40
Crewmember Title Mow Crew -total 5 men
Qty. of Weekly Hours 15
Crewmember Title
Qty. of Weekly Hours _
Crewmember Title
Qty. of Weekly Hours _
Total 55
Specialty Positions
Crewmember Title Irrigation Tech
Qty. of Weekly Hours 24
Crewmember Title Irriiation Assistant
Qty. of Weekly Hours 8
Total 32
Specialty Positions
Crewmember Title Spray Tech
Qty. of Weekly Hours 5
Crewmember Title Arborist
Qty. of Weekly Hours 3
Total Labor Hours T23: 247
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23A
Supervisors
Crewmember Title Account Manager
Qty. of Weekly Hours 1
Crewmember Title Production Manager
Qty. of Weekly Hours 1_5
Crew #1
Crewmember Title Crew Leader
Qty. of Weekly Hours 24
Crewmember Title Gardener
Qty. of Weekly Hours 24
Crewmember Title Gardener
Qty. of Weekly Hours 24
Crewmember Title Gardener
Qty. of Weekly Hours 24
Total 96
Crew #2
Crewmember Title Gardener
Qty. of Weekly Hours 24
Crewmember Title MOW Crew - total 5 men
Qty. of Weekly Hours 15
Crewmember Title
Qty. of Weekly Hours _
Crewmember Title
Qty. of Weekly Hours _
Total 39
Specialty Positions
Crewmember Title Irrigation Tech
Qty. of Weekly Hours 10
Crewmember Title Irriiation Assistant
Qty. of Weekly Hours 5
Total 15
Specialty Positions
Crewmember Title Spray tech
Qty. of Weekly Hours 3
Crewmember Title Arborist
Qty. of Weekly Hours 2
Total Labor Hours T23A: 150
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Fill out this form for each zone Labor time proposed is time working on site and does not include travel
time. Attach additional pages as necessary for additional personnel.
ZONE: T23B
Supervisors
Crewmember Title Account Manager
Crewmember Title Production Manager
Crew #1
Crewmember Title Crew Leader
Crewmember Title Gardener
Crewmember Title Gardener
Crewmember Title Gardener
Crew #2
Crewmember Title Gardener
Crewmember Title Mow Crew -total 5 men
Crewmember Title
Crewmember Title
Specialty Positions
Crewmember Title Irrigation Tech
Crewmember Title Irrigation Assistant
Specialty Positions
Crewmember Title Spray tech
Crewmember Title Arborist
Qty. of Weekly Hours
Qty. of Weekly Hours
Qty. of Weekly Hours 8
Qty. of Weekly Hours 8
Qty. of Weekly Hours 8
Qty. of Weekly Hours 8
Total 32
Qty. of Weekly Hours 8
Qty. of Weekly Hours 10
Qty. of Weekly Hours _
Qty. of Weekly Hours _
Total 18
Qty. of Weekly Hours 6
Qty. of Weekly Hours 2
Total 8
Qty. of Weekly Hours 1
Qty. of Weekly Hours 1
Total Labor Hours T23B: 58
EXHIBIT H: EQUIPMENT REQUIREMENTS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
HVS
Initials
EXHIBIT I: CERTIFICATIONS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 C-27 License (license number will suffice)
• WeatherTrak irrigation manager, flow manager and OptiFlow training completion
1. Stay Green Inc. - CSLB - C-27, C-61 and D49 / License #346620
2. Cristopher Hernandez - CIT #246484 Weathertrak (Basic), recycled water, spray tech
3. PCA #73173 _
4. QAL #98566 _
5. Francisco Lopez - Weathertrak (Basic recycled water, irrigation tech and spray tech
6. Luis Ponce - CLIA, CIT, CWM, QWEL, Weathertrak/hydropoint-all
7. Jesus Rodriguez - QAC
8. Sean McCormick - Certified Arborist and Tree Risk Assessment Qualification LTRAQ) - WE 13274A
a
10.
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 Landscape Maintenance
for T23, T23A, and T23B. The Contractor will be expected to perform maintenance practices and uphold
the standards herein to the established specifications throughout the length of the contract.
*Supervisor's Signature: Date:04/05/2024
*Estimator's Signature: v C�I1i C'i Date:04/05/2024
*Owner's Signature: �� Date: 04/05/2024
*All three signatures required
EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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 11 8S 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: Q�C !/CLO'li aDate: 04/05/2024
Printed Name: Heidi Van
Addendum No. 1
March 6, 2024
Addendum No. 1
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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. PRE -PROPOSAL MEETING - CLARIFICATION
A non -mandatory, pre -proposal meeting to discuss the required scope of work will be held at 9:00 AM
(PT) on March 18, 2024, via Zoom. Please disregard the meeting time listed in page 4 of the RFP
package. Meeting details are below.
https://santaclarita.zoom.us/o/81243644439
Meeting ID: 812 4364 4439
Passcode: 530438
One tap mobile:
+16694449171„81243644439# US
+12532158782„81243644439# US (Tacoma)
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
klC� G 04/05/2024
Contractor's Representa e Date
Stay Green Inc.
Company Name
9:A1Z01 -11W.1I►vI.]WI:IWzIWI3
Addendum No. 2
March 20, 2024
Addendum No. 2
RFP # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
This addendum must be acknowledged via BidNet and should be included with the bid response.
There was a non -mandatory, pre -bid meeting on March 18, 2024 beginning at 9:00 AM(PT). The meeting
was presented via Zoom.
Attending Staff:
• Fernando Mendoza - Landscape Maintenance Specialist, Special Districts
• Michele Arima - Administrative Assistant, Special Districts
• Mariela Delgado - Buyer, Administrative Services
Attending Vendors:
• Evelyn Trinidad, Marina Landscaping
• Jose Perez, Arboristas Inc
• Ron McRae, Oakridge Landscaping
The following questions were asked and answered:
Q1) Is the proposal/pricing for the Acacia slope work required to be included with the proposal
response?
Al) No, providing a proposal for the Acacia slope work is optional and separate.
The following was reviewed:
• Project scope of work
• Bidding Guidelines
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
", 14G � G 04/05/2024
Contractor's Representqovre Date
Stay Green Inc.
Company Name
9:Al9•1 -11W.1I►vI.W1:1WzIWI3
U� !SANTA0L�rY
4
OGrynfO %5 oECEM9E� �41
Addendum No. 3
RFP # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Addendum No-3
March 27, 2024
This addendum must be acknowledged via BidNet and should be included with the bid response.
I. UPDATES TO SCOPE OF WORK
The following updates have been made to the various sections within the Scope of Work:
UPDATE #1— SECTION 1. INTRODUCTION, PARAGRAPH THREE:
Replace paragraph 3 with the following:
The RFP shall be all-inclusive for labor hours and equipment, meaning: Contractor shall at his cost
provide all the labor and equipment necessary for the provision of grounds, irrigation and
landscape maintenance services. Including but not limited to irrigation repairs minor and major,
annual color replacement, shrub, tree, and groundcover planting, spreading mulch (approx.1,000
cubic yards), all fuel modification and weed abatement, litter pick-up, doggie litter removal, trash
bag removal and replacement, turf aerification, turf renovation/verti-cutting, turf overseeding,
micro-nutrients/soil amendments. All supplies and parts will be paid by the LIVID at the
Contractor's price plus a maximum markup of 15%.
UPDATE #2 —SECTION 19.1, SUBSECTION "e"
Replace subsection "e" with the following:
Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods
for control shall incorporate the following:
Mulch application to 3" layer maximum (approx. 1,000 cubic yards annually)
(1) Hand removal
(2) Cultivation
(3) Chemical eradication using non -residual herbicides
UPDATE #3 — SECTION 20.1, SUBSECITON "d"
Replace subsection "d" with the following:
Tree Replacement: All trees permanently damaged as a result of action or inaction by the
contractor will be replaced as provided for under Section 5 with the identical species of tree
existing previously, unless otherwise notified in writing by Special Districts. The need for and the
size of replacement will be determined by Special Districts at the monthly maintenance
inspection meeting or upon written notification. Size of the replacement shall be of a like size.
Substitutions will require prior written
approval by Special Districts. Original plans and specifications should be consulted to insure
correct identification of species. The City will require the installing contractor to fulfill a
warranty period and then the maintenance contractor will be responsible thereafter. If the
landscape contractor plants additional trees, it will be considered "extra work cost."
a1.101 0160KAIllI11PI& ,WIV
Addendum No-3
March 27, 2024
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
b/�04/05/2024
Contractor's Representati Date
Stay Green Inc.
Company Name
a1.101l0160WAIllI11PI& ,IWIV
EXHIBIT B1: ADDITIONAL PRICING — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
DO NOT include this pricing in the cost of your proposal response.
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emereency
Irrigation Laborer
Landscape Laborer
QAC/QAL Herbicide and Pesticide Applicator
$ 60 per hour
$ 55 per hour
$ 65 per hour
$ 90 per hour
$82.50 per hour
N/A
Please initial to verify acknowledgement of labor rates: HVS _
EXHIBIT B1: ADDITIONAL PRICING — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
DO NOT include this pricing in the cost of your proposal response.
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emereency
Irrigation Laborer
Landscape Laborer
$ 60 per hour
$ 55 per hour
QAC/QAL Herbicide and Pesticide Applicator $ 65 per hour
Please initial to verify acknowledgement of labor rates: HVS _
$ 90 per hour
$82.50 per hour
N/A
EXHIBIT B1: ADDITIONAL PRICING — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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:
DO NOT include this pricing in the cost of your proposal response.
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emereency
Irrigation Laborer
Landscape Laborer
$ 60 per hour
$ 55 per hour
QAC/QAL Herbicide and Pesticide Applicator $ 65 per hour
Please initial to verify acknowledgement of labor rates: HVS _
$ 90 per hour
$82.50 per hour
N/A
EXHIBIT 132: ADDITIONAL PRICING CONTINUED — Zone T23
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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.
ITEM #1 - Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates
will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional
work requested by the City under this contract.
ITEMS #2-5 shall be all inclusive, to include the price of the plant, shrub or tree, and all materials
necessary for panting in the ground.
LINE
UNIT OF
EXTENDED
ITEM
DESCRIPTION
MEASURE
UNIT PRICE
QUANTITY
PRICE
NO.
unit price xquantity)
1
Price for landscaped
SF
$
500
$90 00
irrigated slope maintenance
2
Installation of shrub (1 lb
LB
5
container)
$16.50
$82.50
3
Installation of shrub (5 lb container
LB
$50.00
5
$250.00
4
Installation of tree (24-inch
IN
2
box container)
$510.00
$1,020.00
Installation of tree — (15 lb
IN
2
5
container)
$220.00
$440.00
6
SF
500
Removal and disposal of turf
$.06
$30.00
EXHIBIT 132: ADDITIONAL PRICING CONTINUED — Zone T23A
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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.
ITEM #1 - Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates
will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional
work requested by the City under this contract.
ITEMS #2-5 shall be all inclusive, to include the price of the plant, shrub or tree, and all materials
necessary for panting in the ground.
LINE
UNIT OF
EXTENDED
ITEM
DESCRIPTION
MEASURE
UNIT PRICE
QUANTITY
PRICE
NO.
unit price xquantity)
1
Price for landscaped
SF
$ 18
500
$90.00
irrigated slope maintenance
2
Installation of shrub (1 lb
LB
5
container)
$16.50
$82.50
3
Installation of shrub (5 lb container
LB
$50.00
5
$82.50
4
Installation of tree (24-inch
IN
2
box container)
$510.00
$1,020.00
Installation of tree — (15 lb
IN
2
5
container)
$220.00
$440.00
6
SF
500
Removal and disposal of turf
$.06
$30.00
EXHIBIT 132: ADDITIONAL PRICING CONTINUED — Zone T23B
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
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.
ITEM #1 - Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates
will not be used in evaluating the proposal, but may be used in evaluating cost estimates for additional
work requested by the City under this contract.
ITEMS #2-5 shall be all inclusive, to include the price of the plant, shrub or tree, and all materials
necessary for panting in the ground.
LINE
UNIT OF
EXTENDED
ITEM
DESCRIPTION
MEASURE
UNIT PRICE
QUANTITY
PRICE
NO.
unit price xquantity)
Price for landscaped
SF
500
1
irrigated slope maintenance
$• 18
$90.00
2
Installation of shrub (1 lb
LB
5
container)
$16.50
$82.50
3
Installation of shrub (5 lb container
LB
$50.00
5
$250.00
4
Installation of tree (24-inch
IN
2
box container)
$510.00
$1,020.00
Installation of tree — (15 lb
IN
2
5
container)
$220.00
$440.00
6
SF
500
Removal and disposal of turf
$.06
$30.00
EXHIBIT A: COST PROPOSAL
PROPOSAL # LMD-23-24-28
Landscape Maintenance for T23, T23A, and T23B
City of Santa Clarita, California
Fill out this form completely and return with your proposal. Pricing requested is per zone. Each zone
MAY be awarded separately.
Item
No.
Project Site
Column A
Monthly Maintenance Cost
Column B
Annual Maintenance Cost
1.
LIVID Zone T23
$ 37,636.36 _x 12 months
$451,636.32
2.
LIVID Zone T23A
$ 19,883.36 _x 12 months
$238,600.32
3.
LMD Zone T23B
$ 6,391.08 x 12 months
$76,692.96
Total (Column B)
$766,929.60
Total proposed amount annually, in legibly printed words:
Seven hundred, sixty-six thousand, nine hundred twenty-nine and sixty cents.