HomeMy WebLinkAbout2024-09-24 - AGENDA REPORTS - LMD ZONE T8 CONTRO
Agenda Item: 7
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: Li
'
DATE: September 24, 2024
SUBJECT: LANDSCAPE MAINTENANCE CONTRACT FOR LMD ZONE T8
DEPARTMENT: Administrative Services
PRESENTER: Andrew Adams
RECOMMENDED ACTION
City Council:
1. Award a contract to Marina Landscape Services, Inc., to provide landscape maintenance
services for Landscape Maintenance District Zone T8 (Valencia Summit) for a two-year
contract amount not to exceed $1,249,896.
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 amount, inclusive of as -
needed expenditure authority, plus an adjustment in compensation consistent with the
appropriate Consumer Price Index, upon request of the contractor, and contingent upon the
appropriation of funds by the City Council in the annual budget for such fiscal year.
3. Authorize the City Manager or designee to execute all contracts and associated documents,
subject to City Attorney approval.
4. Appropriate a one-time budget increase in Fiscal Year 2024-25 from the Landscape
Maintenance District Fund Balance (Fund 357) to expenditure account 3572418-516110 in
the amount of $41,181.
5. Appropriate an ongoing budget increase, beginning in Fiscal Year 2025-26, of $54,908 from
the Landscape Maintenance District Fund Balance (Fund 357) to expenditure account
3572418-516110.
6. Find that the award of contract 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. 41
O
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-24-25-06 for the
maintenance of LMD Zone T8 (Valencia Summit) was published and circulated via the City's
e-procurement system, BidNet, on August 1, 2024.
The City transmitted the solicitation to 841 vendors on BidNet, of which 69 vendors downloaded
the RFP. Six 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%)
As a result, Marina Landscape Services, Inc. (Marina) received the highest score. Marina
demonstrated a strong understanding of the landscaping complexities in LMD Zone T8 and
presented a comprehensive approach to a rotation schedule specifically tailored to the area's
unique demands, as understood by Special District staff. Marina earned the maximum points in
the categories of "Team Composition," "Acknowledgement and Understanding," and "Rotation
Schedule." Additionally, Marina achieved the top ranking in the "Value Provided" category,
surpassing all other submissions, as evidenced by their responses to detailed questions
addressing the complexities of the maintenance areas.
Page 2
Packet Pg. 42
O
Each firm's final ranking is as follows:
COMPANY
LOCATION
POINTS
AWARDED
ANNUAL
COST
Marina Landscape Services, Inc.
Stevenson Ranch, CA
293
$534,948
Stay Green, Inc.
Santa Clarita, CA
285
$596,501
American Heritage Landscape
Canoga Park, CA
251
$520,128
Venco Western
Oxnard, CA
240
$512,258
Mariposa Landscape, Inc.
Irwindale, CA
225
$788,808
JAS Landscape, LLC
Oxnard, CA
197
$550,740
Staff completed a due -diligence review of Marina'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 Marina.
To support the contract, staff is requesting an ongoing appropriation of $54,908 for LMD Zone
T8. This ongoing base adjustment reflects rising fuel and industry labor costs, as well as an
increase in weekly manpower within the zones. The recommended contract amount is essential
for Marina to perform monthly landscape maintenance and repairs, optimize operational
efficiencies, and complete tasks in a timely manner. Maintenance responsibilities include
responding to emergencies, irrigation repairs and replacements, addressing vandalism, and
executing one-time beautification enhancement projects.
The increase in expenditure authority granted by the City Council does not guarantee additional
compensation under the recommended contract. While the City retains the discretion to engage
alternative contractors if necessary, all unscheduled repair work or one-time enhancement
projects performed by Marina will still require staff review and prior authorization from the
City's Special Districts division. To further enhance maintenance standards and enforce
accountability, the solicitation includes provisions for payment reductions if the contractor fails
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.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
The recommended action requires a one-time appropriation of $41,181 in the current fiscal year
and an ongoing appropriation of $54,908 beginning in Fiscal Year 2025-26 from the Landscape
Page 3
Packet Pg. 43
O
Maintenance District fund (Fund 357) to support recurring landscape maintenance costs
associated with the award of this contract. 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-24-25-06 Zone T8 - Published Bid Documents (available in the City Clerk's Reading File)
LMD-24-25-06 Zone T8 - Marina Landscape Services, Inc. Response File (available in the City
Clerk's Reading File)
Page 4
Packet Pg. 44
�F - - _
■tea r1 ��.� � dr•.IKo 611 li■!K-. .
k y Li
Jll
777)4
FSNNTA ,
9��-0�p ��b UICEMgk���h
Zone T8 Landscape
Maintenance
PROPOSAL # LMD-24-25-06
TABLE OF CONTENTS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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 A2: ALTERNATE COST PROPOSAL
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
EXHIBITJ: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
SECTION E
MAINTENANCE SCHEDULE EXAMPLE - DAILY -ANNUAL
MAINTENANCE MAP(S)
INVENTORY LISTS
HOLIDAY SCHEDULE
SECTION A
RFP Information & Instructions
CITY OF SANTA CLARITA REQUEST FOR PROPOSALS
Project Name: Zone T8 Landscape Maintenance
Proposal #: LMD-24-25-06
Dates Published: August 1, 2024
Pre -Proposal Meeting: August 13, 202410:00 AM (PT) via Zoom
https://santaclarita.zoom.us/0/81321713050
Passcode: 549192
Last Day for Questions: August 19, 2024 before 11:00 AM (PT)
Proposal Closing: August 26, 2024 before 11:00 AM (PT)
License(s) Required: Class C-27 California Landscaping Contractor License
Project Description: The City of Santa Clarita is soliciting sealed proposals from qualified landscape
maintenance companies for the all-inclusive labor and equipment under the
terms of this Request for Proposal (RFP), to provide for the maintenance
services of designated landscaped areas within the boundaries of LMD Zone T8
(Valencia Summit).
Prevailing Wage: Yes
Bond Requirements: No
Contact Information: Michele Arima 1 (661) 286-4066 1 marima@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 BidNet "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-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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.
PRE -PROPOSAL MEETING. A non -mandatory, pre -proposal meeting to discuss the required scope of
work will be held at 10:00 AM (PT) on August 13, 2024, via Zoom:
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 may be 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: Dan Hamrick
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.gov/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-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clorito, 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 File(s) —to be submitted separately from the Response File:
o Exhibit A: Cost Proposal
o EXHIBIT A2: Alternate Cost Proposal
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: Dan Hamrick
❑ Maintenance Agreement
❑ Insurance Required by Contract
❑ W-9 Form
❑ Fringe Benefit Statement
SECTION B
Solicitation Information
EVENT
Solicitation advertisement
Pre -Proposal meeting
Last day for questions
Return of proposals
Evaluations of proposals
Contract award
SCOPE OF WORK
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, California
*Dates are subject to change at the City's discretion*
DATE
August 1, 2024
August 13, 2024
August 19, 2024
August 26, 2024
August 26 - 30, 2024
September 24, 2024
INTRODUCTION
The City of Santa Clarita (City) administers 64 financially independent zones within the Landscape
Maintenance District (LIVID), providing landscape maintenance services for the LIVID operations
through contracts with private companies. Solicitations for proposals to support contract services are
made regularly and often allow an opportunity for multiple zones to take advantage of economies of
scale.
The City of Santa Clarita is soliciting sealed proposals from qualified landscape maintenance
companies for the all-inclusive labor and equipment under the terms of this Request for Proposal
(RFP), to provide for the maintenance services of designated landscaped areas within the boundaries
of LMD Zone T8 (Valencia Summit). These zones may be arranged into groups and/or may be awarded
as separate contracts.
The following general specifications apply to the areas of the City's Landscape Maintenance District,
Zone T8 (Valencia Summit). This Contract shall run for two (2) years with the option for three (3)
additional one (1) year renewals.
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, all fuel modification and weed
abatement, litter removal, 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 85%, 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.
1. GENERAL REQUIREMENTS
1.1. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e.
Irrigation Specialists, Irrigation Assistants, Foreman, and Supervisors required executing the
landscape maintenance as set forth in these all-inclusive labor and equipment specifications. The
Contractor will be expected to uphold the highest standards of quality and performance in
maintenance of plant material, natural areas, hardscape, and irrigation systems. Maintenance of
landscape shall include, but not be limited to: mowing, trimming, edging, hand pruning,
fertilization, brush clearance, application of pre -emergent herbicides, weed control, minor tree
lifting, dead plant removal, plant replacements, and cleanup/clearing of drainage systems. All
mulch provided by the City 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, trash free, and in an overall state of good health.
The Landscape Maintenance District (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 manner using quality equipment and
materials. The manpower required to provide the expected level of services indicated in these
specifications shall be supplied at all times. In the event seasonal and/or unforeseen
circumstances warrant additional personnel to maintain said specifications, the contractor shall
provide additional resources at no additional cost.
1.2. City of Santa Clarita Landscape Maintenance District (LIVID) administration staff, consisting of the
Landscape Maintenance Specialist, Project Development Coordinator, Landscape Maintenance
Administrator, Special Districts Manager, or the Administrative Services Director, shall herein be
described as 'Special Districts.
1.3. 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
landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas,
shrubs, trees, ground cover and turf which may be irrigated by electrically controlled automatic
or manual systems. All locations shall be maintained with nothing but the highest of industry
standards at no less than the frequencies provided in the proposal submission by Contractor.
1.4. Contractor must provide all-inclusive labor and equipment for landscape, grounds and
maintenance services including, but not limited to:
0 Maintenance of turf areas;
• Select prune shrubs to the natural shape of the plant according to its species throughout
the year to encourage healthy growth habits according horticultural best practices;
• Fertilization application;
• Aeration;
• Verticutting;
• Turf over -seeding;
• Top dressing;
• Irrigation; minor and major repairs;
• Hand watering (as necessary);
• Bleeding of valves necessary during emergencies when automatic systems are not
functioning properly;
• Pruning of shrubs and trees (first twelve vertical feet measured from the ground);
• Trimming of turf, shrub areas, and ground cover;
• Edging turf and keeping minimum 18" clearance from fence lines behind homes;
• Disease control;
• Pest control;
• Tree maintenance; (first 12' of trees and as agreed) structural pruning per ANSI Best
Management Practices;
• Inspection, maintenance and repairs of irrigation systems;
• Mulching (City provided mulch); will be disbursed by the contractor at their expense;
• Manual weed abatement;
• Chemical weed control;
• Maintenance of fire protection/fuel modification areas;
• Marking underground irrigation lines and other LIVID equipment upon Dig Alert
notification and/or other requests;
• Traffic control (per Watch Manual) while working in the public right of way, medians, and
parkways;
• Litter pickup, doggie litter removal, trash bags removed and replaced from receptacles
(City provided dog waste bags; City -reimbursed trash bags - Contractor's cost plus no
more than 15%);
• Laborers and Foreman as proposed and/or as required.
• Hardscape Maintenance (i.e.: sweeping or blowing down concrete, gum and litter
removal, crack and/or gutter weed abatement, and removal of weeds within 18" of a
fence or wall);
Provided in Attachments Al is an example of Maintenance Program Guides. They are to serve as
a guideline for proposal purposes only. The contractor shall submit within their proposal a
"Team Composition" and "Rotation Schedule" that will serve as the expected minimum
monthly requirements. The minimum is only acceptable once all field conditions reflect the
expectations of the specifications herein. The contractor is expected to supply sufficient
resources at all times to meet or exceed expectations.
1.5. 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.
• Unless determined to be an unsafe working condition, on days of light precipitation
and/or forecasted rain the contractor shall continue to be present as scheduled
performing alternative tasks, such as but not limited to the following; monitoring of
drainage devices, drain inlet clearing, maintaining/cleaning of walkways, debris removal
within planting areas, hand pruning of shrubs, etc., or as directed by Special Districts.
• During periods of extremely adverse and inclement weather, the Contractor shall be
present as scheduled performing inspections of the maintained areas, maintaining
drainage devices for proper flow, as well as monitoring the overall state of the site and
reporting any concerns in regards to safety and property during regular assigned 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 must be photo documented prior to any removal or clean up. If remedial work
is required beyond the scope of the contract, it may be paid as additional work upon
approval by Special Districts.
1.6. Contractor recognizes that during the course of this Agreement other activities and operations
may be conducted by alternative contracted parties. These activities may include, but are not
limited to:
• Landscape refurbishment; tree, shrub, and ground cover installation;
• Irrigation system refurbishment and/or repair;
• Construction and/or storm related operations;
• Emergency response operations;
• Electrical repairs;
• Tree Trimming / Tree planting / Tree counting;
• Concrete removal and replacement, block wall and brick repairs;
• Fence installation and repairs, wood, vinyl, and Crete Rail;
• Integrated pest management / Chemical applications to trees;
• Streetscape furniture cleaning and pressure washing of walkways and appurtenances.
• Turf removal
At the discretion of LIVID, the Landscape Maintenance Contractor may be required to modify or
curtail specific tasks and operations within their maintenance contract.
1.7. When notified of a landscape or irrigation emergency during the hours and days of maintenance
service as identified in Section 9, the contractor shall respond by phone and/or text message 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 or text 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 10 for consequences for failure to comply.
1.8. 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. Uniforms (matching pants and shirts), proper shoes, safety vests
and other gear required by State Safety Regulations (OSHA) shall be properly exhibited. Shirts
shall be buttoned and worn at all times.
1.9. 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 the
general public throughout the term of this contract. All communication will be professional in
manner between all parties. The City will employ consulting Landscape Maintenance Monitors.
These consultant monitors will be treated the same as other Special District staff. Failure to
properly and respectfully communicate may be cause for contract termination.
1.10.The contractor is required to have a minimum of five (5) years' experience in the landscape
maintenance field. The contractor is required to have experience with maintaining areas of
twenty (20) acres or larger and median/parkway maintenance a minimum of two (2) linear miles
or larger. Vendor is to provide a minimum of three (3) references with a similar scope & type of
work within the proposal response.
1.11.Contractor's employees and/or representatives shall be thoroughly trained and experienced in
the computer based central operating systems of WeatherTrak irrigation control systems, and all
other corresponding equipment. Should Special Districts choose a different controller
manufacturer, the contractor shall make available employees or representatives for product
training at no additional cost to City.
1.12.Contractor shall provide cellular communication to each crew foreman and have the ability to
connect to City Monitors and Special Districts representatives.
1.13.The contractor, and/or subcontractors, must possess the following licenses at time of proposal
submission; C-27 California Landscaping Contractor License. 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 an as -needed basis. The Contractor must submit copies of the licenses, and
certificates or subcontractor information sheets, indicating licenses held at the time of
proposal submission.
1.14.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.
1.15.Contractor and employees are required to complete and pass, by start date of contract, a SCRRA
Third Party Construction and Utility Workers Safety Training Program if the LIVID Zone up for
proposal includes a SCRRA right of way.
2. LANDSCAPE AREAS TO BE MAINTAINED
2.1. The LIVID areas to be maintained under the provisions of this Agreement are specifically identified
in Attachment B (Maintenance Area Maps).
2.2. Contractor must acknowledge personal inspection of the Zone's irrigation system and planted
areas. Contractor must also evaluate the extent 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,
and landscaped areas thereof. Contractor agrees to possessing the ability to maintain LIVID areas
within the provision of this proposal, to the standards set forth herein, without modification,
improvement, or alteration.
3. CERTIFICATIONS/REPORTS/RECORDS
3.1. Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage
Certification Report which shall be made available to LIVID upon request. 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.
3.2. 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.
3.3. 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:
• Quantity and complete description of all commercial and organic fertilizer(s) used.
• Quantity and label description of all grass seed used.
• Quantity and complete description of all soil amendments used.
• 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.
3.4. Company Financial Records: The contractor maybe required to supply the City with their financial
records through a reputable independent auditor, such as Dunn & Bradstreet.
3.5. 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 qualified bidder. Please supply this information on Exhibit C (Violation
Records).
4. ADDITIONAL WORK
4.1. 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.
4.2. 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 and a list of materials. This
written description and estimate (or proposal) shall be provided within 72 hours of request. 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 Sheet #1. 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 contractors' cost.
4.3. 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.
4.4. 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 and specific zone(s)
identified. All invoices for extra work and items must be submitted biweekly to Special Districts.
5. CONTRACTOR'S LIABILITIES
5.1. All damages resulting from Contractor's operation within the LIVID areas shall be repaired or
replaced at Contractor's expense within 48 hours.
5.2. All such repairs or replacements shall be completed within the following time limits.
• Irrigation damage shall be repaired or replaced prior to the next regularly scheduled
watering event or as agreed upon with Special Districts.
• All damages to shrubs, trees, or ground cover shall be repaired or replaced within five
• (5) working days or sooner as directed by Special Districts.
• All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired
within a reasonable timeframe agreed upon by LIVID staff.
5.3. All repairs or replacements shall be completed in accordance with the following maintenance
practices.
• 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.
• 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 "Shrub and Ground Cover Care" of the Specifications.
• 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.
6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS
6.1. 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 requestfor a hearing before a Disputes Review Panel
as provided hereinafter. The written request shall outline in detail the area of dispute.
6.2. 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.
7. OFFICE INQUIRIES AND COMPLAINTS
7.1. 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 or text communication.
7.2. 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 Contractor from Special Districts.
7.3. 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.
7.4. 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 may
correct the specific complaint and the total cost incurred will be deducted from the payments
owing to the Contractor from Special Districts.
8. SAFETY
8.1. 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.
8.2. 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, planting areas, and paving;
• Using barricades, signs, caution tape or traffic cones to alert patrons of the existence of
hazards;
• 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 the occurrence.
8.3. Under the circumstance that landscape maintenance work be performed in a Caltrans right of
way; including but not limited to freeway onramps and offramps; the contractor shall adhere to
the safety requirements in the Caltrans Maintenance Manual/Protection of Workers.
9. HOURS AND DAYS OF MAINTENANCE SERVICES
9.1. The hours of maintenance service shall occur Mondaythru Friday between 7:00 a.m. to 5:00 p.m.
Overtime rates will only apply to work performed outside these hours of maintenance service or
completed on a day specified in (Attachment C) "2024 Holiday Schedule". This applies to all
future Holiday Schedules. A work schedule shall be provided and approved in advance by Special
Districts. No work will be performed on City Legal Holidays (Attachment C) unless authorized by
Special Districts Administration in advance. Blowers, lawnmowers, chainsaws or other
mechanical equipment with a decibel level above 65 decibels may not be used before 7:00 a.m.
within City of Santa Clarita limits in accordance with City Ordinance 11.44.010.
9.2. Contractor shall provide on -site staffing to perform the required maintenance to meet required
California Industry Standards anytime between Monday through Friday. However, if the
contractor can accomplish the same work within a shorter service schedule, then the Special
Districts Division can modify their maintenance schedule. Alternate days or any changes in the
days and hours of operation heretofore prescribed shall be subject to approval by the Special
Districts Division.
10. MAINTENANCE SCHEDULES
10.1.Contractor shall submit a work schedule prior to start of contract. Though a work schedule is
requested as part of the response file for the contractor proposal, any modifications or changes
must be agreed to prior to start of a contract. Said work schedule shall be set on a monthly
rotational basis, identifying and delineating the time frames for the required functions by the
day of the week and time of day. Work schedules shall be reviewed and approved by LIVID Staff
following submittal. City, at its discretion, may impose liquidated damages for each subsequent
day the Contractor is delinquent in delivering said work schedule to the Special Districts Office.
10.2.Contractor shall submit revised schedules when actual performance differs substantially from
planned performance. The Contractor is provided the opportunity and procedure for adjusting
scheduling requirements. The Contractor has also been provided the opportunity and procedure
for adjusting schedules to meet special circumstances and inclement weather. Said revisions
shall be submitted to Special Districts for review and approval within three (3) working days prior
to scheduled time of work. A written copy of the current City approved schedule must be kept
in the site foreman's vehicle at all times and be available upon request of City Staff or the City's
contracted Landscape Monitor.
10.3.Contractor shall notify Special Districts, in writing, at least one (1) week prior to the date and
time of all the following maintenance operations when applicable:
• Fertilization;
• Turf Aerification;
• Turf Renovation/Verticutting;
• Micro-Nutrients/Soil Amendments;
• Spraying of Trees, Shrubs or Turf;
• Aesthetic/Structural Tree and Shrub Pruning;
• Preventative disease control;
• Transplanting of small and medium sized plants;
• Lane closures notification for median or parkway maintenance is required;
• Other Items as Determined by Special Districts
10.4.Failure to complete the work as scheduled or as specified herein may result in the following
actions:
a) A sum of up to five hundred dollars ($500.00) 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 any portion of the specifications herein.
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. CONTRACTOR'S STAFF
11.1.Contractor at all times, forthe duration of the contract, shall provide at a minimum, the proposed
number of staff members as indicated in Exhibit G2 of the proposal, to satisfy daily and/or
weekly requirements for high quality landscape maintenance. Contractor's staff MUST be
employees of the contractor except subcontractors identified in the response to this proposal.
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.
11.2.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 this Agreement.
11.31MD staff reserves the right to require the Contractor provide alternate staff members to
supplement and/or replace staff that is determined to be performing below the expectations of
LMD. The City of Santa Clarita will maintain sole authority of determining if and when a staff
members' performance falls below these standards. The request for replacement from City staff
is not limited to field crewmembers but also extends to management, supervisors, and
specialized staff. Upon request, the contractor shall provide appropriately qualified alternatives
for selection by LIVID staff as necessary.
12. SIGNS/IMPROVEMENTS
12.1.Contractor shall not post signs or advertising matter upon the premises or improvements
thereon, unless prior approval therefore is obtained from LIVID Special Districts.
13. UTILITIES
13.1.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.
14. NON-INTERFERENCE
14.1.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.
15. USE OF CHEMICALS
15.1.The application of chemicals such as herbicides and pre -emergent will be at the contractor's
expense inclusive of this contract. 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.
15.2.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.
15.3.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.
15.4.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 routinely provided to the
Agricultural Commissioner.
15.5.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.
15.6.All regulations and safety precautions listed in the "Pesticide Information and Safety Manual"
published by the University of California shall be adhered to.
15.7.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.
16. STORAGE FACILITIES
16.1.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.
17. TURF CARE — Not applicable in this zone.
17.1.Contractor shall perform the following services under the terms of this agreement;
1) Mowing: Turf to be mowed utilizing adequately sharpened rotary or reel type mower
equipped with rollers, to ensure a smooth surface appearance without scalping.
a. All warm season grasses (Bermuda and St. Augustine) to be cut at% inch through
1-inch height throughout the year. Subject to change.
b. 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.
c. The mowing heights may be adjusted by Special Districts during periods of
renovation.
d. 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.
e. 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 Summer
and once every two weeks during Winter. This schedule will be submitted to
Special Districts for approval. Frequency may be adjusted at Special District's
discretion. Refer to items 1 and 2 in this section for turf length ranges.
f. Any staining of pathways from mowing operations will be removed the same
day.
2) 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 maintained at all times and concurrent
with each mowing.
a. The edge of the turf shall be trimmed around valve boxes, meter boxes, backflow
devices, or any structures located within the turf areas.
b. All turf edges are to be maintained to prevent grass invasion into adjacent shrub,
flower, and ground cover bed areas.
c. All clippings shall be removed from site the same day area is edged.
d. After mowing and edging is completed, all adjacent walkways are to be swept
clean by power blower or broom.
e. Newly planted trees in lawn areas shall have tree guards installed if necessary to
avoid damage.
f. Trees in lawn areas shall have a minimum of 14 to 24 inches mulched clearance
where applicable.
3) Weed Control: Control turf weeds as needed manually or chemically. Hand removal of
noxious weeds or grasses will be required as necessary. All mulch brought in by the LIVID
will be disbursed by the contractor on site to control weed growth.
4) Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur.
5) 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.
6) Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and
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.
7) Irrigation: Irrigation, including hand watering and bleeding of valves during an
emergency situation as required to maintain adequate growth rate and appearance and
in accordance with a schedule most conducive to plant growth. Contractor to provide
Special Districts with a written winter and summer irrigation schedule in accordance with
the recommendations on Attachment A & Section 25 provided for this purpose. Special
Districts shall have the ability to change the irrigation schedule as the need develops.
Adequate soil moisture will be determined by programming the automatic sprinkler
controllers as follows:
a. Consideration must be given to the soil conditions, seasonal temperatures, wind
conditions, humidity, minimizing runoff, and the relationship of conditions which
affect day and night watering. This may include daytime watering during winter
weather to prevent icy conditions and manual operation of the irrigation system
during periods of windy or inclement weather. During freezing and/or windy
conditions, automatic irrigation will be discontinued. No watering medians in
windy conditions, to avoid drift and wetting vehicles.
b. 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
7:00 p.m. and 6:00 a.m.).
c. Contractor shall be responsible for monitoring all irrigation systems within the
jurisdiction of this Specification and execute corrective actions for: coverage,
adjustment, clogging of lines, and removal of obstacles, including plant materials
which obstruct the spray. All water supply infrastructure, including the meter
and backflow, shall be monitored for proper function and flow. Any and all issues
that may arise pertaining to the water supply infrastructure, regardless of
responsibility for repairs, shall be immediately reported by the contractorto City
staff.
d. 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 be
adjusted) within the LIVID areas covered under this Agreement.
e. All controllers shall be adjusted as needed for optimum performance
considering the water requirements of each remote -control valve (sprinkler
station). "Smart" or "weather based" controllers shall be configured to water
in the "optimized" or "automatic scheduling engine" 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.
f. 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 all turf.
g. Contractor shall observe and note any deficiencies occurring from the original
design and review these findings with Special Districts, so necessary
improvements can be considered.
h. Contractor shall repair all leaking or defective valves immediately upon
occurrence, or within 24 hours following notification from Special Districts of
such a deficiency.
i. A soil probe shall be used to a depth of 12 inches to determine the water
penetration by random testing of the root zones
j. Contractor will provide their own irrigation receiver/transmitter for control of
the WeatherTrak or other controllers not listed in the event they are unable to
utilize the manufacturer's mobile phone application. The use this device is
required during inspections to verify that irrigation systems are functioning
properly. The bleeding of valves and hand watering are to be limited to
emergency situations or when automatic systems are not functioning properly.
8) 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 labor required to apply the fertilizer shall be provided
by the contractor as part of this agreement.
9) Turf Reseeding: Contractor may upon direction by Special districts be required 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. (Attachment A)
Contractor shall reseed turf areas in the following sequence; they will aerify, verticut,
seed and top dress (evenly distributed over the entire area at a uniform depth of %-inch).
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.
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 LIVID staff prior to installation.
Typically, Fescue and Fescue blends are required. 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 seed.
18. SHRUB AND GROUND COVER CARE
18.1.Contractor shall perform at his sole expense under the terms of this agreement the following
services:
• Pruning: Manually select prune shrubs throughoutthe yearto 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 the end
of January. Periodic pruning may be required to maintain consistent size, structure,
and/or appearance of large groupings of the same species. All shrubs shall be free of
dead wood, weak, diseased, insect infested and damaged limbs at all times. Removal of
all clippings will be completed the same day pruning occurs. Pruning will not be
completed while plants are flowering, during the emergence of new growth, or when
high temperatures are present during the hottest time of the year (typically July -August)
unless directed by Special Districts. No balls, squares or unusual shapes are permitted
under this RFP. Selective pruning is required following the natural habit of the particular
plant. Dead shrubs, not a result of third -party negligence, will be removed by contractor
at their cost. Shrubs to be pruned to stay below a height that is consistent with
specifications or as directed by Special Districts.
• Trimmin9: Restrict growth of shrubbery and ground cover to areas behind curbs,
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.
• Disease and Insect Control: Maintain free of disease and insects and treat when needed
pursuant to Section 22.
• Weed Control: All ground cover and shrub beds are to be kept weed free at all times.
Methods for control shall incorporate the following:
a. Mulch application to 3" layer maximum.
b. Hand removal
c. Cultivation
d. Chemical eradication using non -residual herbicides
• Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead
shrubs and ground covers whose damage occurred due to natural conditions/causes, will
be replaced under the terms of "additional work" as described in Section 4 and/or Exhibit
132: Additional Pricing. All shrubs shall be guaranteed to live and remain in healthy
condition for no less than ninety (90) days and trees for a period of one (1) year from the
date of installation of the plants or trees.
• Fertilization: Application of an LIVID approved fertilizer a minimum of two (2) times per
year to provide a healthy color in all plants with foliar feedings. 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 as 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 a fertilization schedule two (2) weeks prior
to the proposed fertilization.
• Irrigation: Irrigation, including hand watering and manual bleeding of valves, is required
in the event of an emergency situation and/or where automatic systems are not
functioning as required. Irrigation practices described in Section 25 shall apply to trees,
shrubs, turf, and ground cover.
• Diversion Requirements: In striving to meet the statewide diversion goal of 85% 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
totals 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.
• Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2- inch
layer of mulch under all trees and around all shrubs/groundcover. 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 the contractor's expense.
• 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.)
• Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-6 inches
in late winter to early spring before growth resumes.
19. TREE CARE
19.1.Contractor under the terms of this agreement shall perform the following services:
• Tree Maintenance
a. All trees in the Zone, regardless of the overall stature, from the base up to the
first twelve (12) feet shall 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.
b. All sucker growth is to be removed from trees as it occurs.
c. Maintain an 8-foot clearance for branches overhanging walkways and public
sidewalks.
d. Report insects and tree diseases to Special Districts Inspector.
e. Stake and support all replacement trees and replace stakes which have been
broken or damaged on existing trees.
f. Tree stakes shall be pentachlorophenol 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.
g. 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.
h. Stakes and ties will be placed so no chafing of bark occurs and shall be checked
frequently and retied to prevent girdling.
i. Broken branches are to be removed immediately whether they are in the tree or
on the ground.
j. All tree wells in sidewalks within the maintenance areas' boundaries to be kept
weed free and mulched where applicable.
• Fertilization: May be required at the direction of Special Districts to 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.
• Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to
commencement of work by Contractor.
• Tree Replacement: All trees permanently damaged as a result of action or inaction by
the contractor will be replaced 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.
• All newly planted trees installed by the Contractor are the responsibility of the
Contractor to maintain and guarantee healthy establishment for a period of one (1)
year. Any trees installed by others will be the responsibility of the Contractor when
special care or accommodations are required during the establishment period.
• Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use
of "Maintain," "Floret" or other approved product. 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 psi. pressure. The Landscape
Maintenance District's Tree Maintenance contractor will provide most of the chemical
applications to trees. If the landscape contractor provides this service, it will be
considered "extra work cost".
• Fireblight Treatment: Preventative Fireblight treatment for Pyrus Kawakamii to consist
of spray application between October 1 and mid -November. Post treatment to 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".
• 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.
• 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.
• Street Tree Wells: Contractor is responsible to keep all tree wells within LIVID areas weed -
free and maintain tree well irrigation system in accordance with Section 25 of these
Specifications. Mulching of tree wells is required as needed and/or as directed by Special
Districts.
20. NATURAL, BRUSHED, MANUFACTURED, HYDROMULCHED SLOPE CARE
20.1.Natural areas or riparian corridor areas in these zones are open space areas that have minimal
usage due to the sloping character of the land and/or the rugged landscape materials that are
native to the land. Contractor will provide periodic maintenance, according to routine
scheduling, consisting of trash, brush or other debris removal. Contractor at his cost will visually
inspect these areas throughout the year as scheduled, providing pick up and removal of any
debris or trash.
20.2.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 from dwellings or structures
requirements pursuant to County fire code. Copy of current requirements can be found at:
https://www.fire.lacou nty.gov/.
20.3.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.
20.4.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:
• Clipped to a height of 2 to 4 inches for a distance of at least 100 feet, and may be up to
200 feet at the request of Special Districts, from a dwelling or structure and all debris
removed from the site.
• Dead wood from woody plants shall be removed and/or trimmed when the area is
brushed. May be required at the direction of Special Districts to 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 LIVID 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.
• When weeding or brush removal is required, the required weeding shall be completed
as soon as possible and shall be completed throughout an LIVID within a maximum
period of 30 days.
• 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. If the Fire
Marshall determines additional brushing is necessary the contractor will be paid
additional compensation at the rate specified in the form of this RFP. Contractor at his
expense shall remove weeds to a distance of 30 feet measured from any sidewalk
adjacent to a fire protection area twice a year.
20.5. Where reference is made to weeding, brushing, or clearing within 100 feet (but may be up to
200 feet) of a structure, it is intended that the space between the structure and the private
property line is the responsibility of the owner of the property except where Special Districts has
accepted an easement to maintain a portion of the private lot. As an example, assume a private
residential lot has a depth of 100 feet, the rear or side of which abuts a fire protection slope.
Assume that the structure is set back 20 feet from the property line abutting this slope. The
Contractor's responsibility is within the portion or balance of the 100 feet outside of the private
property boundary, or, in this case, 80 feet. However, Special Districts is responsible for those
areas where an easement has been accepted by Special Districts over a portion of a private lot.
Consult with Special Districts for any questions regarding these areas.
21. NATURAL, BRUSHED, MANUFACTURED, HYDROMULCHED SLOPE CARE
21.1.Natural areas or riparian corridor areas in these zones are open space areas that have minimal
usage due to the sloping character of the land and/or the rugged landscape materials that are
native to the land. Contractor will provide periodic maintenance, according to routine
scheduling, consisting of trash, brush or other debris removal. Contractor at his cost will visually
inspect these areas throughout the year as scheduled, providing pick up and removal of any
debris or trash.
21.2.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 from dwellings or structures
requirements pursuant to County fire code. Copy of current requirements can be found at:
https://www.fire.lacou nty.gov/.
21.3.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.
21.4.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:
• Clipped to a height of 2 to 4 inches for a distance of at least 100 feet, and may be up to
200 feet at the request of Special Districts, from a dwelling or structure and all debris
removed from the site.
• Dead wood from woody plants shall be removed and/or trimmed when the area is
brushed. May be required at the direction of Special Districts to 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 LIVID 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.
• When weeding or brush removal is required, the required weeding shall be completed
as soon as possible and shall be completed throughout an LIVID within a maximum
period of 30 days.
• 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. If the Fire
Marshall determines additional brushing is necessary the contractor will be paid
additional compensation at the rate specified in the form of this RFP. Contractor at his
expense shall remove weeds to a distance of 30 feet measured from any sidewalk
adjacent to a fire protection area twice a year.
Where reference is made to weeding, brushing, or clearing within 100 feet (but may be up to
200 feet) of a structure, it is intended that the space between the structure and the private
property line is the responsibility of the owner of the property except where Special Districts has
accepted an easement to maintain a portion of the private lot. As an example, assume a private
residential lot has a depth of 100 feet, the rear or side of which abuts a fire protection slope.
Assume that the structure is set back 20 feet from the property line abutting this slope. The
Contractor's responsibility is within the portion or balance of the 100 feet outside of the private
property boundary, or, in this case, 80 feet. However, Special Districts is responsible for those
areas where an easement has been accepted by Special Districts over a portion of a private lot.
Consult with Special Districts for any questions regarding these areas.
22. USE OF INTEGRATED PEST MANAGEMENT
22.1.Materials shall be at Contractor's cost plus no more than 15%, as necessary for integrated pest
management (IPM) and contractor at his expense 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.
• 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.
• 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.
• 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.
• 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.
23. GENERAL CLEAN-UP
23.1.Contractor shall at their sole expense under the terms of this agreement perform the following
services:
• Trash Removal: The contractor shall provide a trash pickup schedule for approval by
Special Districts. The contractor shall pick up trash and accumulated debris from the site
on a regularly scheduled rotation approved by LIVID staff in advance.
• Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass
from curb and gutter expansion joints (up to 2' from curb) at all times.
• Fence Clearance: Contractor is responsible for removal of weeds and grass from within
18" of any fence or wall within the areas under Contractor's maintenance at all times.
• Walkway and Crack Maintenance: Walkways, 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:
a.
Gum,
b.
Animal feces,
c.
Grease,
d.
Paint,
e.
Graffiti,
f.
Glass and debris
All walkway cracks and expansion joints shall be maintained weed and grass free at all
times.
• 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. This
includes the accumulation of leaves/debris at the base and lower branch structures of
shrubs.
• Diversion: The Contractor will be responsible for creating and implementing a written
program to divert a minimum of 85% 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.
• Drainage Systems & Maintenance: The following services shall be provided by Contractor
at their expense per Contract Agreement except as otherwise provided for:
a. All drains and catch basins shall be free of silt and other debris at all times. The
Contractor shall insure all drainage devices within LIVID are functioning properly
at all times
b. 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.
c. All LIVID area sub -surface drains (except storm drains), 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 Storm Drain system including the use of sand bags, straw bales or
other Best Management Practices (B.M.Ps)
d. If the sub -surface drainage backs up or is blocked due to lack of periodic flushing
of silt and debris as stated above, the contractor shall be responsible at their
cost for plumbing services to clear the drain.
e. 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.
24. MAINTENANCE INSPECTIONS
24.1.The Contractor shall perform a maintenance inspection of all facilities on a weekly basis within
the LIVID during daylight hours. Such inspections 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 "Resident Service Center" at:
http://user.govoutreach.com/santaclarita/faq.php
24.2.The Contractor shall be expected to 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 a
minimum of one (1) week prior to the date of inspection. In addition, bi-weekly interim
inspections may be made by Special Districts if deemed necessary by LIVID Staff.
25. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR
25.1.All irrigation systems within the LIVID areas designated in this Scope of Work will be repaired
and maintained with all-inclusive labor and equipment required for proper operation by the
Contractor; including programming. For all irrigation repairs, including main lines, all irrigation
parts will be reimbursed at no more than a 15% mark up over the contractor's cost. The
Contractor must attach their material purchase invoices to the irrigation invoice submittals to
the City. 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: https://www.irrigation.org/IA/Resources/Best-Management-Practices/Landscape-irrigation-
BMPs/IA/Advocacy/Landscape-Irrigation-BMPs.aspx?hkey=cb207d5f-a03a-4064-a718-
800a76d1c3bc
• Scope of Responsibility: The contractor shall maintain (repair and/or replace as needed)
and keep operable all irrigation equipment consisting of:
a. Irrigation Controller Programming/Scheduling/Setup
b. Irrigation Station Identification/Location
c. Irrigation Heads
d. Remote Control Valves
e. Flow Sensors
f. Flow Sensor Programming
g. PVC Piping (Including mainline and laterals)
h. Quick Couplers
i. Risers
j. Swing Joints
k. Check Valves
I. Irrigation Booster Pumps
m. Solar Controllers/Valves
n. Battery Operated Controllers/Valves
o. Valve Boxes, Quick Coupler Boxes, Etc.
• Replacement Requirements: Replacements will be of original materials or substitutes
approved by Special Districts in writing prior to any installation.
• Extent of Responsibility: Contractor will 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 or when automatic systems are not functioning properly.
• Ordinances: All materials and workmanship will be in accordance with the applicable
City Plumbing Ordinances. Where the provisions of the specifications exceed such
requirements, the specifications shall govern.
• Controllers: The contractor will be responsible for the control of Smart Water
Application Technologies (SWAT) certified weather -based controllers or equivalent,
controller programming through the contractor's office via a desk top or any wireless
computer, or hand-held device. The LIVID will provide a password for access.
• Inspections: Landscape Maintenance District Consultants/Inspectors 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.
25.2. The contractor will be responsible to complete the following WeatherTrak training through
HydroPoint University: Level 1 — WeatherTrak Basic Systems Training. Proof of completion to
be provided with proposal submission. Additional trainings are available and participation is
encouraged.
25.3. Controllers:
• 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.
• 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 for access.
• Response to WeatherTrak Alerts by category shall be made within the time frames
listed below. Failure to comply with response times will be considered a deficiency and
may be subject to a deduction from payment in the amount up to five hundred
($500.00) dollars for each instance where an alert is not resolved within the time frame.
a. Severe Alerts to be resolved within 24 hours.
b. Major Alerts to be resolved within 5 working days
• 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' inspectors 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.
• 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 conditions and
manual operation of the irrigation system during periods of windy or inclement
weather. During freezing and/or windy conditions, automatic irrigation shall be paused
until normal conditions exist. No watering medians in windy conditions, to avoid drift
and wetting vehicles.
• 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.
• 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.).
• 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 1x monthly.
• 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 be adjusted).
• 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.
• Contractor shall utilize "cycle & soak" in programming in order to eliminate excessive
run-off.
• Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved by The City
of Santa Clarita.
• When available, copies of controller maps shall be kept in enclosures at all times.
• 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.
• 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.
• 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.
• Only 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.
• 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.
• 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
• 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.
• 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.
• It is required that soil conditions be constantly monitored with a soil probe to ensure
that over -saturation of the soil does not occur.
• 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.
25.4.Operation of Systems:
• 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).
• Contractor will 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.
• 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.
• 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.
• Contractor shall adjust and clean as necessary all sprinkler heads, valves and pressure
regulators to continue operation at maximum efficiency and performance.
• All materials and workmanship will be in accordance with the City Plumbing Ordinances
if/when applicable.
• 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.
• Contractor shall be responsible for trimming plant material and making necessary
adjustments to riser heights as growth rates indicate.
• Contractor shall be responsible for hand -watering any pots not provided with an
irrigation system to maintain plants and promote optimum growth.
• 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.
• 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.
• 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.
• 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.
• 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, including plant material, 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.
• 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.
• Once a year, the contractor shall clean all controller cabinets and valve boxes, remove
intruding soil and replace gravel as needed.
• 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.
• 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.
• Contractor shall notifythe LIVID office immediately should a backflow prevention device
malfunction occur.
• Landscape Maintenance District Consultants/Inspectors/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.
• Contractor shall observe and note any deficiencies occurring from the original design
and review these findings with Special Districts, so necessary improvements can be
considered.
25.5.Repairs
• All pop-up heads should be assembled on triple swing joints.
• When irrigation heads, risers, nozzles, etc. break, they will be replaced with like for like
irrigation heads. Uniformity is of the utmost importance.
• All remote -control valves shall be Superior 950DW brass valves unless other(s) are
accepted by LIVID staff.
• Contractor shall repair all leaking or defective valves immediately upon occurrence, or
within 24 hours following notification from LIVID of such a deficiency.
• 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.
• Contractor shall submit itemized irrigation invoices for repairs, per LIVID Zone on an as
needed basis.
• 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).
25.6.Conversation: The City of Santa Clarita may 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 may 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.
25.7.Water Budgets: In order to ensure efficient and responsible water management with regards to
landscape irrigation, the City of Santa Clarita Special Districts office may require 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). https://water.ca.gov/Programs/Water-Use-And-Efficiency/Urban-
Water-Use-Efficiency/Model-Water-Efficient-Landscape-Ordinance 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,
Castaic Lake Water Agency, or SCV Water, 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 water budgets 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.
26. MAINTENANCE AND REPAIR OF HARDSCAPE, SERVICE ROADS, AND DRAINAGE SYSTEMS
26.1.Hardscape surfaces, walkways, and service roads shall be maintained by Contractor so as to keep
the integrity of the walking and/or driving surface in a safe, unimpaired condition. Written
approval by Special Districts' staff is required for the use of subcontractors not included with the
proposal submission. Any unsafe condition of a walkway or service road shall be reported
immediately to the LIVID Monitor or directly to City Staff.
• Contractor may be responsible for total replacement or repair of hardscaping and/or
plant replacement if damage occurs due to Contractor's negligence or by accidental
damage within maintenance operation.
• Contractor shall be responsible for sweeping/blowing all hardscape surfaces within the
contract boundaries on a regularly scheduled routine approved by LIVID Staff or as
requested by Special Districts. All debris must be collected and removed.
• Disposal of debris by blowing into roadways, sidewalks, adjacent planters, or other
areas is prohibited and may be cause for contract termination or a deduction in
payment as described in Section 10.4.
27. GRAFFITI ERADICATION AND CONTROL
27.1.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, fences, or any
appurtenant structures or equipment within the areas under Contractor's maintenance. Special
Districts Inspector will be informed of all graffiti immediately upon discovery. Contractor is
required to input graffiti information into the City's reporting system at: City of Santa Clarita, CA
- Resident Service Center (Eovoutreach.com)
27.2.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 Section 4.
27.3.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.
28. DECOMPOSED GRANITE — Not applicable in this zone.
29. FUTURE/ADDITIONAL MAINTENANCE AREAS
For the maintenance of future/additional maintenance areas that have been accepted by the City,
contractor to provide pricing consistent with the Cost Proposal Template (Exhibit A) and Additional
Pricing (Exhibits B1 & 132) in this document for similar landscape/terrain.
RESPONSE FORMAT AND SELECTION CRITERIA
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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 the contractor.
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 forthe 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 Cityto 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, B1, B2, D, GI-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
http://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 subj ect 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 01 06 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 "AXII." 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, CITY'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:
I0
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
I0
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
is
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
$
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
$
Trust 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-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clorito, California
Fill out this form completely and return with your proposal.
Item
Column A
Column B
Project Site
No.
Monthly Maintenance Cost
Annual Maintenance Cost
1.
LIVID Zone T8 (Valencia
$ x 12 months
$
Summit)
_
Total (Column 8)
Total proposed amount annually, in legibly printed words:
EXHIBIT A2: ALTERNATE COST PROPOSAL
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clorito, California
Fill out this form completely and return with your proposal. Please make sure to include the deducted
amount on the monthly & annual costs that excludes the area marked in red on page 3 of Attachment
B of the bid documents.
Column B
Item
Column A
Project Site
Annual Maintenance
No.
Monthly Maintenance Cost
Cost
LMD Zone T8 (Valencia Summit)
1.
excluding the turf area marked on
$ x 12 months
$
Attachment D
Total (Column B)
$
Total proposed amount annually, in legibly printed words:
EXHIBIT B1: ADDITIONAL PRICING
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, California
Fill out this form completely and return with your proposal. Do NOT include this pricing in the cost of your
proposal response. Hourly labor rates to be used in performing the work required in the specifications for
annual landscape maintenance. These rates will not be used in evaluating the proposal, but shall be used
in evaluating cost estimates for "additional" or "extra" work requested by the City under this contract
when applicable.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed:
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emergency
Irrigation Laborer
$
per hour
$
per hour
Landscape Laborer
$
per hour
$_
per hour
CAC/CAL Herbicide and Pesticide Applicator $
Please initial to verify acknowledgement of labor rates:
perhour N/A
EXHIBIT 132: ADDITIONAL PRICING CONTINUED
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, California
Fill out this form completely and return with your proposal. Do NOT include this pricing in the cost on
the of your proposal response.
Please list the unit price for labor, EXCLUDING part/material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
EXTENDED PRICE
ITEM
DESCRIPTION
UNIT OF
QTY
UNIT PRICE
(UNITPRICEX
MEASURE
QTY)
1
Price for maintenance of landscaped
SF
500
$
$
with turf.
2
Price for maintenance of landscape with
SF
1,000
$
$
trees, shrubs, and ground cover.
'
3
Price for maintenance of landscaped,
SF
500
$
$
irrigated slope.
Please list the unit price for all-inclusive labor and material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
EXTENDED PRICE
ITEM
DESCRIPTION
UNIT OF
QTY
UNIT PRICE
(UNITPRICEX
MEASURE
QTY)
4
Price for installation of one (1) gallon
EA
5
$
$
shrub.
5
Price for installation of five (5) gallon
EA
5
$
$
shrub.
6
Price for installation of fifteen (15) gallon
EA
5
$
$
shrub.
7.
Price for installation of fifteen (15) gallon
EA
5
$
$
tree.
8
Price for installation of twenty -four -inch
EA
2
$
$
(24-inch) box tree.
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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 2023, 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
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to 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?
*Attach additional pages as necessary.
EXHIBIT E: DESIGNATION OF SUBCONTRCATORS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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 DI 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
DI 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 ofthe 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 ofthe Labor Code at the time the
contract is awarded.
EXHIBIT F: REFERENCES
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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
License/Certificates
4. Name
License/Certificates
5. Name
License/Certificates
6. Name
License/Certificates
7. Name
License/Certificates
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
8. Name
License/Certificates
9. Name
License/Certificates
10. Name
License/Certificates
11. Name
License/Certificates
12. Name
License/Certificates
13. Name
License/Certificates
14. Name
License/Certificates
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
Job Title
15. Name Job Title
License/Certificates
*Attach additional pages as necessary for additional personnel.
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, California
Fill out this form for each of the following zone(s): T8 — Valencia Summit. Labor time proposed is time
working on site and does not include travel time. Attach additional pages as necessary for additional
personnel.
ZONE: T8 — VALENCIA SUMMIT
Supervisors
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Crew #1
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Crew #2
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Specialty Positions
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
Specialty Positions
Crewmember Title
Qty. of Weekly Hours
Crewmember Title
Qty. of Weekly Hours
EXHIBIT H: EQUIPMENT REQUIREMENTS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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
a
10.
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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 Zone T8 Landscape
Maintenance. 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
te:
Date:
EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Son to Clorito, 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 A-D
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)
DocuSign Envelope ID: 7EFF8419-62AD-4670-9D4E-86B91862CCC1
WP �
QQO $� pJ
J
OQ J CANTq 1OP
ep'' FOR C1`O
P�
ti
�.P
COLLEGE ORC1
Attachment B
w
DF< �
MDN
FOR
�0A'TE DR A�
r"-
a
az DEL MONiE OR C� .,
o
C
0 �1
c
/ \ c m
c
PY_ Q
VALENCIA BLVD
P17 \ •
P18 (\ P20•P21
P19
P46 • P30
C'f
G
OpQ�
aPP i
BpP
k�
a�
P23 O
ARROYO PARK OR
4)
City Of SANTA CLARITA
LMD Zone T8
Part 1
LANDSCAPE
MAINTENANCE
Legend
• Paseo Light Poles
❑ Paseo Bridge
Paseos
Parcel Outlines
Q LIVID Boundary
Irrigated Landscape
Non -irrigated Landscape
Turf
Park and Playground
W cl" E
S
300 150 0 300 Feet
Landscape infortna0on from H—ker Engineering
Vaseo lntortna0on hom LIl\/ot Santa (:lan[a-(;IS
Parcel data(,pynght June 1— c... ty of Los Hn gales
and Pa .1Qu t
All rights reserved.
(].\NH0Jt 1 S\AS\130401t1\mxd\Imd_t8_P s 1_I11dscapesyalt1 mxd
DocuSign Envelope ID: 7EFF8419-62AD-4670-9D4E-86B91862CCC1
Attachment B
�o SANrs ee� ,
LMD Zone T8
Part 2
LANDSCAPE
MAINTENANCE
Legend
• Paseo Light Poles
❑ Paseo Bridge
�i Paseos
Parcel Outlines
QLIVID Boundary
Irrigated Landscape
Non -irrigated Landscape
Turf
300 150 0 300 Feet
Landscape i,fo,,,t,o, from H—ker Engineering
Paseo Vort ton hom Uty of Santa (:loot,--
P,.CB I data:(opynght June 2U19,( ,ty of Los Angeles
and P, .lQu t
All rights reserved.
(].\PH0-1—S-0401t—ld-d_ttly,oeo_Iandlcapely,lT2 mld
DocuSign Envelope ID: 7EFF8419-62AD-4670-9D4E-86E91862CCC1
Attachment B
„e F VALENCIA BLVD
sa City
"y °r SANTA CLARITA
s
LMD Zone T8
c wDEMD _ a t; Part 1
� z
LANDSCAPE
—I r MAINTENANCE
ti
Legend
Qn o +.a alp
P cr � eP Paseo Light Poles
��A`
+ y _ DEL a aoq ❑ Paseo Bridge
a '1111II y,P
�l Paseos
Parcel Outlines
LMD Boundary
tea. P
r- 9 a p w1e G" IrronaeLandscape
_.
PSI w*yF.
wlx a w�" N l"rrigated Landscape
` 4
Turf
"L F1 Park and Playground
3
v x wu Alternate Schedule Area
aL N6 N5 . to exclude
oP x r
VI ~Y NT
a'D N
1 - �
.t^ ' r hz - OWY Nd2 N[L N20 c37
4
!!!l��44�� %%""""
300 150 0 300 Feet
l ! f
COLLEGE C19CLE - ..'= ' ARROYO PARK DR - - Lanaxape'nforma,wn(ro H k E nre
419
_ i an5ea t ane2019.co v Los 9 :
yol5anta ClaRa GIS
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
ATTACHMENT D: INVENTORY LIST
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clarita, California
Inventory List — Zone T8 (Valencia Summit)
Item #
Description
Approximate Square
Footage
Estimated
Quantity
1
Parkway/Side Panel/Planter Beds
41,804
2
Slopes
2,862,212
3
Turf
328,409
4
Non -Irrigated Landscape
3,081,769
5
Paseos
10,700 LF
6
Tennis Courts
1
7
Paseo Bridge
2.5
8
Backflow Devices
39
9
Irrigation Controllers
38
10
Trash Containers
28
11
Play Areas
2
Estimates above are for reference only and it is the responsibility of the Contractor to verify by
inspection to observe the various areas' characteristics.
TM
—Landscape Services Inc.
City of Santa Clarita
LMD Zone T8 Valencia Summit
Proposal # LMD-24-25-06
Landscape Maintenance Services Proposal
NAL�J,J_�\
—Landscape Services Ir)L _
August 26, 2024
City of Santa Clarita
23920 Valencia Blvd.
Santa Clarita, CA 91355
Dear City of Santa Clarita Landscape Maintenance Districts:
Thank you for allowing Marina Landscape Services, Inc. the opportunity to submit our landscape
maintenance services proposal for Proposal # LMD-24-25-06 Zone T8 Valencia Summit.
Marina Landscape Services is a full -service landscape management company dedicated to
providing exceptional customer service in the Southern California sector for over 35 years.
Marina Landscape Services has established the benchmark of quality and service with our
experienced team of professionals and technicians. Our desire is to provide the City of Santa
Clarita with the most attentive, reliable and professional landscape maintenance service in the
industry. Marina Landscape Services has been recognized by our clients and our peers for the
quality our landscape management services and water conservation efforts as a result of our
water management practices.
Our first goal as your service provider will be to conduct a complete irrigation audit and initiate
proper programming and scheduling of the irrigation system. A report will be provided to the
Landscape Maintenance District (LMD) administrator with proactive suggestions and
recommendations to ensure continuous improvements to the irrigation system and landscape for
LMD-24-25-06 Zone T8 Valencia Summit. Marina Landscape Services has developed and
provided detailed maintenance schedules for the landscaped areas in LMD Zone T8 Valencia
Summit. These schedules will serve as an essential communication tool for the LMD
administrator to have a thorough understanding of our service plan. These maintenance routines
will be initiated and reviewed as required to maintain service levels, as well as, to provide a
consistent quality and appearance.
Enclosed, please find our landscape maintenance services proposal for Proposal # LMD-24-25-
06 Zone T8 Valencia Summit. Marina Landscape Services, Inc. will furnish all labor, equipment,
tools, services and special skills for an all-inclusive contract for the maintenance of the grounds,
irrigation and landscape maintenance services. The services include, but are not limited to
irrigation repairs minor and major, shrub, tree, and groundcover planting, spreading mulch, all
fuel modification and weed abatement, litter removal, turf aeration, turf renovati on/verti -cutting,
turf overseeding, and micro-nutrients/soil amendments. Maintenance of landscape shall include,
but not limited to: mowing, trimming, edging, hand pruning, fertilization, brush clearance,
application of pre -emergent herbicides, weed control, minor tree lifting, dead plant removal,
plant replacements, and cleanup/clearing of drainage systems. Marina Landscape Services will
uphold the highest standard of quality and performance to maintain the landscape in an attractive
and healthy condition at all times.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�Jdam\
—Landscape Services Inc. —
Thank you for your consideration of our services as we look forward to the opportunity to work
with the City of Santa Clarita. I have been a long-time resident and landscape contractor in the
Santa Clarita Valley. My team and I feel we have built a strong reputation in the industry and
have established a good working relationship with the projects we manage. We are very familiar
with the LMD Zone and fully understand the needs and expectations of the project site and the
City of Santa Clarita. We would be delighted to have LMD Zone T8 Valencia Summit in our
portfolio and work towards establishing a long-lasting working relationship with the City of
Santa Clarita. It will be our goal to provide immediate impact and improvement and excellent
ongoing landscaping services to LMD Zone T8 Valencia Summit. We look forward in working
with the City of Santa Clarita.
If you have any questions, or if I may provide you with any additional information, please do not
hesitate to contact me.
Sincerely,
lVar�'ty StaweLL
Marry Stowell
CEO
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
Background
About Marina Landscape Services
Marry Stowell, CEO, of Marina Landscape Services started in the landscape maintenance
industry in 1986. Marry built a landscape maintenance and installation company with the primary
focus of servicing Homeowner Associations, Commercial, Public Works, Parks, and Sports Field
maintenance contracts. Our team of qualified professionals are at the top in the Los Angeles
County area currently servicing over 1,500 acres of slopes, turf, planters, irrigation, water, trees
and fuel modification zones. We are proud of our achievements and we are confident that our
customers will attest to our commitment. Today, Marina Landscape Services, employs over 200
trained landscape technicians. Our corporate office is located at 25061 Avenue Stanford, Unit 10,
Valencia, CA 91355. Our office is open Monday through Friday from 7:00 a.m. - 4:00 p.m.
Philosophy
Marina Landscape Services, Inc. is a reputable landscape services company. We take extreme
pride in our work and our team takes proactive measures to ensure the needs our clients are
achieved and exceeded. We understand the needs and challenges of LMD Zone T8 Valencia
Summit. Marina Landscape Services works with our clients to provide solutions.
Marina Landscapes Services, staffs our projects with the most qualified personnel, equips our
team members with essential communication tools, and new vehicles and equipment for better
efficiency and production, implements the latest horticultural practices, and applies advancing
technologies. We believe we provide our team with the proper tools to effectively and efficiently
address the day-to-day needs of our customers to provide an exceptional level of service.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,J-�\
—Landscape Services Ir)L _
Scope of Work
Marina Landscape Services, Inc. understands the scope of work and the requirements for the
landscape maintenance services of LMD Zone T8 Valencia Summit, and the importance and
impact the landscape can have on the overall appearance of the City of Santa Clarita. The
Landscape Maintenance District (LMD) will be maintained at industry standards and all work
will be performed in a professional manner and using proper equipment and tools, and quality
materials.
Transition Plan
Marina Landscape Services will work with the City of Santa Clarita Landscape Maintenance
District (LMD) administrative staff in advance to determine the current state of the landscape
zones to be taken over. Meetings will be scheduled, as necessary, between LMD representatives
and the Account Supervisor and the Landscape Maintenance Foreman to start a constructive
dialog that will carry over as the project is transitioned over from the departing contractor. A
thorough initial inspection of the irrigation system and planted areas will be made and
documented within thirty days of start of contract.
As a standard practice, one of the first processes Marina Landscape Services implements on a
new contract is an irrigation audit. Our audit ensures that the irrigation system is operating
properly. Ensuring that the irrigation is properly operating will reduce water cost and usage,
while making sure proper absorption is occurring in the plant soil. Marina's water conservation
team will be visiting the job -site to ensure all the standards are being met to insure maximum
water conservation. Within the first 60 days, Marina Landscape Services will formally
acknowledge receipt of the irrigation system. Provided in General Attachments section of our
Response File is a sample of our Irrigation System Audit Worksheet. In addition, The
WeatherTrack Controller Inventory Reports will be provided 45 days after the start of this
contract.
Marina Landscape Services developed maintenance schedules to serve as communication tool for
Special Districts to have a thorough understanding of our service plan for LMD Zone T8
Valencia Summit.
General Landscape Maintenance Services
Landscape maintenance services will adhere to the contract specifications utilizing the best and
highest industry practices and standards. Operations will be conducted assuring minimum
obstruction, inconvenience and disruption to the public. Marina Landscape Services
acknowledges this is an important matter and will diligently abide.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAC�Jds\
—Landscape Services h1c.—
Irrigation System and Water Management
Marina Landscape Services will inspect the irrigation system to ensure the plant material is
receiving an adequate amount of water, and that the irrigation controllers are set to the proper
specifications and ensure the irrigation components are operational. Our Irrigation Technicians
and Irrigation Specialists recognize that water conversion is crucial and having an efficient
watering practice is the key to optimizing water usage. Efficiency will be achieved by making
proper adjustments, and addressing repairs immediately upon occurrence, or within 24 hours
following notification from LMD. Irrigation repairs logs will be generated and maintained.
Repair logs will include date and nature of repair, and an itemized list of materials, as well as, a
site map illustrating the location of the repair, a photo of the site condition, and the work
completed. Marina Landscape Services will utilize our Irrigation System Audit Worksheet as a
guide for our irrigation system inspections conducted for each controller a minimum of once per
month. Our reports will be provided to the LMD administrator.
Marina Landscape Services has fully trained and certified personnel to address all of the
irrigation needs of our projects. Our Irrigation Specialist and Irrigation Technicians have
vehicles stocked with the necessary irrigation components for all irrigation needs. Our Account
Supervisors, Landscape Maintenance Foreman, Irrigation Specialist and Irrigation Technicians
are experienced, trained and certified in the operation and management of WeatherTrak,
Calsense, RainBird, Irritrol, Hunter, ET Water, RainMaster, Baseline, Weathermatic, solar, and
battery -operated controllers. Our personnel will adhere to the Irrigation Association, Best
Management Practices.
Marina Landscape Services has an established a working relationship with the local water
agencies in providing our projects with the latest in water and irrigation product rebates. In a
constantly advancing industry, we are committed to water conservation and resource
technologies. By installing low -water -use plants, retrofitting irrigation systems with industry -
advanced components, and utilizing on -site weather stations, flow sensors, rain sensors have
been instrumental in saving our customers in water usage.
A value -add service Marina Landscape Services employs is a monthly water chart and analysis
to utilize as a tool for our on -going water conservation efforts to ensure our projects are in
compliance with the allotted water use and also to keep within budget. Another value -add service
provided is a complete soil composition report and water analysis report to better understand the
soil and water dynamics of the project.
Marina Landscape Services also has over 20 years of knowledge and experience in the
application of fertigation. Fertigation is state of the art injector systems which deliver precise,
micro dosing of organic -based fertilizers and other soil and plant products through the existing
irrigation system. Through fertigation delivery systems, a variety of organic products can be
supplied to both the foliage and root system.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
—Landscape Services fix. —
Weed, Disease and Pest Control
To ensure a healthy and well -kept plant community, Marina Landscape Services will implement
preventative measures using Integrated Pest Management strategies. When the need arises, active
measures will be taken to ensure quality flora. Plants and trees are more susceptible to pests and
disease problems under stressful conditions. Our pest management practice uses techniques such
as cultivation, proper pruning techniques, adequate watering practices, mulching, appropriate
fertilizer applications, and the use of clean and well -maintained equipment to reduce such pest
and disease problems. Our personnel are trained regularly and are always observant for target
pests and diseases. The Account Supervisor will be notified of any pest and disease activity and
LMD administrator will be made aware of matter. For weed control, cultivation and mulch
application is our preferred form of control, however, if chemical application is needed, Marina
Landscape Services with consult with our team of Qualified Applicators for proper application
recommendations using the least toxic and most target -specific pesticides.
Storm Preparation Procedures
Marina Landscape Services proactively cleans the storm drains, v-ditches, and inspects the
slopes for erosion issues during our maintenance rotation, as well as, before, during, after
rain activity. Marina Landscape Services makes it a goal to ensure our work schedule is not
impacted and delayed by inclement weather. Full crews will report to the job sites and
perform their scheduled work on days of light precipitation and/or forecasted rain. On days
of extreme adverse and inclement weather, the Landscape Maintenance Foreman from each
crew will inspect and monitor the maintained areas and will be on standby for emergency
responses. All concerns regarding safety of property damage will be reported within 24
hours of occurrence to the LMD administrator. Damage as a result of storm will be photo
documented prior to removal or clean-up. There will be regular communication between the
Account Supervisor and Special Districts to develop an action plan in anticipation of the
weather and during inclement weather events.
Response Procedures
Service requests made by the public and Special Districts will be addressed as soon as possible
after notification. Special Districts will be notified if a request cannot be resolved within 24 hours.
Corrective work generated from a monthly inspection by Special Districts will be completed within
three (3) working days or agreed upon completion date. When notified of a landscape or irrigation
emergency during the hours and days of maintenance services, Marina Landscape Services will
respond by phone and/or text message to the LMD administrator within fifteen (15) minutes of
notification. When notified of a landscape or irrigation emergency outside of the normal hours and
days of maintenance service, Marina Landscape Services will respond within thirty (30) minutes.
If necessary, personnel and equipment will be available within two (2) hours. Account Supervisor,
Alonzo Aguilar, will be the direct contact and can be reached at (661) 904-9478. The contact
information for the Landscape Maintenance Foreman of each crew will be provided upon award
of the contract. Marina Landscape Services customer service can be contacted during business
hours at (661) 753-3730.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL��Jdam\
—Landscape Services foc.—
Damage Prevention
The Landscape Maintenance Foreman will perform a daily job -site safety analysis to identify
any potential hazards or safety risks that may pose an immediate risk or hazard to the public or
our employees. Findings will be reported to the LMD administrator and a remediation plan will
be developed. Marina landscape services will be responsible for correcting minor issues.
Damages as a result of our operation will be repaired or replaced at our expense. Irrigation
damage will be repaired or replaced prior to the next regularly scheduled watering. Damages to
plant material and trees will be replaced within five (5) working days or sooner as directed by
Special District. Concrete walkway, block walls light poles or any appurtenances will be
repaired or replaced within a reasonable timeframe.
Safety
Safety is a priority at Marina Landscape Services. Our technicians are very aware of their
surroundings and participate in daily tailgate safety meetings. Every employee of Marina
Landscape Services goes through a safety training program at the beginning of their employment
and our continuing education only strengthens those foundations. Safety training meetings are
conducted monthly. Every two months we hold meetings to learn about emergency procedures.
Every six month we conduct training on company policies. When accidents occur, a thorough
incident investigation is conducted. Re-enactments of the incident are conducted to help
determine the root cause of the incident. They serve as an educational tool to help educate our
employees and help our organization find solutions to improve our safety practices and to
prevent a similar incident from occurring again. Our employees are equipped with Personnel
Protective Equipment (PPE) that will protect them and others from being injured. The PPE
consists of safety glasses, gloves, proper foot wear, dust masks, ear plugs and other gear as
required by OSHA. Our team members wear a company uniform consisting of matching pants
and shirts. Marina Landscape Services trains all of our employees on proper equipment
operation and traffic control. Public safety is heavily regulated. Marina Landscape Services has
been maintained a good and consistent experience modification rate.
Green Waste Management
Marina Landscape Services is an advocate of 100% green waste recycling. Our green waste is
processed into 100% organic mulch. Our collaboration with local certified green waste diversion
facilities helps contribute to our sustainability efforts and eliminate waste from going to landfills.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
Schedule
Marina Landscape Services will provide the labor, materials, and equipment necessary to
perform the required maintenance services. Services will be provided between Monday through
Friday. Designed to your specific horticultural composition our work schedules will allow us to
properly plan and forecast monthly and seasonal service needs while providing a user-friendly
guideline. Our work schedules include a Rotation Schedule and a Maintenance Schedule. These
schedules are included in the Maintenance Schedule and Rotation Schedule sections of our
Response File. These work schedules identify and delineate the time frames for the requirements
set forth in the scope of work. The Rotation Schedule illustrates the areas that will be serviced on
a monthly rotation basis. The Maintenance Schedule outlines daily, weekly, monthly, semi-
annual and annual timelines for landscape maintenance operations. A written copy of the City
approved schedule will be kept in the Landscape Maintenance Foreman's company truck at all
times and be available upon request by the LMD administrator. Marina Landscape Services will
notify LMD administrator at least one (1) week prior to the date and time of all the following
maintenance operations: fertilization; turf aeration; turf renovati on/verti cutting; micro-
nutrients/soil amendments; spraying of trees, shrubs or turf, aesthetic/structural tree and shrub
pruning; preventative disease control; transplanting of small and medium sized plants; lane
closures notification for median or parkway maintenance; and other items as determined by
Special Districts.
Marina Landscape Services will assign an Account Supervisor and two full-time crews and one
full-time Irrigation Technician/Specialist to LMD Zone T8 Valencia Summit. The crews will
consist of a Landscape Maintenance Foreman, Landscape Maintenance Technicians. The
Account Supervisor will be responsible for managing the daily operations of the landscape
maintenance crews and attend meeting and walk-throughs with LMD representatives. The
Account Supervisor will perform weekly maintenance inspections of all facilities within the
LMD to ensure all contractual obligations are being achieved. Such inspections will be both
visual and operational. The Account Supervisor will create punch -lists for items requiring
attention and will then be communicated to the landscape maintenance crews to have items
addressed. Monthly or bi-weekly interm walk-through inspections will be conducted with
Special Districts. Proposals will be generated when needed. The Landscape Maintenance
Foreman will be in direct communication with the Account Supervisor. The Landscape
Maintenance Foreman will be responsible for leading and supporting the Landscape
Maintenance Technicians in completing the daily landscape maintenance service duties. The
Landscape Maintenance Technicians will perform the landscape maintenance service duties
which include but not limited to: maintenance of turf areas; select pruning; fertilization
application; aerification; verticutting; turf over -seeding; top dressing; pruning of shrubs and
trees; trimming of turf, shrub areas, and ground cover; edging; disease and weed control; tree
maintenance; mulching; manual and chemical weed control; fuel modification maintenance;
traffic control; litter pickup, doggie litter removal and service of trash receptacles; and hardscape
maintenance. The Irrigation Technician/Specialist will be responsible for maintaining, managing
and operating the irrigation system with the goal of conserving water. Our Irrigation
Technician/Specialist will be responsible for the repair and/or replacement and keep operable all
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
—Landscape Services Ir) _
irrigation equipment consisting of: irrigation programming, irrigation station
identification/location, irrigation heads, remote control valves including master valves, flow
sensors, flow sensor programming, PVC mainline and laterals, quick couplers, risers, swing
joints, check valves, booster pumps, solar controllers/valves, battery -operated controllers/valves,
irrigation controller programming and setup, hand watering and the bleeding of valves in
emergency situations, perform spot checks of the irrigation system, and conduct complete
monthly irrigation system inspections for each controller.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
Personnel, Equipment, and Facilities
Experience and Qualifications
Marina Landscape Services is confident our team of qualified management and field personnel
bring years of valuable knowledge and experience. Our personnel are certified in safety, traffic
control, Occupational Safety Health Act (OSHA) compliance, pest control application, pest
control advising, water management and arbor care.
Management Personnel
Marty Stowell, CEO
Marry has been a State of California licensed C-27 contractor for over 35 years. His expertise is
found in maintaining Homeowner Associations maintenance contracts in Southern California.
His keen eye for scheduling and the utilization of our crews makes our maintenance operation
very efficient and effective. Marty has extensive knowledge in landscape irrigation and
installation, water management, arbor care estimating and construction.
Slater Stowell, CFO
Slater has been in the landscape industry since his childhood. Slater brings years of experience in
operations. He brings her expertise in operations and business to help with the daily operations.
Slater oversees all aspects of the office operations from Account Receivable, Accounts Payable,
Human Resources, business and new contracts. He holds the Basic WeatherTrak System
Introduction certificate.
Efrain Lupercio, Jr., Branch Manager/Senior Account Supervisor
Efrain brings years of experience in management of HOA, Commercial, Retail, AmusementPark,
Public Works maintenance contracts, renovation, water management, arbor care estimating,
purchasing and contract administration. He holds a C-27 contractor's license and a B.S. in
Environment Horticultural Science from Cal Poly San Luis Obispo. Efrain is in the process of
renewing his Certified Landscape Irrigation Auditor certificate. Efrain would provide assistance
with management of LMD Zone T8 Valencia Summit as he is familiar with the zone and the
expectations.
Alonzo Aguilar, Account Supervisor
Alonzo has over 30 years in the landscape industry. He is highly knowledgeable and experienced
in managing HOA, Commercial, Retail, Public Works, and Sports Field maintenance contracts,
and water management, arbor care, and renovations. He is also experienced in estimating,
purchasing and inventory management. Alonzo manages LMD Zones T17 Rainbow Glen, LMD
Zone T29 American Beauty, LMD Zone T68 West Creek, and LMD Zone T69 West Hills. His
experience, knowledge, and expectations has been instrumental our success. His proactive
approach has been an asset in the on -going beautification of City of Santa Clarita. He
understands the needs and requirements of the project. Alonzo would serve as the Account
Supervisor for LMD Zone T8 Valencia Summit.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,J_�\
—Landscape Services Ir)L _
Steven Avelar, Account Supervisor
Steven brings over 15 years of landscape maintenance experience. He has a multitude of
experience in managing HOA, Commercial, and High -end Retail maintenance contracts, and
water management, arbor care, and renovations. Steven is also experienced in estimating,
purchasing and inventory management.
Juventino Orozco, Account Supervisor
Juventino has over 16 years of landscape maintenance experience. His background in landscape
maintenance has been in field production and management of HOA and Public Works
maintenance contracts, water management, arbor care and renovations.
Jose Martinez, Irrigation Technician/Specialist
Jose has over 15 years of landscape maintenance, installation, and irrigation and water
management experience. He is Hydropoint certified. He holds the following certificates: Basic
WeatherTrak, System Introduction; Certified OptiFlow Training - Level 1 — OptiFlow
Introductions; Certified OptiFlow Training — Level 2 — OptiFlow Site Assessment; Certified
OptiFlow Training — Level 3 — OptiFlow Installation and Programming.
Administrative Personnel
Carla Conway, Office Administrator
Carla focuses on Accounts Receivable/Payables, and Payroll responsibilities.
Evelyn Trinidad, Assistant Office Administrator
Evelyn focuses on Customer Service and Human Resources and assists with Accounts
Receives/Payables responsibilities.
Field Personnel
Our team of field technicians are professional, experienced, well -trained and certified. Our
Landscape Maintenance Foreman are responsible for managing the landscape maintenance
crew and executing the day-to-day maintenance duties. Our Landscape Maintenance Foreman
are irrigation maintenance and pesticide application trained. Our Landscape Maintenance
Technicians are responsible for executing the day-to-day maintenance duties. Our Irrigation
Technician performs the necessary adjustments and repairs to the irrigation system to achieve
maximum high efficiency and conserve water.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,J_�\
—Landscape Services Ir)L _
Consultants
Craig Crotty, Arbor Culture LLC
Craig Crotty is the consulting ISA Certified Arborist for Marina Landscape Services. He
manages private and public projects within the City of Santa Clarita. Craig has been in the arbor
care industry since 1991. He is well versed in the arbor care industry. Craig holds certifications
from the International Society of Arboriculture. His arborist consulting practice include: Tree
Identification, Preservation Plans and Monitoring for Construction, Risk Assessment, Appraisal,
Diagnosis and Recommendations, Tree Cultural Care and Management Specifications, Insect
and Disease Identification and Energy Conservation Programs.
Wildlife Management Professionals
Wildlife Management Professionals will be the weed and pest control applicator for Marina
Landscape Services. Wildlife Management Professionals holds a valid and active and State of
California Department of Pesticide Regulations, Pest Control Business license, and a valid and
active State of California Department of Pesticide Regulations, Qualified Applicator
certification. The applicator will be used as necessary per the Scope of Services.
K2group
Kriss Keogh, Landscape Architect and President, has provided valuable assistance in water
conservation through the practice of water consumption data and analysis services. Kriss has
been called upon to evaluate a variety of client requests to track and monitor water use as it
relates to physical use, as well as, dollars spent. K2group is available to assist the City of Santa
Clarita.
LNID Zone T-8 Valencia Summit Team Composition
Our team will consist of an Account Supervisor, Branch Manager, and two (2) full-time
landscape maintenance crews, and one (1) full-time Irrigation Technician/Specialist. A minimum
of 280 man-hours per week will be provided by our field crews. Services will be performed five
days per week. Our team will be managed by Account Supervisor, Alonzo Aguilar, and Branch
Manager, Efrain Lupercio. Two full-time crews will perform the landscape maintenance
services. Each maintenance crew will consist of one (1) Landscape Maintenance Foreman and
two (2) Landscape Maintenance Technician. Each maintenance crew will oversee the
maintenance responsibilities within the LMD Zone. Our full-time Irrigation
Technician/Specialist will be responsible for the irrigation and water management. Crew 1 will
service the focal areas, and interior landscape and slopes. Crew 2 will service the perimeter
slopes. Our team composition for LMD Zone T8 Valencia Summit is structured to achieve the
highest efficiency, maximize productivity and allow crews to get familiarized with the service
areas quickly. Provided below is crew detail. Additional staffing information is provided in
Exhibit G1 Staff and Exhibit G2 Staff Hours in our Response File.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
Crew Detail
Landscape Maintenance Crew #1— Focal Areas, and Interior Landscape and Slopes
1-Full-time Landscape Maintenance Foreman
2-Full-time Landscape Maintenance Technician
Scope: Landscape maintenance and fuel modification management responsibilities
Landscape Maintenance Crew #2 — Perimeter Slopes
1-Full-time Landscape Maintenance Foreman
2-Full-time Landscape Maintenance Technician
Scope: Landscape maintenance and fuel modification management responsibilities
Irrigation Technician/Specialist
1-Full-time Irrigation Technician/Specialist
Scope: Irrigation and water management responsibilities
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
Organizational Chart
Efrain Luper " Jr
Branch Manager/Sr
Supervisor
Foreman Irrigation Tech
I aMror
Martin Stowell
CEO
Slater Stowell
CFO
Carla Conway
Office Admin.
Alonzo Aguilar
Account Supervisor
Foreman Irrigation Tech
Laborer
Steven 'velar
Account Supervisor
Foreman Irrigation Tech
I aMror
NAL�J,Jam\
—Landscape Services Ir)L _
Jwentino Orozco
Account Supervisor
Foreman Irrigation Tech
I aMrar
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
Equipment
Marina Landscape Services, Inc. is fully equipped with a fleet of new vehicles, power equipment
and tools and also has larger equipment available in house. An outline of the vehicles, equipment
and tools that will be assigned to this project is provided below. Marina Landscape Services
employees are uniformed. Uniforms and Personnel Protective Equipment (PPE) shall be properly
exhibited. Our Account Supervisors and Foreman are equipped with smart phone devices allowing
for efficient communication to help parties exchange information quickly and help execute tasks
promptly.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
Maintenance Crews
Irrigation Technicians
Vehicle
Vehicle
2 Ford F-250 Truck
1 Gator
2 Landscape Trailer
Small Tools
Irrigation controller remote & transmitter
Power Equipment
Hand Pruners
4 Backpack Leaf Blower
Loppers
4 String Trimmer
Shovels (Round, Square & Trench)
4 Extension Hedge Trimmer
Tool Set
2 Chain saw
2 Pole Saw
Traffic Control
2 48" Mower
2 30" Mower
Small Tools
Hand Pruners
Hand Picks
Hula Hoes
Loppers
Shovels (Round, Square & Trench)
Rakes
Hand Saws
Garden Spade Forks
Pole Pruner
Hoses
Quick Couplers
Brooms
Trash Cans
Fertilizer Spreaders
Backpack Sprayers
Wheelbarrows
Traffic Control
Specialty Eauipment
Walk -behind Aerators
Walk -behind De -thatchers
Pressure Washer
Bucket Truck
Dump Trucks
Commercial Grade Chippers
Dump Trailers
Front Loaders
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
Landscape Services Ir) _
Facilities
With our local facilities in close proximity to the project site, we can ensure maximum service
time and minimum drive time.
Corporate Office
Our corporate office is located at 25061 Avenue Stanford, Unit 10, Valencia, CA 91355.
Fleet Dispatch Facility - Coltrane
Our Coltrane Fleet Dispatch Facility is located at 23121 Coltrane Avenue, Newhall, CA 91321.
Fleet Dispatch Facility - Canyon Country
Our Canyon Country Fleet Dispatch Facility is located 28010 Tiffany Lane, Canyon Country,
CA 91387.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
EXHIBIT C: VIOLATION RECORDS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa C/arita, 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 2023, what was the longest stretch of days worked without an accident in the landscape
maintenance division?
76
3) Please provide any sustained complaints made to your company within the past four (4) years to
Cal -OSHA.
N/A
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.
N/A
EXHIBIT D: PROACTIVE APPROACH FORM
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clarita, California
Please explain what policies or procedures you and your company will provide to ensure your team will
proactively identify deficiencies, suggest solutions, and execute resolution? What makes your company
the best for this service area and how does your company stand out from others?
Please see attached page
*Attach additional pages as necessary.
NAL�Jdam\
—Landscape Services Inc. —
EXHIBIT D: PROACTIVE APPROACH
Marina Landscape Services prides itself in providing the best landscape services in the industry.
Our team of qualified professionals and technicians pride themselves in servicing our customers
with the most attentive, reliable and professional landscape services available in the industry.
Marina supplies our staff with up-to-date communication tools for communication efficiency,
provides our team members with the newest vehicles and equipment, applies the latest
horticultural and water management practices and implements advancing technologies for better
efficiency and higher productivity.
Marina Landscape Services will work with the City of Santa Clarita Landscape Maintenance
District administration staff in advance to determine the current state of the landscape zones to
be taken over. Meetings will be scheduled as necessary between LMD representatives and the
Account Supervisor and the Landscape Maintenance Foreman to start a constructive dialog that
will carry over as the project is transitioned over from the departing contractor. A thorough
initial inspection will be made and documented with suggestions for improvement, as necessary.
Any approved suggestions will be implemented upon the start of contract. One of the first
processes Marina implements on a new contract is an irrigation audit. Our irrigation audit
ensures that the irrigation is operating properly. Ensuring that the irrigation is properly operating
will reduce water cost and usage, while making sure proper absorption is occurring in the plant
soil. Marina's water conservation team will be visiting the job sites to ensure all the standards are
being met to insure maximum water conservation.
Marina Landscape Services will take all proactive measures to ensure that the quality of service
is being met and exceeded. Marina Landscape Services Account Supervisor, Alonzo Aguilar,
will be in charge of overseeing our on -site staff dedicated to this contract. Alonzo has over 30
years of experience in the landscaping industry and is very familiar with the LMD Zone. Alonzo
manages other LMD Zones, therefore, he understands the expectations of the project site. We are
certain the transition from contracts will seamless. Alonzo will visit the job sites frequently to
ensure all standards are being met. When necessary, he will create punch -lists for anything that
needs attention. Using this proactive method of control, we are able to keep our projects in
excellent condition.
Marina Landscape Services manages many projects of which consist of streetscape and slope
maintenance, irrigation and water management, as well as, fuel modification management. Our
team members have the proper training, experience and equipment to manage such project sites
as LMD Zone T8 Valencia Summit.
Marina Landscape Services is a local and operated full -service landscape company. Our services
include landscape maintenance, installation, design, water management and arbor care. Members
of our team reside in the City of Santa Clarita, and other members of our team who have worked
in the City for over 15 years. We know and understand the City's expectations and the level of
service required. Our facilities are local and in close to the project sites. This ensures there is less
drive time to the sites resulting in more time spent on the job.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
EXHIBIT E: DESIGNATION OF SUBCONTRCATORS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
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
Craig Crotty Arbor Culture
Location and Place of Business
424 Mesa Lila Road, Glendale, CA 91208
Bid Schedule Item No's:
Description of Work
LMD-24-25-06
Certified Arborist
License No.
Exp. Date: / /
Phone ( )
WE-0749A
06/30/2027
(818) 636-4917
Subcontractor
DIR Registration No.
Dollar Value of Work
Wildlife Management Professionals
Location and Place of Business
4505 Industrial St Ste #2A, Simi Valley, CA 93063
Bid Schedule Item No's:
Description of Work
LM D-24-25-06
Weed and Pest Control
License No.
Exp. Date: / /
Phone ( )
QAL #151824
12/31/2025
(805) 813-1785
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 - REVISED
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
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. Please
do not include City of Santa Clarita staff as a reference. 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 Culver City- Parks, Recreation & Community Services/9770 Culver Boulevard, Culver City, CA 90232-0507
Name and Address of Owner /Agency
Dani Cullens, Recreation & Community Services Manager
(310) 253-6471
Name and Telephone Number of Person Familiar with Project
City-wide landscape maintenance services 2018
$22,440/month and fuel modification management
Current
Contract Amount Type of Work Date Started
Date Completed
2 City of Santa Clarita - LMD ZoneT68/23920 Valencia Blvd. Ste. 295, Santa Clarita, CA 91355-2196
Name and Address of Owner /Agency
Special Districts Division (661) 290-2200
Name and Telephone Number of Person Familiar with Project
Landscape maintenance, irrigation,
$5,735/month and fuel modification management 11/2023
Current
Contract Amount Type of Work Date Started
Date Completed
3 City of Santa Clarita - LMD ZoneT69/23920 Valencia Blvd. Ste. 295, Santa Clarita, CA 91355-2196
Name and Address of Owner /Agency
Special Districts Division (661) 290-2200
Name and Telephone Number of Person Familiar with Project
Landscape maintenance, irrigation,
$25,485/month and fuel modification management 11/2023
Current
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:
MaxPro Insurance Solutions, 25129 The Old Road Rd. #220, Stevenson Ranch, CA 91381 (661) 425-9153
EXHIBIT G1: STAFF
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
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 Alonzo Aguilar
License/Certificates 30 years experience
2. Name Martin Stowell
License/Certificates C-27 License #492212
3. Name Slater Stowell
Job Title Account Supervisor
Job Title CEO
Job Title CFO
License/Certificates WeatherTrak Certified (Basic WeatherTrak System Introduction)
4. Name Efrain Lupercio, Jr Job Title Branch Manager
License/Certificates BS Environmental Horticultural Science & C-27 Licensed Contractor
5. Name Jose M. Job Title Irrigation Specialist
License/Certificates WeatherTrak Certified (Basic WeatherTrak System Introduction; Certified OptiFlow Training Level 1-3;
Controller Installation Training; FlowLink Installation Training; Flow3 Installation Training)
6. Name Roberto T. Job Title Landscape Maintenance Foreman (Crew #1)
License/Certificates 20 years experience
7. Name Bryan R. Job Title Landscape Maintenance Technician (Crew#1)
License/Certificates 10 years experience
8. Name Rene M.
License/Certificates 5 years experience
9. Name Cesar V.
License/Certificates 15 years experience
10. Name William H.
License/Certificates 10 years experience
11. Name Antonio R.
License/Certificates 7 years experience
12. Name Craig Crotty
License/Certificates ISA WE-0749A
13. Name Troy Spillman
License/Certificates QAL #151824
14. Name
License/Certificates
Job Title Landscape Maintenance Technician (Crew #1)
Job Title Landscape Maintenance Foreman (Crew #2)
Job Title Landscape Maintenance Technician (Crew #2)
Job Title Landscape Maintenance Technician (Crew #2)
Job Title Certified Arborist
Job Title Pest Control Applicator
Job Title
15. Name Job Title —
Lice nse/Ce rtif icates
*Attach additional pages as necessary for additional personnel.
EXHIBIT G2: STAFF HOURS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa C/arita, California
Fill out this form for each of the following zone(s): T8 — Valencia Summit. Labor time proposed is time
working on site and does not include travel time. Attach additional pages as necessary for additional
personnel.
ZONE: T8 — VALENCIA SUMMIT
Supervisors
Crewmember Title Account Supervisor
Crewmember Title Branch Manager
Crew #1 Focal Areas, and Interior Landscape and Slopes
Crewmember Title Landscape Maintenance Foreman
Crewmember Title Landscape Maintenance Technician
Crewmember Title Landscape Maintenance Technician
Crewmember Title
Crew #2 Perimeter Slopes
CrewmemberTitle Landscape Maintenance Foreman
CrewmemberTitle Landscape MaintenanceTechnician
Crewmember Title Landscape Maintenance Technician
Crewmember Title
Specialty Positions
Crewmember Title Irrigation Specialist/Technician
Crewmember Title
Specialty Positions
Crewmember Title Spray Technician
Crewmember Title Certified Arborist
Qty. of Weekly Hours 10 minimum
Qty. of Weekly Hours 5 minimum
Qty. of Weekly Hours 40
Qty. of Weekly Hours 40
Qty. of Weekly Hours 40
Qty. of Weekly Hours
Qty. of Weekly Hours 40
Qty. of Weekly Hours 40
Qty. of Weekly Hours 40
Qty. of Weekly Hours
Qty. of Weekly Hours 40
Qty. of Weekly Hours
Qty. of Weekly Hours 2
Qty. of Weekly Hours 1
EXHIBIT H: EQUIPMENT REQUIREMENTS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
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 operatingchainsaws
• 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:
CZ
Initials
EXHIBIT I: CERTIFICATIONS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
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 California State Contractor's License C-27 #492212, Marina Landscape Services, Inc.
2 Martin Stowell, CEO, C-27 License #492212, Staff
3 Slater Stowell, CFO, WeatherTrak Certified (Basic), Staff
4 Efrain Lupercio, Branch Manager, Staff
5 Alonzo Aguilar, Account Supervisor, Staff
6. Roberto T., Landscape Maintenance Foreman, Staff (Crew #1)
7 Cesar V., Landscape Maintenance Foreman, Staff (Crew #2)
8 Jose M., Irrigation Specialist, WeatherTrak Certified (Basic, Certified OptiFlow Training Level 1-3; Controller
Installation Training; FlowLink Installation Training; Flow3 Installation Training), Staff
g. Craig Crotty, Certified Arborist, ISA WE-0749A, Subcontractor
10. Troy Spillman, QAL #151824, Subcontractor
NAL�J,Jam\
—Landscape Services Ir)L _
L� C STACNTRACTORS
TEOLICENSE BOARD
"' "' ' °• ^"°" ACTIVE LICENSE
.,.. ,.-492212 CORP
MARINA LANDSCAPE SERVICES
INC
E.a.mo... 11130/2025 www.cslh ca gov
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
IF
NAL�J,Jam\
—Landscape Services Ir)L _
The International Society of Arboriculture
Hereby Amiounces That
Craig l_.iot7 ,
Has Earned the Credential
ISA Certified Arborist e
By successfully meeting ISA Certified Arborist certification requirements
through demonstrated attainment of rele,,-ant competencies as supported by
the ISA Credentialine Council
" ;
Cattl,v 3 o E,.
CEO & E—Wiz-e D-=,
24 Ap.1 1997 30 June 102? P.'E-0'49A
Issue Date Espinti-Date Certification N—be
Ad=
PCa�•]NNC_ CD ]-IfIC:.-Ip!•1
:GDV
N]$y?
6A Crxtified.Arbarel
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
DEPARTMENT OF PESTICIDE REGUI ATiON
LICENSINWCERTIFICATTON PROGRAM
( COAL
9,�
,
QUALIFIED APPLICATOR UCENSE
LICENSE #:151824 EXPIRES:1213112025
Categodes: ABM Issued;
11112024
TROY L SPILLMAN
4505 INDUSTRIAL ST STE 2A
SIMI VALLEY, CA 93063
IIII _ ` h II1
This Ucense must he shown to enY representative at the Director or
Commissioner upon request
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
�J-jj
—Landscape Services Inc. —
HydroPoint
�����Eicate of �omple�;o�,
Slater Stowell
Marina Landscape Services Inc.
has successfully completed
Basic WeatheriRAK System Introduction
Chris Spain
Chief Executive Over
Issued: 09/04,7023
Expires 09/0312024
—6e, � r �L
en co ey
Training Manager
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
—Landscape 5ervrces Inc_—
HydrvPoint
�ft��E�cate of I&ontplct�o��
Jose maninez
Manna Landscape serwes
4P4.4ff?
H.D. Fowler - Basic WeatherTRAK System introduction
) 1e.—
Clhnr "
Ch� E
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
WA
l" lydroPo'1nt
Jose martinet
Marina Landscape services
"
HYDROPOINT ACCREDITED CONTRACTOR
far ON"" NA1r o 90-r". rrw.,
Certified Opfflow Training - Level 1 - OptiFlow Introduction - V2.
CW", m 7-1 ,
wplaoftmW 6ma Mnme
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
1.
—Landscape Services Inc. —
\k�tatt of C, 0111PIP14a
j vse ma rtinez
Marf ina J<. a ndscape services
tified OptiFlow Training - Level 2 - OptiFiow Site Assessmen
t,
d
L) I,—
I - —
Cwrts spew Cedri—
c" Earws.. Tra"
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
INALLA,,\
—Landscape Services !ne _ —
H drvPoint
aE�Wtc of LrOmPiPtI,
Jose mertinez
M3r111A G,AAdi(Jj* Seflrlfer
certified OpltiFlow Training - Level
p 'Flow installation and
ry (a
r mining - V2.0
► w..
0100 EmboAve On
si.r. ka
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
—Landscape 5ervrces Inc_ —
.I F H yd a v n
t r
Jose martinez
Mwina U+Wscapt services
r .a.T.fl►y t-lin't,ltilml
A WWeatherTRAK Communication Training
i.�-J) -/to. 6a.4wMSr2L -
C%ma
ctw Exec" ►Ve 044w rramq Mtrreew
Joao" ojfq%,Mjl
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�J,Jam\
—Landscape Services Ir)L _
j �'.
I ' HydrwPoint
of oil
1ptrtzo�i
Jose martinez
$AarIto LAfwwpt Ww"
CSP - Certified WeatherTRAK FIow3 Installation Traini
Ohm
uwr UA61= e y.�ar.r
.GOP, wAulurl
r.�.r rrr
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
—Landscape 5ervrces Inc_—
'� yd o oin H r P t
.�
��,���C�catc of �o�nplcfo�f
Jose mar[inez
CSP - Certified WeatherTRAK Flowlink Installation Train!
tbf awK wo offew TraE *mar
WWOW Giolkl s
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAL�jd�\
—Landscape Services Inc.—
HydroPoint
Jose martinez
IIAaflna landscape serves
"
HYDRQPOINT ACCREDITED CONTRACTOR
6w OMWV r ammv a My war of
CSP Certified WeatherTRAK Controller installation Training
1 .r O ,iCs i►
ChrestivplMN Soi,,, n, CEO c. e
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa C/arita, 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 Zone T8 Landscape
Maintenance. 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: 8/26/2024
*Estimator's Signature: i Date: 8/26/2024
*Owner's Signature: �tdGy Date: 8/26/2024
*All three signatures required
EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
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: 8/26/2024
Printed Name: Efrain Lupercio, Jr
—Landscape Services Ir) _
Attachment A — Additional Questions
1. Further elaborate on turf management operations and weed control?
Marina Landscape Services understands the importance of maintaining healthy, green and
weed and pest free turf. Proper turf care practices will help prevent stressful conditions and
reduce susceptibility to damage, weeds and diseases. Our team will use well maintained
and clean equipment and industry standard mowing practices, implement adequate
watering practices, apply a well-balanced fertilizer specific to turf and soil conditions,
renovate the turf areas, and actively control weed and pest activity.
All the turf areas will be mowed weekly during the Summer and once every two weeks
during the Winter. The large turf areas, such as, the park site will be mowed using 48"
rotary mowers and 30" rotary mowers will be used in the smaller areas. The mowers will
be set to the appropriate heights to prevent turf damage. Edging will be maintained at all
times and with each mowing. The turf areas will be mowed by the onsite crews on
Wednesday. The two crews will work together to ensure the turf areas are mowed early in
the day to reduce any disturbance and an inconvenience to public use of the turf areas.
Weed control will consist of manual and chemical eradication, as well as, the adoption and
implementation of proper turf care and horticultural practices. Pre -emergent and post-
emergents will be used when needed. All of the equipment for this project will new and
designated to this project only. After each mowing event, all the equipment will be washed
and properly serviced and maintained. This practice will help reduce the emergence and
spread of weeds. Ensuring the turf is being properly watered, not under or over watered,
will be also be instrumental in weed control. The renovation of the turf areas will also be
beneficial to the health of the turf. In the renovation process, the turf areas will be
dethatched, aerated and overseeded. The dethatch will remove the thatch and noxious
weeds. The aeration will help with oxygen intake, water penetration and reduce
compaction. The application of the well-balanced fertilizer and established fertilizer
program will supplement the turf areas with the proper nutrients to encourage a greener and
healthier turf. Our comprehensive Maintenance Schedule found in the Response File
provides additional information on timeframes of these services.
2. Please describe what you consider "fully" completing a rotation area. If your
proposed rotation is unattainable, how will you adjust your operation to continue
meeting contract specifications?
Marina Landscape Services understands the importance of meeting the contract
specifications. A complete rotation consists of weekly mowing, pruning and trimming of
plant material as needed, removal of weeds, skirting trees as needed, and the inspection and
clearance of v-ditches, and litter pick-up. If our proposed rotation is unattainable, we have
the resources to have "floating crews" with the purpose of providing additional support to
our projects when needed. If needed, we are committed to providing additional manpower
to ensure we stay on schedule and comply with our contractual obligations.
We prepared a comprehensive Maintenance Schedule and Rotation Schedule that will serve
as a user-friendly guideline for our maintenance team to follow. The schedules also serve
as an essential communication tool for Special Districts to have an understanding of our
service rotation. The Rotation Schedule is an illustration of our weekly maintenance
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
—Landscape Services r,)c.—
rotation. Our weekly maintenance rotation assures maximum property coverage. Our
Maintenance Schedule outlines the daily, weekly, monthly, semi-annual and annual
timelines for our landscape maintenance operations. Copies of our Maintenance Schedule
and Rotation Schedule are included in our Response File.
3. The focal areas within T8 are highly visible area that require routine/constant
attention to keep them aesthetically pleasing, which includes weed -free, mulched, and
plant material that is properly pruned, healthy and vigorous. How will you balance
the slope work with the work required for the focal areas with your proposed staff
hours?
Our team composition for LMD Zone T8 Valencia Summit consists of two full-time
landscape maintenance crews and a full-time Irrigation Technician/Specialist. One
landscape maintenance crew (Crew #1) will be responsible for the maintenance of the focal
areas, and the interior landscape and interior slopes. Crew 91 will dedicate (120) man-hours
per week to the focal areas, and interior landscape and slopes. Our second landscape
maintenance crew (Crew #2) will service the perimeter slopes. Crew 92 will dedicate (120)
man-hours per week to the perimeter slopes. The Irrigation Technician/Specialist will
dedicate (40) man-hours to the zone. Our crew structure and the allotted staff hours will
allow us to equally service the high visibility areas, as well as, to attend to the slope
maintenance requirements. We are confident this crew structure will be the most efficient
and generate the maximum productivity. Additional staffing information is provided in the
Crew Detail, and Exhibit G1 Staff and Exhibit G2 Staff Hours in our Response File.
4. How do you plan on addressing drainage concerns on slopes to ensure devices
function properly and prevent any possible water damage? How will you mitigate
erosion on slopes?
Marina Landscape Services prides itself on being proactive. Our crew members are trained
to conduct daily site inspections and identify and be observant of any areas of concern. The
crews are trained to clean the storm drains, v-ditches, and inspects the slopes for erosion
issues during our maintenance rotation, as well as, before, during, and after rain events.
During inclement weather events, the crew members are actively monitoring the project
site to identify any potential hazards. Should an area of concern be identified, the
Landscape Maintenance Foreman will report it to the Account Supervisor. The Account
Supervisor will report it to Special Districts so a preventative plan or corrective action can
be implemented.
5. Please elaborate and further explain your method for overgrown plant material?
Marina Landscape Services will conduct a thorough assessment of the zone and identify
and inventory areas and type of plant material that is overgrown. A report will be generated
and a meeting will be scheduled with Special Districts to construct and implement an
action plan based on the areas of priority and the type of plant requiring attention. Our
crews will trim and prune plant material as they work in areas throughout the zone to help
alleviate the areas of overgrown plant material. Our crews take advantage of the Winter
months to heavily prune and trim while the plant material is dormant. This prevents the
plant material from sustaining damage and it allows us to have better control of plant
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
NAC�Jdam\
—Landscape Services Inc. —
growth through the Spring and Summer months when the plants are actively growing. As
previously mentioned, Marina Landscape Services has the resources to provide additional
manpower if needed.
6. Describe your plan for controlling weed growth on irrigated slopes?
Manual eradication is our preferred form of weed control, however, if chemical treatment is
needed, Marina Landscape Services will consult with our team of Qualified Applicators for
proper application recommendations using the least toxic and most target -specific
pesticides. Our proposed crew structure will help us achieve on -going slope maintenance to
help control weed activity. The implementation of proper watering practices will also be
beneficial for weed control.
7. What improvements do you anticipate making in the first year of service if awarded
the contract after your review of the area?
As the new service provider our goal is to make a visible and immediate impact. Knowing
the focal areas are of high visibility and importance it will be our objective to assure these
impact areas are immediately trimmed, weed free and mulched. We pride ourselves on our
quality and water management practices. We have been successful in reducing water usage
for many of our projects. It will be our goal to find and implement additional water saving
solutions. To help achieve this goal, our Irrigation Technician/Specialist will conduct a
thorough audit of the irrigation system to ensure the plant material is receiving an adequate
amount of water, and the irrigation controllers are set to proper specifications and ensure
the irrigation components are operational. Upon our site inspection of the zone, it was
noted there are areas of overgrown plant material and others areas in need of additional
maintenance. We will work closely with Special Districts to address these areas. We are
confident our proposed team composition and staff hours will help us address the areas that
need additional attention. Our ultimate goal is to assure we are maintaining the zone to
industry standard and contractual obligations.
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
DOCUMENTS CHECKLIST
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
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 File(s) — to be submitted separately from the Response File:
o Exhibit A: Cost Proposal
o Exhibit A2: Alternate Cost Proposal
o Exhibit B1: Additional Pricing
o Exhibit B2: Additional Pricing Continued
Exhibit C: Violation Records
Exhibit D: Proactive Approach Form
M Exhibit E: Designation of Subcontractors
& Exhibit F: References
XI Exhibit G1: Staff
® Exhibit G2: Staff Hours
M Exhibit H: Equipment Requirements
& Exhibit I: Certifications
Kl Exhibit J: Acknowledgement & Acceptance of Scope of Work
N Exhibit K: Notice to Proposers Regarding Contractual Requirements
td Maintenance Schedule(s) - Daily, Weekly, Monthly, Semi -Annual, Annual (see examples in
Section E)
td 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: Dan Hamrick
❑ Maintenance Agreement
❑ Insurance Required by Contract
❑ W-9 Form
❑ Fringe Benefit Statement
0
v
0
z
Q�
auiluiew
Q�
N
uoil:)unjleua anlen
L
uanaun SupedS
uopeaedas
a--+
aoloa/AeadS
speaq paq:)lewsiw
Z3
Q
speaq pal}!1
Epeaq
ua�uns
(1)
a--+
(n
papolq/papalalap
i`
AeadS
N
ssupig/sleas sul� eaj
0
aseuleip peaq mol
a--+
luawisnfpy peaH
L
alzzou p99901D
salzzou Suissiw
speaq
ua� oaq/'3uissiw
sadid ua�oa8
(isd) aanssaad mOl
(isd) aanssaad gSIH
(wdS) molj uoilelS
adA1 aal�uudS
v
o
N
m
vl
lD
I�
W
m
o
ti
N
m
vl
lD
I�
W
m
o
ti
N
Z
Gl
N
m
�
m
0
n
W
m
m
m
m
C
U
N
Z
�
C
L
\
0
W
Z
0
-
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
XY
C
O
O
2
C
V
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
Vl
�J, Js\
—Landscape 5ervrces Inc_ —
MAINTENANCE SCHEDULE
LMD ZONE T8 VALENCIA SUMMIT
CREW #1
ZONE
TASK
SERVICE DAYS
T8
MAINTENANCE & IRRIGATION
MONDAY, TUESDAY, THURSDAY & FRIDAY
T8
MOW & IRRIGATION
WEDNESDAY
CREW #2
ZONE
TASK
SERVICE DAYS
T8
MAINTENANCE & IRRIGATION
MONDAY, TUESDAY, THURSDAY & FRIDAY
T8
MOW & IRRIGATION
WEDNESDAY
Marina Landscape Services, Inc.
Serving Santa Clarita • Los Angeles • Orange County • Northern California
License #492212
Corporate Office: 25061 Avenue Stanford, Unit 10 • Valencia, CA 91355
m
W
J
W
V
N
W
V
z
Q
z
W
F-
z
V
p
O
Z
O
C7
7
Q
J
Z
CQ
C
Q
Hill
Hill
HMI
CQ
C
m
LL
Z
Q
Hill
11
HMI
O
}
Z
>
Y
d
>
Y
W
W
W
Gl
Z�n
'O
W
�
'O
W
'O
W
'O
W
N
W
3
Gl
Z
'6W
'6W
V)
>
'6
W
�
w
O
N
W
3
N
W
3
N
W
3
W
W
u
�,
�,
>
'OW
>>
'6
'6
N
W
N
W
Q
N
W
N
W
'6
y
'O
N
N
'O
'O
'o
-O
y
Z
�
�
�
'O
'O
�
W
W
�•
Y
�
Y
Y
r
W
N
�'
W
N
�•
W
Z
W\\
Z
X
X
\\
X
X
W\
Z
X
W
Z
W
Z
W\
Z
C
X
W
Z
W
Z
Gl
W\
Z
X
W
Z
W
Z
y
++
3
++
3
N
p
W
W
Z
W
W
O
�n
�n
N
N
>
V
N
�n
s•I
H
H
H
O
N
>
�n
�n
+'
�n
s•I'
O
O
Q
Q
H
Q
C
C
cO
C
cO
C
y
J
c
Q
V
c
a
O
w
�
�
Ln
p
W
W
=
y
V
J
f6
�
i+
O
w
it
3
p
V
Z
Q
O
W
\
\
y
C
m
+r-
c
V
w
w
j
p
e°o
Z Z
w
w
m
m
c
+O
c
,v
Q
E
E
i
E
c
m
z
o
Z
v
C
E
g
Z
+
O
'^
u
u
u
u
m
to
c
r
w
w
aen
D
2
c
w
0
a
m
m
w
°ti
cQ
c
c
O
V
mCL
to
C7
vOi
c
3
u
c
m
m
c
w
E
L
c
�n
—
vn
•c�
o
in
Z
z
`y
u
V
m
C
In
V)
�
O
'^
O
C
K
OL
C
O.
i
i
Oq
C
UM
2
W
'
L
J
N
W
QK
C
vOi
W
C
C
'6
y
p
Z
Oq
-o
N
C
O
:7
-O
c
O
p
+�+
w
W
_
•N
c
O
U
N
In
y
O.
W
•�
i
[�
J
y
u
w
�
U
J
V
J
O
3
(7
'o
W
c
>
�•
W
V
1n
Q
V
Oq
C
'3
V\
p
Oq
C
K
O
N
H
W
Q
m
Oq
C
•�
W
V
C
m
N
C
C
,
W
Q
c
N
a
W
i
F
r
i
i
~
Q
1'
O-
ccO
C
w
Q
W�
C
V
Y
]
to
p
Z
LL
09
W
U
H
N
+U+
—
�'
w
C
W
W
7—
�'
j
U
O
c
f6
c
W
w
y—
�'
W
Y
Gl
L
F
C
d
W
Z
N
u
C
�a
O
E
C
'gyp
J
cO
C
W
W
Q
4Y
V,
L
a
�n
p
W
V7
LL
��
6
F
L
F
lL
L?
5
i
lz
O
L
V7
Z
O
y
LL
N
�
w
C7
L
F
3
V
W
LL
�
Gl
�
p
!
�
k)
/m\)0
))
\
#
\
x
I
\
Ln
§
§
\
k
2
\
k
k
)
§Ln
§
Ln (
}
00
\�
2
\
)
—j
(
0
8
§
\k
m0
1
0.
k
B�)\
{{/
/
]
§
CL
k
�
V)
>\];
�§>2§
;m{;)
§k--
�))§/j��)�]k\a
00 W a '�
I— W V m ti W
IL Z a s 3 a
U 0 Z a 3 _
UJ
co
0 a Z Z a° o° °m m m '� LiJ ilk LkJ W
c°i
.v I*
m m m m� a
J
'° 01111
0
N
O
Q m
,00 wcn J s
LU
a o y a w o
LLJ
N d Q a a s g a
�- U Z` C7
N W cu pm � o g
w wN aU,.
❑ m w w w w 3 a t CL z Z s7 a a a m 2E � a w w w w p_
J _z�� a=€
41
15�
LS ¢tq,F
'Ile
�d
w �Jy
e Y
�ppLMd �
dd
a aAoayy 'r au da9atr x
pJ 5SF
BIANCA WY
U
ice+
Q J*Ilk
T
GALANTE WY
ui
76
°
¢Ei39A WY
0
o
a uj �i `
a_
n
0
Cl)
4�\"SEA fl Q fij
` y6 i
Nvv\w,�s
y
tioyy9Fb® k RR �
r
V
H
a
z 96�3s�s
o 3
a
O! SANTA 0L
U Y
GG�a�O �S �ECEMg��,a1
Addendum No. 1
RFP # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clarita, California
Addendum No. 1
August 15, 2024
This addendum must be acknowledged via BidNet and should be included with the bid response.
There was a non -mandatory, pre -bid meeting on August 13, 2024 beginning at 10:00 AM (PT). The
meeting was via Zoom.
Attending Staff:
• Michele Arima — Buyer, Administrative Services
• Mariela Delgado —Administrative Analyst, Neighborhood Services
• Jaclyn Abston — Buyer, Administrative Services
• Dan Hamrick — Landscape Maintenance Specialist, Administrative Services
• Mike Choate — Project Development Coordinator, Administrative Services
• Andrew Sa iz — Landscape Maintenance Specialist, Administrative Services
Attending Vendors:
• Ricardo Escobedo, Mariposa Landscapes
• Alex Lazo, AHL
• Heidi Van Syoc, Stay Green
• Adam Budniak, Landcare
• Ron McRae, Oakridge Landscape, Inc.
Item 1: The following questions were asked and answered.
Q1) Tree care specs: What is the contractor responsible for regarding the maintenance?
Al) Per the RFP specs the contractor is responsible for 12' foot from the ground for tree
maintenance. Anything above 12' is the responsibility of Urban Forestry.
Q2) Irrigation Repairs: Are irrigation repairs all-inclusive labor and materials, or can labor be
charged?
A2) Per the RFP specs, all irrigation repairs are to be all-inclusive labor and equipment.
Item 2: Please reference revisions made to page 65 EXHIBIT F: REFERENCES.
Added language: Please do not include City of Santa Clarita staff as a reference.
Item 3: The following updates have been revised to Section 1.5 Inclement Weather and Adverse
Conditions on page 14-15 within the Scope of Work:
UPDATE — SECTION 1.5 INCLEMENT WEATHER AND ADVERSE CONDITIONS
Revised language in bullet point 3 with the following:
• Contractor shall not perform any operations during unsafe working conditions which may risk
individuals or result in damage to property/landscape.
a 0]W-'0KHII1LIIII►ZWIN 1911
P.F
of 5ANTq CL
F
CrypFU f56ECEM�O£e',~
Addendum No. 1
August 15, 2024
• Unless determined to be an unsafe working condition, on days of light precipitation and/or
forecasted rain the contractor shall continue to be present as scheduled performing alternative
tasks, such as but not limited to the following; monitoring of drainage devices, drain inlet clearing,
maintaining/cleaning of walkways, debris removal within planting areas, hand pruning of shrubs,
etc., or as directed by Special Districts.
• During periods of extremely adverse and inclement weather, the Contractor shall be present
with minimum of two staff members performing inspections of the maintained areas, as well
as monitoring the overall state of the zone and reporting any concerns in regards to safety or
property damage during regular assigned 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 must be photo
documented prior to any removal or clean up. If remedial work is required beyond the scope of
the contract, it may be paid as additional work upon approval by Special Districts.
Item 4: Please provide answers to Attachment A: Additional Questions and submit under General
Attachments in Response File Submission.
Item 5: Please review Attachment B: Revised Map showing Alternate Schedule to exclude.
The following was reviewed:
• Project scope of work
• Proposal guidelines
• References
Additional attachments/exhibits:
• EXHIBIT F: REFERENCES REVISED
• Attachment A —Additional Questions
• Attachment B — Revised Map Alternate Schedule to Exclude
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
8/26/2024
Con ractor's Representative Date
Marina Landscape Services, Inc.
Company Name
PROPOSAL # LMD-24-25-06
EXHIBIT F: REFERENCES - REVISED
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
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. Please
do not include City of Santa Clarita staff as a reference. 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:
Attachment A - Additional Questions
1. Further elaborate on turf management operations and weed control?
2. Please describe what you consider "fully" completing a rotation area. If your proposed
rotation is unattainable, how will you adjust your operation to continue meeting
contract specifications?
3. The focal areas within T8 are highly visible areas that require routine/constant attention
to keep them aesthetically pleasing, which includes weed -free, mulched, and plant
material that is properly pruned, healthy and vigorous. How will you balance the slope
work with the work required for the focal areas with your proposed staff hours?
4. How do you plan on addressing drainage concerns on slopes to ensure devices function
properly and prevent any possible water damage? How will you mitigate erosion on
slopes?
5. Please elaborate and further explain your method for overgrown plant material?
6. Describe your plan for controlling weed growth on irrigated slope areas?
7. What improvements do you anticipate making in the first year of service if awarded the
contract after your review of the area?
Please use an additional sheet to provide the answers to the additional questions.
Attachment B — REVISED MAP
Alternate Schedule to exclude
The area within the yellow on the map includes the turf area throughout the whole park, the side panels
& planters. There are 2 controllers for Summit Park marked on the map with the
F S),NTA
O
oLry a1
CFO �b oECEMeEQ',
Addendum No. 2
RFP # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clarita, California
Addendum No. 2
August 20, 2024
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. SECTION B: SCOPE OF WORK, ITEM 17. TURF CARE
Omit "Not applicable in this zone" from Section 17. Turf Care in the Scope of Work. There is turf care
required throughout Zone T8 as specified further in this section.
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
Co tractor's Representative
Marina Landscape Services, Inc.
Company Name
8/26/2024
Date
PROPOSAL # LMD-24-25-06
EXHIBIT A: COST PROPOSAL
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clarita, California
Fill out this form completely and return with your proposal.
Item
Project Site
Column A
Column B
No.
Monthly Maintenance Cost
Annual Maintenance Cost
1
LIVID Zone T8 (Valencia
$ 44,579.00 x 12 months
$ 534,948.00
Summit)
Total (Column B)
$534,948.00
Total proposed amount annually, in legibly printed words:
Five hundred thirty-four thousand nine hundred forty-eight dollars and zero cents
EXHIBIT A2: ALTERNATE COST PROPOSAL
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clarita, California
Fill out this form completely and return with your proposal. Please make sure to include the deducted
amount on the monthly & annual costs that excludes the area marked in red on page 3 of Attachment
B of the bid documents.
Column B
Item
Project Site
Column A
Annual Maintenance
No.
Monthly Maintenance Cost
Cost
LMD Zone T8 (Valencia Summit)
1.
excluding the turf area marked on
$ 42,034.00 x 12 months
$ 504,408.00
Attachment D
Total (Column B)
$ 504,408.00
Total proposed amount annually, in legibly printed words:
Five hundred four thousand four hundred eight dollars and zero cents
EXHIBIT B1: ADDITIONAL PRICING
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clarita, California
Fill out this form completely and return with your proposal. Do NOT include this pricing in the cost of your
proposal response. Hourly labor rates to be used in performing the work required in the specifications for
annual landscape maintenance. These rates will not be used in evaluating the proposal, but shall be used
in evaluating cost estimates for "additional" or "extra" work requested by the City under this contract
when applicable.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed:
Pricing and Billing Schedule Detail
Skill Level Hourly Cost After -Hour Emergency
Irrigation Laborer
Landscape Laborer
$ 65.00 per hour
$58.00per hour
QAC/QAL Herbicide and Pesticide Applicator $ 60.00 per hour
Please initial to verify acknowledgement of labor rates:
$97.50 per hour
$87.00per hour
N/A
EXHIBIT 132: ADDITIONAL PRICING CONTINUED
PROPOSAL # LMD-24-25-06
Zone T8 Landscape Maintenance
City of Santa Clarita, California
Fill out this form completely and return with your proposal. Do NOT include this pricing in the cost on
the of your proposal response.
Please list the unit price for labor, EXCLUDING part/material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
ITEM
UNIT OF
EXTENDED PRICE
DESCRIPTION
QTY
UNIT PRICE
(UNIT PRICE
MEASURE
QTY)
1
Price for maintenance of landscaped
SF
500
$ 0.0450
$ 22.50
with turf.
2
Price for maintenance of landscape with
SF
1,000
$ 0.0417
$ 41.70
trees, shrubs, and ground cover.
3
Price for maintenance of landscaped,
SF
500
$ 0.0417
$ 20.85
irrigated slope.
Please list the unit price for all-inclusive labor and material costs, for the following tasks. These rates
may be used in evaluating cost estimates for additional work requested by the City under this contract.
ITEM
UNIT OF
EXTENDED PRICE
DESCRIPTION
MEASURE
QTY
UNIT PRICE
(UNIT PRICE
QTY)
4.
Price for installation of one (1) gallon
EA
5
$ 15.00
$ 75.00
shrub.
5
Price for installation of five (5) gallon
EA
5
$ 37.00
$ 185.00
shrub.
6
Price for installation of fifteen (15) gallon
EA
5
$ 150.00
$ 750.00
shrub.
7.
Price for installation of fifteen (15) gallon
EA
5
$ 250.00
$1,250.00
tree.
8
Price for installation of twenty -four -inch
EA
2
$ 500.00
$1,000.00
(24-inch) box tree.