Loading...
HomeMy WebLinkAbout2013-08-27 - AGENDA REPORTS - LMD BID #'S 13-14-01/ 13-14-02 (2)Agenda Item: 9 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR City Manager Approval: Item to be presented by: Kevin Tonoian DATE: August 27, 2013 SUBJECT: AWARD CONTRACT FOR BID NUMBERS LMD-13-14-01 AND LMD-13-14-02 FOR LANDSCAPE MAINTENANCE SERVICES IN LMD ZONES T-20 (EL DORADO VILLAGE), T-44 (BOUQUET CANYON), T-48 (SHADOW HILLS), T-62 (CANYON HEIGHTS), T-67 (MIRAMONTES), T-71 (HASKELL CANYON RANCH), AND T-72 (COPPER HILL 22) DEPARTMENT: Administrative Services RECOMMENDED ACTION City Council: Award a two-year maintenance service contract to Venco Western to provide base contractual landscape maintenance for Landscape Maintenance District (LMD) Zones T-20, T-44, T-48, T-62, T-67, T-71, and T-72 in the annual amount of $263,148, plus a 20 percent contingency of $52,629 for unforeseen landscape replacement, maintenance, and service requests for two-year contract costs of $631,554. 2. Authorize an additional one-time expenditure authority as part of the contract with Venco Western in the amount of $23,000 to address priority irrigation -related repairs identified by staff during their evaluation of these newly annexed LMD Zones. 3. Authorize a total contract to Venco Western in an amount not to exceed $654,554, which is inclusive of the two-year costs for base -level contractual landscape maintenance, contingency for unforeseen landscape replacements, and one-time monies to address priority irrigation repairs. 4. Authorize the City Manager or designee to execute all contracts and associated documents, or modify the awards in the event issues of impossibility of performance arise, and execute all documents subject to City Attorney approval. 5. Direct staff to return to the Council prior to the conclusion of the two-year contract to consider authorizing the City Manager or designee to execute up to three (3) annual renewal options not to exceed the annual bid amounts, plus Consumer Price Index (CPI) adjustments. BACKGROUND The City administers 60 zones within the Landscape Maintenance District (LMD). The LMD operation is comprised of approximately 1,800 landscaped acres, including medians, parkways, three parks, over 20 miles of paseos, bridges, and 50,000 trees, numerous bridges, and six park sites. Landscape maintenance services for the City's LMD operation are provided through contracts with private companies. Over the past year, 12 zones were transferred to the City from the County of Los Angeles. The landscape maintenance service for the last seven zones recently went to bid, and this report recommends award to the lowest, responsive bidder. Purchasing staff advertised LMD Bid 13-14-01 for the maintenance of LMD Zones T-20 (El Dorado Village), T-44 (Bouquet Canyon), T-62 (Canyon Heights), T-67 (Miramontes), T-71 (Haskell Canyon Ranch), and T-72 (Copper Hill 22) and LMD Bid 13-14-02 for the maintenance of LMD Zone T-48 (Shadow Hills) on two occasions during July 2013. Bid notifications were also provided to the Santa Clarita Valley Chamber of Commerce, Valley Industrial Association, and 157 known vendors on file with the Purchasing Division. All bid documents were also made available on the City's website. As a result, four electronic bids in response to LMD 13-14-01 were received and opened by Purchasing staff on July 30, 2013, and five electronic bids in response to LMD 13-14-02 were received and opened by Purchasing staff on July 29, 2013. The results of the bids are shown in Attachment "A." Santa Clarita Municipal Code (S.C.M.C.) § 3.12.205 Support of Santa Clarita Businesses states that the lowest bid or quote submitted by a Santa Clarita business that is within ten percent (10%) of the lowest bid or quote, whether or not that bidder is the second lowest bidder, may be deemed to be the lowest bidder if the bidder agrees to reduce its bid to match the bid or quote of the lowest bidder. No local contractors' bids were within 10% of the lowest bid. Based on experience, Special Districts staff can forecast certain reoccurring maintenance activities and expenditures which are not a part of the routine monthly maintenance for each of the LMD zones. The non-scheduled expenditures include repair activities due to damage or vandalism, drainage repairs, landscape replacement due to damage, inclement weather, or end -of - plant life cycle. In this instance, staff anticipates more extensive non -routine and unanticipated repairs outside the scope of monthly services will be needed as a result of deferred maintenance items initially identified during the turnover of the newly annexed local LMD Zones from the County of Los Angeles. ME Staff is recommending the incorporation of a 20 percent contingency in the annual amount of $52,629 which would be used to address deferred maintenance items including plant replacement, reforestation, and increased service requests from homeowners. Staff is also requesting the City Council to increase Venco Western's total contract expenditure authority by an additional $23,000 to address priority irrigation -related repairs identified by staff during their evaluation of the newly annexed LMD Zones. Costs associated with this type of "extra work" was anticipated in the City's bid specifications and are capped at a specific per -hour dollar amount. This cap ensures costs consistency for extra work, regardless of which vendor is ultimately selected. The recommended annual contingency would run with the term of the contract. These amounts allow staff to respond to issues which may arise within each of the individual local zones in a timely manner. Finally, it is important to note that neither the additional expenditure authority for irrigation repairs nor the available amount of contingency represents a promise of guaranteed compensation under the terms of a proposed contract. By authorizing contract expenditure authority beyond the base bid amounts, the City Council is taking action to ensure that LMD revenues generated by property owners are utilized in the most cost-effective manner. Specifically, as a result of not including non-scheduled work as part of the base bid, the City retains the discretion to authorize and compensate the contractor for additional work once it has been reviewed by field inspectors and approved by the LMD Administrator. A thorough evaluation of the bids determined the proposals submitted by Venco Western to be the lowest responsive bids. Special Districts staff conducted a due -diligence review of Venco Western's professional references and determined their performance record meets the City's high standards. Hourly costs for unscheduled services are capped and not guaranteed compensation through this recommended contract award. Through these competitive bidding processes, the City continues to achieve significant cost reductions for landscape maintenance services, securing lower annual maintenance costs, and enabling the City to minimize future maintenance cost increases. ALTERNATIVE ACTIONS Other action as determined by the City Council. -3- FISCAL IMPACT There is no impact to the General Fund. Sufficient LMD funds were appropriated by the City Council as part of the Fiscal Year 2013-14 budget in the following accounts: Zone T-20 - 12558-5161.010, Zone T-44 - 12559-5161.010, Zone T-62 - 12561-5161.010, Zone T-67 - 12562-5161.010, Zone T-71 - 12563-5161.010, Zone T-72 - 12564-5161.010, 12558-5141.001 12559-5141.001 12561-5141.001 12562-5141.001 12563-5141.001 12564-5141.001 Zone T-48-12560-5161.010,12560-5141.001 ATTACHMENTS Bid Results Contract No. 13-00317 (Draft) available in the City Clerk's Reading File Bid Response No. 13-14-01 (Exhibit B-1) available in the City Clerk's Reading File Bid 13-14-01 Specifications in the Clerk's Reading File Bid Response No. 13-14-02 (Exhibit B-2) available in the City Clerk's Reading File Bid 13-14-02 Specifications in the Clerk's Reading File Attachment A Landscape Maintenance Contract City Council Meeting August 27, 2013 Bid Number LMD 13 14 01 LMD Zones: T-20 (EI Dorado Village), T-44 (Bouquet Canyon), T-62 (Canyon Heights), T-67 (Miramontes), T-71 (Haskell Canyon Ranch), and T-72 (Copper Hill 22) COMPANY LOCATION AMOUNT Venco Western Inc. Oxnard, CA $235,872.00 Oakridge Landscape Inc. Valencia, CA $278,390.40 American Heritage Landscape Canoga Park, CA $358,392.00 Stay Green Inc. Santa Clarita, CA $611,100.00 Bid Number LMD 13 14 02 LMD Zone T-48 (Shadow Hills) COMPANY LOCATION AMOUNT Venco Western Inc. Oxnard, CA $27,276.00 Oakridge Landscape Inc. Valencia, CA $30,720.00 Stay Green Inc. Santa Clarita, CA $32,760.00 American Heritage Landscape Canoga Park, CA $43,344.00 _ > — MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND VENCO WESTERN INC. Contract No. 13-00317 THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this day of 20 . by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and VENCO WESTERN INC., a California Corporation ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration.. CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR on a monthly basis an amount set forth in the attached Exhibit "B-1, for BID 413-14-01 pages 3 and 4 of exhibit, and Exhibit "B- 2" for BID # I3-14-02„page 3 of 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 CONTRACT.OR's invoice. 2. TERM, The term of this Agreement will be front September 2,. 2013, to August 31, 2015. The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit "A." B. 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. 4. PREVAILING WAGES. Revised 812011 1'zec I of —(-71— A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771. 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2; copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dicca.govlDLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. B. If this contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations; including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. C. 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 (1-9). 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. S. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: i. Thoroughly investigated and considered the scope of services to be performed; and ii. Carefully considered how the services should be performed; and Revised 812011 Page 2 of 7 iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. 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. 6. 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: Tvpe of Insurance Commercial general liability: Business automobile liability Workers compensation Limits.(combined single) S 1.000.000 $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 per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence." not a "claims made.' basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 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 "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording statin g.that failure of the insurer to mail written notice of cancellation imposes no Rcci,ed V2011 Page i ort C1— obligation, and to delete the word "endeavor' with regard to any notice provisions E. 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 dice- 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 AQreentent immediately with no penalty. Should Contractor's .insurance required by this Agreement be cancelled at anv point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore. CONTRACTOR must 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until:_ A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this Agreement, and B. CITY gives.CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin Mork in advance of receiving written authorization to proceed, any`such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause B. CONTRACTOR.may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date.. C. Should the Agreement be terminated pursuant to this Section. CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise front cans termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to.indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement; CONTRACTOR will defend Revised. 812011 Page J of 7 - 9 - CITY (at CITY's;request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement a' costs incurred in defense otherwise. 10. 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 oniv. 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and maybe given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa .Clarita 23920 Valencia Boulevard, Suite 300 SantaClarita; CA 91355 To. CONTRACTOR: Kenco Western Inc. 2460 Easbnch? Avenin Oxnard, CA 93030 B. 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 .ofactual delivery. C. 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. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. WAIVER. A waiver by CITY of any breach of any tern, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any oilier term, covenant, or condition contained in this Agreement, whether of the same or different character=. ld. CONSTRUCTION. The language of each part.of this Agreement will be construed simply and according to its fair meaning, and this .Agreement wilt never be construed either for or against either party. Revised 8/2011 Pau 5 or 7 - /6 - 15. 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 coma to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in fill force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of.any provision of this Agreement will not be deemed to constitute a waiver of any other provision. nor will such waiver constitute a continuing waiver. 19. 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. 19. 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.. 20. 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. 21. 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. 22. CAPTIONS. The captions of the paragraphs of this Agreement- are for convenience of reference only and will not affect the interpretation of this Agreement. 23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fife, 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. 24. ENTIRE AGREEMENT. This A;reement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting landscape.maintenance. To the extent that there are additional terms and conditions contained in Exhibit "A & B" that are not in conflict with this A-reement, 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. Revised 812011 Page 6 of 7 25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and revulations includino. without limitation. CITY's conflict of interest regulations. (SIGNATURES ON NEXT PAGE) Revised 8/2011 Pme i or 2 —/Z- IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: Print Name eX Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: . City Manager Date: ATTEST: B;: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Revised 82011 I'm 8of7 EXHIBIT B-1 No. 13-14-01 CITY OF SANTA CLARITA INVITATION FOR BID BID OPENING: October 25, 2012, 2012, 11:00 AM The City of Santa Clarita invites electronically sealed bids for: ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) BID # LMD-12.13-01 7� Terms of payment: j�le.i� ��� Subtotal US$ � � � f� c ' 0 Delivery: {y" l _ Sales or Use Tax (8.75%): US$ TOTAL: US$ pi J r 26'% 1 (qtr? 1. Electronic Bids must be ELECTRONICALLY received at: iiia.//www.plaiietbids.com/portal/uonaLcfm?Coo anylD=1684011 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever Is longer. 4. Bids must be on this Bid form and signed by the vendor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 69, Exhibits A to G and separate Appendix C (Labor Compliance Program), 6. The last day for questions will be 5:00 PM, July 23, 2013. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pro -bid meeting will be held on Tuesday, July 9, 2013 at 9:00 AM at City Hall, 23920 Valencia Blvd., in the Century Room, Santa Clarita, CA. All interested vendors are strongly encouraged to attend. This will be the one and only pre-bid meeting. This pre-bid will coincide with the pre-bid for LMD-13.14-02. BIDDER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned agrees to furnish the commodity or service stipulated on this bid as stated above. G �g Company: VEN(0 (jJF_ Ql\J Address: �`�OUG�+Ocl y/ 4`Vfy &.1ul 1 !-/ o0 Name (Print)i ?a ry -- Signature: Company Phone No.' 015- 191-A& Title of Person Signing Bid Bid # LMD-13-14-01 ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14.01 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. DO NOT send more information than is requested. DO NOT bind, staple or otherwise fasten the bid (no 3 ring binders). Please use paper or binder clips only. DO send the REQUESTED information, on double -sided paper, two copies. With Bid Proposal (All Bidders) Bid N LMD-1314-01 43 With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractor's License - license number will suffice X Bidder's Bond X List of Subcontractors — if none, write "nla" X References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Required certificates/qualifications (as identified in solicitation) X Contract Agreement X Insurance Requirements — Return only if Awardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bid N LMD-1314-01 43 BID SCHEDULE Group A: Annual Landscape Maintenance LMD Zone T-20 EI Dorado Village, Zone T-44 Bouquet Canyon Item Project Site Monthly Total No. Maintenance Cost Annual cost 1. I_MDZone7-20 a) ` P;' ! x12mos = b)'r annually Totalbidamount for Zone T-20 Eldorado Village annually, in legibly painted words.,``, flof(,4 2. LMD LoneT-44 a) x12mos = b) 361 r/t/ } /annually Total bid amount for Zone T-44 Bouquet Canyon annually, in legibly printed words: ql�) 9 C�00 Total bid amount for items 1 and 2, annually, in legibly printed words: Bid 11 LMD-13-14-01 44 BIC,) SCHEDULE Croup B: Annual Landscape Maintenance LMD Zone T-62 Canyon Heights, Zone T-67 Miramontes, Zone T-71 Haskell Canyon Ranch, Zone T-72 Copper Hill 22 Item Project Site Monthly Total No. Maintenance Cost Annual cost 1. LMD Zone T-62 a) t I x1 21 = b)I a" annually Total bid amount for Zone T-62 Canyon Heights annually, in legibly printed words: (lti.t(l.r`,:�.�e�.!'j�^;t�1ey�G1.e✓`li ��IC>�:rjJ.�n�l��'_�'=E;� �I��� I 2. LMD ZoneT-67 a)¢ i a€Qfjx12mos b)°afb fA �kk annually Total bid amount for Zone T-67 Mifamontes annually, in legibly printed words: "I ill''/ ��x `,���Ei�,°x�4�'j `�=��twhl /i;1rl�)P�!��) �✓rf��r=;�� Sri ��vEt,�'R. .fes// _ 3. LMD 7_oneT-71 a) `� �i. d�ix12mos b) T)> annually Total bid amount for Zone T-71 Haskell Canyon Ranch annually, in legibly printed words: I"i uv. , 4. LMD Zone T-72 a) Sl) 0 x12mos = b) f��(",.i=W /annually Total bid amount for Zona T-72 CopperHill 22 annually, in legibly printed words: �� ( ,f V,,OU< 11rrI(J Total bid amount for items 1, 2, 3 and 4, annually, in legibly printed words: s ('�k,( iii IrA-�6' --r"�; �t,ilV -14 Bid # LMD-13-14-01 - 45 LMD ADDITIONAL PRICING (SHEET #7) DO NOT ADD TO TOTAL Pricing and Billing Schedule Detail 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 bid, but shall be used in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer $40.00 per hour $65.00 per hour Landscape Laborer $30.00 per hour $45.00 per hour QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour NIA Please note: pricing increase allowance will be according to Consumer Price Index (see Section A, "Bid Instructions, Item 434) �'l Please Initial to verify acknowledgement of labor rates - - (initial) Bid # LMD-13-14-01 46 LIVID ADDITIONAL PRICING SHEET 172 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid # L100-13-14-01 47 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x quantity) 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with } C:} turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for and cover. shrubs ground 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope itl{? � ( maintenance. 4 One gallon (5) Five Installation of shrub, one gallon container. 5 Five gallon (5) Five Installation of shrub, five container. gallon u (_ g 24 Inch box (2) Two Installation of tree - 24 tree inch box container. 7 15 gallon tree (2) Two Installation of tree -15 gallon container 6 Bid # L100-13-14-01 47 DESIGNATION OF SUBCONTRACTORS ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, 771 and T•72) LMD-13-14-03 City of Santa Ciarita, 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 of the prime contractor's total bid: DBE status age of firm certifying agency and annual gross receipts are reauired if sub contractor Is participating as a DBE. The form MUST be returned with bid, filled in or annotated with "No Subcontractors' if none will be used Subcontractor — Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Recei ts: _ Location and Place of Business Description of Work License No• Bid Schedule Item Nos: Description of Work License No. Exp. Date: Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No• Exp. Date: Phone ( ) Subcontractor DBE STATUS: Age of firm: Ceilifying Agency Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / Phone ( ) Bld p LMD-13-14-01 48 DESIGNATION OF SUBCONTRACTORS ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13.14-01 City of Santa Clarita, California Subcontractor DBE STATUS: llar Value of Work Certifying Agency: Annual Gross Recei is: Location and Place of Business Annual Gross Receipts: A e of firm: � 4� Certifying Agency: ual Gross Recei ts:Location and Place o usiness Phone ( ) :Ahnn Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / one ( ) Subcontractor DBE STATUS: Dollar Value of Work A e of firm: Certifying Agency: Annual Gross Recei is: Location and Place of Business Annual Gross Receipts: Bid Schedule Item Nos: Description of Work License No. F Exp. Date: / / Phone ( ) Subcontractor DBE STATUS: Dollar Value of Work A e of firm: Ceiti in A enc : Annual Gross Receipts: Location and Place of Business Annual Gross Receipts: Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) c Subcontractor DBE STATUS: — Dollar Value of Work e of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Bid H LMD-13-14.01 49 ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13.14-01 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: n 2. 91 ame me T The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid # LMO-13-14-01 50 Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. 2) In the year of 2010, what was the longest stretch of days worked without an accident in the landscape maintenance division? a. 3) Please provide any sustained complaints made to your company within the past four (4) years to Cal -OSHA. 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 C-27 license. PA Bid # LMD-13-14-01 51 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 6) h} - 7) t �� 8) .P�+ VO 0 10) i 61d $ LMb-13-1401 52 EXHIBIT Staff and Equipment for Santa Clarita T 20,44,62,71,72 Number of staff Supervisor—TBD Staff -1 Foreman —TBD -Staff -1 Gardner's -TBD -Staff -3 Irrigation Tech —Staff -1 Chemical Applicator -QAL 1 —See attached Certified Arborist 1 -See attached EQUIPMENT EXHIBIT C Make and Model Description F-250 with light bar Crew buck Enclosed Trailer 12 foot enclosed Vermeer Chipper 1500 Chipper 52 Ride on mower Mower Honda 21 inch mower Mower Maruyama b13200 Blower Blower Maruyama Be 3021 Trinuner Trimmer Murayama E305 Edger Edger Traffic Control Cones Cones Traffic Control Signs/stands Traffic Control Gamlen Spading Forks Gardening tools Shovels Gardening tools Rakes Gardening Tools Scoop Shovels Gardening Tools Hand Pruners Gardening Tools Irrigation supplies/remotes/transmitters Stocked irrigation truck with all supplies needed Safety equipment such as head, eye and ear protection Work boots and all PPE per Cal Osha will be followed. Chaps will be worn while operating a Chain Saw Number 1 0 1 4 2 25 2 min 7 7 7 7 7 EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District:/ or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, toppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • 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 such as the Rain Master Pro -Max • 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 Bid # LMD-13-14-01 53 STAFF MSU-NIES LINDA D. BURR r' B A University of California, Imine Continuing Education in Business and Marketing, UC Santa Barbara California Horticulture Certificate- Santa Barbara Botanical Garden President k Principal Venco Western Twenty-one Years in Landscape Industry PETER R. CHRISTL B A University of Southern California CPA Venco Power Sweeping Principal and CFO Venco Western Principal, CFO and Secretary Treasurer MARIO DEL NAGRO Fifteen years construction industry Venco Western General Manager DICK FRENAN Thirty-two years landscape construction industry Ten Years as Venco Western Construction Manager 7. OB ,A ,CHER Twenty two years landscape Maintenance Indushy Venco Western Business Development HEATHER MELTON B S Horticulture — Cal Poly San Luis Obispo Qualified Applicator #104733 Pest Control Advisor ikI22181 Certified Arborist WE -7809A Venco Western Account Manager Ten Years with Venco Western LUPE MEZA Venco Western Constraction/Remedial Work Superintendent Over 20 years in landscape construction Twelve Years with Venco Western IGORLUIMRANO Dispatch and Customer Service Six years with Venco Western 6.. K- A to �.� o W wNo 0 o co x rn a 'c7 ti ZJ 0 0 0 0 ro cz bf U u D ccu ti C •H o .o c b0 �'ct C>J tl a O w,L wzt ami �Qt2'n° e`n b p _ P4H 7 o L77 ;d ti U d bA Z2 m pot '� N O •� e. Q Cxj w cq G ay • y,� i W '�i M ti o � I . O b� V: �o >1I�I I IIII w 0 �i a a r CF PEST CONYRbI., BUSINESS COUNTY REGISTRATION sure CALIF( DEPARTMENT Of PESTICIDEE REGEOVV PR-PIALA54 (REV. JIDi) PEST DH LYE 1 ` REGISTRATION EXPIRATION DATE: DECEMBER 31, FOR REEO(STRATION 114 COUNTY OF: BUSINESS LOCATION e�� JEXMAIN O FRAII1 H BUSINESS IWAE BUSINESS LICENSE NO. CAROiTAREA ATTACH COPY OF PEST CONTROL BUSINESSESSLICENSE! L' (/ / C�/7 J E—/' i /Y! A✓ CITY ZIP CODE TELEPHO14E NUMBEF REGISTRATION FEE RECEIVED $ �J� U f<U/�' �/ CJ�C%JU C!S�'o��/G COUNTY OF VENTURA CUALIFIED APPLICATORS SPRAT / DATE AGRI ;'.!U I.' RAL CONWISSIONEF ��l P.O. BOX889 Re bided A@ adal(e) Posseselon N t CONDIiION(SIA ACHED SANTAPAULA.CA93061 No,esbided;taiodaI.gbapossssedoc¢ptlnew eneJAmq YES NO eHachW wndM1bn(c). This Is rola ps to ply. AGRICUL,TTUURAL CO VAISS(IIOON'EER' SIG TUR/E DATE n/,J II.IPRINTING OOUNT S OFFICIAL SEAL 'l %1 \/s I I �� ✓ y Dislribalion: Ye!IOW Pest Canvol eostnsss Vmfte Cefdslock CAC `O DEPARTMENT OFPESTICIDEREGULATION da, p/ LICENSMCICERTIFICATION PROGRAhl ;. I QUALIFIED APPLICATORLICENSL DATE OF ISSUE VALID THROUGH 01101/2012 12131/2013 QAL 104733 BC HEATHER E MELTON 524 DEL. PRADO DRIVE C:AMARILLO CA 93010 OTHER INFORMATION AS NEEDED Licensee Information: Emergency Contact Phone No.: Employer: Street Address city Lip Code Telephone Valid Medical Certificate? (for pilots only) 0 D Yes No ILSanta Barbara County Agricultural C0r11mISSIOner'S OfSCe www agcommissioner.coni REGISTRATION FOR: PCB MGB PCA PILOT 50_ , L. $101$5 81 (Complete the information below if applicable) Address City, Stale and Zip �7 Business License # - PCA's Location of Records Apprentice Pi``of s Supervisor 11 ousiness Phone f J Ag Commissioner's Signature Paid $ Date Registered J N yo I 3 DEPARTMENT OF PESTICIDE REGULATION e pr LICENSING/CERTIFICATION PROGRAM @Sk QOALIFIED APP LIGATOR (ki-ALICENSE. DATE OF ISSUE VALID THROUGH 01/01/2012 QAL 104733 1213112013BC HEATHER E MELTON 8C 524 DEL PRADO DRIVE CAMARILLO CA 93010 Cell Phone �.. L E mal d(b ss ig�,_� Expiration Date 12/311 Z012 RMMS rte. CALIFORNIA DEPARTMENT OF PESTICIDE REGULATION 1001 I STREET SACRAMENTO, CALTORINIA 95814 ISSUED: January 01, 2012 EXPIRES: December 31, 2013 MAINTENANCE GARDENER PEST CONTROL BUSINESS LICENSE LICENSE NO ,; 36572 Invalid if insurai ct and/or qualified persons) lapse before expiration date. Mailing Address - _ .. Business Location VENCO WESTERN, INC. VBNCO WESTERN, INC. 2400 EASTMAN AVE - - 2400 EASTMAN AVE OXNARD, CA 93030 'OXNARD, CA 93030 POST THIS LICENSE PROlvErIENTLY IN PUBLIC VIEPJ THIS LICENSE IS NOT TRANSFERABLE -.ADfY CKkmGE M OWNERSHIP REQUIRES A NEW LICFNSL State Of California ,CONTRACTORS STATE LICENSE BOARD`:'. , comumer ACTIVE LICENSE Att�irt a1L, _..,,r.., 562295 .",CORP VENCO WESTERN INC C27 04/30/2015 www,cslb.ca.gov I CALIFORNIA DEPARTMENT OF PESTICIDE REGULATION 1001 1 STREET SACRAMENTO, CALFORNIA 95814 ISSUED: January 01, 2012 T IBES: December 31, 2013 MAINTENANCE GARDENER PEST CONTROL BUSINESS LICENSE LICENSE NO, 36572 Invalid if insurance and/or qualified persor(s) lapse before expiration data Mad in- Address Business Location VENCO WESTERN, INC. VENCO WESTERN, INC. 2400 EASTMAN AVE 2400 EASTMAN AVE OXNARD, CA 93030 OXNARD, CA 93030 POST THIS LICENSE PROMINENTLY IN PUBLIC VIEW THIS LICENSE IS NOT TRANSFERABLE— ANY CHANGE N OWNERSHIP REQUIRES A NEW LICENSE 1. Please make sure the information on your license is correct. 2. Notify us immediately of any changes to your business (e.g., name, address, insurance carrier or qualified person). 3. If you lose your license, then you may request a new one for a $20 fee. 4. Please refer to the license number located in the middle of the page when contacting us. 5. For more information, please contact us at (916) 445-4038 or at <licensemail@n edpr.ca.gov>. Or.you'may write to lleparnueui of Pesticide RegulaiioB Pest Nlanagetrlent and Licensing Branch Licensing and Certification Program P.O. Box 4015 Sacramento, California 9581.2-4015 eaN OSP 11 123353 . Q a2P,IR'G\SNi O�PE$p(CRjEP�pUL,iTG]y� ��( L10Etj5lNGll'ZRT(Fl CliipY Pattl CRAJI' AGRICULTU.l3LP'r.57`NNtnOL ApY75@R LfC�ti56 pArk'OFISSV'� 191.IDTIIttO(f0;'. r 0401/2012 1?671t2e13 j PCA 122131 DF HEATHER E MELTON i 524 Lr1EL PRADC DPIVE CAMARN LO CA 93016 v 1 \��1 U^ci`Atlit.)LN707PES'I'1C{liF, R'_Cti LASI:Y �J �' LICL�i!SIHGICECTii1CA7IDN �RCGiL4TI a- {• +, u���� '" rr late 1'!lilil0 i1iI1 ��-`��^��Y `L \.DCIEt QJdLi7regy**RLiG4TCP. L:CENS- `^"' r r OI AI'bOilCll11111'a DAIEOFiau6 vaLLpn=.npuce � __,, u 0110112012 12NJj20P',3 '' - �ER T I F I P D AR 1,2- oii18'-, CAL 104733 �0 HEATHP.R R tvCLTo,1 Heahher R Melton 524 DEL PRADD DRIVE CAMARILLO CA 93010 carllil�ta NumSar, yVE.790A OXpltJlon bale: Jpil 30, 2013 2400 Easlmari Av4nue, Oxnard, CA 93030 r Phone 600.350,6831 - Fax 805,981,2460 CA LIG NO, 027.562295 vn: nv,vencowestern.co,,, 0 R Venco Western Safety Topics glasses, ear plugs or ear phones)YES NO -� ate: fr) s�/Z_� Conducted by-.(� C,,heck truck and trailer registration insurance Asegurarse de tener la registration y aseguranza on el automobile ES i NO o Foreman must communicate with employees 5 minutes prior start time YES NO El mayordomo debera comunicarse con su gl-rpo 5 minutes antes de C' YGS - NO Never use ladder to trim trees or high shrubs empesar el dia. o )Truck must be park in a secure area with visible cones and signs �- YES NO El Automobil deber ser estacionado on una area segura con conos `� or Suggestions. y letr•ero visibles. G®i Employee must take his lunch on time in a secure area El mayordorno debera comunicarse con su grupo por posibles dudas o sugerencias ES NO El trabajador debe tomar an almucrzo a tiempo en una area segura - ' e fi Careilly uuiload burlaps from trucks (YES NO © Descargar la basura del automobile con cuidado I (, How to be secure during raining season YES NO Couto teller precaution durante Is temporada de Iluvias t,® ; Accidents should be reported to the Supervisor at all times ES� NO Cualquier accidente debe ser reportado a el supervisor ) FOREMAN & LABOR / ® Must wear safety equipment as tieeded(ex: glasses, ear plugs or ear phones)YES NO - Debe de usar equipo de seguridad tomo lentes, tapoues o cubre oidos. ®- /How to use power equipment ro erl Y OYES, NO Como usar lrenamienta electr•ica apropiadanrente o . ?How to lila: heavy equipment in a proper manner NO Mantra a ro iada para levantar ec ui o pesado• C' YGS - NO Never use ladder to trim trees or high shrubs Nunca usar ]a escalera para podar arboles o arbustos altos ® Foreman must communicate with employees for any concerns or Suggestions. YES NO El mayordorno debera comunicarse con su grupo por posibles dudas o sugerencias C,. I— — VENCO FVESTERN, LNC. 2400 EASTI4AN AVE. OXNARD, CA 93030 PHONE (805) 981-2400 FAX (805) 981-2450 SAYETY MICI STING Date of Meeting: Conducted By: - Zoo , - Topics Discussed: 1. (-r) / f I' fag„rJL”. 111„ 2. 3, jn ie n i• ' , bl- n.,,., „ ..... Suggestions: 2. N YbL LL N O 3. Connnents: Employees In Attendance: Employees Signature and Date: ill k' , Venco Western Safety Topies Date: /Z / Conducted by:_,/�� m Check truck and trailer registration insurance T NO Asegruarse de terser la registration y aseguranza en el automobile a Foreman must communicate with employees 5 minutes prior start time YES NO El mayordomo debea comunicarse con su grupo 5 minutes antes de empesar el dia. ® Truck must be park in a secure area with visible cones and signs YES NO El Automobil deber ser estacionado en una area segura con cones y letrero visibles. o Employee must take his lunch on time in a secure area YES NO El trabajador debe tomar su almuerzo a tiempo en una area Segura ® Carefully unload burlaps fiom trucks CES NO Descargar la basura del automobile con cuidado m How to be secure during raining season( NO NO Como tener precaution durante ]a temporada de Iluvias a Accidents should be reported to the Supervisor at all times YEO NO Cualquier accidence debe ser reportado a el supervisor FOREMAN & LABOR a Must wear safety equipment as needed(ex: glasses, ear plugs or ear phones) ES NO Debe de usar equipo de seguridad tomo lentes, tapones o cubre oidos. v How to use power equipment properly �YESJ NO Como usar herramienta electrica apropiadamente a How to lift heavy equipment in a proper maturer `Y1 NO i�iane -a apropiada para levantar equipo pesado ( NO a Never use ladder to trim trees or high shrubs Nunca usar la escatera para podar arboles o arbustos altos o Foreman must communicate with employees for any concerns or Suggestions. � \ NO El mayordomo debera comuricarse con su grupo per posibles dudas o sugerencias I Venco Western Safety Topics YES NO Date: Conducted by:_"`�;._ Check truer registration insurance a How to lift heavy equipment in a proper manner ES, NO Asegmarse de tenor la registration y. aseguranza en el automobile e Foreman mast commuun tate with employees 5 minutes time _ CYE NO prior start El mayordomo debera comunicarse con su 5 de NO grvpo minutos antes empesar el dia. (® )rruck must be park in a secure area with visible cones and signs C3, NO El Automobil deber ser estacionado en una area segura con conos YES NO y letrero visibles. Employee must take his hnch on time in a secure area YES NO El irabajador debe tonnar su almuerzo a tienrpo en una area Segura ®)Carefully unload burlaps from trucks CYES> NO Descargar la basura del automobile con cuidado o How to be secure during raining season ( YES NO Como toner precaution durante la tennporada de lluvias UAccidents should be reported to the Supervisor at all times (Y�.S' NO Cualquier accidente dobe ser reportado a el supervisor FOREMAN & LABOR Must wear safety equipment as needed(ex: glasses, ear plugs ,YF,S NO h_• ugs or ear pone'(l__� Dobe de usar equipo de seguridad tomo lentos, tapoues o cubre oidos. 4 How to use power equipment properly YES NO Como usar lrerramienta electrics apropiadarnente a How to lift heavy equipment in a proper manner YES NO Manera apropiada para levarrtar cquipo pesado YES NO Never use ladder to trim trees or high shrubs, Nunca usar la escalem para polar arboles o arbustos altos Foreman must commitunicate with employees for any concerns or Suggestions. YES NO El mayordomo debera connuricarse con su grupo por posibles dudas o sugerencias COMMENTS: �� i �• !+l � 1 ✓� S' r .:, �.. c. : .S Le cb.� <,;J �.�e__� GQ._:._�Lr: %r C C. Alylva cvv l jr, { (l c - I ✓c'„ �i L (�/ �-�i. �� - -.,.i /.iii / '/���,n �� n �' Em 1 yee Signature: �G�hs•_ ?a A, 1.: VENCO WESTERN, INC. 2400 EASTMAN AVE. OXNARD, CA 93030 PHONIC (805) 981-2400 FAX (805) 981-2450 SAI ETY MEETING Date of Meeting: 3 Conducted B Y Topics Discussed: I. 1 2. 3. I)ti�t�-.n•s nE sh.c"� r, (V1� U Y�„ ir.-{_ �lcccc U Suggestions: I. 2. 3. Comments. Employees In Attendance: Employees Signature and Date: cikmt� �Grz %L'J f x C-3 "Z<< VENCO NNIESTMZIN, INC. 2400 EASTMAN AVE. OXNARD, CA 93030 PHONE (805) 981-1400 FAX (805) 981-2450 ko SAFETY MEETING Date of Meeting: -21-2aLu— Conducted By:., Topics Discussed: 2. 4/ 3, Suggestions: 2. vva L L C0IuITIeT1tS: Employees In Attendance: Employees Signature and Date: CERTIFICATE OF LIA13If IiY INSURANC 1/22DATE(fT1.lfDD1yYyY) /CERTIFIC~ISSUED AS RRMrTER OF INFORMATION ONLY /2013 ;RTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND ORE RS ALTER No TIHE COVERAGE AFFORDEDABY THE POLIC EIS BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. I' IMPORTANT: If the certificate holderIs an ADbITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subJect to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileo of such endorsement s), PRODUCER TWIW I 11.0);52073 PHONENAME. Helen F F7estfall nsurance Services LLC NAME: 196 S. Fir Street AIC.w.E,n: (805)585-6124 FAX PO Box 1358 E -TAIL .hxestfall@twiv. com NC.N0:(805)585-6224 Ventura CA 93002-1388 INSURERS AFFORDING COVERAGE INSURED INsuwaw o .A rim i .-ds +., _ .. _ Ni 3 Venco Western Inc. INSURERC Everest. National Ins Co 2400 Eastman INSURER D: 10120 -- CA 93030 COVERAGES CERTIFICATE NUMI I ft I /14 GL/AUTO/T7c THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED 8ElCW HAV@ BEI I fSSUED TO ThIE IPISUI ; : ; II gBOVEBFOR THE POLICY PERIOD INDICATED, NOTWITHSTANpING RNY REQUIREP,i EN T, TER61 OR CONDITION O CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE 7ERP•9S, EXCLUSIONSAND CONDITIONSOF SUCH POLICIES, LIM175 SHOWN MAYHAVE BEENNP.EDOUrCEO BIE PA OLRIBETHER D HEREIN7 WIiN RESPECT TO WHICH THIS /NSR ADDL SUeft LTR TYPE OF INSURANCE IIN PGLICY EFF POLICY EXP GENERAL LIABILITY POLICY UMBER (N;IdIp0'YY VY) FdIdIDD(Y UMTS X CO :,I,tERCN.L GENERAL Lla81UTy EACH OCCURRENCE $ 1 r 000, ODL A'RREniISES Eao 0065cwne e, $ 50, OOC CLAIIfShLADE X OCCUR A00015-09 /]/2013 2/1/tole HIED EXP Ani p '*EXC U (Any srsa xh£w Evidence of Coverage SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHOEl S DREP RES ENTATIVE ACORD 25 Je£f Dodds/HELE,,A-T �G"� — % '✓ >Z'cj ..-- ( 2010/05) INS025 i2oi,M;o: © 1988.2010 ACORD CORPORATION, All rights reserved. The ACORD name and logo are registered marks of ACORD L EMS ALL T7RAp/OClp R) Excl 40RK PER C521540196** PERSONAL C ADV Pi,URY $ 1,000,000 GEN'LAGAREGATE UMUT APPLIES PER GENE RAL AGGREGATE $r 2,000, DOD POUT!FRO ECT UN PRO DUCTS-CONIP/OPAbG $ 2,000,000 AUTOt OBILE LIAS B A A14, '!JTO CO SIPI,L L'.0 rill",NEE, - airy to ILEO -.IT?IS 01CIa z 3 > OOILI IIJUW! P 1 +r oersml S 1 000,000 HIF'E�gJhrG NGN-0-rJED AIJTOS _449-3 /1/`913 /1/`Z01d EODIC(I>IJUR'I leer urrd�n�$ PROPERd YIDA1nA.GE !Fera 5 UMBRELLA LIAR OCC! IR ,Vatlioal oa,men[s $ EXCESS LIAR CLAIidS0.1A0E EACH OCCURRENCE OED RETENTION $ .AGGREGATE C YORKERS COMPENSATION AND ESI PLOYERSLIABILITY 3 ANY PROFRIETORIPARTI:ERIEVECUTIVE Y/C! X Ua 0TH_ GFFlCER/Nc1AEER E! ADDENDUM #1 For City of Santa Clarita Request for Quote BID #LMD-13-14-01 LANDSCAPE MAINTENANCE FOR ZONES T-20, T44, T62, T67, T71, T72 July 15, 2013 This addendum must be included with the bid response. If you have already submitted a bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also contact Purchasing by fax and request the bid be returned. The fax number is (661) 286-4186. On July 9"', 2013, there was a combined pre-bid meeting forbids LMD-13-14-01 and LMD-13.14.02. The following City staff were In attendance: • Jason La Riva, Project Development Coordinator (Project Manager) • Katie Knybel, LMD Specialist • Jennl/erKllilan, Buyer The following vendors were in attendance: American Heritage Landscape LP, Efrain Cervantes Brlckman, Raitis Ralsian Oakridge Landscape, Inc. Hopi Williams -Roark Stay Green, Inc., Grant Clack Sumak, Inc., Gregory Palomino Venco Western, Inc., Rob Archer The following points of the bids were reviewed: • Labor Compliance - Contact Mary Alice Boxall • Project estimates • Last day for questions • Pg. 11 - Term and Administrative Specifications • Pg. 14, 1.12 - These contracts will not require arborists certifications • Pg. 15, Section 2 - Landscaped areas to be maintained • Pg. 16 - Additional work • Pg. 19, 10.04-K - Fire protection of natural slopes (brush clearance included as part of contract) • Pg. 22 - Turf Care • Pg. 25 - Mulch labor included as part of contract • Pg. 28 - General Clean Up • Pg. 29, Section 22 - Water Management and Irrigation • Exhibit A, #1 requests 6 months of safety tailgate meeting sign Ins, the City agreed to waive this requirement and stipulate "upon request" only • This bid is electronic and will only be received "electronically" while the bid bond MUST be received at City Hall BEFORE the bid due date. Bid # LMD-13-14-01 • Areas for bid have not been under the City for long and should be Inspected by bidding vendors as the estimated square footage came from the County and not City staff • All areas are "as is" and should be brought up to the City's expectations; bidding vendors need to take this into consideration when submitting their proposals • LMD-13.14-01 which has group "a" and group "b, "will be awarded • LMD-13-14-01 has the possibility of not being awarded No additional questions have been received at this time. Ad Contractor's representative 1/t,/(,) INz j T vim% Company Name Bid S LMD-13-14-01 Date PROPOSAL GUARANTEE BID BOND ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: 7-20, T44, T.62, T-07, T71 and T-72) LMO-13.14.01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Venco Western Inc., et al as BIDDER, and Arch Insurance Company a as SURETY, are held and firm bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percentof Bi Amount dollars C10%ofbidamount) which IS {en percent (10%) of the total amount bid by BIDDER to AGUNCY for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract Is awarded and entered Into by BIDDER In the manner and time specified, then this obligation shall be null and void, otherwise it shell remain in full force and effect In favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of duly f Venco Western Inc., of al - 2400 Eastman Ave., Oxnard, CA 93030-5187 (805)981-2400 S1JIRETY4 Mike Melshenker- Attorney in Fact Arch Insurance Company - 865 S Figueroa St, Ste 2700, Los Angeles, CA 90017 213-283-3517 Subscribed and sworn to this 11tH day of duly 2013. NOTARY PUBLIC "Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone numberfor authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bld * WD -13-14-01 34 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of: County of California On 7/11/2013 before me, Shirley Rhoads, Notary Public, personally appeared Mike Melshenker who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theif authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PURJURY under the laws of The State of California that the foregoing paragraph is true and correct. RHOADS U COMM. # 1981550 1 NOT comm. R gg VENTURA COUNTY too IM C"Intsim yies JUNE 10,1016 1 WITNE S' y hand and,offiCial seal. Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS ❑LIMITED ❑GENERAL ❑ATTORNEY-IN-FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE AIC 0000071135 THIS POWER OFATTORNEYIS NOT VALID UNLESS ITIS:PRINTED ON BLUE BACKGROUND This Power of Attorney limits the acts of those named herein, and they. ha veno manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. FLOWER OF ATTORNEY Know All Persons By These Present -s: - That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Comp _qny") does hereby appoint: Judith M. Dez-KIIi Keller, Mike Metshenker, Sharon L. Sparks, Shirley Rhoads -and Steven k Carter of Ventura, CA'(EACH its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: —Any and all bonds -undertakings, dol—W,—surety obligations, in the penal sum not exceeding --Ninetv'Millld'n-b-(�lFars(y^90.000.000.00) This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The 4xecution-of-46ch bonds, undertakings, recognizance& and other ---- - -- surety --obtl9atio - ris in: pdmuiifice of these presents .shall ,be - as; 7 7_. .- upon said Company as fully and amply to all intents and binding -.the urposes,-as if - -the�-same had been 'duly' executed and"-,-- acknowledged by its regularly elected officers at its principal administrative offi6e in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors Of the Company on September -15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned _,_, "'Secretar Y,a� being,in full force and.effecl;- - "VOTED, That the Chairman of the Board-, IWIDresident, or the Executive Vice President, or any Senior Vice PresidF-n-t, —R.16 -6 -Surely - Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fart, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and -oftier-surety obli ns obligatory in the nature thereof, and any such officers of thefqompa _�may, appoint agents for acceptance:p to 6y This Power of Attorney is signed, sealed and certified by facsimile under an I d by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, Tat' -s " n a'uroo' " a.Che"m an0 thaHogrdhe President, or the Executive Vice President, or any Senior Vice.President ident QIh6_S� I�BusinessDvision0 h appointees ay, and the signature of --ZSaorea'y_�e_s'aI0Ithe Companynd 1auons by=the Secretary, may be affixed by facsimile on any powerof-ditornoy or bond c.r. executed pursuant toth,rsoluton doptedby - any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMIL00,1..3,0,0,03 03 Page 1 of 2 Printed in U.S.A._- CITY OF SANTA CLARITA INVITATION FOR BID BID OPENING: October 25, 2012, 2012, 11:00 AM The City of Santa Clarita invites electronically sealed bids for: ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) Terms of payment: Delivery: BID # LMD-12-13-01 Subtotal US$ Sales or Use Tax (8.75%): US$ TOTAL: US$ 1. Electronic Bids must be ELECTRONICALLY received at: htti)://www.planetbids.com/portal/portal.cfm?CompanylD=l 6840# 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer. 4. Bids must be on this Bid form and signed by the vendors authorized representative. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 69, Exhibits A to G and separate Appendix C (Labor Compliance Program). 5. The last day for questions will be 5:00 PM, July 23, 2013. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, July 9, 2013 at 9:00 AM at City Hall, 23920 Valencia Blvd., in the Century Room, Santa Clarita, CA. All interested vendors are strongly encouraged to attend. This will be the one and only pre-bid meeting. This pre-bid will coincide with the pre-bid for LMD-13-14-02. BIDDER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned agrees to furnish the commodity or service stipulated on this bid as stated above. Company: Name (Print): Address: Company Phone No., Title of Person Signing Bid # LMD-13-14-01 — -LI? — TABLE OF CONTENTS ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14-01 Section............................................................................................. Page Notice Inviting Bids................................................................................ Invitationto Bid.................................................................................... 1 Tableof Contents................................................................................. 2 BidInstructions..................................................................................... 3 Terms and Conditions............................................................................ 8 Administrative Specifications................................................................... 11 Bid Security Bond/Proposal Guarantee Bid Bond ........................................ 33 Faithful Performance Bond...................................................................... 35 Material Labor (Payment)......................................................................... 36 SampleContract.................................................................................... 37 Documentation Checklist......................................................................... 43 BidSchedule........................................................................................... 44 Designation of Subcontractors.... .............................................................. 48 References.............................................................................................. 50 Exhibit A Violation Records....................................................................... 51 ExhibitB Staff........................................................................................ 52 Exhibit C Equipment Requirements........................................................... 53 Exhibit D Parks Inventory ......................................................................... 54 Exhibit E, E1 -E5 Maintenance Program Guide ............................................. 57 Exhibit F Holiday Schedule....................................................................... 63 Exhibit G1 -G6 Zone Maps...................................................................... 64 APPENDIX A Labor Compliance Program (separate attachment) Bid # LIVID -1 3-14-01 2 — fl— A. BID INSTRUCTIONS Submitting Proposals. (a) The bid response must be ELECTRONICALLY submitted on this form and include the notice, Request for Proposal Schedule, and all forms or information included in or required by Section C, Specifications, (attachments accepted) (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (c) Proposals/corrections received after the closing time will not be opened. The City will not be responsible for bids not properly marked and delivered. Upon award, all submissions become a matter of public record. 2. Currency. All references to dollar amounts in this solicitation and in vendors response refer to United States currency. Payments will be made in Unite States Currency. 3. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City has the option of accepting or rejecting any alternative bid. 4. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post- industrial and post -consumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 5. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 6. Rejection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will also be available from the City's website if the bid was downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. 8. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works, professional services or is federally funded. Qualifications of responsibility will be in accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the goods and/or services resulting from this solicitation. The City may make an award based on partial items unless the bid 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 results of the bid will be posted on the City's website at www.santa-clarita.com/purchasing normally within 24 hours. Bid # LMD-13-14-01 -Sb- BID INSTRUCTIONS (continued) Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendor's response will be considered agreement. However, the City of Santa Clarita 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. 10. Amendments. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor will be considered agreement with the terms of this contract. 11. Taxes. Charges and Extras. (a) Bidder must show as a separate item California State Sales and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 12. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 13. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 14. Sub contractors. For all public projects, the Bidder must list any subcontractors 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. 15. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor Compliance Program is included herein as an informative reference for the successful bidder. It does not require any completion prior to contract award but should be reviewed for all necessary provisions and requirements. 16. 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 (1-9). 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. 17. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the bidder must defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. Bid # LMD-13-14-01 BID INSTRUCTIONS (continued) 18. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid OR 10 % of the value of the 1s` year of service for service bids, to guarantee that bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "BID BOND FOR" and the bid #, "NO LATER THAN the bid due date and time, for the vendor to be considered responsive. 19. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided prior to contract signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement). For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 20. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 22. Specifications. 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. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders 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 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 supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. 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. 24. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. 25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay "surcharges' of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. Bid # LMD-13-14-01 —SZ— BID INSTRUCTIONS (continued) 26. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments, Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with or without cause either verbally or in writing at any time without penalty. 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. Delivery of services and any goods therein for said services will begin as directed by the Project Manager and the completion of a routed City contract. 32. Invoices. Invoices will be forwarded to: City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 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. 33. Bid Questions. Questions should be submitted electronically to: http://www. planetbids.com/portaliportaf.cfm?CompanylD=16840# The last day for questions will be July 23, 2013 before 5:00 PM. Bid # LMD-13-14-01 BID INSTRUCTIONS (continued) 34. Renewal and Pricing Adiustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, 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 - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. 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 expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid # LMD-13-14-01 B. TERMS AND CONDITIONS The solicitation, bidder's response and the Purchase Order (and Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the "goods"). Time is of the essence. Shipment and Inspection. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendor's skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder. 4. Remedies. In the event of vendor's breach of this Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City by law: (a) require vendor to repair or replace such goods, and upon vendor's failure or refusal to do so, repair or replace the same at vendor's expense: (b) reject any shipment or delivery containing defective or nonconforming goods and return for credit or replacement at vendor's option; said return to be made at vendor's cost and risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as vendor's repudiation of this Contract. In the event of City's breach hereunder, vendor's exclusive remedy shall be vendor's recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5. Force Maieure. For the purposes of this Contract, an event of "force majeure" shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or Bid # LMD-13-14-01 R materials of vendor shall not be regarded as an event of force majeure. The party affected by a force majeure event shall give notice thereof to the other party within ten days following the occurrence thereof and shall apprise the other party of the probable extent to which the affected party will be unable to perform or will be delayed in performing its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the other party prompt notice when that has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the force majeure condition exists, after which the parties' performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's declaration of a force majeure event which prevents its full and/or timely delivery of goods hereunder, City may, at its option and without liability (a) require vendor to apportion among its customers the goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute goods from other sources in which event this contract shall be deemed modified to eliminate vendor's obligation to sell and City's obligation to purchase such substituted goods. After cessation of a force majeure event declared by vendor, vendor shall, at City's option but not otherwise, be obligated to deliver goods not delivered during the force majeure event. After cessation of a force majeure event declared by City, neither party shall be obligated to deliver or purchase goods not so delivered and purchased during the force majeure period. 6. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend such suit and shall indemnify and save and hold City harmless from and against all claims, damages, losses, demands, costs and expenses (including attorney's fees) in connection with such suit or threatened suit. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance under this Contract, including, without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity Clause prescribed by Executive Order 11246 dated September 24, 1965 as amended, and any rules, regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnify and save and hold City from and against any and all claims, damages, demands, costs and losses which the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold hereunder will comply with and conform in every respect to the standards applicable to the use of such goods under the Williams -Steiger Occupational Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any clause required by any law, ordinance, rule or regulation to be included in a contract of the type evidenced by this document shall be deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed material/services and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8. Reports, Artwork. Designs etc.: (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City Bid # LMD-13-14-01 - S6 by signing the contract. Such works and the like shall not be used by vendor in the conduct of any business with any third party without the City's written consent. (c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other properties furnished by City or specifically paid for by City shall be City's property. Any such property shall be used only in filling orders from City and may on demand be removed by City without charge. Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to the same while in vendor's custody. Vendor shall at its cost store and maintain all such property in good condition and repair. City makes no warranties of any nature with respect to any property it may furnish to vendor hereunder. 9. Governing Law. The Purchase Order and this Contract between the parties evidenced hereby shall be deemed to be made in the State of California and shall in all respects be construed and governed by the laws of that state. 10. Miscellaneous. (a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of any other such term, condition or provision, nor shall such waiver be deemed a waiver of a subsequent breach of the same term, condition or provision. (b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made by City on this Contract or any other forms delivered to vendor shall be subject to correction. (c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers and unit prices shall hold over extended prices. (d) City may, upon notice of vendor and without liability to City, cancel this Contract and any outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder, at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take possession of all or substantially all of vendor's assets, (B) vendor makes a general assignment for the benefit of creditors, or (C) any action or proceeding is commenced by or against vendor under any insolvency or bankruptcy act, or under any other statute or regulation having as its purpose the protection of creditors, or (D) vendor becomes insolvent or commits an act of bankruptcy. If an event described in (2) of this section occurs. City may at City's sole election pay vendor its actual out-of-pocket costs to date of cancellation, as approved by City, in which event the goods shall be the property of City and vendor shall safely hold the same subject to receipt of City's shipping instructions. 11. Non -Collusion. By submitting a bid, bidder certifies they have not divulged, discussed or compared their bid with other bidders, nor colluded with any other bidders or parties for invitation to bid. 12. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a specific office at the Vendor's place of business. 13. Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid # LMD-13-14-01 10 -51- C. ADMINISTRATIVE SPECIFICATIONS Introduction The City of Santa Clarita, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified landscape companies for landscape maintenance of six of the City's LMD Zones. These zones will be arranged into two separate groups and awarded as two separate contracts. The breakdown is as follows; Group A: LMD Zone T-20 EI Dorado Village, LMD Zone T-44 Bouquet Canyon; Group B: LMD Zone T-62 Canyon Heights, LMD Zone T-67 Miramontes, LMD Zone T-71 Haskell Canyon Ranch, LMD Zone T-72 Copper Hill 22. These contracts shall run for two (2) years with the option for three (3) additional One (1) year renewals. The City requires the landscape contractor to include all labor and equipment for two all inclusive contracts for landscape maintenance. The area of Group A is approximately 22 (landscaped) area is landscape maintenance bid 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 and not limited to irrigation repairs minor and major, annual color replacement, shrub, tree, and groundcover planting, spreading mulch (approx. 1,000 cubic yards annually for Group A and 2,000 cubic yards for Group B ), all fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal, trash bags removal and replacement, turf aerification, turf renovation/verticutting, turf over -seeding, micro-nutrients/soil amendments. All supplies and parts will be paid by the LMD at the Contractor's price plus a maximum markup of 15%. In keeping with State mandated diversion requirements, the LMD strives to exceed diversion obligations to keep greenwaste from the landfills. The Contractor shall mulch and use on site 95% of the greenwaste generated by referenced LMD Zone. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on-site at a minimum of twice per week. The contractor shall report the total tons of greenwaste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be 95% diversion from this site. The Contractor shall have a minimum of five years experience in landscape maintenance for areas ten acres or larger. (See References Sheets) The contractor shall have water management and auditing personnel, (CLIA). The Contractor will be required to communicate work requests back and forth to LMD through desktop computer, hand held device, or laptop. The Contractor is encouraged to provide copies of awards, and recognitions received for landscaped maintenance excellence. Refer to the following specifications for requirements at each location. The General Specification section includes 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. The work required in this bid requires the payment of prevailing wages. 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 htto://www,dir.ca.gov/dlsr/PWD. Future effective general prevailing wage rates which have been Bid # LMD-13-14-01 11 3T— 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. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable Federal and California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRS) with the progress payment on at least monthly basis to the City. GENERAL REQUIREMENTS 1.01 The City of Santa Clarita is soliciting sealed bids from qualified landscape maintenance companies for the ALL INCLUSIVE LABOR AND EQUIPMENT (See Exhibits B and C) under the terms of this bid, to provide for maintenance of landscaped paseos, parkways, parks, medians and various other locations throughout the City of Santa Clarita. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialist, Imgation Assistant, and Foreman required to perform the landscaping maintenance as set forth in these specifications all inclusive labor and equipment. In keeping with the highest standards of quality and performance maintenance of plant material, hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement) and irrigation systems repairs. Maintenance of plant material shall include, but not be limited to: mowing, weed abatement for fire clearance/fuel mod (100 feet from structures), trimming, edging, hand pruning, fertilization, and aeration, application of pre -emergent herbicides, weed control, minor tree lifting, dethatching, plant replacements, and cleanup of drainage systems. All mulch brought in by the LMD will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free and in a state of good plant health. Project estimate for this work is approximately: LMD Zone T-20 - $79,200/yr LMD Zone T-44 - $42,000/yr LMD Zone T-62 - $52,800/yr LMD Zone T-67 - $79,200/yr LMD Zone T-71 - $66,000/yr LMD Zone T-72 - $9,240/yr The Landscape Maintenance District (hereinafter defined as the LMD) covered by this Agreement shall be maintained at a crisp, clean level of appearance at California Landscape Contractors Association (CLCA) Industry standards and all work shall be performed in a professional, workmanlike manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the level of services provided for in these specifications at all times. 1.02 City of Santa Clarita Landscape Maintenance District (LMD) administration staff, consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Special Districts Administrator, Technology Services Manager or the Deputy City Manager or his qualified representative, shall herein be described as 'Special Districts.' 1.03 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. Bid # LMD-13-14-01 12 The premises shall be maintained with nothing but the highest of industry standards at no less than the frequencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Turf mowing; b. Edging; c. 85% hand pruning and 15% mechanical; d. Over -seeding; e. Reseeding f. Fertilization; g. Aeration; h. Verticutting; i. Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a -e; j. Hand watering; k. Bleeding of valves necessary during emergencies when automatic systems are not functioning; I. Pruning shrubs and trees; m. Trimming and renovation of turf, shrub areas, and ground cover; n. Disease control; o. Tree maintenance; structural pruning per ANSI. Best Management Practices; p. Maintenance of irrigation systems; q. Mulching (City provided mulch); will be disbursed by the contractor at their expense; r. Manual weed abatement; s. Chemical weed control; t. Maintenance of fire protection / fuel modification of slope areas; u. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); y. Tennis court blowing and washing; z. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 "Maintenance Program Guide', Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. 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. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair; Bid # LMD-13-14-01 13 —60— c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and crete rail; i. Artificial turf installation; j. Integrated pest management / Chemical applications to trees; k. Streetscape furniture cleaning and pressure washing of walkways and appurtenances. Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 1.07 When notified of landscape or irrigation emergency during the hours and days of maintenance service as identified in Section 9, the contractor shall respond by phone or radio to the Landscape Maintenance District Monitor, Inspector 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 radio to the Landscape Maintenance District Monitor, Inspector and or Special Districts. If personnel and equipment are necessary for the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02 for consequences for failure to comply. and worn at all times. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff, Inappropriate communication and service may be cause for contract termination. 1.09 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 in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, WeatherTrak and LETT irrigation control systems and equipment. Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. Bid # LMD-13-14-01 14 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission, C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor must identify a staff member who is a certified landscape irrigation auditor (CLIA). The bidder will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held with bid submission. 1.13 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. 2. LANDSCAPED AREAS TO BE MAINTAINED 2.01 The LMD areas to be maintained under the provisions of this Agreement are specifically identified in Exhibits D and G. (Inventory Lists and Zone Maps). landscaped areas thereof. 2.03 3. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to LMD concurrent with the monthly invoicing. Contractor shall provide the required information in a form acceptable to Special Districts. The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the maintenance. The monthly payment will not be made until such report is received and approved by Special Districts. Vendor to provide sample of monthly bill with bid response. 3.02 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. 3.03 Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a. Quantity and complete description of all commercial and organic fertilizer(s) used. b. Quantity and label description of all grass seed used. c. Quantity and complete description of all soil amendments used. d. A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 3.04 Company Financial Records: The contractor may be required to supply the City with their Bid # LMD-13-14-01 15 financial records through a reputable independent auditor, such as Dunn & Bradstreet. 3.05 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 bid response from the awarded vendor that does not meet these requirements may be considered a non-responsive bid, and the City of Santa Clarita will proceed to the next lowest bidder. Please supply this information on Exhibit A, Violation Records. 4. ADDITIONAL WORK 4.01 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 parry negligence for which Contractor will be compensated. Regularly occurring "bad weather" is not considered an Act of Nature for the purposes of this contract. 4.02 Prior to performing any extra work. Contractor shall prepare and submit a written Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet #1 (see page 45). 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. 4.03 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. 4.04 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. 4.05 All invoices submitted by the 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 5.01 All damages resulting from Contractor's operation within the LMD areas shall be repaired or replaced at Contractor's expense within 48 hours. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced within one (1) watering cycle. b. All damages to shrubs, trees, turf, or ground cover shall be repaired or replaced within five (5) working days or sooner as directed by Special Districts. c. All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired. 5.03 All repairs or replacements shall be completed in accordance with the following maintenance practices. a. Trees Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree, the damaged tree shall be removed and replaced at Contractor's expense to comply with the specific instructions of Special Districts. b. Shrubs Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. Bid # LMD-13-14-01 16 c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise, Special Districts will interpret this Agreement. If the Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with the work in accordance with Special District's interpretation. Within 30 days after receipt of the interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as provided hereinafter. The written request shall outline in detail the area of dispute. 6.02 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. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 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 radio communication. 7.02 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. 7.03 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. 7.04 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. Bid # LMD-13-14-01 17 / Y_ 8. SAFETY 8.01 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. 8.02 It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders any portion of the LMD 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: a. filling holes in turf areas and paving; b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards; c. replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. 9. HOURS AND DAYS OF MAINTENANCE SERVICES 9.01 The hours of maintenance service shall be 7:00 a.m. to 3:30 p.m. on those days maintenance is to be provided pursuant to the work schedule approved in advance by Special Districts. No work will be performed on City Legal Holidays unless authorized by Special Districts Administration in advance (Exhibit F). Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita. 9.02 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 using the same amount of hours in 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. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. Bid # LMD-13.14-01 18 i S/_11:Y114:I_1:[d4PZdff. l=1pill 44-1 10.01 Contractor shall, within ten (10) days after the effective date of this Agreement, submit a premises work schedule to Special Districts for review and approval. Said work schedule shall be set on an annual calendar identifying and delineating the time frames for the required functions by the day of the week, morning, and afternoon. 10.02 Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to Special Districts for review, and if appropriate, approval, within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate Contractor's responsibility in complying with the requirements to notify Special Districts for maintenance. 10.04 Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and time of all maintenance operations. a. Fertilization; b. TurfAerification; c. Turf RenovationNerticutting; d. Turf Reseeding; e. Micro-Nutrients/Soil Amendments; f. Spraying of Trees, Shrubs or Turf; g. Aesthetic Tree and Shrubbery Pruning; h. Preventative disease control; i. Seasonal color. Transplanting small and medium sized plants; j. Lane closures for median or parkway maintenance prior notification is required; k. Fire protection of the natural slopes area maintenance. Contractor at his cost shall be Bid # LMD-13-14-01 wood removal in accordance with the 100' distance from dwellings or structures requirements pursuant to County fire code. 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. Contractor shall perform, under the terms of this agreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: (1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the LMD property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as 19 possible following its commencement and shall be completed throughout an LIVID within a maximum period of 30 days. (4) 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 bid. 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 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. The maintenance of the manufactured slopes requires that the planted slopes be weeded on a regular basis throughout the year. Planted slopes which were not hydroseeded shall be kept weed free at all times and the use of chemicals is permitted. Planted slopes that were hydroseeded require weed removal by hand as the use of chemicals is not permitted. The removal of weeds by hand shall be performed each month from March through November during the tens of the maintenance contract. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices or to plant material caused by lack of water. Plants and trees shall be fertilized in accordance with the requirements of Sections 18 and 19 of these Specifications I. Other Items as Determined by Special Districts. 10.05 Said maintenance services shall be performed in compliance with the Maintenance Program (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient number of personnel 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 bid. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at any time give Contractor written notice to the effect that the Bid # LMD-13-14-01 20 -&I- 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 Contractors employees will not be detrimental to the interest of the public patronizing the LMD covered under this Agreement. 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13. UTILITIES 13.01 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 14.01 Contractor shall not interfere with the public use of the LMD 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 15.01 At the contractor's expense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's License and valid Pest Control Advisor's License, or a copy of said licenses from a sub -contractor to Special Districts prior to using chemicals within the area. 15.02 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. 15.03 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. 15.04 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 Bid # LMD-13-14-01 21 _61d file for a minimum of three (3) years. Contractor shall provide a chemical use report and a copy of the PCA recommendation to Special Districts for each application (site specific) made during each month. This shall be in addition to the copy of the usage summary that is provided to the Agricultural Commissioner. 15.05 All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioners Office and a permit obtained with a copy to Special Districts. 15.06 All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California shall be adhered to. 15.07 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 16.01 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 17.01 Bid # LMD-13-14-01 a. Mowing: Turf to be mowed with an adequately sharpened rotary or reel type mower equipped with rollers, to ensure a smooth surface appearance without scalping. (1) All warm season grasses (Bermuda and St. Augustine) to be cut at 1/2 inch through 1 inch height throughout the year. Subject to change. (2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 '/z inch and 2'/z inches during April through November, and at 2 inches during December to March of each year. Subject to change. (3) The mowing heights may be adjusted by Special Districts during periods of renovation. (4) Unless mulching mowers are used; all grass clippings will be collected and removed from the site on the same day the area is mowed. All clipping removed to be properly disposed of in green waste containers only. (5) A mowing schedule will be established and maintained. This schedule will provide that all areas will be mowed not less than once a week during the summer, and once every two weeks during the winter. This schedule will be submitted to Special Districts for approval. Refer to items 1 and 2 in this section for turf length ranges. b. Edging: With each mowing, the edge of the grass along sidewalks, curbs, shrub, flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. (1) The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices, or any structures located within the turf areas. (2) All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. (3) All clippings shall be removed from site the same day area is edged. (4) After mowing and edging is completed, all adjacent walkways are to be 22 Bid # LMD-13-14-01 swept clean by power blower or broom. (5) Newly planted trees in lawn areas shall have tree guards installed if necessary to avoid damage. (6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched clearance where applicable. c. Weed Control: Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibits E -E5). 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. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Aerate all turf by using'/ -inch tines, removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch spacing once over. Special Districts is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the 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. a. 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 Exhibits E -E5 (Irrigation Program) 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: (1) 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. (2) 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.). (3) Contractor shall be responsible for monitoring all irrigation systems within out for all systems to be at (4) 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 `CAI - V") - Bid # LMD-13-14-01 sprinkler heads can be adjusted) within the LMD areas covered under this Agreement. (5) All controllers shall be adiusted as needed for optimum (6) 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. (7) 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. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are functioning properly. (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other controllers not listed. The City requires the Promax universal remote irrigation control unit 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 will 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. h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application. The City of Santa Clarita will pay the contractors price for the fertilizer plus no more than a 15% mark up. The contractor shall provide the labor to apply the fertilizer. i. Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots, as needed, throughout the remainder of the year to re- establish turf to an acceptable quality. (See Exhibit E -E5). When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of Y< -inch) in this sequence. Special Districts may require the use of 24 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 LMD staff prior to installation. Typically, Fescue and Fescue blends are required. 18. SHRUB AND GROUND COVER CARE 18.01 Contractor shall perform at his sole expense under the terms of this agreement the following services: Bid # LMD-13-14-01 a. Pruning: Manually select prune shrubbery throughout the year to encourage healthy growth habits, and to encourage growth to the natural shape of the plant according to its species and appearance with the exception of roses, which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. Pruning is not done during flowering, during new growth emerging or during the hottest time of the year (July -August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimming: Restrict growth of shrubbery and ground cover to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts. c. Renovation: Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated. (Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate.) d. Disease and Insect Control: Maintain free of disease and insects and treat when needed pursuant to Section 20. e. Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods for control shall incorporate the following: (1) Mulch application to 3" laver maximum (approx. 1,000 cubic yards annually for Group A and 2,000 cubic yards for Group B) (2) Hand removal (3) Cultivation (4) Chemical eradication using non -residual herbicides f. Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead shrubs and ground covers whose damage was a natural condition/causes, will be replaced under the terms of "additional work" as described in Section 4 of this bid document. All shrubs shall be guaranteed to live and remain in healthy condition for no less than ninety (90) days from the date of acceptance of the job by the Special Districts Administrator or qualified representative. g. Fertilization: Apply balanced fertilizer two (2) times per year to provide a healthy color in all plants with foliar feedings if applicable. The fertilizer shall be applied once 25 _q2_ during the months of March or April and once during the months of September or October. Contractor will cultivate around plants where needed. Fertilizer shall be appropriate for plant type and season (time of year) and approved by LMD staff prior to installation. The Contractor shall provide the Director with a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization. h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices shall apply to shrubs and ground covers. i. Diversion requirements: In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 95% of the green waste generated by above referenced zones. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on site at a minimum of twice per week. j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2 - inch layer of mulch under all trees, shrubs and groundcovers and a minimum 3 -inch layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be disbursed with the above specifications by the contractor who will provide the labor at his expense. 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) All trees 12' (feet) tall or less 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. All sucker growth is to be removed from trees as it occurs. (2) Maintain an 8 -foot clearance for branches overhanging walks, 8 -foot for public sidewalks. (3) Report insects and tree diseases to Special Districts Inspector. (4) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees. (5) Tree stakes shall be pentachloraphena treated pole pine, not less than 8 feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon trees sizes (two per tree), no galvanized stakes. (6) 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. (7) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. (8) Broken branches are to be removed immediately whether they are in the tree or on the ground. b. Fertilization: Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of LMD, 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 Bid # LMD-13-14-01 26 -73- application. c. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to commencement of work by Contractor. d. Tree Replacement: All trees permanently damaged as a result of action or inaction by the contractor will be replaced as provided for under Section 5 with the identical species of tree existing previously, unless otherwise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size. Substitutions will require prior written approval by Special Districts. Original plans and specifications should be consulted to insure correct identification of species. All newly Planted trees are the e. 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 3/< of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. The Landscape Maintenance District's Tree Maintenance contractor will provide most of the chemical applications to trees. If the landscape contractor provides this service it will be considered "extra work cost" (refer to Exhibit E -E5). f. 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. g. 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. 20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 20.01 Special Districts will provide the materials (Biological insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. Bid # LMD-13-14-01 a. 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 `x, authority of the General Services Administration. The Contractor will develop an IPM program for work covered by this statement of work. b. Chemical Application: All work involving the use of chemicals will be accomplished by a State of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c. Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the "Pesticide Information and Safety Manual' published by the University of California will be adhered to. e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 21. GENERAL CLEAN-UP 21.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal/Receptacles: The contractor shall empty all trash cans and replace 171 trash bags a minimum of three (3) times per week (trash bags provided by City). The contractor shall provide a trash pick up schedule for the approval by Special Districts. The contractor shall pick up trash and accumulated debris from site per contract, and clean trash receptacles as needed. In addition, dog feces are also to be removed from the walkways located within the Paseo system in the LIVID areas. The contractor shall fill all doggie bag holders a minimum of twice a week (doggie bags provided by City). b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and grass removal within the crack(s) on the asphalt, and stamped concrete median strip areas, if any, at all times. c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces such as: (1) Gum, (2) Animal feces, (3) Grease, (4) Paint, Bid # LMD-13-14-01 28 22. (5) Graffiti, (6) Glass and debris All walkway and driveway cracks and expansion joints shall be maintained weed and grass free at all times. e. Drain Maintenance: All drains and catch basins shall be free of silt and other debris at all times. f. Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch layers shall be removed and properly disposed of not less than once per week. g. Diversion: The Contractor will be responsible for creating and implementing a written program to divert all green waste from landfills. The program should include, but not be limited to, mulching and composting. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be at least 85% diversion. h. Tennis courts: Tennis Courts are to be swept clean by power blower or broom a minimum of once per week. The tennis courts must be cleaned with a water broom once each month. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 22.01 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. Irrigation repairs. (not to include programming) are considered to be additional work or "extras". For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: http://www.irrigation.org/gov/pdf/IA BMP APRIL 2005.pdf. a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: (1) sprinkler heads, (2) valves, (3) PVC piping, (4) quick couplers, (5) risers, (6) automatic and battery powered controllers, (7) valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation. c. Extent of Responsibility: Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at d. Ordinances: All materials and workmanship will be in accordance with the applicable Bid # LMD-13-14-01 29 City Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. e. 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 contractors office via a desk top or any wireless computer, or hand held device. The LMD will provide a password for access. f. 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. 22.02 Water Budgets -In order to ensure efficient and responsible water management with regards to landscape irrigation, the City of Santa Clarita Special Districts office requires the following: When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). Formula: MAWA = (ETo) (0.62) [(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any "penalty" tier the City of Santa Clarita is subjected to. 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS 23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission without the written approval of Special District Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LMD Inspector or directly to the City. Bid # LMD-13-14-01 a. Contractor may be responsible for total replacement or repair on walkways or any hardscaped area, or if any plant damage occurs due to Contractor's negligence or by accidental damage within his maintenance operation. W, b. Contractor shall be responsible for sweeping/blowing all walkways and paseos within the contract boundaries at a minimum of once per week or as necessary or as requested by Special Districts. All debris must be collected and removed. c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited and may be cause for contract termination. 23.02 Drainage Systems: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for: a. All LMD 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 stormdrain system per the City's National Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. b. All LMD area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) c. Disposal of green waste or other debris into catch basins, drains or stormdrains is prohibited. Such action could result in termination of maintenance contract. 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LMD during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www.santa-clarita.com/e-service. 24.02 Monthly; meet on site with an authorized representative of Special Districts for a walk- through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, bi-weekly interim inspections may be made by Special Districts. Any corrective work required as a result of a monthly inspection or any "interim" inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any appurtenant structures or equipment within the areas under Contractor's maintenance. 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: www.santa-clarita.com/e- 221ti- 25.02 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. 25.03 All materials and processes used in graffiti eradication shall be non -injurious to surfaces Bid # LMD-13-14-01 31 —✓7!�,— and adjacent District property and approved by CAL -OSHA. Materials and processes used must be approved by LIVID prior to use. 26. NATURAL AREAS MAINTENANCE 26.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of debris removal as directed by Special Districts. 27. SEASONAL COLOR AREAS 27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October, March, and June with appropriate varieties for each season to be approved by Special Districts prior to planting. Plant size shall be 4 -inch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by the City; contractor, under the terms of this agreement shall provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LMD areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifications. Bid # LMD-13-14-01 32 -717- BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a 'certified/cashiers check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14-01 Bidders Signature CONTRACTOR City, State, Zip Code Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Bid # LMD-13-14-01 33 PROPOSAL GUARANTEE BID BOND ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as BIDDER, and as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day n- SURETY* 20—. Subscribed and sworn to this day of 20_ NOTARY PUBLIC *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid # LMD-13-14-01 34 _'p FAITHFUL PERFORMANCE BOND ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13.14-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that , as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100°/x) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR* SURETY* Subscribed and sworn to this 2012. NOTARY PUBLIC day of * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-13-14-01 35 2_ LABOR AND MATERIAL BOND ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR AND , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound; jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of , 2012. * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-13-14-01 36 SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No. THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this day of 20 , by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and , a Corporation ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an amount 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 20 to 20 The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit " B. 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. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. Bid # LMD-13-14-01 37 E— V— B. 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 (1-9). 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. I •M IMA I I I/ 1:71 V ATi9 IN: Ill V.4 A. 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 iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. 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. 6. 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 Limits (combined single) Commercial general liability: $1,000,000 Business automobile liability $1,000,000 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. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. 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 Bid # LMD-13-14-01 38 85 — as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. 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. 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 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. [J11111111114"7Rf2►_\11[9P11111 A. CITY may terminate this Agreement at any time with or without cause B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Bid # LMD-13-14-01 39 1% 10. 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. 11. NOTICES. A. 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 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Name Address City B. 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. C. 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. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. 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. 14. 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. 15. 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. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. 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. 19. 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 Bid # LMD-13-14-01 40 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. 20. 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. 21. 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. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23. 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. 24. 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. 25. 'CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. (SIGNATURES ON NEXT PAGE) Bid # LMD-13-14-01 41 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: DO NOT SIGN — COPY ONLY Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Bid # LMD-13-14-01 42 M ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14-01 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. DO NOT send more information than is requested. DO NOT bind, staple or otherwise fasten the bid (no 3 ring binders). Please use paper or binder clips only. DO send the REQUESTED information, on double -sided paper, two copies. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractors License - license number will suffice X Bidder's Bond X List of Subcontractors — if none, write "n/a" X References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Required certificates/qualifications (as identified in solicitation) X Contract Agreement X Insurance Requirements — Return only if Awardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bid # LMD-13-14-01 W W— BID SCHEDULE Group A: Annual Landscape Maintenance LMD Zone T-20 EI Dorado Village, Zone T-44 Bouquet Canyon Item Project Site No. 1. LMD Zone T-20 Monthly Maintenance Cost a) x12mos Total Annual cost = b) /annually Total bid amount for Zone T-20 Eldorado Village annually, in legibly printed words: 2. LMD ZoneT-44 a) x12mos = /annually Total bid amount for Zone T-44 Bouquet Canyon annually, in legibly printed words: Total bid amount for items 1 and 2, annually, in legibly printed words: Bid # LMD-13-14-01 44 -9i- BID SCHEDULE Group B: Annual Landscape Maintenance LMD Zone T-62 Canyon Heights, Zone T-67 Miramontes, Zone T-71 Haskell Canyon Ranch, Zone T-72 Copper Hill 22 Item Project Site No. 1. LMD Zone T-62 Monthly Total Maintenance Cost Annual cost a) x12mos = b) /annually Total bid amount for Zone T-62 Canyon Heights annually, in legibly printed words: 2. LMD ZoneT-67 a) x12mos = b) /annually Total bid amount for Zone T-67 Miramontes annually, in legibly printed words: 3. LMD Zone T-71 a) x12mos = /annually Total bid amount for Zone T-71 Haskell Canyon Ranch annually, in legibly printed words: 4. LMD ZoneT-72 a) x12mos = b) /annually Total bid amount for Zone T-72 Copper Hill 22 annually, in legibly printed words: Total bid amount for items 1, 2, 3 and 4, annually, in legibly printed words: Bid # LMD-13-14-01 45 LIVID ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL Pricing and Billing Schedule Detail 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 bid, but shall be used in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer $40.00 per hour $65.00 per hour Landscape Laborer $30.00 per hour $45.00 per hour QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour N/A Please note: pricing increase allowance will be according to Consumer Price Index (see Section A, `Bid Instructions, Item #34) Please initial to verify acknowledgement of labor rates - (initial) Bid # LMD-13-14-01 46 -13- LMD ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid # LMD-13-14-01 47 -9 f - EXTENDED LINE DESCRIPTION UNITOF UNIT PRICE QUANTITY PRICE MEASURE (unit price x uanti 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope maintenance. 4 One gallon (5) Five Installation of shrub, one gallon container. 5 Five gallon (5) Five Installation of shrub, five gallon container. 6 24 inch box (2) Two Installation of tree - 24 tree inch box container. 7 15 gallon tree (2) Two Installation of tree -15 gallon container Bid # LMD-13-14-01 47 -9 f - DESIGNATION OF SUBCONTRACTORS ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14-03 City of Santa C/arita, 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 of the prime contractor's total bid: DBE status, ape of firm, certifying agency and annual gross receipts are required if sub contractor is participating as a DBE. The form MUST be returned with bid, filled in or annotated with "No Subcontractors" if none will be used. Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Description of Work License No. Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Bid # LMD-13-14-01 48 _95_ DESIGNATION OF SUBCONTRACTORS ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14-01 City of Santa Clarita, California Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / Phone( ) Bid # LMD-13-14-01 49 -9E- ANNUAL LANDSCAPE MAINTENANCE FOR NORTH COPPER HILL (Zones: T-20, T44, T-62, T-67, T71 and T-72) LMD-13-14-01 City of Santa C/arita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. 2. 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid # LMD-13-14-01 50 —q q — Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. 2) In the year of 2010, what was the longest stretch of days worked without an accident in the landscape maintenance division? U1 3) Please provide any sustained complaints made to your company within the past four (4) years to Cal -OSHA. ffl 4) Please provide any sustained complaints made to your company within the past four (4) years to the California State Contractor Board in regards to your C-27 license. a. Bid # LMD-13-14-01 51 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Bid # LMO-13-14-01 52 EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District:/ or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, loppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • 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 such as the Rain Master Pro -Max • 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 Bid # LMD-13-14-01 53 INVENTORY LISTS EXHIBIT D1 - LIVID Zone T-20 Inventory List: T-20 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 963,950 2 Non -irrigated Landscape (brush clearance/weed abate) 370,053 3 Backflow devices 20 4 Irrigation controllers TBD 5 Irrigation enclosures 0 6 1 Paseo pole li hts 0 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0 10 Monument Signs 0 11 Tennis courts 0 12 Trash containers cementlother 0 13 Paseo and Trail Walkways 0 14 Drinking fountains 0 15 Playgrounds 0 EXHIBIT D2 - LMD Zone T-44 Inventory List: T-44 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 550,799 2 Non -irrigated Landscape (brush clearance/weed abate) 223,666 3 Backflow devices 11 4 Irrigation controllers TBD 5 Irrigation enclosures 0 6 1 Paseo pole lights 0 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0 10 Monument Signs 0 11 Tennis courts 0 12 Trash containers cement/other 0 13 Paseo and TrailWalkwa s 0 14 Drinkingfountains 0 15 Playgrounds 0 Bid # LMD-13-14-Ot 54 EXHIBIT D3 - LIVID Zone T-62 Inventory List: Zone T-62 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 746,552 Irrigated Landscape 2 Non -irrigated Landscape (brush clearance/weed abate) 0 2 3 Backflow devices 5 4 Irrigation controllers TBD 5 Irrigation enclosures 0 6 Paseo pole lights 0 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0 10 Monument Signs 0 11 Tennis courts 0 12 Trash containers cement/other 0 13 Paseo and Trail Walkways 0 14Drinkin fountains 0 15 Pla rounds 0 EXHIBIT D4 - LIVID Zone T-67 Inventory List: Zone T-67 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 1,885,702 2 Non -irrigated Landscape (brush clearance/weed abate) 0 3 Backflow devices 6 4 Irrigation controllers TBD 5 Irrigation enclosures 0 6 Paseo pole lights 0 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0 10 Monument Si ns 0 11 Tennis courts 0 12 Trash containers cement/other 0 13 Paseo and Trail Walkways 0 14 Drinking fountains 0 15 1 Playgrounds 0 Bid # LMD-13-14-01 55 -r 0 2- EXHIBIT D5 - LIVID Zone T-71 Inventory List: Zone T-71 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 437,807 2 Non -irrigated Landscape (brush clearance/weed abate) 0 3 Backflow devices 3 4 Irrigation controllers TBD 5 Irrigation enclosures 0 6 Paseo pole lights 0 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0 10 Monument Signs 0 11 Tennis courts 0 12 Trash containers cement/other 0 13 Paseo and Trail Walkwa s 1 0 14 Drinking fountains 0 15 Playgrounds 0 EXHIBIT D6 - LIVID Zone T-72 Inventory List: Zone T-72 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 67,539 2 Non -irrigated Landscape (brush clearance/weed abate) 17,261 3 Backflow devices 1 4 Irrigation controllers TBD 5 Irrigation enclosures 0 6 Paseo pole lights 0 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0 10 Monument Signs 0 11 Tennis courts 0 12 Trash containers cementlother 0 13Paseo and Trail Walkwa s 0 14 Drinkin fountains 0 15 Playgrounds 0 Bid # LMD-13-14-01 56 EXHIBIT E Specialized Maintenance Program Reference Guide Daily — Weekly — Monthly 0111811 0111= 1 0 w > 2101 ggK IRV 0111111 ®111111 ®111011 011111 01.:101 Ina <O O000Y, 6 G �yv 0101111 1111111 cc a a •� ��q �Z � �$ �_q gip 4 hill V*[ V ja s g � Q § 8 0111811 0111= 1 0 w 1 2101 0110011 0111111 ®111111 ®111011 011111 01.:101 O000Y, 01 0101111 1111111 Bid # LMD-13-14-01 57 /Q y EXHIBIT Ell Specialized Maintenance Program Reference Guide Semi-annual and Annual (For reference only: actual maintenance schedules shall comply with maintenance specifications.) a 1111111111 811 11 all Milli Bid # LMD-13-14-01 58 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only — actual irrigation needs shall be based on plant re(juirements) SPRING - SUMMER IRRIGATION SCHEDULE A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The run times/cycles will be adjusted to utilize `cycle and soak' methods on a daily basis to maximize soil percolation and consequently minimize run-off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower -temperature hours. FALL - WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will be programmed to be on solely during daylight, non - frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fall, and Winter]. B. LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant of the results of those inspections. Bid # LMD-13-14-01 59 �U� EXHIBIT E3 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Onlv— actual irrigation needs shall be based on plant requirements) Special Districts Irrigation Program — Summer & Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 — October 20) A. Shrub Beds 1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads — 10 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. B. Turf Areas 1. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Rotary 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 4. Gear Rotary 180 (half) — 20 minutes per station/per cycle, 3 cycles per day, 5 days per week. 5. Gear Rotary 360 (full) — 40 minutes per station/per cycle, 3 cycles per day, 5 days per week. C. Planted Slopes 1. Impact Heads 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Impact Heads 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. WINTER IRRIGATION SCHEDULE (October 21 — March 20) As the climatic conditions become cooler, the watering schedule will be reduced. The time elements will remain the same, but the number of cycles and number of days will be reduced to 3 days or less per week. VARIATION OF IRRIGATION SCHEDULES A. Variations of the schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require additional watering, resulting in variations in the schedule for specific stations on a controller. C. Private contractor is responsible to make adjustments as needed to maintain acceptable appearance at all times. 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 a minimum of twice a year. Bid # LMD-13-14-01 60 EXHIBIT E4 Preventative Disease Control Guide I. Olea Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when 'h to '/ of blooms are open. Second application to be done 7-10- days after the first application. II. Pyrus Kawakamii (Evergreen Pear) Fireblieht — Preventative Treatment Spray application to occur October 1 through mid-November. Fireblieht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut. III. Platanus (Sycamore) Anthracnose (Fireblieht) — Preventative Treatment This treatment would consist of two (2) applications and possibly a third application, depending on the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application — During the month of April, if there is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of a type approved by the County Agricultural Commissioner. Bid # LMD-13-14-01 61 10k-- - EXHIBIT E5 Artificial Turf Maintenance Taking care of your new artificial lawn With synthetic grass you will never have to mow, water or fertilize your lawn ever again. However, you will have times when you will want to clean the artificial turf fibers or need to clear off fallen leaves in the fall. Unfortunately, your new green synthetic lawn can't solve all of your lawn maintenance issues. Washing Artificial Grass; While Synthetic lawn does not require routine lawn maintenance, you will need to clean it periodically to maintain its appearance. Depending on how your lawn is used and whether you have a pet, you may need to wash your lawn more or less often. A cleaning detergent can be used if needed to remove pet wastes or oxidation from nearby sprinklers. We recommend cleaners like Agent Orange or Simple Green for most jobs. For sprinkler oxidation we find CLR works the best. Simply spray down the lawn as if you were hosing down a driveway or patio. If using cleaners, apply in problem areas and let it sit for several minutes. When ready, simply rinse off cleaner. • Simply spray off lawn like you were hosing down a driveway or patio. • Cleaning detergents may be used if necessary. Blowing Off Lawn; To remove leaves and other debris, it is best to use a power blower. While a plastic leaf rake will not hurt the turf fibers, using one of these rakes can break up the leaves making it tougher to remove from the fibers. Start from one side of your lawn and blow off any leaves or debris. Sweep up after you have removed the debris and discard. • Using a power blower is the easiest way to remove leaves and debris. • Using plastic rakes can break up leaves making it bard to remove from fibers. Weekly Remove leaves and trash. Hand pull weeds. Spot clean spills. Monthly; Check seams and report failures. Brush the surface to redistribute infill and maintain vertical fibers. Annuallv; Top dress with infill. Treat moss, mold and algae. 62 —(01— EXHIBIT F 2013 Holiday Schedule New Year's Day Tuesday, January 1 Martin Luther King Day Monday, January 21 President's Day Monday, February 18 Memorial Day Monday, May 27 Independence Day Thursday, July 4 Labor Day Monday, September 2 Veteran's Day Monday, November 11 Thanksgiving Day Thursday, November 28 Day after Thanksgiving Friday, November 29 112 Day for Christmas Eve Tuesday, December 24 Christmas Day Wednesday, December 25 112 Day for New Year's Eve Tuesday, December 31 New Year's Day Wednesday, January 1, 2014 If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. 63 /l6 - EXHIBIT G ZONE MAPS 64 gym■ I*c �R+cp g�4ryY X ♦i p6 f srypwgym I I F OR o o SANTA CLARITA Landscape Maintenance District a� Zone T44 o� fT DANYON RD i LMD Landscape Area (544,701 sq. ft.) LMD Fire Clearance Area (223,666 sq. ft.) i LMD Turf Area (6,098 sq. ft J A Parcel Outlines -- ., Building Footprints " SPL o� rew % g F s kam �r �i 8 f tl 00 F MILL OR Q "4SANTACLARITA Landscape Maintenance District Zone T62 LMD Lentlacape Area (745 787 sq. H LMDTuf Area(765s¢ft) < 3 Perml Outlines Building Fo& Mis m s 9 OOP ��HNEW h or CM9RRON � v" 2 y¢r ,ter o" 0 o � LONE st p p COPPER H�L< n z c Oy CROSS CREEK OR ?� f0t O� 0J C�1E0.WQ-O OR w 1 3 Q 1 ® `"OSANTAC:LARPCA Landscape Maintenance District Zone T71 LMD Landscape Area (431,81 sq. R.) A Parcel Outlines Building Footpnnts -`- �ff6: i ti h G O� up do /odd F V 2 U .cc K a c G CL v 0 ®J rr EXHIBIT B-2 No. 13-14-02 CITY OF SANTA CLARITA INVITATION FOR BID BID OPENING: Monday, July 29, 2013, 11:00 AM The City of Santa Clarita invites electronically sealed bids for: ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 Terms of payment: N I Subtotal US$ C r s" Delivery: Sales or Use Tax (8.75%): US$ /e TOTAL: US$ a 1 ) D_`� r o 1. Electronic Bids must be ELECTRONICALLY received at: http://www nlanetbids com/aortallportaLcfm7ComnanylD=18840# 2. Prices shall be D.D.P, City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered, 31 Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever Is longer. 4. Bids must be on this Bid form and signed by the vendor's authorized representative and uploaded to Planet Bids. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 63, Exhibits A to G and separate Appendix C (Labor Compliance Program), S. The last day for questions will be 6:00 PM, July 22, 2013. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, July 9, 2013 at 9:00 AM at City Hall, 23920 Valencia Blvd., in the Century Room, Santa Clarita, CA. All interested vendors are strongly encouraged to attend. This will be the one and only pre-bid meeting. This pre-bid will coincide with the pre-bid for LMD-13.14-01. BIDDER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned agrees to furnish the commodity or service/stipulated on this bid as stated above. Company:!/^iCo (�1�5 jam/ Address �l c�rk) G �✓�� Ui�vrs� Name (Print), g jos 12lkr%% Si nature - Company Phone No. s % � Jcl Title of Person Signing Bi Sr r j? Ve4pi 2_- eld # LMD-13-14.02 ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13.14-02 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required, DO NOT send more information than is requested. DO send the REQUESTED Information, With Bid PrODOSal (All Bidders) Bkl # LMD-1314-02 43 With Agreement (Awardee only) to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractor's License - license number will suffice MXPrior X Bidder's Bond X List of Subcontractors — if none, write "n/a" References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Required certificates/qualifications (as identified in solicitation) X Contract Agreement X Insurance Requirements — Return only if Awardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bkl # LMD-1314-02 43 BID SCHEDULE Annual Landscape Maintenance LMD Zone T-48 Shadow Hills Item Project Site Monthly Total No. Maintenance Cost Annual cost 1. LMD Zone T-48 a) 7 }x12mos = b) 11� lr 6 a�annually Total bid amount for Zone T-48 Shadow Hilts annually, in legibly printed words: -} . }�A ( (r! Uf�( t JC 4-j �i�' �d= (place this total on page one of the bid response) Bid # LMD-13-14-02 44 LMD ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL Pricing and Billing Schedule Detail 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 bid, but shall be used in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer $40.00 per hour $65.00 per hour Landscape Laborer $30.00 per hour $45.00 per hour QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour N/A Please note: pricing increase allowance will be according to Consumer Price Index (see Section A, "Bid Instructions, Item #34) r Please Initial to verify acknowledgement of labor rates - (initial) Bid # LMD-13-14.02 45 LIVID ADDITIONAL PRICING SHEET ##2 Please list the unit price, EXCLUDING partimaterial costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid 6 LMD-13-14.62 46 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x quantity) 1 1 square foot 500 sq. It. Price for landscaped median maintenance with turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope f1 �; maintenance. , CJ 4 One gallon (5) Five Installation of shrub, one gallon container. (j( 5 Five gallon (5) Five Installation of shrub, five gallon container. (DO f 110 ,.qjl i (ft g. 6 24 inch box (2) Two Installation of tree - 24 inch box container. tree & 71s1f, W 15 gallon tree (2) Two Installation of tree -15 F- container L- 1gallon 1 380, 0.) Bid 6 LMD-13-14.62 46 DESIGNATION OF SUBCONTRACTORS ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 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 '/z of 1 percent of the prime contractor's total bid: DBE status age of firmcertifying agency and annual gross receipts are required if sub contractor is participating as a DBE The form MUST be returned with bid, filled in or annotated with "No Subcontractors" if none will be used. Subcontractor �DBE�STATUS: Age of firm: nc : Dollar Value of Work Annual Gross Receipts: Location and Place bf Buginegs Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DBE STATUS: A e of firm: Cerci in A enc Dollar Value of Work Annual Gross Recei ts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor A e of firm: DBE STATUS: Certif in A enc : Dollar Value of Work Annual Gross Recei ts: Location and Place of Business Bid Schedide Item Nos: Description of Work License No. Exp. Date: / Phone ( ) Bid # LMD-13-14.02 47 DESIGNATION OF SUBCONTRACTORS ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13.14.02 City of Santa Clarita, California Subcontractor DBE STATUS: Dollar Value of Work A e of firm: Certi in A enc Annual Gross Recei ts: Location and Place f usiness Description of Work License No. Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: Dollar Value of Work A e of firm: Celli ig A enc : Annual Gross Recei ts: Location and Place of Business Description of Work Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Plione ( ) Subcontractor DBE STATUS: Dollar Value of Work A e of firm: Location and Place of Business Certifying Agency: Annual Gross Recei ts: Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor DBE STATUS: Dollar Value of Work A e of firm: Certifying Agency: Annual Gross Recei ts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Bld R LMD-13-14.02 48 REFERENCES ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13.14-02 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 2. 3. 0� Name— and Address of owner / Agency , c � 5 V9b and Address of Owner ! Agency e and Telephone Number of Person Familiar with Project f zf f r ���(.% Q.� r��t) yF'.Ali�� 't•'ti3r y;; ��,�'�l,f"� The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid n LMD-13-14-02 49 Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. t AAA - 2) In the year of 2010, what was the longest stretch of days worked without an accident in the landscape maintenance division? a. 3) Please provide any sustained complaints made to your company within the Past four (4) years to Cal -OSHA. ce 4) Please provide any sustained complaints made to your company within the past four (4) years to the California State Contractor Board in regards to your C-27 license. a. Bid # LMD-13-14-02 50 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 1) 2) 3) 4) 5) 6) 7) 8) 9) 16) & Bid # LMD-13-14-02 61 EXHIBIT C Staff and Equipment for Santa Clarita T 48 Number of staff Supervisor—TBD Staff -1 Foreman —TBD -Staff -1 Gardner's -TBD -Staff -3 Irrigation Tech —Staff -1 Chemical Applicator -QAL I —See attached Certified Arborist I -See attached EQUIPMENT EXHIBIT C Make and Model Description Number F-250 with light bar Crew truck 1 Enclosed Trailer 12 foot enclosed 1 Vermeer Chipper 1500 Chipper 1 52 Ride on mower Mower 0 Honda 21 inch mower Mower 1 Maruyama b13200 Blower Blower 4 Maruyama Bc 3021 Trimmer Trimmer 2 Murayama E305 Edger Edger 1 Traffic Control Cones Cones 25 Traffic Control Signs/stands Traffic Control 2 min Garden Spading Forks Gardening tools 7 Shovels Gardening tools 7 Rakes Gardening Tools 7 Scoop Shovels Gardening Tools 7 Hand Pruners Gardening Tools 7 Irrigation supplies/remotes/transmitters Stocked irrigation truck with all supplies needed Safety equipment such as head, eye and ear protection Work boots and all PPE per Cal Osha will be followed. Chaps will be worn while operating a Chain Saw EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District:/ or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, toppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • 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 such as the Rain Master Pro -Max • 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 Bid # LMD-13-14-02 52 ADDENDUM #1 For City of Santa Clarita Request for Quote BID #LMD-13-14-02 LANDSCAPE MAINTENANCE FOR ZONE T48 July 15, 2013 This addendum must be included with the bid response. If you have already submitted a bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also contact Purchasing by fax and request the bid be returned. The fax number is (661) 286.4186. On July 91h, 2013, there was a combined pre-bid meeting for bids LMD-13-14-01 and LMD-13.14-02. The following City staff were in attendance: • Jason La Riva, Project Development Coordinator (Project Manager) • Katie Knybel, LMD Specialist • Jennifer Killian, Buyer The following vendors were In attendance: American Heritage Landscape LP, Efrain Cervantes Brickrnan, Raitis Raisian Oakridge Landscape, Inc. Hopi Williams -Roark Stay Green, Inc., Grant Clack Sumak, Inc., Gregory Palomino Venco Western, Inc., Rob Archer The following points of the bids were reviewed: • Labor Compliance - Contact Mary Alice Boxall • Project estimates • Last day for questions • Pg. 11 - Term and Administrative Specifications • Pg. 14, 1,12 - These contracts will not require arborists certifications • Pg. 15, Section 2 - Landscaped areas to be maintained • Pg. 16 - Additional work • Pg. 19, 10.04-K - Fire protection of natural slopes (brush clearance included as part of contract) • Pg. 22 - Turf Care • Pg. 25 - Mulch labor included as part of contract • Pg. 28 - General Clean Up • Pg. 29, Section 22 - Water Management and Irrigation • Exhibit A, #1 requests 6 months of safety tailgate meeting sign Ins, the City agreed to waive this requirement and stipulate "upon request' only • This bid is electronic and will only be received "electronically" while the bid bond MUST be received at City Hall BEFORE the bid due date. Bid # LMD-13-14.02 1 • Areas for bid have not been under the City for long and should be inspected by bidding vendors as the estimated square footage came from the County and not City staff • All areas are "as Is" and should be brought up to the City's expectations; bidding vendors need to take this into consideration when submitting their proposals • LMD-13-14.01 which has group "a" and group "b,"will be awarded • LMD-13.14.01 has the possibility of not being awarded No additional questions have been received at this time. J J ,rJJ P f f. I -1 ✓ (i / Contractor's representative Date VQ�V<) �,JV-s',ir-L Company Name Bid # LMD-13-74.02 EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District:/ or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, coppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shoveis • 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 such as the Rain Master Pro -Max • 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 safely wear shall be Cal -OSHA approved aId # LMD-13-1401 53 STArr RESUMES LINDA D. BURR B A University of California, Irvine Continuing Education in Business and Marketing, UC Santa Barbara California Horticulture Certificate- Santa Barbara Botanical Garden President 8s Principal Venco Western Twenty-one Years in Landscape Industry PETER R. CHRISTL B A University of Southern California CPA Venco Power Sweeping Principal and CFO Venco Western Principal, CFO and Secretary Treasurer MARIO DEL NAGRO Fifteen years construction industry Venco Western General Manager DICK FREIMAN Thirty-two years landscape construction industry Ten Years as Venco Western Constriction Manager ROB ARCBEI R Twenty two years landscape Maintenance Industry Venco Western Business Development HEATHER MELTON B S Horticulture — Cal Poly San Luis Obispo Qualified Applicator'#104733 Pest Control Advisor #122181 Certified Arborist WE -7909A Venco Westem Account Manager Ten Years with Venco Western LUPE MEZA Venco Western Construction/Remedial Work Superintendent Over 20 years in landscape constriction Twelve Years with Venco Western IGORLUII2BRAN0 Dispatch and Customer Service Six years with Venco Western z 0 C1"1 0 STATE OF CALIFr PEST CONTROL BUSINESS COUNTY R4.GISTILiTIONII OEPARTMENT OF PESTICIDE REODU PO•PMO050(REV V061 PEST I.!VUOEMENT ANO LICENSING OR REGISTRATION EXPIRATION DATE: DECEMBER 31. FOR RPISTRATION IN COUNTYO : BUSUEsS TAA NLO❑ OO NCN �U. BUSINESS NAME BVBRlE66 VCFJ7SENO.y G AOD/ CARD IMPRINTAREA / RESB Ci�,�7)/J`�- ATTACH COPY OF PEST CONTROL BUSBIESS OCENBE ZIP CODE TELEPHONE I4U1.1BE1 � CITY REGISTRATION FEE RECEIVED $ W JV362 19dl,416 Ol/ALFIEO POCATOR'S GNATU E GATE COUNTY OF VENTURA r fj� ;� �1 AGRI ULTURAL COty MISSIONEF ti -'SN CouunaN(SIMACHED P.O. BOX o89 Reeh ded LTWj weebn Pe mN No. SANTA PAULA. CA 93061 Na Ldad My ba possa wd a=pt le a co dao a a/.m any []YES NO aBadM wnds Is ma ape Lb ply., AGfl1OUL[1[LyyR' SIG URE DATE IIAPRWWOCOVNTY'SOFFIC4LL3EAL •1 Ull OIa4Dudon: YNIRw •Pesl ConUtl RuSNaes Whhe CardslwR - CAC DLI PARTMENT OP PESTICIDU REGULATION OTHER INFORIOATION AS NEEDED dp1LICENSIINGICRRTWTCATION PROGM01 I,, s Licensee Information: QUALIFIED APPLICATOR LICENSE Emergency Contact Phone No.: DATE OF ISSUE VALID THROUGH 01101/2012 1213112013 (IAL •104733 BC HEATHER E MELTON 524 DEL PRADO DRIVE_ CAMARILLO CA 93010 1'1105011111111 Employer: Street Address city Zip Code Telephone Valid Medical Certificate? a (for pilots only) Yes No Santa Barbara County Commissioner's Office www agcommissiOnef.com ILAgricultural REGISTRATION FOR: PCB MGB PCA PILOT SO $25,, 8101$5 t 0❑I�5 $101$5D (Complete the information below if applicable) Business Name Mailing Address City, State and Zip Business License if PCA's Location of Records AQp^r�e/nt)lce Pi ot's Su�p/erv�jisor tlusmess Ptione _ Ag Commissioners Signature oD Paid$ •t9. �J�:-3 Date Registered Mli''� DEPARTMENT OF PESTICIDE REGULATION ('� LICENSING/CERTIFICATION PROGRAM QUALIFIEDAPPLfCATORLICENSE DAT60FI$SUE VALIDTHROUGH 01/0112012 1213112013 QAL 104733 BC HEATHER E MELTON 524 DEL PRADO DRIVE CAMARILLO CA 9gpp3f[[f0,0f,10����yy!'' ��B�P,MY�IFT.IVIIwI Ce r "hone ` Z-2 rna ddress (- ,.. signature Expiration Date 121311 �Pl-,? RMMS,n-*a' CALITORNIA. DEPARTMENT OF PESTICIDE REGULATTOV 10011 STREET SACRAMENTO, CALIFORNIA 95814 ISSUED: Janusry 01, 2012 EXPIRES' December 31, 2013 MAINTENANCE GARDENER PEST CONTROL,B US1 ,,SS, LICENSE . ICEN§ NO. 36572 invalid if insurerirns)c.aad/ar qusliRed persolapse before expiration date. .r i Business Location Mailing Address VENCO WESTERN, INC. V.ENCO WESTERN, INC. 2400 EASTMAN AVE 2400 EASTMAN AVE OXNARD, CA 93030 OXNARD, CA 93010 POST THIS LICENSE PROMINENTLY M PUBLIC VIEV/ THIS LICENSE IS NOT TRANSFERABLE - ANY CHANGE IN OWNERSHIP REQUIRES A NEW LICENSE Slate Of 0allfornia C�CONTRACTORS STATE LICENSE 130ARD � " ACTIVE LICENSE AttsUs 562295 ;CORP VENCO WESTERN M C27 �,... 04/30/2015 www.cslb.ce.gov EA CALIFORINIA DEPkRTMENT OF PESTICIDE REGULATION 1001 1 STREET SACRAMENTO, CALFORNIA 95814 ISSUED: January 01, 2012 1 IRES:Decetaber31,2013 MAINTENANCE GARDENE R PEST CONTROL BUSINESS LICENSE LICENSE NO. 36572 Invalid if insurance and/or qualified person(s) lapse before expiration date. Mailing Address Business Location VENCO WESTERN, INC. VJ WCO WESTERN, INC. 2400 EASTMAN AVE 2400 EASTMAN AVE OXNARD, CA 93030 OXNARD, CA 93030 POST THIS LICENSE PROMINENTLY M PUBLIC VIEW THIS LICENSE IS NOT TRANSFERABLE— ANY CHANGE IN OWNERSHIP REQUIRES ANEW LICENSE 1. Please make sure the information on your license is correct. 2, Notify us immediately of any changes to your business (e.g., name, address, insurance carrier or qualified person). 3. If you lose your license, then you may request a new one for a $20 fee. 4. Please refer to the license number located in the middle of the page when contacting us. 5. For more information, please contact us at (916) 445-4038 or at <Ucensemail@cdpr.ca.gov>. Or.youfiney write to Departmaut of Pesticide l eguia tion. Pest Management and Licensing Branch Licensing and Certification Program P.O. Bos 4015 Sacramento, California 95812-4015 OSP 11 123356 ADEP,4R7;SfEN20pPEgT(C7DERTOtlLA710.Y dpI L10EI{S1VOjCERiIF1 GSTt47(PROQMn]' ACRICULTUEALP`eSTCO:F,iROLADVISER LICi;iiSa UATRO?ISSUE VALIDTATIMN 01l411aa 2 1218112013 PCA 12213.1 DE HEATHER E MELTON 1 624 DEL PRADC DRIVE CAMARILLO CAg 03010 DeP.+Rrnn:nTovvEsrlcivr nscDLATrD,I C13ir 1ICirySIHQ/CERTIFICATION PnOORAi.I g= ��`�=' ��d�,1 QUALIAEDAPPLfCAT01IM USE \R� DATROBISSUe VALID TURDUOU 015112012 12AW01E QA.L 104733 rD HEATHER E MEL T DN 624 DEL PRADO DRIVE CAMARILLO CA 83010 I nc. r tlq �� ' .111 ieYRe1ti0110� Society ` of Atbotictiltute " fS G GS 9IppiD ARBORIST1 Heathea E. Mellon Carl40c31e Number, WE$800A EapImAlan Date: Jun 30,2013 i 2400 Eastman Avenue, Oxnard, CA 93030 r Phone 800.360,5831 a Fax 806.981 N60 CA LIG N0, C27-662286 W ,mve rCowastommum n Venco Western Safety Topics NO �. Conducted by: '--;._-._ (. 'c ' -11L ate:�/Ch- heck hucic" turd trailer registration insuranceES C-heck NO Asegurarse de tener la registracion y aseguranza en el automobile NO • Foreman must communicate with employees 5 minutes prior start time YES NO El mayordomo debera comunicarse con su giupo 5 minutos antes de - � Omw to lift heavy equipment in a proper maimer empesar el dia. (�— '\Tiuck must be park in a secure area with visible cones and signs I—. YES NO `—'El Automobil deber ser estacionado en tma area segura con cons y letrero visibles. • Never use ladder to trim trees or high shrubs Cj Employee must take his hmch on time in a secure area ES NO El trabajador debe tomar su ahnuerzo a tiempo en una area segura (—e��Carefully YES NO unload burlaps from trucks • Foreman must communicate with employees for any concerns or Descargar la basura del automobile con cuidado How to be secure during raining season S NO Como tener precaucion durante la temporada de lluvias +� Accidents be to the Supervisor at all times NO should reported 1 Cualquier accidente debe ser reportado a el supervisor FOREMAN & LABOR • Must wear safety equipment as needed(ex: glasses, ear plugs or ear phones)YES NO Debe de usar equipo de segtuidad como lentes, tapones o cubre oidos. ! : ,)flow to use power equipment properly �� NO Como usar henamienta electrica apropiadamente - � Omw to lift heavy equipment in a proper maimer XES NO Manera apropiada para levantar equipo pesado NO • Never use ladder to trim trees or high shrubs Ntmca usar la escalera para podar arboles o arbustos altos • Foreman must communicate with employees for any concerns or Suggestions. YES NO El mayordomo debera comunicarse con su gropo por posibles dudas o sugerencias •;� „two �� T�:�.r„ VEIN CO NVE3TERN, INC. 2400 EASTMAN AVE. O:GNARD, CA 93030 P13ONE (805) 981.2400 RAX (805) 981-2450 SAFETY MEETING Date of Meeting: I f f s 1 — Conducted By: --)e9,s z5 &Af,74 Topics Discussed: 9 µebi j' v 3. (,Ln real IL ff n� i �tu M I r(QOa �'o �Iaut J�rr ��l44Nr� Suggestions: 0 2. n) IL4 eL 3. Comments: Employees In Attendance: Employees Signature and Date: Venco Western Safety Topics Date: /& /ji Conducted by; • Check trick and trailer registration insuranceNO Asegurarse de tener la registration y aseguranza en el automobile • Foreman must communicate with employees 5 minutes prior start time YES NO El mayordomo debera comunicarse con su grupo 5 minutos antes de empesar el dia. • Truck must be park in a secure area with visible cones and signsYES NO EI Automobil deber ser estacionado on una area segura con cons y letrero visibles. • Employee must take his lunch on time in a secure area NO El trabajador debe tomar su almuerzo a tiempo en una area segura • Carefully unload burlaps from trucks YES NO Descargar la basura del automobile con cuidado • How to be secure during raining season NO Como tener precaution durante la temporada de lluvias • Accidents should be reported to the Supervisor at all times YES NO Cualquier accidente debe ser reportado a el supervisor FORE MAN & LABOR • Must wear safety equipment as needed(ex: glasses, ear plugs or ear phones) NO Debe de usar equipo de seguridad tomo tentes, tapones o cubre oidos. • How to use power equipment properly S NO Como usar herralnienta electrica apropiadamente • How to lift heavy equipment in a proper maimer�' �-I NO Manera apropiada para levantar equipo pesado NO • Never use ladder to trim trees or high shrubs Nunca usar la escalera para podar arboles o arbustos altos • Foreman must communicate with employees for any concerns or Suggestions. Y7 NO El mayordomo debera comruricarse con su grupo por posibles dudas o sugerencias A P 4j e -a e.rt n— l3 .a c� 5 r Ca,t4- cz.f_� Vence, Western Suety Topics Datee Conducted by; fir i7 �Checic truck and trailer registration insurance S NO Asegurarse de tener Is registration y asegmanza en el automobile 5 time NO . l Foreman must communicate with employees minutes prior start de C_.. ! EI mayoxdomo debera comunicarse can su guupo 5 minutos antes empesar el dia. secure . )riuck must be park in a area with visible cones and signs YE NO El Automobil deber ser estacionado en una area segura con cons y letrero visibles. Employee must take his lunch on time in a secure area YES NO El trabajador debe tomar su almuerzo a tiempo en una area segura YES NO Carefully unload burlaps from trucks Deseargar In basura del automobile con cuidado • How to be secure during raining season YES NO Como tener precaution durante la temporada de lluvias OAccidents should be reported to the Supervisor at all times MS) NO Cualquier accidente debe ser reportado a el supervisor FOREMAN & LABOR /�• } Must wear safety equipment as needed(ex: glasses, ear plugs or ear phonesC) NO Debe de usar equipo de seguridad come, lentes, tapones o cubre oidos. • How to use power equipment properly YES NO Como usar herramienta electrica apropiadamente • How to lift heavy equipment in a proper manner YES NO Manera apropiada para levantar equipo pesado YES NO • Never use ladder to trim trees or high shrubs Nunca usar Is escalera para podar arboles o arbustos altos • Foreman must communicate with employees for any concerns or Suggestions. YES NO El mayordomo debera comnuicarse con su gnupo por posibles dudas o sugerencim COMMENTS: •��td C i»C' � t, GB fl Ci c.Wc�1 �Jl Pv�GP ��� f' CA I �%t� ry� Fw L—Wil ( Z, c Y '-t ✓a: ri�G,l� 4 e� J G r L�, �✓i�n l'n j 4,1( _ Em .yee Signature: a _p._.., -r.. ✓ tk�- ce? VENCO WESTERN, INC. 2400 EASTMAN AVE. QMgARD, CA 93030 PHONE (805) 987.-2400 FAX (805) 981.2450 SAYETY MEETING Date of Meeting: Conducted B Topics Discussed: i. 'i7� u; i�,; r.; rn,-e��•Llu t,��h� �r r:i J 2. ULLi 3• �I4c i.r I. 61 i1(Ir,_(f£t,r, f_7 yltcct Suggestions: i. 2. 3. Comments: Employees In Attendance: Employees Signature and Date: G VENCO WESTERN, INC. 9.400 EASTMAN AVE. OXNARD, CA 93030 PHONE (805) 981-2400 FAX (805) 981-2450 SATETY MEETING y Date of Meeting: 2 j f Conducted By: Topics Discussed: n a _ t 0, 2. 31p Wto LIFT Y)N� llfsth1�C-RolITki n. llun ui.ps Ctl.,,t 1„JUi 3. Suggestions: 1 1. � I ) \1 YY COp,n Cl nl �P(� [ 0�.h _r j)"Ip", 6nnM? 0%, U.tl (A-APIW-111 C, 2. 3. 11.)l:ou_i... r.l- %• utlh.t��, ;�{r.l L;(•([Lu�.1UC•-? 1 \ .1-v;.✓; , tt ; Comments: Employees In Attendance: Employees Signature and Date: �r� yI " UER-17FICATE OF LIABILITY INSURANCE R/22/P013 !C , CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS ,ATIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED :REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed, if SUBROGATION 1$ WAIVED, sub]act to the terms and conditions of the Policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PRODUCER C, Helen E SdestLall NAME: TWIN Insurance Services LLC #OE52073 PHONE (805)565-6129 P 196 S. Fir Street . Ex WC Nc; 1e05)4e4-8224 ""AIL . hwestfallutw1w.com PO BOX 1388 INSURER S APFOROe1G COVERAGE AI Ventura CA 93002-1388 INSURERAAsttlixal Ins Co 24856 6 INsuaaO INSURERS American States Tns Co 19704 INSURERC:EVNational Ins NationaTns Co 10120 Veneo Western Inc. INSURERo: 2400 Eastman INSURERS: Oxnard CA 93030 NSURERF: :_E:j COVERAGES CERTI FICATF NIIAAnro.T 9/tA nT./4mm�11nn THIS INDICATED. CERTIFICATE EXCLUSIONS NSR LTR IS TO CERTIFY THAT THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAYBE ISSUED OR MAY AND CONDITIONS OF SUCH TYPE OF INSURANCE LIABILITY OF PERTAIN, POLICIES. D INSURANCE LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAYHAVE BEEN POLICY Kamm(tPt0310C01YYYFFF ISSUED TO CONTRACT THE POLICIES REDUCED BY THE INSURED OR OTHER DESCRIBED PAID CLAIMS. PMIDO; XP REVISION NUMBER: NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, LIMITSGENERAL A X COMMERCIAL L GENERAL LIABILITY CLAIMS-A6ADE X OCCUR 000006515-09 AEY.CLODES ALL Ympp/OCIP R)ELK PER CG21540196Ax /1/2013 /1/2014 OCCURRENCE S 11000,000 A 'PREMSEB IEe $ occpmnc 50,000 $ PEO EYP( Any ons persanl Exol PER SO NPL G AOV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL. AGGREGATE $r 2,000,000 PRODUCTS-COMPIOPAGG $ 2,000,000 B POLICY PR LOC AUTOtA081LE LIABILITY X ANY AUTO AUTOVdIEO SCHEDULED N0 'MIED HIRED PJ)TOS AUTOS 1CI434447-3 /1/2013 111201e tEeN rl 'N uMl ; 1 000 000 bOOLLY N.UR'f (Pel Aer4m) $ BODILY M.aJR'! IParealtlart) S PROPERTY ON $ Per.cddaml Me6cal pmmen $ EACH OCCURRENCE $ UMBRELLA LEAS OCCUR EXCESS UAB CLAIMSs1ADE OED RETENTION $ AGGREGATE $ $ C WORKERS COMPENSATION ANY ND EMPLOYERS' LLA81LITY APROPRIETORIPARTNERENECUTIVE YIN OFFICERIAIENISER EXCLLOEC2 (Mandatory aeun0a under DESCRIPTION OF OPERATIONS barow NIA 7600006271121 1/1/2012 1/1/2013 TH ST ER_ X OR 0 E E.L. EACH ACCIDENT $ 1 000,000 EI. DLSEASE- EA EMPLOY g 1 000 000 E.L.OISEME-POUCYLMIT $ 11000 000 OESCRIPnON OF OPEftAT10M9f LOCAnON9f VEHICLE$ (Aa chACORO101,Additlor.(Remarks St dine, Irmare apace is ragWrea] CERTIFICATE HOLDER ,..,,,.�..._._.. xhfcr SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Evidence of COvel'age ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESEMATnrR Dodds/HEIF,hr ACORD 25 (2010105) © 1988-2010 ACORD CORPORATION, All INS025(201cosro' The ACORD name and logo are registered marks of ACORD PROPO$AL GUARANTEE BID BOND ANNUAL LANDSCAPE MAINTENANCE FOR ZONE_ T•49, SHADOW HILLS LMO.13-14.02 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Venco Western Inc., et al as BIDDER, and Arch Insurance Comoanv as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Bid Amount dollars a212LL2=1 which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid Is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect In favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, tides, hands, and seals, this Venco Western Inc., et al - 2400 Eastman Ave., Oxnard, CA 93030-5187 1-2400 SURETY" = Mike Melshenker - Attorney in Fact Arch Insurance Company - 865 S Figueroa St, Ste 2700, Los Angeles, CA 90017 213-283-3517 Subscn'bed and sworn to this 11th day of July 2013 NOTARY PUBLIC "Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, end telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Sid R LMo-13-14-02 34 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of: County of California Ventura On 7/11/2013 before me, Shirley Rhoads, Notary Public, personally appeared Mike Melshenker who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theiF authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PURJURY under the laws of The State of California that the foregoing paragraph is true and correct. ,MH=RHADS CNOTAMyVromA N JUNE WITNES mjhd and officialsealt Sgralure of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS []LIMITED ❑GENERAL ®ATTORNEY-IN-FACT ❑TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE AIC 0000071134 T _11S POWER OFATTORNEYIS NOT VALID UNLESS IT IS-ER/N.TED ON BLUE BACKGROUND. w Thlat-Pdwer ofABorney limits the acts of those named herein, and thayEhava-raautho-rity f bind the Compgp,}rexgepf ln'1ha- -- manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. _POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the Slate of Missouri, having its principal administrative oetce in Jersey City, New Jersey (hereinafter referred to as the "Company") does -hereby appoint: „ -- JuddleNt. Diez, <Jp -Keller, Mike Melshenker, Sharon L Sparks, Shirley Rhoa n lQven�ir. Carer of Ventura CA (EAc>-1j ""' its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of Issuance of this power for and on its behalf as surety, and as Its act and deed: Any anZ-aU6-nd4Xndertakings, recogplaances-anSto111BCjarsty obligations, in the penal sum not exceeding _ = --. -4: r netv�vinfon Dollars (sgo olio 000.%E — This authority does not permit the same obligation to be split Into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The ezecuhonaaf such bonds, undertakings, recognizances and other su bly bbligatlons 1n pursuance of these presetlts ehall be as --- Mnding-upon the said Company as fully and amply to all intents and pyrpoaas,zas t thB-seme had been duly,,executed and --- acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. - This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on Septembei.15.2011, true and accurate copies_QL-which are hereinafter set forth and are hereby certified to by the undersigned -...... � Sbcre. ary-as dWrig":jn full force anckeffekk_ 77'VOTED, That the Chairman of the Board7Uf PresxlenT-or the Executive Vice President, or any Senior Vice President, ofthesutefy Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth In their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizences and ..., nthevsuraly 66 ions obligatory in the nature thereof, and any such officersof lbe�Cvmpanjumay appoint agents for acceptance of �=pracess;j This Power of Attorney Is signed, sealed and certified by facsimile under and by authority of the following resolution -adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: 14T,.EP, Tillit11hoLsIgnature of the Chalrmar f the Bo Yg 1rthe President, or the Executive Vice President, or any Senior ince. P resident:: uXety"Business Division, .oc 11Aic'ap�olnlgetr degjgnated in writing and filed with the Secretary, and (he. signature of-1her_:- 'Sec etary,-ihe-seal of the Company-andaertlV t[ns44-aFe Secretary, maybe affixed by facsimile on any power ef>b1toC ey bD}id-_ ^� executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so artecuted, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML00131)Q 0� 03 _. —__ Page 1 of 2 Printed in U.S.A.,.:,., FOR PUBLICATION ON: NOTICE INVITING BIDS Monday, July 1, 2013 Bids must be received electronically before 11:00 AM on Monday, July 29, 2013, by the Purchasing Agent of the City of Santa Clarita at which time, or shortly thereafter, they will be publicly opened in Suite 120 for the purchase of: ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 Specifications for this bid may be downloaded from the City's Purchasing website at www.santa- cladta.com/purchasing. Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on Tuesday, July 9, 2013 at 9:00 AM at City Hall, 23920 Valencia Blvd., in the Century Room to review the bid. After the review vendors will be given the opportunity to assess the zones. (This pre-bid meeting will coincide with the pre-bid meeting for LMD-13-14-01.) In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C_27 with bid response. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder 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. The Engineer's estimate for this work annually, is approximately: LMD Zone T-48 - $39,600/yr This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections 1770, 1771.5, 1773, 1776 and 1777.5. 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 hftp://www.dir.ca.gov/dlsr/pwd. 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. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects with a Bid Advertise Date of November 20, 2003 or later, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRS) with the progress payment on at least monthly basis to the City. The specifications in this notice shall be considered a part of any contract made pursuant thereto. Purchasing (661) 286-4193 -/5-1— CITY OF SANTA CLARITA INVITATION FOR BID BID OPENING: Monday, July 29, 2013, 11:00 AM The City of Santa Clarita invites electronically sealed bids for: ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS Terms of payment: Delivery: LMD-13-14-02 Subtotal US$ Sales or Use Tax (8.75%): US$ TOTAL: US$ 1. Electronic Bids must be ELECTRONICALLY received at: http://www.lpianetbids.com/portal/portal.cfm?Compan,/[D=l 6840# 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer. 4. Bids must be on this Bid form and signed by the vendor's authorized representative and uploaded to Planet Bids. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 63, Exhibits A to G and separate Appendix C (Labor Compliance Program). 5. The last day for questions will be 5:00 PM, July 22, 2013. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, July 9, 2013 at 9:00 AM at City Hall, 23920 Valencia Blvd., in the Century Room, Santa Clarita, CA. All interested vendors are strongly encouraged to attend. This will be the one and only pre-bid meeting. This pre-bid will coincide with the pre-bid for LMD-13-14-01. BIDDER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned agrees to furnish the commodity or service stipulated on this bid as stated above. Company: Name (Print): Company Phone Bid # LMD-13-14-02 Address: Signature: Title of Person Signing TABLE OF CONTENTS ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 Section............................................................................................. Page NoticeInviting Bids................................................................................ Invitationto Bid.................................................................................... 1 Tableof Contents................................................................................. 2 BidInstructions..................................................................................... 3 Terms and Conditions............................................................................ 8 Administrative Specifications................................................................... 11 Bid Security Bond/Proposal Guarantee Bid Bond ........................................ 33 Faithful Performance Bond...................................................................... 35 Material Labor (Payment)......................................................................... 36 SampleContract.................................................................................... 37 Documentation Checklist......................................................................... 43 BidSchedule........................................................................................... 44 Designation of Subcontractors.................................................................. 47 References.............................................................................................. 49 Exhibit A Violation Records....................................................................... 50 ExhibitB Staff........................................................................................ 51 Exhibit C Equipment Requirements........................................................... 52 Exhibit D Parks Inventory ......................................................................... 53 Exhibit E, E1 -E5 Maintenance Program Guide ............................................. 54 Exhibit F Holiday Schedule....................................................................... 60 Exhibit G1 -G6 Zone Maps...................................................................... 61 APPENDIX A Labor Compliance Program (separate attachment) Bid # LMD-13-14-02 2 A. BID INSTRUCTIONS Submitting Proposals. - (a) The bid response must be ELECTRONICALLY submitted on this form and include the notice, Request for Proposal Schedule, and all forms or information included in or required by Section C, Specifications, (attachments accepted) (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (c) Proposals/corrections received after the closing time will not be opened. The City will not be responsible for bids not properly marked and delivered. Upon award, all submissions become a matter of public record. 2. Currency. All references to dollar amounts in this solicitation and in vendor's response refer to United States currency. Payments will be made in Unite States Currency. 3. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City has the option of accepting or rejecting any alternative bid. 4. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post- industrial and postconsumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 5. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 6. Resection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will also be available from the City's website if the bid was downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. 6. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works, professional services or is federally funded. Qualifications of responsibility will be in accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the goods and/or services resulting from this solicitation. The City may make an award based on partial items unless the bid 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 results of the bid will be posted on the City's website at www.santa-cladta.com/purchasing normally within 24 hours. Bid # LMD-13-14-02 — /Sr' (continued) 9. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendors response will be considered agreement. However, the City of Santa Clarita 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. 10. Amendments. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor will be considered agreement with the terms of this contract. 11. Taxes. Charges and Extras. (a) Bidder must show as a separate item California State Sales and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 12. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 13. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 14. Sub contractors. For all public projects, the Bidder must list any subcontractors 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. 15. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor Compliance Program is included herein as an informative reference for the successful bidder. It does not require any completion prior to contract award but should be reviewed for all necessary provisions and requirements. 16. 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 (1-9). 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. 17. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the bidder must defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. Bid # LMO-13-14-02 /S- BID INSTRUCTIONS (continued) 18. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid OR 10 % of the value of the 1S, year of service for service bids, to guarantee that bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "BID BOND FOR" and the bid #, "NO LATER THAN the bid due date and time, for the vendor to be considered responsive. 19. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided prior to contract signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement). For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 20. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 22. Specifications. 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. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders 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 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 supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. 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. 24. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. 25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay "surcharges" of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. Bid # LMO-13-14-02 1/S� — BID INSTRUCTIONS (continued) 26. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with or without cause either verbally or in writing at any time without penalty. 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. Delivery of services and any goods therein for said services will begin as directed by the Project Manager and the completion of a routed City contract. 32. Invoices. Invoices will be forwarded to: City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 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. 33. Bid Questions. Questions should be submitted electronically to: http://www.planetbids.com/portal/ioortal.cfm?CompanyfD=l 6840# The last day for questions will be July 22, 2013 before 5:00 PM. Bid # LMD-13-14-02 /S�, — BID INSTRUCTIONS (continued) 34. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, 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 - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. 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 expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid # LMD-13-14-02 -- / 1 f, B. The solicitation, bidder's response and the Purchase Order (and Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the "goods"). Time is of the essence. Shipment and Inspection. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or nonconformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendors skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder. 4. Remedies. In the event of vendors breach of this Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City by law: (a) require vendor to repair or replace such goods, and upon vendors failure or refusal to do so, repair or replace the same at vendors expense: (b) reject any shipment or delivery containing defective or nonconforming goods and return for credit or replacement at vendor's option; said return to be made at vendor's cost and risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as vendor's repudiation of this Contract. In the event of City's breach hereunder, vendor's exclusive remedy shall be vendor's recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5. Force Majeure. For the purposes of this Contract, an event of "force majeure" shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or Bid # LM0.13-14-02 8 — /S-7�7 materials of vendor shall not be regarded as an event of force majeure. The party affected by a force majeure event shall give notice thereof to the other party within ten days following the occurrence thereof and shall apprise the other party of the probable extent to which the affected party will be unable to perform or will be delayed in performing its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the other party prompt notice when that has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the force majeure condition exists, after which the parties' performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's declaration of a force majeure event which prevents its full and/or timely delivery of goods hereunder, City may, at its option and without liability (a) require vendor to apportion among its customers the goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute goods from other sources in which event this contract shall be deemed modified to eliminate vendor's obligation to sell and City's obligation to purchase such substituted goods. After cessation of a force majeure event declared by vendor, vendor shall, at City's option but not otherwise, be obligated to deliver goods not delivered during the force majeure event. After cessation of a force majeure event declared by City, neither party shall be obligated to deliver or purchase goods not so delivered and purchased during the force majeure period. 6. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend such suit and shall indemnify and save and hold City harmless from and against all claims, damages, losses, demands, costs and expenses (including attorney's fees) in connection with such suit or threatened suit. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance under this Contract, including, without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity Clause prescribed by Executive Order 11246 dated September 24, 1965 as amended, and any rules, regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnify and save and hold City from and against any and all claims, damages, demands, costs and losses which the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold hereunder will comply with and conform in every respect to the standards applicable to the use of such goods under the Williams -Steiger Occupational Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any clause required by any law, ordinance, rule or regulation to be included in a contract of the type evidenced by this document shall be deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed material/services and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8. Reports, Artwork. Designs etc.: (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City Bid # LMD-13-14-02 //0 — by signing the contract. Such works and the like shall not be used by vendor in the conduct of any business with any third party without the City's written consent. (c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other properties furnished by City or specifically paid for by City shall be City's property. Any such property shall be used only in filling orders from City and may on demand be removed by City without charge. Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to the same while in vendor's custody. Vendor shall at its cost store and maintain all such property in good condition and repair. City makes no warranties of any nature with respect to any property it may furnish to vendor hereunder. 9. Governing Law. The Purchase Order and this Contract between the parties evidenced hereby shall be deemed to be made in the State of California and shall in all respects be construed and governed by the laws of that state. 10. Miscellaneous. (a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of any other such term, condition or provision, nor shall such waiver be deemed a waiver of a subsequent breach of the same term, condition or provision. (b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made by City on this Contract or any other forms delivered to vendor shall be subject to correction. (c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers and unit prices shall hold over extended prices. (d) City may, upon notice of vendor and without liability to City, cancel this Contract and any outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder, at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take possession of all or substantially all of vendor's assets, (B) vendor makes a general assignment for the benefit of creditors, or (C) any action or proceeding is commenced by or against vendor under any insolvency or bankruptcy act, or under any other statute or regulation having as its purpose the protection of creditors, or (D) vendor becomes insolvent or commits an act of bankruptcy. If an event described in (2) of this section occurs. City may at City's sole election pay vendor its actual out-of-pocket costs to date of cancellation, as approved by City, in which event the goods shall be the property of City and vendor shall safely hold the same subject to receipt of City's shipping instructions. 11. Non -Collusion. By submitting a bid, bidder certifies they have not divulged, discussed or compared their bid with other bidders, nor colluded with any other bidders or parties for invitation to bid. 12. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a specific office at the Vendor's place of business. 13. Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid # LMO-13-14-02 10 — 4I"/ – C. ADMINISTRATIVE SPECIFICATIONS The City of Santa Clarita, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified landscape companies for landscape maintenance of the City's LMD Zone T-48 Shadow Hills. This contract shall run for two (2) years with the option for three (3) additional One (1) year renewals. The City requires the landscape contractor to include all labor and equipment for an all inclusive contract for landscape maintenance of approximately 6 (landscaped) acres and 5 (fire clearance) acres for T-48 Shadow Hills. The landscape maintenance bid 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 and not limited to irrigation repairs minor and major, annual color replacement, shrub, tree, and groundcover planting, spreading mulch (approx. 500 cubic yards annually), all fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal, trash bags removal and replacement, turf aerification, turf renovation/verticutting, turf over -seeding, micro-nutrients/soil amendments. All supplies and parts will be paid by the LMD at the Contractor's price plus a maximum markup of 15%. In keeping with State mandated diversion requirements, the LMD strives to exceed diversion obligations to keep greenwaste from the landfills. The Contractor shall mulch and use on site 95% of the greenwaste generated by referenced LMD Zone. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on-site at a minimum of twice per week. The contractor shall report the total tons of greenwaste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be 95% diversion from this site, The Contractor shall have a minimum of five years experience in landscape maintenance for areas ten acres or larger. (See References Sheets) The contractor shall have water management and auditing personnel, (CLIA). The Contractor will be required to communicate work requests back and forth to LMD through desktop computer, hand held device, or laptop. The Contractor is encouraged to provide copies of awards, and recognitions received for landscaped maintenance excellence. Refer to the following specifications for requirements at each location. The General Specification section includes 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. The work required in this bid requires the payment of prevailing wages. 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 htto://www.dir.ca.gov/dlsr/PWD. 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. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for Bid # LMD-13-14-02 11 —&2-- obtaining a current edition of all applicable Federal and California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRS) with the progress payment on at least monthly basis to the City. GENERAL REQUIREMENTS 1.01 The City of Santa Clarita is soliciting sealed bids from qualified landscape maintenance companies for the ALL INCLUSIVE LABOR AND EQUIPMENT (See Exhibits B and C) under the terms of this bid, to provide for maintenance of landscaped paseos, parkways, parks, medians and various other locations throughout the City of Santa Clarita. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialist, Irrigation Assistant, and Foreman required to perform the landscaping maintenance as set forth in these specifications all inclusive labor and equipment. In keeping with the highest standards of quality and performance maintenance of plant material, hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement) and irrigation systems repairs. Maintenance of plant material shall include, but not be limited to: mowing, weed abatement for fire clearance/fuel mod (100 feet from structures), trimming, edging, hand pruning, fertilization, and aeration, application of pre -emergent herbicides, weed control, minor tree lifting, dethatching, plant replacements, and cleanup of drainage systems. All mulch brought in by the LMD will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free and in a state of good plant health. Project estimate for this work is approximately LMD Zone T-48 - $39,600/yr The Landscape Maintenance District (hereinafter defined as the LMD) covered by this Agreement shall be maintained at a crisp, clean level of appearance at California Landscape Contractors Association (CLCA) Industry standards and all work shall be performed in a professional, workmanlike manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the level of services provided for in these specifications at all times. 1.02 City of Santa Clarita Landscape Maintenance District (LMD) administration staff, consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Special Districts Administrator, Technology Services Manager or the Deputy City Manager or his qualified representative, shall herein be described as 'Special Districts.' 1.03 Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. The premises shall be maintained with nothing but the highest of industry standards at no less than the frequencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Turf mowing; Bid # LMD-13-14-02 12 b. Edging; c. 85% hand pruning and 15% mechanical; d. Over -seeding; e. Reseeding f. Fertilization; g. Aeration; h. Verticutting; i. Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a -e; j. Hand watering; k. Bleeding of valves necessary during emergencies when automatic systems are not functioning; I. Pruning shrubs and trees; m. Trimming and renovation of turf, shrub areas, and ground cover; n. Disease control; o. Tree maintenance; structural pruning per ANSI. Best Management Practices; p. Maintenance of irrigation systems; q. Mulching (City provided mulch); will be disbursed by the contractor at their expense; r. Manual weed abatement; s. Chemical weed control; t. Maintenance of fire protection / fuel modification of slope areas; u. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); y. Tennis court blowing and washing; z. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 "Maintenance Program Guide", Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. 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. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair; c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and crete rail; i. Artificial turf installation; Bid # LMD-13-14-02 13 j. Integrated pest management / Chemical applications to trees; k. Streetscape furniture cleaning and pressure washing of walkways and appurtenances. Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 1.07 When notified of landscape or irrigation emergency during the hours and days of maintenance service as identified in Section 9, the contractor shall respond by phone or radio to the Landscape Maintenance District Monitor, Inspector 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 radio to the Landscape Maintenance District Monitor, Inspector and or Special Districts. If personnel and equipment are necessary for the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02 for consequences for failure to comply. and worn at all times. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 1.09 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 in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, WeatherTrak and LEIT irrigation control systems and equipment. Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor must identify a staff member who is a certified landscape irrigation auditor (CLIA). The bidder Bid # LMD-13-1402 14 will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held with bid submission. 1.13 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. 2. LANDSCAPED AREAS TO BE MAINTAINED 2.01 The LMD areas to be maintained under the provisions of this Agreement are specifically identified in Exhibit D. (Inventory Lists and Area Maps). 2.02 Contractor must acknowledge personal inspection of the Zone's irrigation system, turf, landscaped areas thereof. KIM 3. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to LMD concurrent with the monthly invoicing. Contractor shall provide the required information in a form acceptable to Special Districts. The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the maintenance. The monthly payment will not be made until such report is received and approved by Special Districts. Vendor to provide sample of monthly bill with bid response. 3.02 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. 3.03 Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a. Quantity and complete description of all commercial and organic fertilizer(s) used. b. Quantity and label description of all grass seed used. c. Quantity and complete description of all soil amendments used. d. A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 3.04 Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet. 3.05 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 bid response from the awarded vendor that does not meet these Bid # LMD-13-14-02 15 — Ar/ — requirements may be considered a non-responsive bid, and the City of Santa Clarita will proceed to the next lowest bidder. Please supply this information on Exhibit A, Violation Records. 4. ADDITIONAL WORK 4.01 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. 4.02 Prior to oerforminc any extra work. Contractor shall prepare and submit a written Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet #1 (see page 45). 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. 4.03 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. 4.04 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. 4.05 All invoices submitted by the 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 5.01 All damages resulting from Contractor's operation within the LMD areas shall be repaired or replaced at Contractor's expense within 48 hours. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced within one (1) watering cycle. b. All damages to shrubs, trees, turf, or ground cover shall be repaired or replaced within five (5) working days or sooner as directed by Special Districts. c. All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired. 5.03 All repairs or replacements shall be completed in accordance with the following maintenance practices. a. Trees Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree, the damaged tree shall be removed and replaced at Contractor's expense to comply with the specific instructions of Special Districts. b. Shrubs Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. Bid # LMD-13-14-02 16 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise, Special Districts will interpret this Agreement. If the Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with the work in accordance with Special District's interpretation. Within 30 days after receipt of the interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as provided hereinafter. The written request shall outline in detail the area of dispute. 6.02 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. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 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 radio communication. 7.02 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. 7.03 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. 7.04 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 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to Bid # LMD-13-14-02 17 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 LMD areas covered by this Agreement and keep a log indicating date inspected and action taken. 8.02 It shall be Contractors responsibility to inspect, and identify, any condition(s) that renders any portion of the LMD 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: a. filling holes in turf areas and paving; b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards; c. replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. 9. HOURS AND DAYS OF MAINTENANCE SERVICES 9.01 The hours of maintenance service shall be 7:00 a.m. to 3:30 p.m. on those days maintenance is to be provided pursuant to the work schedule approved in advance by Special Districts. No work will be performed on City Legal Holidays unless authorized by Special Districts Administration in advance (Exhibit F). Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita. 9.02 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 using the same amount of hours in 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. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 10. MAINTENANCE SCHEDULES Bid # LMD-13-1402 18 — ((l – 10.01 Contractor shall, within ten (10) days after the effective date of this Agreement, submit a Premises work schedule to Special Districts for review and approval. Said work schedule shall be set on an annual calendar identifying and delineating the time frames for the required functions by the day of the week, morning, and afternoon. 10.02 Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to Special Districts for review, and if appropriate, approval, within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate Contractor's responsibility in complying with the requirements to notify Special Districts for maintenance. 10.04 Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and time of all maintenance operations. a. Fertilization; b. TurfAerification; c. Turf RenovationNerticutting; d. Turf Reseeding; e. Micro-Nutrients/Soil Amendments; f. Spraying of Trees, Shrubs or Turf; g. Aesthetic Tree and Shrubbery Pruning; h. Preventative disease control; i. Seasonal color. Transplanting small and medium sized plants; j. Lane closures for median or parkway maintenance prior notification is required; k. Fire protection of the natural slopes area maintenance. 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. 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. Contractor shall perform, under the terms of this agreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: (1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the 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 (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout Bid # LMD-13-14-02 19 -(7a- an LIVID within a maximum period of 30 days (4) 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 bid. 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 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. The maintenance of the manufactured slopes requires that the planted slopes be weeded on a regular basis throughout the year. Planted slopes which were not hydroseeded shall be kept weed free at all times and the use of chemicals is permitted. Planted slopes that were hydroseeded require weed removal by hand as the use of chemicals is not permitted. The removal of weeds by hand shall be performed each month from March through November during the term of the maintenance contract. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices or to plant material caused by tack of water. Plants and trees shall be fertilized in accordance with the requirements of Sections 18 and 19 of these Specifications I. Other Items as Determined by Special Districts. 10.05 Said maintenance services shall be performed in compliance with the Maintenance Program (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient number of personnel 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 bid. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at anytime give Contractor written notice to the effect that the Bid # LM0.13-14-02 20 ._/7(— 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 LMD covered under this Agreement. 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13. UTILITIES 13.01 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 stone 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 14.01 Contractor shall not interfere with the public use of the LMD 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 15.01 At the contractor's expense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operators License and valid Pest Control Advisors License, or a copy of said licenses from a sub -contractor to Special Districts prior to using chemicals within the area. 15.02 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. 15.03 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. Bid # LMD-13-14-02 21 _r17z- 15.04 Records of all operations stating dates, times, methods of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active file for a minimum of three (3) years. Contractor shall provide a chemical use report and a copy of the PCA recommendation to Special Districts for each application (site specific) made during each month. This shall be in addition to the copy of the usage summary that is provided to the Agricultural Commissioner. 15.05 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. 15.06 All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California shall be adhered to. 15.07 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 16.01 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 17.01 Contractor shall perform the following services under the terms of this agreement; a. Mowing: Turf to be mowed with an adequately sharpened rotary or reel type mower equipped with rollers, to ensure a smooth surface appearance without scalping. (1) All warm season grasses (Bermuda and St. Augustine) to be cut at '% inch through 1 inch height throughout the year. Subject to change. (2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 '% inch and 2'/z inches during April through November, and at 2 inches during December to March of each year. Subject to change. (3) The mowing heights may be adjusted by Special Districts during periods of renovation. (4) Unless mulching mowers are used; all grass clippings will be collected and removed from the site on the same day the area is mowed. All clipping removed to be properly disposed of in green waste containers only. (5) A mowing schedule will be established and maintained. This schedule will provide that all areas will be mowed not less than once a week during the summer, and once every two weeks during the winter. This schedule will be submitted to Special Districts for approval. Refer to items 1 and 2 in this section for turf length ranges. b. Edging: With each mowing. the edge of the grass along sidewalks. curbs, shrub, flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. (1) The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices, or any structures located within the turf areas. (2) All turf edges are to be maintained to prevent grass invasion into Bid # LMD-13-14-02 22 adjacent shrub, flower, and ground cover bed areas. (3) All clippings shall be removed from site the same day area is edged. (4) After mowing and edging is completed, all adjacent walkways are to be swept clean by power blower or broom. (5) Newly planted trees in lawn areas shall have tree guards installed if necessary to avoid damage. (6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched clearance where applicable. c. Weed Control: Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibits E -E5). 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. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Aerate all turf by using %-inch fines, removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch spacing once over. Special Districts is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the 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. a. 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 Exhibits E -E5 (Irrigation Program) 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: (1) 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. (2) 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.). (3) materials which obstruct the spray. Monitoring shall be spelled out for all systems to be at least 1x monthly. Bid # LMD-13-1402 23 Bid # LMD-13-14-02 (4) 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. (5) (6) 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. (7) 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. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other controllers not listed. The City requires the Promax universal remote irrigation control unit for its use in field testing and operation of all irrigation systems for the LMD 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 will use this device in their inspections to verify that irrigation systems are functioning property. The bleeding of valves and hand watering are to be used in emergency or testing situations. h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application. The City of Santa Clarita will pay the contractors price for the fertilizer plus no more than a 15% mark up. The contractor shall provide the labor to aDDly the fertilizer. Turf Reseeding: Contractor shall twice each year, once in the fall and once in the 24 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. (See Exhibit E -E5). When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of %-inch) in this sequence. Special Districts may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation, (extra) for the cost of the sod only, provided that the loss of turf was not due to the negligence of Contractor. Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in over seeding or new turf establishment shall be approved by LMD staff prior to installation. Typically, Fescue and Fescue blends are required. 18. SHRUB AND GROUND COVER CARE 18.01 Contractor shall perform at his sole expense under the terms of this agreement the following services: a. Pruning: Manually select prune shrubbery throughout the year to encourage healthy growth habits, and to encourage growth to the natural shape of the plant according to its species and appearance with the exception of roses, which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. Pruning is not done during flowering, during new growth emerging or during the hottest time of the year (July -August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimming: Restrict growth of shrubbery and ground cover to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts. c. Renovation: Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated. (Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate.) d. Disease and Insect Control: Maintain free of disease and insects and treat when needed pursuant to Section 20. e. Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods for control shall incorporate the following: (1) Mulch application to 3" laver maximum (approx. 500 cubic yards annually) (2) Hand removal (3) Cultivation (4) Chemical eradication using non -residual herbicides f. Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead shrubs and ground covers whose damage was a natural condition/causes, will be replaced under the terms of "additional work" as described in Section 4 of this bid Bid # LMD-13-1402 25 — (7,,�— document. All shrubs shall be guaranteed to live and remain in healthy condition for no less than ninety (90) days from the date of acceptance of the job by the Special Districts Administrator or qualified representative. g. Fertilization: Apply balanced fertilizer two (2) times per year to provide a healthy color in all plants with foliar feedings if applicable. The fertilizer shall be applied once during the months of March or April and once during the months of September or October. Contractor will cultivate around plants where needed. Fertilizer shall be appropriate for plant type and season (time of year) and approved by LMD staff prior to installation. The Contractor shall provide the Director with a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization. h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices shall apply to shrubs and ground covers. i. Diversion requirements: In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 95% of the green waste generated by above referenced zones. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on site at a minimum of twice per week. j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2 - inch layer of mulch under all trees, shrubs and groundcovers and a minimum 3 -inch layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be disbursed with the above specifications by the contractor who will provide the labor at his expense. 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) All trees 12' (feet) tall or less 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. All sucker growth is to be removed from trees as it occurs. (2) Maintain an 8 -foot clearance for branches overhanging walks, 8 -foot for public sidewalks. (3) Report insects and tree diseases to Special Districts Inspector. (4) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees. (5) Tree stakes shall be pentachloraphena treated pole pine, not less than 8 feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon trees sizes (two per tree), no galvanized stakes. (6) 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. (7) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. (8) Broken branches are to be removed immediately whether they are in the Bid # LMD-13-14-02 26 —/77— tree or on the ground. b. Fertilization: Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of LIVID, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Special Districts with two (2) weeks notification prior to the fertilizer application. c. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to commencement of work by Contractor. d. Tree Replacement: All trees permanently damaged as a result of action or inaction by the contractor will be replaced as provided for under Section 5 with the identical species of tree existing previously, unless otherwise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size. Substitutions will require prior written approval by Special Districts. Original plans and specifications should be consulted to insure correct identification of species. All newly planted trees are the responsibility of the Contractor to maintain and guarantee healthy establishment. e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use of "Maintain," "Florel" or other approved product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when 1/2 to % of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. The Landscape Maintenance District's Tree Maintenance contractor will provide most of the chemical applications to trees. If the landscape contractor provides this service it will be considered "extra work cost" (refer to Exhibit E -E5). f. 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. g. 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. 20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 20.01 Special Districts will provide the materials (Biological insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. a. 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 Bid # LMD-13-14-02 27 tl�/ F_ pest management program requires a thorough understanding of pests, their life histories, environmental requirements, and natural enemies, as well as establishment of a regular, systematic program for surveying pests, their damage, and other evidence of their presence. IPM has been mandated on Federal property since 1996 by Section 136r_1 of Title 7, United States Code, and is cited in Title 41 of the Code of Federal Regulations (102-74.35) as a required service for agencies subject to the authority of the General Services Administration. The Contractor will develop an IPM program for work covered by this statement of work. b. Chemical Application: All work involving the use of chemicals will be accomplished by a State of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c. Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California will be adhered to. e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 21. GENERAL CLEAN-UP 21.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal/Receptacles: The contractor shall empty all trash cans and replace all trash bags a minimum of three (3) times per week (trash bags provided by City). The contractor shall provide a trash pick up schedule for the approval by Special Districts. The contractor shall pick up trash and accumulated debris from site per contract, and clean trash receptacles as needed. In addition, dog feces are also to be removed from the walkways located within the Paseo system in the LMD areas. The contractor shall fill all doggie bag holders a minimum of twice a week (doggie bags provided by City). b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and grass removal within the crack(s) on the asphalt, and stamped concrete median strip areas, if any, at all times. c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces such as: Bid # LMD-13.14-02 26 - 07 - 22. (1) Gum, (2) Animal feces, (3) Grease, (4) Paint, (5) Graffiti, (6) Glass and debris All walkway and driveway cracks and expansion joints shall be maintained weed and grass free at all times. e. Drain Maintenance: All drains and catch basins shall be free of silt and other debris at all times. f. Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch layers shall be removed and properly disposed of not less than once per week. g. Diversion: The Contractor will be responsible for creating and implementing a written program to divert all green waste from landfills. The program should include, but not be limited to, mulching and composting. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be at least 85% diversion. h. Tennis courts: Tennis Courts are to be swept clean by power blower or broom a minimum of once per week. The tennis courts must be cleaned with a water broom once each month. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 22.01 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. Irrigation repairs, (not to include programming) are considered to be additional work or "extras". For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractors cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: http://wv4w.irrigation.org/gov/pdf/IA BMP APRIL 2005.pdf. a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: (1) sprinkler heads, (2) valves, (3) PVC piping, (4) quick couplers, (5) risers, (6) automatic and battery powered controllers, (7) valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation. Bid # LMD-13-14-02 29 c. Extent of Responsibility: Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at d. 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. e. 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 contractors office via a desk top or any wireless computer, or hand held device. The LMD will provide a password for access. f. 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. 22.02 Water Budgets - In order to ensure efficient and responsible water management with regards to landscape irrigation, the City of Santa Clarita Special Districts office requires the following: When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). Formula: MAWA = (ETo) (0.62) [(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any "penalty" tier the City of Santa Clarita is subjected to. 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS 23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission without the written approval of Special District Staff. Any unsafe condition of a Bid # LMD-13-1402 30 -lri- walkway or service road shall be reported immediately to the LIVID Inspector or directly to the City. a. Contractor may be responsible for total replacement or repair on walkways or any hardscaped area, or if any plant damage occurs due to Contractor's negligence or by accidental damage within his maintenance operation. b. Contractor shall be responsible for sweeping/blowing all walkways and paseos within the contract boundaries at a minimum of once per week or as necessary or as requested by Special Districts. All debris must be collected and removed. c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited and may be cause for contract termination. 23.02 Drainage Systems: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for: a. All LIVID area surface drains ("V" ditches), shall be kept clear of debris at all times so that water will have an unimpeded passage to its outlet. Contractor will not flush dirt or debris into the stormdrain system per the City's National Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. b. All LMD area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) c. Disposal of green waste or other debris into catch basins, drains or stormdrains is prohibited. Such action could result in termination of maintenance contract. 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www.santa-clarita.com/e-service. 24.02 Monthly; meet on site with an authorized representative of Special Districts for a walk- through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, bi-weekly interim inspections may be made by Special Districts. Any corrective work required as a result of a monthly inspection or any "interim" inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any appurtenant structures or equipment within the areas under Contractor's maintenance. 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: www.santa-clarita.com/e- zamg- Bid # LMD-13-14-02 31 25.02 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. 25.03 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 LMD prior to use. 26. NATURAL AREAS MAINTENANCE 26.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of debris removal as directed by Special Districts. 27. SEASONAL COLOR AREAS 27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October, March, and June with appropriate varieties for each season to be approved by Special Districts prior to planting. Plant size shall be 4 -inch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by the City; contractor, under the terms of this agreement shall provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifications. Bid # LMD-13-14-02 32 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LM D-13-14-02 Bidders Signature CONTRACTOR City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Bid # LMD-13-14-02 33 Y Y -- PROPOSAL GUARANTEE BID BOND ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as BIDDER, and as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of 20_ BIDDER SURETY* Subscribed and sworn to this day of 20_ NOTARY PUBLIC *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid # LMD-13-14-02 34 — / 9 _S - FAITHFUL PERFORMANCE BOND ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that , as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR* SURETY* Subscribed and sworn to this 2012. NOTARY PUBLIC day of * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-13-14-02 35 LABOR AND MATERIAL BOND ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR AND , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of 2012. Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-13-14-02 W — / �-7 — SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No. THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of 20 , by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and , a Corporation ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an amount 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 20 to 20 The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit " B. 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 fumished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. Bid # LMD-13-14-02 37 B. 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 (1-9). 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. 5. FAMILIARITY WITH WORK. A. 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 iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. 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. 6. 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: Tyne of Insurance Limits (combined single) Commercial general liability: $1,000,000 Business automobile liability $1,000,000 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. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Bid # LMD-13-1402 38 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 "AMI." 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. 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 F. 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. 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with Bid # LMD-13-14-02 39 �� counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. 10. 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. 11. NOTICES. A. 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 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Name Address City B. 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. C. 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. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. 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. 14. 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. 15. 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. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. Bid # LMD-13-14-02 40 18. 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. 19. 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. 20. 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. 21. 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. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23. 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. 24. 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. 25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. (SIGNATURES ON NEXT PAGE) Bid # LMD-1314-02 41 /I2 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: DO NOT SIGN — COPY ONLY Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Bid # LMD-13-14-02 42 -193- ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. DO NOT send more information than is requested. DO send the REQUESTED information. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractor's License - license number will suffice X Bidder's Bond X List of Subcontractors — if none, write "n/a" X References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Required certificates/qualifications (as identified in solicitation) X Contract Agreement X Insurance Requirements — Return only if Awardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bid # LMD-13-14-02 43 - /?y BID SCHEDULE Annual Landscape Maintenance LMD Zone T-48 Shadow Hills Item Project Site Monthly Total No. Maintenance Cost Annual cost LMD Zone T-08 a) x12mos = /annually Total bid amount for Zone T-48 Shadow Hills annually, in legibly printed words: (place this total on page one of the bid response) Bid # LM0.13-14-02 44 LMD ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL Pricing and Billing Schedule Detail 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 bid, but shall be used in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer $40.00 per hour $65.00 per hour Landscape Laborer $30.00 per hour $45.00 per hour QAC/QAL Herbicide and Pesticide Applicator $30.00 per hour N/A Please note: pricing increase allowance will be according to Consumer Price Index (see Section A, `Bid Instructions, Item #34) Please initial to verify acknowledgement of labor rates - (initial) Bid # LMD-13-14-02 45 LMD ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid # LMD-13-14-02 46 1 /( �7— EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x quantity) 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope maintenance. 4 One gallon (5) Five Installation of shrub, one gallon container. 5 Five gallon (5) Five Installation of shrub, five gallon container. 6 24 inch box (2)Two Installation of tree - 24 tree inch box container. 7 15 gallon tree (2) Two Installation of tree -15 gallon container Bid # LMD-13-14-02 46 1 /( �7— DESIGNATION OF SUBCONTRACTORS ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 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 Y of t percent of the prime contractor's total bid: DBE status, aae of firm, certifying agency and annual gross receipts are required if sub contractor is participating as a DBE. The forth MUST be returned with bid, filled in or annotated with "No Subcontractors' if none will be used. Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Description of Work Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Description of Work License No. Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor DBE STATUS: A e of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / Phone ( ) Bid # LMD-13-14-02 47 (�' DESIGNATION OF SUBCONTRACTORS ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 City of Santa Clarita, California Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor Age of fu -m: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / Phone( ) Bid # LMD-13-1402 48 ANNUAL LANDSCAPE MAINTENANCE FOR ZONE T-48, SHADOW HILLS LMD-13-14-02 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency 7 Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid # LMD-13-14-02 49 — 2 e�__ Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. 2) In the year of 2010, what was the longest stretch of days worked without an accident in the landscape maintenance division? a. 3) Please provide any sustained complaints made to your company within the past four (4) years to Cal -OSHA. 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 C-27 license. a. Bid # LMD-13-14-02 50 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 1) 2) 3) 4) 5) D) 7) U1 9) 10) Bid # LMD-13-14-02 51 — Z02 — EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District:/ or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, loppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • 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 such as the Rain Master Pro -Max • 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 Bid # LMD-13-14-02 52 2C3 - EXHIBIT D - LMD Zone T-48 Inventory List: Zone T-48 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 236,864 2 Non -irrigated Landscape (brush clearance/weed abate) 227,245 3 Backflow devices 7 4 Irrigation controllers TBD 5 Irrigation enclosures 0 6 Paseo pole lights 0 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0 10 Monument Signs 0 11 Tennis courts 0 12 Trash containers cement/other 0 13 Paseo and Trail Walkwa s 0 14 Drinkingfountains 0 15 Playgrounds 0 Bid # LMD-13-14-02 53 2C �� EXHIBIT Specialized Maintenance s gram Reference Guide Daily — Weekly —Month > Bid -_ae e U111111 71 71 's U111111 � k |. $ U111111 , ) « ■ ).| ] U111111 U111111 9111111 a!l21f 9111111 U111111 a!!|�� ! ! ! 2 :'Z\ 2 _.! a ! ! $ | ! z 9111111 Z Z ! ! ! ! 1i Is 9111111 ! - ! | . k |! ! ! | ■' ! � || ; i | f ! Bid -_ae e U111111 U111111 U111111 U111111 U111111 9111111 9111111 U111111 BEEN 9111111 9111111 Bid -_ae e EXHIBIT E1 Specialized Maintenance Program Reference Guide Semi-annual and Annual (For reference only: actual maintenance schedules shall comply with maintenance specifications.) Ulm IIIIIIIIII Ul i Bid # LMD-13-14-02 55 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only— actual irrigation needs shall be based on plant requirements) SPRING - SUMMER IRRIGATION SCHEDULE A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The run times/cycles will be adjusted to utilize `cycle and soak' methods on a daily basis to maximize soil percolation and consequently minimize run-off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower -temperature hours. FALL - WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will be programmed to be on solely during daylight, non - frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fall, and Winter]. B. LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant of the results of those inspections. Bid # LMD-13-14-02 56 .2e 7- EXHIBIT E3 IRRIGATION SCHEDULE GUIDE - MANUAL TYPE CONTROLLER (For Reference Only - actual irrivation needs shall be based on plant requirements) Special Districts Irrigation Program - Summer & Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 - October 20) A. Shrub Beds 1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads— 10 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. B. Turf Areas 1. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Rotary 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 4. Gear Rotary 180 (half) — 20 minutes per station/per cycle, 3 cycles per day, 5 days per week. 5. Gear Rotary 360 (full) — 40 minutes per station/per cycle, 3 cycles per day, 5 days per week. C. Planted Slopes 1. Impact Heads 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Impact Heads 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. WINTER IRRIGATION SCHEDULE (October 21 - March 20) As the climatic conditions become cooler, the watering schedule will be reduced. The time elements will remain the same, but the number of cycles and number of days will he reduced to 3 days or less per week. VARIATION OF IRRIGATION SCHEDULES A. Variations of the schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require additional watering, resulting in variations in the schedule for specific stations on a controller. C. Private contractor is responsible to make adjustments as needed to maintain acceptable appearance at all times. 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 a minimum of twice a year. Bid # LMD-13-14-02 57 2,,),?-- EXHIBIT E4 Preventative Disease Control Guide I. Olea Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when '/3 to '/, of blooms are open. Second application to be done 7-10- days after the first application. II. Pyrus Kawakamii (Evergreen Pear) Fireblieht — Preventative Treatment Spray application to occur October 1 through mid-November. Fireblieht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut. III. Platanus (Sycamore) Anthracnose (Fireblieht) — Preventative Treatment This treatment would consist of two (2) applications and possibly a third application, depending on the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application — During the month of April, if there is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of a type approved by the County Agricultural Commissioner. Bid # LMD-13-1402 58 2-e>% — EXHIBIT E5 Artificial Turf Maintenance Taking care of your new artificial lawn With synthetic grass you will never have to mow, water or fertilize your lawn ever again. However, you will have times when you will want to clean the artificial turf fibers or need to clear off fallen leaves in the fall. Unfortunately, your new green synthetic lawn can't solve all of your lawn maintenance issues. Washing Artificial Grass; While Synthetic lawn does not require routine lawn maintenance, you will need to clean it periodically to maintain its appearance. Depending on how your lawn is used and whether you have a pet, you may need to wash your lawn more or less often. A cleaning detergent can be used if needed to remove pet wastes or oxidation from nearby sprinklers. We recommend cleaners like Agent Orange or Simple Green for most jobs. For sprinkler oxidation we find CLR works the best. Simply spray down the lawn as if you were hosing down a driveway or patio. If using cleaners, apply in problem areas and let it sit for several minutes. When ready, simply rinse off cleaner. • Simply spray off lawn like you were hosing down a driveway or patio. • Cleaning detergents may be used if necessary. Blowing Off Lawn; To remove leaves and other debris, it is best to use a power blower. While a plastic leaf rake will not hurt the turf fibers, using one of these rakes can break up the leaves making it tougher to remove from the fibers. Start from one side of your lawn and blow off any leaves or debris. Sweep up after you have removed the debris and discard. • Using a power blower is the easiest way to remove leaves and debris. • Using plastic rakes can break up leaves making it hard to remove from fibers. Weekly: Remove leaves and trash. Hand pull weeds. Spot clean spills. Monthly Check seams and report failures. Brush the surface to redistribute infill and maintain vertical fibers. Annually; Top dress with infill. Treat moss, mold and algae. 59 -Z-14- EXHIBIT F 2013 Holiday Schedule New Year's Day Tuesday, January 1 Martin Luther King Day Monday, January 21 President's Day Monday, February 18 Memorial Day Monday, May 27 Independence Day Thursday, July 4 Labor Day Monday, September 2 Veteran's Day Monday, November 11 Thanksgiving Day Thursday, November 28 Day after Thanksgiving Friday, November 29 1/2 Day for Christmas Eve Tuesday, December 24 Christmas Day Wednesday, December 25 1/2 Day for New Year's Eve Tuesday, December 31 New Year's Day Wednesday, January 1, 2014 If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. —2//— EXHIBIT G ZONE MAPS 61 �dh 10318tlW OBtlMOH I PINE N� 1 Pill V C C c 3 � co d� C t p$ U .2 N bW Q C 41 m V N � w I PINE N�