HomeMy WebLinkAbout2013-06-11 - AGENDA REPORTS - LMD ZONE T-51 (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item: 9
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval
Item to be presented by
June 11, 2013
Kevin Tonoian
AWARD MAINTENANCE CONTRACT FOR LMD ZONE T-51
VALENCIA HIGH SCHOOL/NEWHALL RANCH ROAD SLOPES
(LMD-12-13-28)
Administrative Services
RECOMMENDED ACTION
City Council:
Award a two-year maintenance service contract to Oakridge Landscape, Inc., to provide
contractual landscape maintenance for Landscape Maintenance District (LMD) Zone T-51
(Valencia High School/Newhall Ranch Road Slopes) in the annual amount of $34,500, and
$3,450 for non -routine repairs and maintenance not inclusive of the base scope of services,
for a two-year contract in an amount not to exceed $75,900.
2. Authorize the City Manager or designee to modify all documents to contract with the next
lowest and/or qualified bidder/proposer in the event the awardee is unable to fulfill its
obligations or perform, subject to City Attorney final document approval, contingent upon the
appropriation of funds by the City Council in the annual budget for such fiscal year.
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 advertised LMD Bid 12-13-28 for landscape maintenance of the City's LMD Zone T-51
(Valencia High School/Newhall Ranch Road Slopes) on April 4, 2013. Bid notifications were
also provided to the Santa Clarita Valley Chamber of Commerce, Valley Industrial Association,
APPROVED
Ali
and 150 known vendors on file with the Purchasing Division. All bid documents were also made
available on the City's website.
As a result of this bid process, eleven sealed bids were received and opened by Purchasing staff
on May 6, 2013. The results of the bids are shown in Attachment "A." At the time of bid
opening, the apparent lowest bid was submitted by Oakridge Landscape, Inc., in the annual
amount of $34,500.
A thorough evaluation of the bids determined the proposal submitted by Oakridge Landscape,
Inc., to be the lowest responsive bid. Special Districts staff conducted a due -diligence review of
Oakridge Landscape, Inc.'s professional references and determined their performance record
meets the City's high standards.
The presence of numerous and qualified vendors within the landscape industry, coupled with
economic conditions, has created an environment where aggressively priced bids have become
the norm during the past few years. As a result, the City continues to achieve significant cost
reductions for landscape maintenance services through the competitive bid process, securing
lower annual maintenance costs and enabling the City to minimize future operational cost
increases.
In addition to the recommended annual base contract amount of $34,500 to fund re -occurring
maintenance services, staff is requesting the Council increase the potential total annual value of
the contract by $3,450. This additional contract amount is based upon operational experience
and expenditure history and will fund non -routine repairs and maintenance needs.
Non-scheduled expenditures typically can include repairs due to damage or vandalism, repairs to
irrigation and/or drainage systems, and landscape replacement due to inclement weather or plants
reaching the end of their life cycle.
It is important to note the additional requested contract expenditure authority is neither part of the
base scope of services, nor guaranteed compensation under the terms of a proposed contract.
Further, hourly costs for unscheduled services are capped by the provisions within the bid
specifications. By excluding 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 a landscape inspectors not affiliated with Oakridge Landscape, Inc., and
subsequently approved by the LMD Administrator.
By authorizing potential contract expenditures 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. Furthermore, this approach mitigates the contractor's ability to manage
maintenance operations in a manner which could potentially increase their profit margins during
any given fiscal year.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
There is no impact to the General Fund. Sufficient LMD funds are available in title Fund 357.
ATTACHMENTS
Attachment A Company Bid Amount List
Draft Contract 13-00184 available in the City Clerk's Reading File
-3-
Attachment A
LMD Zone T-51 Valencia High School/Newhall Ranch Road Slopes
Landscape Maintenance Contract
City Council Meeting June 11, 2013
COMPANY
LOCATION
AMOUNT
Oakridge Landscape, Inc.
Santa Clarita, CA
$34,500.00
Marina Landscape
Anaheim, CA
$75,509.90
Far East Landscape
Valencia, CA
$80,000.00
Venco Western
Oxnard, CA
$92,004.00
Park -wood Landscape
Van Nuys, CA
$92,376.00
Stay Green, Inc.
Santa Clarita, CA
$92,532.00
American Heritage Landscape
Canoga Park, CA
$93,600.00
Oak Springs Nursery, Inc.
Santa Clarita, CA
$98,400.00
ValleyCrest
Thousand Oaks, CA
$105,354.00
Merchants Landscape, Inc.
Santa Ana, CA
$123,000.00
Alma Gardening
Acton, CA
$140,400.00
4-
IV
@RAFT
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
OAKRIDGE LANDSCAPE, INC.
Contract No. 13-00184
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 OAKRIDGE LANDSCAPE, 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," 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 July 1, 2013, to June 30, 2013. 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.
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
Revised 8/2011
Page I of 7
IN:
U A I I
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.s_>ov/DI,SR/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 (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products
under the Contract Documents will be performed or manufactured by any worker
who is not legally eligible to perform such services or employment.
5. 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
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
Revised 8/2011 Paget of
W
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
Commercial general liability:
Business automobile liability
Workers compensation
Limits (combined singles
$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 "AMI." Certificate(s) most 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
Revised 8/2011 Page 3 of 7
9
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.
F. Should Contractor's insurance required by this Agreement be cancelled at any
point prior to expiration of the policy, CONTRACTOR must notify City within 24
hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must
obtain replacement coverage that meets all contractual requirements within 10
days of the prior insurer's issuance of notice of cancellation. CONTRACTOR
must ensure that there is no lapse in coverage.
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 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 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.
Revised 8/2011 Page 4 of 7
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: Oakridge Landscape, Inc.
28064 Avenue Stanford, Unit K
Santa Clarita, CA 91355
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
Revised 8/2011 Page 5 of 7
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.
B. 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 two attachments constitute the sole
agreement between CONTRACTOR and CITY respecting landscape maintenance. To the extent
that there are additional terms and conditions contained in Exhibit "A" and "B" 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.
Revised 8/2011 Page 6 of I
(SIGNATURES ON NEXT PAGE)
Revised 8/2011 Page 7 of 7
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year
first hereinabove written.
FOR CONTRACTOR:
0
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
.APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
Revised 8/2011 Page 8 of
Contract 13-00184
Exhibit A
FOR PUBLICATION Friday, April 5a', 2013
NOTICE INVITING BIDS
Bids must be received electronically before 11:00 AM on Monday, May 6, 2013, by the Purchasing
Agent of the City of Santa Cladta at which time, or shortly thereafter, they will be publicly opened in Suite
120 for the purchase of:
LMD-12-13-28
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
Specifications for this bid may be downloaded from the City's Purchasing website at www.santa-
clarita.com/purchasing. Please refer to specifications for complete details and bid requirements. There
will be a pre-bid meeting on Friday, April 12, 2013 at 10:00 AM beginning 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.
The specifications in this notice shall be considered a part of any contract made pursuant thereto.
In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder
shall submit proof of a State Contractors 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. This work is estimated at:
LMD Zone T-51 (Slopes) - $180,000/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 http://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
661-2864193
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # LMD-12-13-28
BID OPENING: May 6, 2013
The City of Santa Clarita invites electronically sealed bids for:
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
1. Electronic Bids must be ELECTRONICALLY received at:
httl3://www.planetbids.com/portal/portal.cfm?Coml)anvlD=16840#
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 64, Exhibits A to G, and separate Appendix C (Labor Compliance Program).
5. The last day for questions will be 5:00 PM, April 29, 2013, via Planet Bids..
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
A pre-bid meeting will be held on day, April 12, 2013 Century Room, Santa Clarita, CA at
9:00 AM. All interested vendors are strongly encouraged to attend.
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(
Company Phone No.:
Bid# LMD12-13-28
Address:
Signature:
Title of Person Signing Bid'
1
� S
TABLE OF CONTENTS
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
Section.............................................................................................
Page
Notice Inviting Bids................................................................................
Invitationto Bid........................................................................................1
Tableof Contents......................................................................................2
BidInstructions........................................................................................3
Terms and Conditions...............................................................................8
Administrative Specifications.....................................................................12
Bid Security Bond/Proposal Guarantee Bid Bond............................................34
Faithful Performance Bond........................................................................36
Material Labor (Payment) Bond...................................................................37
SampleContract........................................................................................38
Documentation Checklist..........................................................................44
BidSchedule............................................................................................45
Designation of Subcontractors....................................................................48
References...............................................................................................50
Exhibit A Violation Records.........................................................................51
ExhibitB Staff...........................................................................................52
Exhibit C Equipment Requirements..............................................................53
ExhibitD Inventory .....................................................................................54
Exhibit E, E1 -E5 Maintenance Program Guide.................................................55
ExhibitF Zone Maps...................................................................................61
Exhibit G Holiday Schedule..........................................................................63
APPENDIX A Labor Compliance Program (separate attachment)
Bid# LMD12-13-28
2
l
A. BID INSTRUCTIONS
1. 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 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. Refection. 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.
7. 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 be available from the City's website. 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# LMD12-13-28
BID INSTRUCTIONS (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 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.
18. Bonds. Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia
Blvd., Santa Clarita, CA 91355, ATTENTION SUITE 120, NO LATER THAN the bid due date and
time, for the vendor to be considered responsive. When deemed necessary by the City, bid bonds
Bid# LM012-13-28 n
BID INSTRUCTIONS (continued)
shall be furnished by all bidders in the amount of at least 10% of the total value of the bid to
guarantee that bidders will enter into contract to furnish goods 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 andlor 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).
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.)
21. 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.
22. 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.
23. 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.
24. 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.
25. 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
Bid# LMD12-13-28
BID INSTRUCTIONS (continued)
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.
26. 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.
27. Termination. The City may terminate any service or contract with or without cause either verbally
or in writing at any time without penalty.
28. 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.
29. 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.
30. Delivery. Contract delivery must begin not later than fifteen (15) calendar days from receipt of
order. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, and site of
user division.
31. Invoices. Invoices will be forwarded to
City of Santa Clarita
Accounts Payable
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the
terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever
is later.
32. Bid Questions. Questions should be submitted electronically to:
htti)://www.planetbids.com/portal/portal.cfm?Comr)anvlD=16840#
The last day for questions.will be April 29, 2013 via Planet bids.
33. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to two times, in accordance with the terms of the contract. If not otherwise
stated, the contract may be renewed if the new pricing of the contract does not change more than
the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -
Bid# LMD12-13-28
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# LMD12-13-28
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 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 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
Bid# LMD12-13-28 R
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
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.
Bid# LMD12-13-28
(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
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 service/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.
Bid# LMD12-13-28 10
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 330 P.M.
Bid# LMD12-13-28 11
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 the City's LMD Zone T-51
Valencia High School Newhall Ranch Road Slopes. This contract shall run for one (3) years
with the option for two (2) 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 11 (landscaped) acres for LMD Zone T-
51. 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 2000 cubic yards per year), all weed abatement, fertilizer
application, chemical applications for weed abatement, litter pickup, doggie litter removal, 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
Bid# LMD12-13-28 12
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, Irrigation Assistant, and Foreman required to perform the landscaping
maintenance as set forth in these specifications for all inclusive labor and equipment (unless
otherwise noted). 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.
• The Engineer's estimate for this work is approximately:
LMD Zone T-51 - $180,000/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.
Bid# LMD12-13-28 13
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;
I. 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
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;
&d# LMD12-13-28 14
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.
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. 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
Bid# LMD12-13-28 15
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 Exhibit D. (Inventory Lists and Area Maps).
2.02
agrees to make no demands upon LMD for any improvements or alterations to irrigation, turf, and
landscaped areas thereof.
2.03 Estimated square footages are provided by LMD for all areas to be maintained on the
attached Exhibit D (Inventory Lists). However, it is the responsibility of Contractor to verify by
inspection and observe the various area characteristics.
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
Bid# LM012-13-28 16
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 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 performing any extra work. Contractor shall prepare and submit a written
description of the work with an estimate including the hours and skill level of labor and a list of
materials. No work shall commence without the written authorization from Special Districts.
Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet
#1 (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
Bid# LMD12-13-28 17
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# LMD12-13-28 18
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 LMD 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 G) 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,
Bid# LMD12-13-28 19
inclusive, of the Labor Code of the State of California.
10. MAINTENANCE SCHEDULES
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. Turf Aerification;
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 bi
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
Bid# LMD12-13-28 20
(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
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 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 Guide (Exhibits E -E5) attached hereto. Failure to complete special services in
accordance with the guide 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
Bid# LMD12-13-28 21
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
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 LIVID 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 LIVID areas covered under this
Agreement, and shall conduct its operations as to offer the least possible obstruction and
inconvenience to the public or disruption to the peace and quiet of the area within which the
services are performed.
15. USE OF CHEMICALS
15.01 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.
Bid# LMD12-13-28 22
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
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'/: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.
Bid# LMD12-13-28 23
(1) The edge of the turf shall be trimmed around value boxes, meter boxes,
backflow devices, or any structures located within the turf areas.
(2) All turf edges are to be maintained to prevent grass invasion into
adjacent shrub, flower, and ground cover bed areas.
(3) All clippings shall be removed from site the same day area is edged.
(4) After mowing and edging is completed, all adjacent walkways are to be
swept clean by power blower or broom.
(5) Newly planted trees in lawn areas shall have tree guards installed if
necessary to avoid damage.
(6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched
clearance where applicable.
c. Weed Control: Control turf weeds as needed 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 LMD will be disbursed by
the contractor on site to control weed growth.
d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they
occur.
e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in
the fall prior to the over -seeding operations. Aerate all turf by using'/ -inch tines,
removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch
spacing once over. Special Districts is to be notified at least two (2) weeks prior to
the exact date of aerating.
f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the 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.).
Bid# LMD12-13-28 24
(3)
materials which obstruct the spray. Monitoring shall occur for all systems
at least 1 x monthly.
(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)
watering or excessive runoff shall not be permitted.
(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
(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 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 blanced 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
Bid# LMD12-13-28 25
or at the direction of Special Districts. All turf areas fertilized shall be thoroughly
irrigated immediately following fertilization. Fertilizer applications must be approved
by Special Districts prior to application. The City of Santa Clarita will pay the
contractors price for the fertilizer plus no more than a 15% mark up. The contractor
shall provide the labor to apply the fertilizer.
Turf Reseeding: Contractor shall twice each year, once in the fall and once in the
spring, overseed all turf areas after verticutting (dethatching), aerification and
overseed all bare spots, as needed, throughout the remainder of the year to re-
establish turf to an acceptable quality. (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 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 2000 cubic
yards(year
(2) Hand removal
Bid# LMD12-13-28 26
(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
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 T-46
Northbridge. 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
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.
Bid# LMD12-13-28 27
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 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'/ 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 Pruninq/Trimminq: 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;
Bid# LMD12-13-28 28
selecting pesticides with a lower toxicity to humans or non -target organisms; adopting
cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and
changing the habitat to make it incompatible with pest development. Pesticides are
used as a last resort when careful monitoring indicates that they are needed
according to pre -established guidelines. When treatments are necessary, the least
toxic and most target -specific pesticides are chosen. Implementing an integrated
pest management program requires a thorough understanding of pests, their life
histories, environmental requirements, and natural enemies, as well as establishment
of a regular, systematic program for surveying pests, their damage, and other
evidence of their presence. IPM has been mandated on Federal property since 1996
by Section 136r_1 of Title 7, United States Code, and is cited in Title 41 of the Code
of Federal Regulations (102-74.35) as a required service for agencies subject to the
authority of the General Services Administration. The Contractor will develop an IPM
program for work covered by this statement of work.
b. Chemical Application: All work involving the use of chemicals will be accomplished
by a State of California Certified or Licensed pest control operator. A written
recommendation by a person possessing a valid California Pest Control Advisor
License is required prior to chemical application.
c. Permits: All chemicals requiring a special permit for use must be registered by the
Contractor with the County Agricultural Commissioners 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 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
Bid# LMD12-13-28 29
grass from curb and gutter expansion joints at all times.
d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will
be cleaned immediately following mowing and edging and cleaned by use of power
sweeping or blower equipment at a minimum of once per week or as needed. This
includes removal of all foreign objects from surfaces such as:
(1)
Gum,
(2)
Animal feces,
(3)
Grease,
(4) Paint,
(5) Graffiti,
(6) Glass and debris
All walkway and driveway cracks and expansion joints shall be maintained weed and
grass free at all times.
e. Drain Maintenance: All drains and catch basins shall be free of silt and other debris
at all times.
f. Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch
layers shall be removed and properly disposed of not less than once per week.
g. Diversion: The Contractor will be responsible for creating and implementing a written
program to divert all green waste from landfills. The program should include, but not be
limited to, mulching and composting. The contractor shall report the total tons of green
waste generated and the number of tons diverted from the landfill annually to the City's
Environmental Services Office. The goal will be at least 85% diversion.
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.
22. 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 fnot 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://www.irrigation.org/uploadedFiles/Resources/BMP Revised 12-2010.1)d
22.02
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,
Bid# LMD12-13-28 30
(7) valve boxes, quick coupler boxes,
(8) ,
(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
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.
Bid# LMD12-13-28 31
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.
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 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
Bid# LM012-13-28 32
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-
22ft.
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 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# LMD12-13-28 33
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 MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE
ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
Bidder's Signature
CONTRACTOR
Address
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# LMD12-13-28 34
PROPOSAL GUARANTEE
BID BOND
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
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_
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# LMD12-13-28 35
FAITHFUL PERFORMANCE BOND
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
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 2008.
CONTRACTOR*
SURETY*
Subscribed and sworn to this
2008.
day of
NOTARY PUBLIC
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
Bid# LMD12-13-28 36
LABOR AND MATERIAL BOND
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
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 bona, 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 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 2008.
CONTRACTOR*
SURETY'
Subscribed and sworn to this day of
2008.
NOTARY PUBLIC
Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
Bid# LMD12-13-28 37
D. CONTRACT
SAMPLE 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# LM012-13-28 38
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
ii. 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 -- - k -,•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 01 06 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
Bid# LMD12-13-28 39
evidencing maintenance of the insurance required under this Agreement, endorsements
as required herein, and such other evidence of insurance or copies of policies as may be
reasonably required by City from time to time. Insurance must be placed with insurers
with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII
Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any
cancellation of coverage. CONTRACTOR will require its insurer to modify such
certificates to delete any exculpatory wording stating that failure of the insurer to mail
written notice of cancellation imposes no obligation, and to delete the word "endeavor"
with regard to any notice provisions.
E. 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.
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.
Bid# LMD12-13-28 40
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.
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. 1.. .
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.
Bid# LMD12-13-28 41
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
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 12-13-28 42
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first
hereinabove written.
FOR CONTRACTOR:
By: DO NOT SIGN — SAMPLE ONLY
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS'TO FORM:
JOSEPH M�MONTES,:CITY ATTORNEY...:�w
By:
City Attorney
Date:
Bid# LMD12-13-28 43
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
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.
With Bid Proposal (All Bidders)
With Agreement (Awardee only)
Prior to Starting Work (Awardee only)
X
Proposal — original, plus (1) copy, do not use: staples, binding or
folders
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
All Addendums (signed)
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# LMD12-13-28 44
E.
Item Project Site
No.
BID SCHEDULE
Monthly Total
Maintenance Cost Annual cost
Item 1. LIVID Zone T-51 a) xl2mos = b) /annually
Total bid amount for Zone T-51 Valencia High School Newhall Ranch Road Slopes
annually, in legibly printed words:
Bid# LMD12-13-28 45
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 Herbacide 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 #33)
Please initial to verify acknowledgement of labor rates - _ (initial)
Bid# LMD12-13-28 46
ADDITIONAL PRICING SHEET #2
Please list the unit price, EXCLUDING parUmaterial 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# LMD12-13-28
47
EXTENDED
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
PRICE
MEASURE
(unit price x
uantit
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# LMD12-13-28
47
DESIGNATION OF SUBCONTRACTORS
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
City of Santa Clarlta, 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. aae of firm. certifvina aaencv and annual aross reeeints are
form MUST be returned with bid, filled in or
none
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: 1
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( )
Bid# LMD12-13-28 48
DESIGNATION OF SUBCONTRACTORS
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
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
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:
Phone ( )
Subcontractor DBE STATUS:
Age of firm: . . Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business :' .: .v=im-. ': -
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# LMD12-13-28 49
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13-28
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
2.
3.
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# LMD12-13-28 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.
a.
Bid# LMD12-13-28 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)
a
D)
10)
Bid# LMD12-13-28 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
• Irngation 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# LMD12-13-28 53
EXHIBIT D
INVENTORY LISTS AND EXHIBIT MAPS
Inventory List: T-51 Valencia High School Newhall Ranch Road Slopes
Item #
Description
APPROXIMATE square footage Estimated Quantity
1
Irrigated Landscape
500,000
2
Non -irrigated Landscape
(brush clearance/weed abate)
N/A
3
Backflow devices
6
4
Irrigation controllers
6
5
Irrigation enclosures
6
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
14
Drinkin fountains
0
15
1 Playgrounds
0
Bid# LMD12-13-28 54
EXHIBIT E
Specialized Maintenance Program Reference Guide
Daily — Weekly — Monthly
4� I
Bid# LMD12-13-28 55
UNION;,$
Bill
MINION
®m1$1
A
no
E
®111111
p
9p
C1
nallill
As
-
*
KIN
2017,
* A
UR101
A
F13 a
4,
2
1
,a
-99
8
Ins
171-
PENN
Ws %11
9191111
a
1111111
4� I
Bid# LMD12-13-28 55
Bill
MINION
®m1$1
no
E
®111111
al
nallill
UR101
A
4,
0191111
9191111
1111111
4� I
Bid# LMD12-13-28 55
EXHIBIT E1
Specialized Maintenance Program Reference Guide
Semi-annual and Annual
Bid# LMD12-13-28
56
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-offs = �•... ,,. �.-a=
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 appearanceat 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
aigned,district a minimum, of twice a y
esar an
ed inform the LMD Cbnsultant.of the
y _,..
of those inspectioris. � -
Bid# LMD12-13-28 57
EXHIBIT E3
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.
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# LMD12-13-28
Preventative Disease Control Guide
I. Olea Europaea (Olive Tree)
Fruit Set — Preventative Treatment
First application to be done when % to 3/< of blooms are open.
Second application to be done 7-10- days after the first application.
II. Pyrus Kawakamii (Evergreen Pear)
Fireblight — Preventative Treatment
Spray application to occur October 1 through mid-November.
Fireblight — Post Treatment
Prune out diseased wood, sterilizing pruning tools after each cut.
III. Platanus (Sycamore)
Anthracnose (Fireblight) — 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 Treatmerits
Any materials used while performing all of the above described operations will be of a
type approved by the County Agricultural Commissioner.
Bid# LMD12-13-28 59
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.
Bid# LMD12-13-28
Z11
t f
Exhibit F - Maps
LMD Zone T-51 Valencia High School Newhall Ranch Road Slopes
Bid# LMD12-13-28 61
Exhibit F — Maps
LMD Zone T-51 Valencia High School Newhall Ranch Road Slopes
Bid# LMD12-13-28
62
+L:f
EXHIBIT G
2013 Holiday Schedule
HOLIDAY
-
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
Bid# LMD12-13-28 63
ADDENDUM #1
For
City of Santa Clarita Invitation to Bid
LMD-12-13-28
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
April 16, 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.
A non -mandatory, pre-bid meeting was completed on Friday, April 121h aty 10:00 Am, at
City Hall.
The following were in attendance:
City Staff— Jason LaRiva, Project Manager
Vendors —
A.G. Co., Gus Gonzalez
American Heritage, Arturo Perez
La Hacienda, Juan Chavoya
O&J Landscape, Juan Garcia
Pacific Landscape, Jim Habeger, Jr.
Robz Green, Robert Starks
Sumak, Inc., Gregory Palomino
The following is a synopsis of the discussion:
3 Color Flax, Roberto Perez
Far East, Tony Moon
Oakridge, Hopi Williams Roark
Oak Springs, Jose Luis Arrendondo
Rich Meier's, Richard Cambaliza
Stay Green, Shawn Enright
ValleyCrest, Rene Rivera
• Mulch labor is part of contract, mulch material to be provided by other/City.
• Reclaimed water is not part of this contract area.
• Though synthetic turf care is covered in our standard maintenance contracts, this
bid does not include/require synthetic turf care.
• Work hours are from 7:OOam - 3:30pm.
• New maintenance areas have been added to this bid (see Exhibit 1 to follow) which
includes 17,400 sq. ft. of trees/groundcover and 2,340 sq. ft. turf grass.
Bid # LMD-12-13-01
Questions received, in writing for this bid:
1. Who has the contract now?
A. Currently, there is no contract for this area but Oakridge does "as needed" work
on a month-to-month basis.
Contractor's representative Date
Company Name
Bid # LMD-12-13-01 2
ADDENDUM #2
For
City of Santa Clarita Invitation to Bid
LMD-12-13-28
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
April 30, 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.
Can you please provide street names?
A. Newhall Ranch Road, Copper Hill, Dickason and Decoro
2. Last spring the T-51 area went out to bid; is this the same area?
A. The last Bid # was LMD-12-13-01 for T-51 Valencia High School. This
current bid # is LMD-12-13-28 for T-51 Valencia High School Newhall Ranch
Road Slopes.
3. Does the City have a breakdown of slope and turf area square footage?
A. Turf area was included in addendum #1. The large slope area is included in
the original bid section C. Administrative Specifications, Exhibit D and
Exhibit F.
4. Will the City of Santa Clarita accept an annually renewable bond in the amount of the
annual revenues? Can the bond be annual just as the insurance certificate?
A. The City will accept a bond in an amount equal to 10% of the cost of one year of
service.
5. The term states that this is a three (3) year contract with the option for two (2) additional
one (1) year renewals. Will you allow a one year term Bond with the option to renew
each year?
A. See answer to question #d, this addendum.
Contractor's representative Date
Company Name
L. F-JLkMIZR3FbZ.
L
ADDENDUM # 3
For
City of Santa Clarita Invitation to Bid
LMD-12-13-28
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
May 1, 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.
Clarification on questions 4 and 5 from Addendum #2:
"4. Will the City of Santa Clarita accept an annually renewable bond in the amount of
the annual revenues? Can the bond be annual just as the insurance certificate?
A. The City will accept a bond in an amount equal to 10% of the cost of one year of
service.
5. The term states that this is a three (3) year contract with the option for two (2)
additional one (1) year renewals. Will you allow a one year term Bond with the
option to renew each year?
A. See answer to question #4, this addendum."
In answering 4 and 5, we were considering the Bid Bond. To clarify, the City WILL accept
a Performance Bond in the amount of a one year total cost,of service, BUT it will be
incumbent upon the awarded_ vendorto make certain that the Performance.Bond,is,_.,
renewed annualli and there is NO lapse in bond coverage.
Contractor's representative Date
Company Name
Bid # LMD-12-13-28, Add3
i
LMD- 12-13-28
Closing Date:
Monday, May 6, 2013
Before 11:00 AM
Contract 13-00184
Exhibit B
i
t
Proposal For:
City of Santa Clarita
Landscape Maintenance at Zone T-51 Valencia High School Newhall Ranch Road Slopes
s
Proposal For:
City of Santa Clarita
--Annual Maintenance•Contract-for Landscape �Maintenance
----- ---.---------
Zone T -5i Valencia High School Newhall Ranch Road Slopes
BID for RFP: LMD-12-13=28
Attention:
Purchasing Agent
23920 Valencia Blvd., Suite 245
Date submitted:
Submitted .by:
Santa Clarita, CA 91355-2196
May 6, ,2013
Hopi Roark
Business Development
Oakridge Landscape, Inc:
28064 Avenue Stanford Unit #K
Valencia, CA 91355
818-891-0468 Phone
818-892-9273 Fax
Hopi @oakridgelandscape.net
BUSINESS PROPOSAL
-BID-
Oakridge Lanscape, Inc. acknowledge that it is in full compliance with all State and Federal laws
---- as applicable to this RFP. — --- -- - ---------
License Clas-sificatiom
#798565 A,B, C27, C61 Landscape contractor, General Masonry.
#37195 Maintenance Gardener Pest Control
# WE -9381A Arborist
State Of California
QCONTRACTORS STATE LICENSE BOARD
cemmn ACTIVE LICENSE
Aft.
798565 CORP
OAKRIDGE LANDSCAPE INC
A B C27 C61049
08/31/2013 www.cslb.ca.gov
UAKRI®C�_E
6A%1D5C'APB. 'ONC•
Maintenance Garden Pesticide Applicator Certificate
QAC 117189
DEPARTMENT OF PESTICIDE REGULATION
LICENSING/CERTIFICATION PROGRAM-- - ----
QUALIFIED APPLICATOR CERTIFICATE
DATE OF ISSUE
01/01/2012
QAC 11 i199
ANSELMO VENTURA
13999 ASTORIA ST APT E102
SVLMAAR CA 91342
VALID THROUGH
12/31/2013
B
A
d
Maintenance Garden Pest Control Business License
License # 37195
2612
\hilim Addass
OAKRIDGE LANDSCAPE INC
8618 HASKELL AVE
NORTH HILLS. CA 91343
THIS LICENSE. IS Nor TRV
dile.
'aUSOCSS L"Mion
"OARRIDGE LANDSCAPE INC
8618 1IASkELL AVE
NORTHHILLS,'CA 91343
LICENSE
I. Please make sure the information on your license is correct.
'_. Notify us Immediately of any changes to courbusiness (e.g.-name..address. insurance carrier or qualified, person).
If you lose your license. then you may request a nein one,for,n M fee.
4; Please refer to the license number located in the,middle of the page tt hencontacting us.
5. For more information, please contact us at (916) 445-4038 of ar<Iicensemail nlcdpt.ca.gov>. Or you may write to
Department of PesticideRegulation
Pest. Af anagetuenf and'Licensing Branch
Licensing and CertificAtion Program
P.O. Box 1015"
Sacramento, California' 958124015
0
INC,
Qualified Applicator License
License # 103,611
dpiDEPARTMEMOPPEMCWri,
LICE' IMWCERMCATION PROGRAM
QiT"MAPPUWORLICM
DATEOFISSU)k VALID TIMOUGH
01/012012
QAL
BAWL vAt
2181? 9.14fi1
CAROGA0
12/3112013
IZ® irrigation
ASSOCLOW
Thank you for renewing your IA certification.
Bob Simpsom CLIA, CLT -I-CLT-C, ISA, CLIA
Aqua Save_lnc.
26873 Sierra Hwy ,# 140
' Santa Cla,Me CA 91321=2274
V,
6540 Arlington Blvd. Falls Church, VA 22042-6638 1 Tel: 703.536.708
nAMNI AAI A! SUOS
d✓®99.71"-
C R
PFIC'4TE ®�'LIAPILI'I'V
- .. -- -OnTe lxeyogryvn
If lS�IaAN-CE Bii4�zoli
THIS CERTIFICATE IS ISSUED AS A:MATTER OF 1NFORMATiCN_ONLY AND-rONFERS'NO RIGHTS UPON THE CERTIFICATE HCLDM THIS
gF TIFICATE DOES NOT• AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER. THE COVERAOE'AFFORDEDiBY THE POLICIES'
` OW, .THIS CERTIFICATE OF'INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE I9SUM0 IN3l1RER(Sj, AUTHORIZED
RESENTATIVE OR PRODUCER,AIND THE CERTIFICATE HOLDER - '" ' `
IMPORTANT: 1►the certIRwI polder Is aIt DITIONAL INBURED the policy(iesj must be entlorsetl. II SUBROGATION.IS WAIVED; -Subject to '
the terms,and IiondWe of th0 policy",'certEln peliclea m2Y-pqulie an endoreement A eta_tement oTi this eeRlNcale does hot confer ilghte to the
Certlil holder In Ilau of such endoM on s .. - - • - -
PRODUCER
The Rule Com an , Inc (828) 785 9g0o
CompY
P.O. BOX 7072
Pasedone CA 911007072
.-
??
Pxoxe•�•: - -
1 • -
'• -
.lNe )APRCRDING COVERAGE NAG
iasueEaA SEABRIGHTINSURANCECOMPANY
INSURED. OakTidgetandsraP e, Inc.
Stoneridge Concrete'8: Masonry
28064 Avenue Stanford, Unit K
Valencia, CA 91355
. .:
INSURERB:
INsuxeao:'
INSURER a i
=
INSURER Ei. ..
..
THIS IS To CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEENISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
_INOICATED._NOTWfTHSTANDING ANY -REQUIREMENT, TERMOR'.CONDITION:DF,:ANY,CONTRACT,OR OTHER DOCUMENT WITH RESPECT40 WHICH THIS.
CERTIFICATE :MAYr.SE'ISSUED,ORIMAY'PERTAIN, THE INSURANCE' AFFORDEDBY THEIPOLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THEJERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED_ BY PND CLAIMS. -
ILT'R TYPEOFWSURANCE
B
'POLCYNtim
I if Nmc F
NM0v SAP.:.
- Ufdill
GENERAL LIABILITY
-
-
..
-
EACH OCCURRENCE J_
EJI)AMAGEURMTED S .. 0.
COMMERCIAL GENERAL LIABILITY'
. _
ClAAISMAOE ❑OOCUR'
'MEGEXP
Oro endo) 3
PBtSONALSAOVINJUNY 'S
-
GENEPALAGGREGATE S _
..
OENLAGGREGATE LRNfAPPLBS PM-
PRODUCTS-00MPMPAGG S.. -
. 7 POLfOY MPo- F1 L0C' . -
..
-
_ S .
AITOMOBILB LTABBOY-, -
NNEEpp
Eaacidml I LMR-
ANYAUTO
BOOXYKMYCPQ*mm$. S
-' ALLOWNED 'SCHEDULED
B004YBilURY(Perecdtl0i�l)'g.-
AUTOS 'AUTOS
NON -OWNED
...HIREOAUTOS AM SO
I GE S
e
-- ' UMBRELLA LIRE -
EACHOCCURPENCE.. $
EXCESS I"
O(AI�OE
- -
AGGREGATE S.
WORKERSCOMPENSAMONX
WCSTA
IV
AMC m1PLOYER3' LU�aRRY /N
...
�E.LEACHACOIDENr g 1,000,00
A
ANYPROPEIETdNmARTNER1Ex[iUTIVe
BB1123872
'.8!1612012
DMS/2013•
OFFICERNEMI REXCLTDED) �
(Mmdatoryln NN)
NIA
E.LDISEXEE-EAEMPLO 'S 1,000,00
0ySqNOavhaMalu
OESC P 0 0 DPERATIO SDNvv
-T
'.1,000,00
E.L DISEASE -POLICY LMR 8
nesmPnONOPOPERATIOMILOCATIONSI VENICLeS'(Attach ACORO 101, Additional Remarks SamMe, Tfinem apace Is repW14 -
California Cancellation Endorsement '• WC040801A
SHOULDANYOP THEABOVEDESCRIBED POLICIES BE CANCELLED BEFORE
Proof Of InSOfdpCe THE EXPIRATION DATE THEREOF;.' NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
01988.2010 ACORD CORPORATION.. All rights reserved.
NuuRV La 16V lumal ane, Aavnv name. ana Ingoare reglscerea marim oI ACORU
WORKERS' COMPENSATION AND EMPL'OYERS''LIABILITY INSURANCE POLICY WC 0406
(Ed -I
CALIFORNIA'CANC9LAT(ON ENDORSEMENT
This enddrsement.applies dniytoahe insurance provided by the policy beoause California_is shownin'ltem 0. of the
Information Page. '
The caincefation'condition in Part Six (Conditlons) of the policy Is replaced by these conditions:
Cancelation:.
1. You may cencetthispolicy. You must mali:or deliver advance written notice to us stating whemthe cancelationis to
take efieot,
2. We may cancel this policy for one or more of the following reasons:
a. Non-payment of premium;
b. Failure to'F
report payroll;
c. Fallure io perm@'us to ' it,payro11 as required by the terms of:this policy or of Aprevibus policy,issued by
8. Falldre`to pay:any additional ,prei iium resulting from an audit ofpayroll required by the terms of this policy or
anyprevious:policy Issued by us;
e. ,Mateilal misrepresentation made by you,or your agent;
f. Failure to cooperaW with us In the Investigation of a clatrn
g. Fa ,lure to compiywith'Federal or State safety orders;
h. Failure to comply with' writtehrecc mmendatlons of;our designated loss control representatives;
L Thepbcurrence of material change.n'the ownership of your business;
j: The occurrence of any change In your business or:operations that materially increases the Hazard for
frequency or aevedty of loss;
It. The occurrence of.anychange in your business:or operation thatrequires additional or diffe_ rent:classification
for premium calculations;
1:, Th occurrence of any charip in your business or operations which contemplates an activity excluded by our
reinsurance treaties.
3, if we cancel.your policy for anyto(.the reasons listed in (a) through (f1; we will.give you 10 days advance written
notice, stating when the.cancelation is to take effect. Mailing that notice to you at your mailing'addiess shown in.
Item 1 of'the Inforatation,Page`will be'sufficient to prove notice. If we cancel:your policy for any of'.the reasons
listed in Items (g) through (I), we will glue you 30 days advance wdtten`notice;'howevei, we agree that inthe event.
of cancel@Oon and ieissuance of a policy effective upon a material change in ownership oroperations, notice will
not bepro vided;
4.. Ttie.polioy period will end on the day:and:hour stated in the cancelation notice.
This endorsarrientchanges the policy to which it Is attached and is effective on the date issued unless othemise.stated:
(The, information, below 1s required only when this endorsement Is Issued subsequent to preparation of the policy.)
Endorsement Effective :06/15/12 Policy No. BB1123872 Endorsement No,
Insured' Oakridge,.Landscape Inc Policy Effective Date 06/15/12
Insurance Company SeaBrigtrt Insurance Company
Countersigned By_.
WC 04 06 01 A
(Ed: 12.93)
Copyright 1998 by the Workers' Compensation Insurance Rating Bureau of Cetifomia. Alt Rlghts Reserved..
ICA
v.na n mnnert Ur
CERTIFICATE COES'NOT AFFIRMATIVELY OR. NE
_1 BELOW..THIS ' CERTIFICATE:OKINSURANCEI)CI
REPRESENTATIVE OR PRODUCER; AND:THE CERT
IMPORTANT: It thecertificateholder Is an. ADDITIC
i fhe taring and condlllons of tho polloy, certa(a poOtl
certl0cate holder In lieu of such endorsement s
PRODUCER - _- -
Landecape Contractors.(Li6#0755906)
( Insurance Services*, Inc.'
1635 N. Sine Avenue
Fresno .. .. - CA 93727.
INSURED
Oakridge Lan"c"ape, Inc:
28064 Avenue Stanford' ft
Valencia. ., aA 01355
THIS IS TO CERTIFY THAT THE POLICENV (NSU CAff STED BELOW HAVE BEEN ISSUEO:TO THE INSURED 'NAMED ABOVE. FOR THE POLICY. PERIOD -
INDICATED. NOTWITHSTANDING ANY REQUIREMENT; TERM OR:CONDMON-OF:ANY,CONTRACT OR, OTHER DOCUMENT,WITH' RESPECT, TO WHICH.THIS
,,CERTIFICATE' MAY BEISSUED`OR MAY PERTAIWTHE INSURANCE AFFORDED BY:THEIPOLICIES,DESCRISEU HEREIN IS'SUBJECT TO ALL THE TERMS,
.. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UNITS SHOWN MAY HAVE BEEN REDUCED BY PND CLAIMS..-
LN9R
- TYPE OF INSURANCE
L
`� -
LIMITS
OENERALUABILITY
- --'
FACHOCCURRENCE: S` 11000,000
X LCOMMERCAL GENERAL LIABILITY
C rE 6". 1 500,000
A
CIANS.MAOE ]OCCUR
APROU030904
6/19/2012
/14/2017MEO
ENP 'onb ersan 5;000
PERSONAL'6AOVINNRY E '1,000,000
S.Sl, OOO ED DED I
'GENERALAGGREGATB S :2.000,000
hGENLAGGREGATE UTAPPLIESPER
PRODUCTS- 0014110 AGO- 2,000;000
A POLICY PRO'BOT LOC.
If
AUTOMOBILE LIABILITY.
.. _-
II
B G L
dl
:1,000;600
A
ANYAUrG
BODILY INJURY(Pe aenadl '$
ALL OWNED R BLHEOULED
AUf09 "AUTOS ..
CPR00050909
/15/2012
S/14/2017
BODILY INMY Per eaklaN 6 -
( 1
X. HIREDAUT08 X` AUTO D
-
PRIG ERTYD 0 S.
nhw MEW" Wnad t 1,000;00 0
. -
OCCURP.ENCE
UMBRELLA We
OCCUR..EACH-
EXCeBS UAB
CUNS{dAOE
AGGREGATE. g.
WORI@RBCOAPEWAEON
AND EMPLOYERS' LIABILITYATW
EL'EACHACCIDENT 'f
ANY PROPRIETORIPARTNEIVEREC"VE.YIN
OFFICER04EMOM EXCLUDED?
NIA
_
EL DISEASE EA EMPLOYEE 1
.'(Mandatary
'
b NHI _-'
UdHaae Udar
ELOISEASo.POLICYUMR If
DE SCRIPTION OF 0PERA-I0148 beta.
DES CGPTION OF OPERATIONS I LOCATIONS(VEHICLES (ARabh ACORO101;AddILWnel Remadn S<hedW*,Rmare"ZON"'Vind) - - -
RE All landscape operations performed by or`on behalf of the named Insured.
!******O&***Proof 'Df IMDDranOatradatrdd Ab Mb
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE _THEREOF, NOTICE WILL BE DELP/ERED IN
as*avaa*a aadad*dap dad Ada AaaeaeAaartaddAAAi ACCORDANCE WITH THE POLICY PROVISIONS.
adeaaaaadartapraOP
Of IneUrariCe+AnaaAnAave
Aa Ad aabad eAbaCa4A Add odd Ad*dda AAdA adds Aa Aa AUTHORMED REPRESENTATIVE -
8 N90, CIBR/kBA6'02
ACORD 26 (2010105) 01988.2010 ACORO CORPORATION. 'All rights reserved.
......: I no AL;uKu name ano Togo are reglsrerea mar" Of ACURD
Green initiatives
Recycling has been common practice for Oakridge Landscape, Inc. for many years. Consistent. with the
"Board of Supervisors" policy of reduce the,amount of solid waste deposited at the County Landfills,
Oakridge Landscape, Inc. not only used recycled -content paper to the maximum extent possible on our
proposal and contracts, but also recycle all our recyclable items..
"We 'recycle" At Oakridge
Landscape, Inc. we use our own tub
grinder to create fine mulches from
green waste generated from both
our own operations as well as from
other companies. The green waste is
_ground and allowed to compost
then used on properties such as
yours, :in which it's spread in and
around bare planter bed areas.
Mulching provides benefits such as
reduced soil compaction and
reduced water use, coots plant root
systems during summer fieat. In addition improves soil structure as it breaks down along
with providing an overall improved aesthetic look to the property.
Q
O
w�
¢z
z .N
g2
Cd
+- t
LU m
az
50
W.L.
0 G
LL oW
D �1
13
c
w'�
00
Z
Ir
n
co
00
OS
a
W
O
Lu
()I
to
�O
3N LL
Z
W
fL
Q�
Z
N
cl
Z'
�I
Q
z
S
?
�
j
w
J
ILO
l7
w
1 V
W
FO
Z
W
Q
CL
LU
0
z
0
0
0
J
N
S
to
w
�,
3
o�
cc
CL LU
4
Qocc
W
W�
Z
a
W
.i
0
z
0
Z
z
02.
Co.
Ul
b,
m Z'.
50
cc Q).
00
AL rr
0 Up
Ui Z
cc 0
D
0
tu
0
0 Z,
CC —
LU
O
qu.
.z
LU
W
�
w
I,
LU
LU
z
O.
5
LU
-L
w
U.IL
05
lu
Qf
IV
V
w 0
4,13
Lo, 4Z.:
v3 e
-40 o
D
d
', q-� 0
m LLJ
V-)
7
qj
z
C-1 O
W ev
x 4 C:� v A
a
LU
cc
M
ii
z
w
CL
UJ
Lu
w
o.
uj
O
Z
0
z
Lu
05
b U
N6 -
(Lu
.)o
CC
n LU
U) 0
0
I*Q
cc
z 0.
�j
ii
ADDENDUM # 3,
Foy
City:of Santa Cla-Maanvitation to Bid
LMD,12-13428
ANNUAL_MAINTENANCE CONTRACT. -FOR LANDSCAPE
MAINTENANCE ZONE T=51 VALENCIA HIGHSCHOOL NEW H-ALL':RA. NCH ROAD SLOPES
May 1, 2013,
This addendum must be Included with the bid response. If you have already submltted:a bid you
Must fax an acknowledgement of this addendum to Purchasing.. Ifyou wish to resubmit, you must
also contact Purchasing by.fax and request the bid be returned. The faxbumber is (661)'286.4186.
Clarification on questions 4 and S:froni Addendum.#2.
114.. Will the City of Santa Clarita accepfan annually renelvable,bond in the amount of
the annual revenues ?'Can the bond be a'nnuai ja§t n'the insurance certificate?
A. The City will accept a bond in an amount equal to 10% of the cost of one, yearof
service.
5. The term states that this is a three (3) yeai contract with the option,for two (2)
additional one'(?) yearrenewals.lWill you allow a one yearterm Bond -with the
option to renew each,year?
A. See answer to question #4,'this addenduin."
In'answering 4 and 5, we were. considering the Bid Bond. To clarify, the City WILL accept
a Performance Bond in the amount of a one year total cost ofse.rvice,.BUT it will be
incumbent upon the awarded vendor to make certain that the Performance Bond is
renewed annually and there is NO lapse in bond coverage.
5 v13
Contras r' ` presentative Date
Company tame
Bid 0 LM612=13-28; Add3
ADDENDl1M_#_2
For'
City of Santa Clarita.invitation.to Bid
LMD=12-13-28"
ANNUAL MAINTENANCE CONTRACT FOR'.LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOLNEwHALL RANCH ROAD SLOPES'
April 30; Z013
This addendum must be.included with the bid response. If You have already submitted a bid you
mus tfax 'an acknowledgement of this addendum to Purchasing_ if you wish to resubmit, you must.
also contact Puichasing'byfax-and request the bid be.ieturned. The fax number is (661),286-41186.
1, Can you please provide street names?
A. Newhall Ranch Road, Copper Hill, Oickason and Decoro
2. Last spring the T-51 area went.out to bid; is this the same; area?
.A. The last Bid #.was LMD-12.13=01 for T-51 Valencia High School. This
current' bid # is LMD-12-13-ifllor T-51,Valencia High School Newhall Ranch'
:Road Slopes.
3. Does the City have a breakdown of slope and. turf area square footage?
A. Turf area•was•included in addendum #1. The large slope area is included in
the original bid section C: Administrative Specifications, Exhibit,D and
Exhibit F.
4. Will the City of Santa Clarita accept an annually renewable bond.in the amount of the
annual revenues? Can the bond be annual just as the insurance certificate?_ i
A. The City willaccept a b6nd'in an ain unt equal to 10% of the cost of'one year of
Service.
5. The term states`thatthis is.a three (3) year contract with the option for two (2) additional
one (1) year renewals. Will you allow a one yearterm Bond with the option to renew
each year?
A. See ans(J question #4, this addendum..
6 Ito 2vi3
Contractor' r esentative Date
Bid # LMD-12-1328
ADDEiNIDUMAII
F, 9-'r .
City ofSanta cidirita InVitatio'n to Bid
LMD=1124128
%XNAINTERANCE CCNTRACT'FOR LANDS - CAPE
r-51 VALENCIA HIGH SCHOOL NEWHALIL RANCH ROAD'SLOPES
April 16,,2013
This,addindum must be Included with the bid responsd. 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"1186.
A non -mandatory, pie -bid meeting wascornoleted on Friday, April 1Y'-aty 10..00 Am, at
The foll6win-were in attendance:.
City Staff'- Jason Lahiva,, Project Manager
VMdors�
A.G.' Co., Gus Gonzalez
AmedcanWeritaje, Arturo Perez"
La Hacienda, Juan Chavoya
O&JLandscape, Juan Garcia
Pacific Landscape, Jim Habeger, Jr.
Robz'ljreeii, Robert Starks
Sumak, Inc., Gregory. Palomino
,The following is a,syhopsls of the discussion:
1 Coloi flax, Roberto Perez
Far E.asf, Tony Moon
Oakridge, HoplWillams-Roark
Oak, Springs, Jose Luis Arrendorido
Rich Meier's, Richard Cambaliza
Stay Green, Shawn Enright
ValleyCresi, Rene Rivera
s Mulch labor is part of.contrart, mulch material to, be provided by otherlCity.
-Reclaimed wateir..1s; not part of this contradfar'ea.
Though synthetic turf care is covered in our standard maintenance contracts, this
bid does not includeire uire synthetic turf care.
Work
-- from
- q,
Work hours are from 7:00am = 3:30pm.
New maintenance areas have been added to this bid. (see Exhibit /'to follbiv) which
includes 17,460 sq. ft. of treesigroundcover and 2,340 sq. ft. turf "grass.
Bid 0 LMD-12-13:01
Questions received, in Writing for this bid:
1. Who,has the contract now?
Currently, there - is no contract for this,area but -Oakridge, does "as needed" work
on'a month-to-month basls:
C06V r s representative
Compan
Name
Datd - "
r
bid 0 LMD;1V3-01 2
I
A Y1 1 4F
<J at
`/ 1
' � fi 'r 1(ida i r� �`Y / r�3U� f 1.•77"+' Fell A. r v\
/i
.eL'�stir
RMaCr
e� '. � ��� `'�(�l ,e`+� • "�i."�� 8 ✓f�'+« t,3f7�, ;�+7}a r�y � i�y�r � + r
-
��al
RUN
qm
Bd # LMO-12-13-01 b
CITY OF SANTA CLARITA
INVITATION FOR' -BID
Bib ,# LMD-12=113-28
BID OPENING: May 6, 2013
The City of.santa Claritaiinvites.elediroinicilly sealed bids for
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE,
SCAPE
MAINTENANCE iMlt -t-61- VALENCIA HIGHSCHOOLN ' EWHALL.RANCH ROAD SLOPES
ILMD-112-113=2O'
1. Electronic Bids must be ELECTRONICALLY received at:
http://www.01ailetbids.com/bort6l/portal:cfiyi?C6nipanylD-- 16840ft
2: Prices shall be D:D.P. City 9f Santa Clarita Receiving dock Incoterms 2000 or for the,servic6
rendered:
1 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 iign6d by the v&ndori 6u1hoiiz'ed representative. This
sighaiure,kknowl6dges the,proposer has read and unders ' tands thejeql.liremenls ' contained on
pages 1 to . 6 1 4, Exhibits A to G, and separate App6ndii:6 (Labor Compliance Program).
.5. The last day for questio'nswill be'5:00,PMApril 29, 2013, via Planet Bids...
:6. The vendor is � responsible for the accuracy.arid'oompleteness oi'my sollcitaitio.1n, form, not
6- talned clirectly'fromdh6 City.
, 7. A pre4d meeting will be held on.day, April'112j,20113 Century Room; Santa Clarlta, CA, at
9;06 AM. All interested vondors,are strongly oncouragediFto attend.
BIDDER TO READ
I have, read, und6rst6od, and'agree to the terms and conditions on all pajeslof this bid. The undersigned
agrees to furm,sh the c6mmodlity or service stipulated on this bid as stated above:
Company: Aldress�! ✓Iq 1,1)11
1 p a Y' a
Name Print)Gil signature
p ny P Z?
,6 Title
of Person%
Com a hone No T I ning BI
Did# LMD12-1328
ale46i4led- qly'"
TABLE'OF CONTENTS
.ANNUAL MAINTENANCE CONTRACT•FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA, HIGH SCHOOLNEWHALL.RANCH ROAD SLOPES
LMD42-13=28
Section...... ...... . , ..... ....
. , ...:.. Pace �.
Notice'Inviting Bids................................................................................
Invitationto Bid.:....::_......................:..............._..........,..::.,.,...:,...,.........1
Table of Contents ......, .t.:... ... _,
2
BidInstructions...............::.............::......::.........:....:......:..:..:..:...:.:....:...::...3
t
Terms and Conditions ............... :.:.....:......... ................ ..:....-::.............
......:8
AdminisUativeSpecifications ._.... :...._.
12
Bid Security Bond/ProposalGuarantee Bid Bond ......... - .........
... ..:....:34
Faithful Performance Bond ..... ::..:........................ ............ :.,
........ :....36
Material Labor (Payment) Bond... �...- .. ........... ...::........... Y....t.
....... 37
SainpleContract............ _ .......................... .................... .:....::.......
... _ :.:..:.:..38
Documentation Checklist ........................... -............ ....... ...._..........,............:44
BidSchedule ............................ ........ .,:,................... :................................
45
Designation of Subcontractors...... _ ............. __. _............., _...................
_..:,...48
References..:.......:...::........................................,...........................:.............:50
tk
!
Exhibit A Violation Records.._..................:....:.::::.......................................:51
f
Exhibit BStaff. .......... ......... ........ ....._., ....................
_
..52
p
Exhibit C Equipment Requirements ... ............ ...................................
t
..... ....... :53
I
Exhibit D. Inventory ... ........... .:.:::......:.::...::.:,:..._................:_.:...:..:.............54
,
Exhibit E, Et -E5 Maintenance Program Guide. .:_..... ......
..... 55
ExhibitF Zone Maps .............................. :...:....:............... ................
:.......... 61 ;
Exhibit G Holiday Schedule.,._...............__........,.......__.__..._.......................63
APPENDIX A Labor Compliance Program .(separate attachment)
.Bid# LMD12-13-28
2
A. BID INSTRUCTIONS
1. Submittiiln Pe000sais. '(a) The bid response mulstbe' ELEC,rRON/CALLYsubmltted on this
form and iriclude-the noticei Request for Proposal Schedule and all forms or infortoaticn
included In or require_il by Sectlon C, Sp`eciflcatlons,'lattachments accepted) (b)' Alt
documentation of unit, pricing or ether cost breakdowns as outllged in thls,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 bidsrnot properly
marked and delivered. Upon award, all submissions become a, matterofpublicrecord.
2. Currency., All references to dollar amounts in'tnis solicifationand in vendor's response refer to
United States currency. Payments witl,'be made; in Unite States Currency:
3. Alternatives. Any changes or alternatives must.be.setfodh in a lettenaltached to this bid. The
City.has the option of accepting or rejecting anyaltenlative bid:
4. Environmentally Preferable'Purchasina. The City of Santa Cianta, tieing fully'aware of the limited
nature'of our resources `and the -leadership :role government agencies' have; supports the
Envir6nmerit611yPreferable 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 tne.irnent of the Cityof:Santa Clanta to.seek out those products
which resultin:leas*energy. usage, least impact on natural- esource's'and:greate5t.r66se of,post-�
industrial and post -consumer material: Bidders, strongly encouraged to offerproductS-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 orsold.
5. Failure to'Submit Bid. Your ndme:may be removed from The mailing list if'the City receives no
response to this bid.
6. Reiection. The.Ciiy 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 to,perform properly, or
complete on time; contracts .of a similar nature, or to reject the bid of.a bidder whoiis not in a
position,to.perform such a contract satisfactorily. The City may reject the bid of any bidder who, is
in defaultof the payment.of taxes, licenses or other monies due to the City of Santa Clarita:
7; Addenda. The City will not accept responsibility, for incomplele'.packages or missing addenda.It
i the' bidder's responsibility to contact the project manager,, for public projects, or'Purchasing
prior to submission of the bid to make certainthepackage is complete and all required addenda
are. included. This information will be available from the City's website. 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 solichation'orwritten 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
ac' ' dance.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 or'reject.
deviations, The results of the bid will be posted on the City's website at-www:santa--
clar'ita:com/pumhasinq, normally within 24 hours..
Bid# LMD12-13-28.
BID INSTRUCTIONSi(continued)
9' Cooperative Bidding. Other -public agencies may extended the opportunity to purchase off this
bill with.the agreement of the successful vendor(s) and;the City,of'Santa Clari{a. The lack of
-exception to.this clause in vendors response will be consiiie'red'agreement However, the City of
Santa Clarity is not an agentof, partner to or representative.oLthese,outside agencies and isnot
.obtigated`.or liable.for any'actionordebts'dhat 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 thecontractor„will be considered agreement with,tlieterms ofthis ;contract
1.1 Taxes. Cha'ges 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 notbe. paid unless specified in bid. Contractor/vendor agrees to
cooperate with the'Cityin all matters of local taxation:
12 'Payment. (a) Bidder shall state payment termsoffered.. (b) Paymentwilltbe made,onthe pay,
period' after receipt and acceptance of goods and/or services and upon> using department
confirmation of such acceptance
:11: 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 -611 public projects`, the Bidder must list any subcontractors that,will be used,
the Work to',be performed by them, and totai,number, of hours or percentage of time they will
spend ori the' project.
15.. Prevailing wage. Forall ,public works the Bidder is requiied'to bid p'revailing'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 1
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,oFthe U.S.) and aliens authorized to
work in the U.S. The employer must veritythe identity and, employment eligibility of anyone to'be k
hired, which includes completing the Employment Eligibility Verification- Form (14). The. -
Contractorshall 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 service soremployment.
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 I
rained in any suit, or should any claim be brought against:it by suitor otherwise; whether, the
'same be groundless or not,, arising out of this Agreement, or its performance, the bidder must
defend the"Gity(ai the City's request and with counsel satisfactory to the City) and indemnify the.
City for any judgment rendered against it or ariy sums paid out in settlement or. otherwise.
18. Bonds. Original. Bond or Cashiers Check MUST be received AT CITY HALL, 23920 Valencia
Blvd., Santa'Clarita, CA 9135Q.ATTENTION SUITE 120, NO LATER THAN the bid due date and
Gime, for the vendor to be considered responsive. When deemed necessary ;by the City, bid bonds {
Bid@ LMQI2-1328 4
BID INSTRUCTIONS (continued),
shale be furnished by all bidders in the amount of-atleast 10%o. of the total value of the bid to
guarantee that bidders will enterinto .contract to furnish goods at prices :stated. The 'bonding
cornpany must be listed on Treasury Circular 57O'irid licensed to operate -in the state of
California. Likewise; a Performance Bond and%or Material Ad Labor bonds shall be required of
the successful bidder when stated in'ihe spei ificahom(cash deposit, certified or cashier's,clieck
or my order,may.be.substrtuted'imlieu of eiiherbond)'.
19. Insurance. For•contracts involving.services.the City requires insurance. Proof of insurance.shall
lie provided by using;an.ACORD certificate of.'insurance and shall be provided:priorJo 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
or $1,000,000 per occurrence with,$2 000,000,aggregate), Auto Liability(limit of $1,000;000j.
and Worker's Compensation (statutoryregwrement). For professional services, Professional
Liability vnth a limit of'$1;000,000 may also be required. Insurance shall not be cancelable or
subject to 'reduction except upon iniity' (30) -days prior written notice Io the City. Specific
insurance requirementswill beset forth in,ariy contract awarded io a bidder:
20. On -Site Inspection, When deemed. necessarybythe.City, an on-site inspection date and time will
be so designated. Bidder is responsible for inspecting, and understanding thetolal:scope of the
projects (i:e., specifications,.quality, and'quantity:of;work,to be performed.)
2L Specifications. Materials differing from stated specifications may be considered, provided suck
differences are ,clearly noted and `described; and -piovided further''that. such articles are
considered by a City official t6be in all'e"ssent al respects in coinplianc . with ih6'�specifications:
22. 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 hotrestrict bidders to;the m* anufaclurer or
specific article; this means is being used' simply to indicate a 'quality aril utility of the article
desired;'but the goods on which bids are submitted must in.allcases be equal:in, quality and utility
to those.referredlto. 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
deterroinerof equivalency. Exception,is made on'those items wfierein.identicaf supply has been
determined a necessity and the notation NO SUBSTITUTE has Been used in the specification
section.
23. Price Reductions. If.at any time during the life ofthis�contract; the successful bidderreduces his
price'orprices 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, CityofSanta Clarita.
N. 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.
'25. 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 (I terminated'without
Bid# LMD72-13-28 ,5
-BIDtNSTRUCTIONS (continued) .
penalty 'in theirentirety, or (2) reduced in .accordance with available funding as deemed
necessary by the City. The'Cityshall'.notify-the Contractor inwriting of any such non -allocation of
'funds.at the earliest possible date.
26„ Default. In casetof;default;by the vendor of,any of the conditions of this bid or -contract resulting
from thisbid, the vendor agrees that the City may procure ttie articles or services from othdi
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, cost ,so paid, and prices. paid by the City shall be
considered the prevailing market price at ttie brine such'purchase is made:,
27.. Termination. The City may terminate; any service or contract with or without cause°either verbally
or in writing atanydime without,penalty..
28, Safety. Contractor agrees to comply with the provisions of the Qccupahonal Safety and ,Health
Act of. 1970 (or latest revisiorn),:the; State of California`Safety Orders, and regulations issued
thereunder, and certifies that all items furnishedu nder tf is'.bid will conform and comply'With ,the
indemnity and hold ha)rmtess clause for alldamages assessed, against buyer as a result of
suppliers failure to comply with the Act and th.6,standards:iss_ued,thereunde_ rand for the failure of
the items furnished under this order to so comply.
'29. Gratuities. The City may, by written notice to the Contractor; terminate the right of the Contractor
to proceed under this agreement, if itis 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 toviard-secunng an agreement or
securing; favorable 'treatment with respect"to the award or amending, or the making of any
determinations with respect,to ihe,performence of such agreement; provided,ahat the existence
of the facts upon which the City makes finding's shall be in issue and may be'reviewed in any
competent court. In the of such termination,.lhe City shall be.eotitled to, pursue the same
remedies against the Contractor as'the -City could 'pursue in the event of default by the
30. Delivery, Contract delivery must begin not later than fifteen (15) calendar days from receipt of
order. Unless otherwise.specified; delivery shall be;b.DA. the City of Santa Clarita„and, site of
user division:
31.. Invoices. Invoices will be forwarded to;
City of Santa Clarita
Accounts Payable
.23920 Valencia.Blvd.Ste. 295
Santa Clarita; CA 91355-2196
Invoices will retlectthe purchase Order '# and goods or -service delivered in accordance with the
terins of.the contract. Invoice pro'ces`sing begins on receipt of the material or invoice whichever
is.later.
32: Bid Questions. Questions should,be submitted electronicallyto:
http //www"blanetbids com/6ortallpbrtal:cfm?Comoanvlb=16840#
The last.day for questions will be April 29, 2013 via Planet bids.,
33. Renewal and Pricing Adiustment. Contracts entered into pursuant to this invitation to Bid may bei
renewed annually, up tetwo times, in accordance with the terms of the contract. If not otherwise,
stated, the contract may be renewed if the new pricing of the contract does not change more than
the Consumer Price Iniiex - All Urban Consumers (not seasonally adjusted), Los Angeles Area
Bid# LM012-13-28 6
Riverside -Orange county area and
jncreases.or.decreases as',apprc
expirationkenewal of the contrac
the
range based on the
the index le -vel for
to the anniversary
varded to a new cor
Aments may be
ys prior to th6.
the. month of
limit will b6l"
aspiration of _the. contract. "lf,not
on a month to month�basis until
Bid# LIAM 2-13.28
7'
B. TERMS AND,CONDITIONS
The solicitation, bidder's response and the P.urchas'e.'Order. (and :.Contract for services) constitute the
entire agreement between. the vendor and the City of Santa Clarit_a (City)`covering the goods (including
services).describedherein (t he Time is of the'eSsence
1. Shipment and inspection. The -terms and routing of ahipmenl shall be as provided on dhe
Purchase Order or as -otherwise directed'by theCity: City may revise shipping instructions as to
any goods not then shipped. City shall have. the right to inspecF•any'or all.of the goodsiat
vendor's place of business or upon receipt!by City' at City's election, which right shall be
exercisable notwithstanding Buyers.having paid, for the goodsprior to inspection. City; by reason
of its -failure to inspect the goods; shall not be deemed to have accepted any defecfve'goods or
cafonsthe
goods which do not conform to the specrfrefore, or to have waroed.sny of City's rights
r•
oremedies 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,Aitle to, and risk of loss of;,.the
goods shall remain with the vendor unhl the goods ar'e,delivered at D.D.P.point specified in.
this. Contract; or if no such.pIoint is'specified; then,,when, the goods are delivered to the .City:.
Howeve r,'if the goods are of an linfammable, toxic or olherwise.dangerous,hature, vendor shall
tfold'City harmless from and against -any and all olairrls'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'af City's receiving yard.
3. Warranties. Vendor warrants to and covenants with the ,Cily,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 des cription,.the•gocds 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 shalt confomn,to the description
thereof and/or specifications therefore contained in this Contract..16 placing this Contract, City.is
relying on vendor's skill and judgmen(in selecting and, providing the proper*goods for City's
particular use. The goods'shall be An all respects suitableJor 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 at; damages;'losses, demands, costs and expenses.
arising from claims by •third parties for property damage, personal 'injury or other losses or
damages:arisingfrom vendor's breach of its obligations hereunder.e
4: Remedies. in the event of vendor's breach of this Contract, City may lake any or all of`dhe
following actions, without prejudice to any other rights or remedies available to City by law; ,(a)
require vendorrto-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 creditor. replacement at vendor's option; said
return to be made at :vendors cost and risk: (c) cancel any outstanding deliveries or services
hereunder and treatsuch breach by vendor as vendor's repudiation of this Contract. In the event
of Cilyls 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; Farce 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; fres,.
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.conlrol ofthe party claiming the occurrence of a force majeure event and
Which delays, interrupts or prevents such party from performing its. obligations under this
.Bid# LM012-13-28 8•
Contract.. Not- withstanding any provisioi
shortage, curtailment or cessation of Ven(
materials.of vendor shall not be regarded a
force majeureenall vent sgive notice'ttier
occurrence: thereof and shall apprise the &
party will be unable to perform-or.will,be c
affected party shall exercise due diligence
shall give.the other party prompt'-notice,wh
herein, if_,performance of this contrnt,by
reason of any event of'force. majeure,: both
:while and .to the extent, that the force
performance shall be.resumed. Not#ithstar
declaration of, a force majeure. event whit
hereunder, City may, at its option and with
customers the goods available for delivery
delayed�orreduced deliveries; or cance
this Contract:. If.Cily accepts reduced.delive
vendor's, obligation to sell and City's .oblic
cessation of a force majeure event declare
otherwi.w.be obligated to deliver goods r
cessation ofa&force majeure event declared
purchase,goods not'so delivered and purcha
the, contrary, the reI duction; depletion,
s or reserves or any other' supplies or
force majeure. The;party'affected,by a
herparty within ten days'followinI the
I
e probable.extent to.which.the affected
rformina its oblioations hereunder. The
as
by
s its'-fult and/or timely delivery of goods
(a)•require vendor to apportion among its
force majeure period; (b) cancel any.brall
an ding; deliveries hereunderiand terminate
purchase suchr substituted goods. After
tdor; vendor shall; at City's option but -not
red during the force majeure event. After
neither.party shall be obligatedto, deliver or
g the force majeure period.
6. Patents. It is anticipated that the goods will be possessed and/orused by City. If by reason of
any:of'these acts a suit is brought br threatened for infringement'ofany patent, trademark, trade
name or copyright wiih regard'.to the goods, their manufactureor use; vendor shall at its own
expense defend such suit and shall indemnify and save and, hold City harmless from and against
all claims, darnages, losses, demands, costs and eXpbri s ;(including attorney's fees) in
"connection with sucnrsuit or threatened suit.
7. Compliance with Law. Vendorwarrants,thai 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 orpromulgated undersuch Act and order:
Vendor shall indemnify anddsave and hold City'from and against any and all claims, damages,
demands, costs and losse's.which the City may suffer in the event that vendorfails 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;lhe standards applicable to the use of
such goods,uncler 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,
rile 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 regutatory 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 ofmaterials for
any third party without City's written consent. Such designs and the like involve valuableproperty
rights of City and shall be held confidential by vendor.
Bid# LMD12-13-28
(b) If the Contract results in the creation ofra_rtwork 'designs,orwritten products,. including but not
limited to, books, reports, logos, pictures, drawings plans;-blue'prmis,_ graphs, charts, brochures,
analyses, photographs, musical scores lyrics, will be considered works for hire:and the contractor
expressly transfers all owneiship-and intellectual pr&periy rights including copyrights to the ;City
by signing, the contract: Such works and & like shall not 'be used by vendor in.the conduct of
anybusiness With any third party withoutthe•Ch s written consent.
(c)'Unless.othenvise 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 spec fcally paid,for�by City shall be C'
Zs, property. Any
such property shallbe•used only in'filling orders from.City'a'nd may on,demand be removed by
City without charge. Vendor shall use•su_ch property at its,own,risk; and shall be responsiblefor
all loss of or damage to the same while in vendor's custody. Vendor -shall at its cost'store and
maintain ,alf such, property in good condition and -repair. 'City makes no warranties of any nature
with respect to any property it mayfurnish to vendor.hereunder.
9. Governind Law. The Purchase Order and -this Contract ;between- the parties evidenced hereby
shattbe deemed to be made in the 'State of California and shall 1.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 riot be 66nstrue8 to'be:a waiverof
any. other such term, 'condition or. provision, norjshall'such waiver be'deemed a waiver of a
subsequent breach of the same term, condition or provision `
(b) Stenographic and clericalerrors'. whether,iii mathemalical'computations or otherwise; made
by City on this Contract or any othe rforms delivered to vendor shall besubjectto correction:
(c) On the issue of primacy in disagreements in bid responses; words shall hold over numbefs
and unit prices.shall hold over a tended prices.
(d), City may, upon notice of vendor and without liabilily'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 alcor 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
unifier any insolvency or bankruptcy act,, or under any other'statute or regulation having .as its
purpose: the protection of creditors, or (D) VendbCbecomes 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 actualout-of-pocket costs to date of cancellation, as approved by City, in.which
event the goods shall be the property of City.and vendorshall•safely hold the same subject to
receiptof 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 orparties for invitation
to bid.
12. Delivery Orders. This is a service/maintenance purchase order, The Vendor will only accept
orders placed by 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.
Bid# LMD12-13-28 10
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 330 P.M:
Bid# LMD12-13-28 11
C:, ADMINISTRATIVE:SPECIFICATIONS
Introduction
TherCity of Santa Clarita, Landscape Maintenance Districts (LMD) is.solibting'sealed -bids.from
qualified' landscape companies for' landscape maintenance of 0ie City's LMD Zone T;51
Valencia High School Newhall Rahcli Road Slopes: This contract.shall run,for one (3),years
with the option for.two'(2) additional one (1) yearrenewals.'
be
his i
repairs minor and major; annual r
spreading mulch (approx 2000 e
on, chemical applications for weec
on, turf renovation/verticutting, tun
and parts will be paid by.jhe LMD
Inkeeping with'Statemandated diversion requires
obligations to keep greenwaste from the landfills:
of,the greenwastergenerated by referenced. LMD
shall.include a Vermeer 1500 chipper or equivalei
week. The contractor shall report tKejotal tons of
diverted from the landfill annually to the City's Em
95% diversion from this site.
uipment necessary for the
ces. including and not limited to
ub, Vee, and groundcover
all weedlabalement, fertilizer
rients/soil:amendments. All
plus.a maximum markup of
strives.to.exceed diversion
shall mulch and use on site 95%
rrequirements for this program
at'a minimum. of twice per
ierated and the number.oftons
aces Office. The goal will be
The Contractor shall have a minimum of five years experience in landscape, maintenance
fof 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.
Tne 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 requiredin this bid requires the,payment of prevailing wages. Pursuim to Section 1773
of the Labor Code„ the general prevailing wage rates in the county, orcounties, in which the work
is to be done have been determined by the rDirector of the California Department of Industrial
Relations. These wages are set forth in the General Prevailing Wage Rates for this project;
ayajlable frons the California Department of Industrial Relations' internet;web site at
hfb://wWw.dir.ca:oov/dlsr/PWD. Future effective general prevailing wage rates which have been.
predetermined"and are on fle`wilh the California Department of Industrial Relations are
referenced but not printed`imthe 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 th_e 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
aid# LMD12-13-28 12
1.,
to those referred to inthe City's Labor Compliance Program, are incorporated herein at Appendix
A by reference as though set forth in their entirety. -Additionally, the . Con tractor is responsible for
obtaining a current edition of all applicable Federal and' Californiastatutes and regulations anis'
adhering to the latest editions of sucF . Contractor shalfsutimit certified copy of all'Certified
Payroll Records (CPRS) with the progress:payment on at least monthly tasis,to the City.
GENERAL REQUIREMENTS
1.01 The City of Santa Ctarita is soliciting sealed bids from qualified; landscape maintenance
companies for the ALL INCLUSIVE LA80R AND�EQUIPMENT (See Ezhibils Band 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, equipme
Irrigation Specialist, Irrigation Assistant, and F
maintenance as forth in these specificatior
otherwise noted). In keep ing'with the highest,
of plant mateiial, hardscape (i.e.: sweeping or
abatement) and irrigation .systerns repairs. Me
limited to: mowing, weed abatement for fire cla
trimming„edging, hand pruning; fertilization, ai
weed control, minor tree lifting, dethatching, pl
systems. All mulch brought in by the LMD will
.weed growth. It is the intent of these specifical
methods to keep all areas weed free and in a
tools,, services and special skills.. i.e.
'ed to perform the landscaping
ance,of plant material'shall include, but not be
ice%fuel mod (100 feet from structures),
ration, aati
pplicon of pre -emergent herbicides,
eplacements, and cleanup of drainage
sbursed by the contractor onsite to control
to provide plant material maintenance
of'good.ptant health.
• The Engineer's estimate for this work is approximately:
LMD.Zone T-51 i $180,000/yr
The Landscape Maintenance District (hereinafter defined as the LIVID) covered by this Agreement
shall be maintained at a crisp, clean level of appearance.at'Califarnia 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 forinthese specifications at all
times.
1.02 City of Santa Clarita Landscape Maintenance District (LIVID) 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 agreementprovide the labor, materials, and
equipment necessary for the provision of grounds, irrigation and landscape maintenance
services.
Bid# LMD12-13-28 •13.
1.04 Contractor is hereby hired and paid. torender 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;
k Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a -b;
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. B_ est.Management practices;
p. Maintenance of irrigation systems;
q. Mulching (City provided mulch): will be dlsbursed by the contractor at their
expense;
r. Manual weedabatement;
s. Chemical weed control;
t. Maintenance of fire protection I fuel modification of slope areas;
u. Marking underground irrigation lines and other WD 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 reptaced.from containers
(City provided doggie and trash bags);
y. Tennis court blowing and washing;
z. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman
Frequencies, per site, are identified in Exhibits E -E5 "Maintenance Program Guide'Irrigation
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 shat f not work or perform any operations, particularly during periods of
in weather, which may cause unsafe working conditions or destroyldamage 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;
Bid# LMD12-13-28 14
f. Tree Trimming'/ Tree, planting / Tree counting;
g. 'Conciete removal and replacement, block wall and brick repairs;
h. Fence installation and repairs, Wood, vinyl, and crate 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 9,1he contractor shall respond by phone or radio to
the Landscape Maintenance District Monitor, Inspector and/or Special'Districls Office within
fifteen (15) minutes;of nolificafion. 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 2hours. Upon amving 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.
1.09 Contractor and employees shall at times dress in a company uniform that identifies
.their employer and exhibit -good customer service to.Cfty staff, City contracted.staff, residents, y
and others throughout term of this contract: All communication wilt 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 i
District staff. Inappropriate communication and service may be cause for contract
termination.
i
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 haveexperience in.the rnaintenanceof
landscaped areas of ten (10) acres 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 syslems.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
Bid# LMD12-13-28 15
Arboriculture (ISA) / or have a contract with. a'Certifiied Arborist on heed 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
3.
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).
C E RTI FICATIONS/REPO RTS/RECORDS'
3.01, Pavroll 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 reportis requested and not made available or is in a form'that L
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 ReIports•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
Bid# LM012-1328 16
;4.,
$.
requirements
to the next lot
ADDITIONAL WORK
ustained complaints.
does not meetthese
a Clarita will proceed
on Records.
4.01 Special Districts may adange for additional Contractor personnel,to cover additional work
needed:due to extraordinaryincidents such as vandalism, Acts of Nature or third party negligence
for wtiich Contractor wiil be compensated. Regularly occurring'bad weather°:is no4 considered
an Act of Nature for the;purposes of,lhis contract
4.02 Prior to oerformino anv ext
.Costs for add
#1(see page
contractor wil
d the
han 15%. The
contractors,cost.
Sheet.
4:03 Whena, condition:exists wherein there is imminentdanger,of injury to the"public or
damage to property, Special Districts may vertially'authoriie the work to be performed upon
receiving a verbal estimate from Contrac_ tor, However, within 24 hours after receiving such verbal
authorization, Contractor' shall submit a proposal to be; approved by Special.Distncts.
4.04 All extra workshall commence on the specified da established,.and,Contractor shall
proceed diligently to complete said work within lhelime allotied:.All invoices submitted:oy
Contractor for extra work shall include a detaile6itemization of'laboa'and/or materials.
extra
to Special Districts.
CONTRACTOR'S' LIABILITIES
5.01 All damages resulting from. Contractor's operation within-theLMD areas shall be repaired
or replaced at. Contractor's expense within 48 hours;;
5.02 All such, repairs or reptacements'shall be completed within the following time limits.
a. Irrigation damage shall be repaired.or replaced within one.(1) wateiing,cycle.
b. All damages"to shrubs,Arees, turf, or ground covershall be repaired or replaced
within five (5).woiking 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 cornpleted.in°accordance with the following,
maintenance practices:
a. Trees Minor damage such as bark lost from impact of m owing. equ i p me nt shall be:
remedied by a qualified' treesurgeon 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, "Shruband Ground Cover Care," of the Specifications. Major damage
shall be corrected by removal of the damaged .shnib 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
Bid# LMD12-13-28 17
6.
7.
maintenance practices. Any soil damaged from chemical applicationshall.be
fdcdhdltlohed or replaced.
INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS
6.01 'Should any misundeisfanding arise; SpecialDistricts will interpret this Agreement. If the
Contractor disagreeswith the interpretation of Special Districts, Contractor shall continue,with'the
Work in accordance.with Special District's interpretation.. Within 30 days after receipt ofthe
interpretation, Contractor may files written request fora hearing before a Disputes Review'Panet
as provided hereinafter. The written reguestshall outline in detail the area of dispute;
administration of,,,grounds maintenance contracts.'The panel'will convene within one (1) week of
appomtmentin order to hear all matters related'to the dispute: The hearing will be informal and
formal rules of evidence will not apply,: Till he Panet:wsubmit its recommendation to Special
Districts,for consideration; within one.(1) week following the conclusion of the hearing. Special.
Districts shall renderan interpretation based upon review of the Panel's recommendation. Special
Districts decision shall be final.
OFFICE OF INQUIRIES AND COMPLAINTS t
7.01 Contractor shall.at all times,,have some .responsible 1person(s) employed by the
Contractor to take the necessaryaction regarding all`inquiiies and complaints that may be
received'frorn the Homeowners Associations; property owners, and ten 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 amacceptable
substituteto full time coverage,prbvided Contractor is advised of any complaint' within one (1)
hour of receiptoi such complalIntby the answering'seniice. Neither answering machines nor
voicemail areacceptable: The: telephone of said Contractorshall be on eixchan'ge or t
exchanges of said.District(s) or a toll-free number, and in no case shall the people of,said
Districts) 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'bytelephone,or
radio communication.
1
7.02 Whenever immediate actioh`is required to prevent impending Intury, death, or property
damage to the L•MD being maintained, Special Districts may authorize such action to be taken by
athird-party work force and shall charge the cost thereof as determined bythe Administrator;
against theCOntract&,. or'may.deduct such costfrom 66 amount due: to Contracfor-Jrorn Special
Districts.
7.03 Contractor shall maintain.a written dog of all complaints, the date and time thereof, ands
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.
Bidi LMD12-i7-2e 18
A
SAFETY
8.61 Coniractor'agrees to perform all
meet all California Landscape Industry S
the sole responsibility for complyirig'with.all loca
but notlimited to full compliance withthe terms
Safety Orders at all limes so as to Protect adpei
of the City, vendors, members of the public;orol
property: Contractor snajLtnspectall,potential ha
Agreemen land keep.a log indicating date inspe
8.02 It shall be ContractoYs!responsibititylo>i
any portion of the LIVID. premises unsafe, as wel
Special Districts shall benotified immediately of
correction Contractor shall be responsible torn
to: {
in such, a:manner as to
and
ininor'corrections including, but not'limited
a. filling holes in turf areas and paving;
b. using barricades, signs, caution tap6Lor.traffic ConeSto alert patrons of the existence
of hazards;
c.. replaci3 valve:box covers so as toprotect members of the public or othiirs from injury
During hours of operations, Contractor shall obtainemergency medical care for any member of
the.public who is in need thereof, because of illness orinjury occurring on ttie'premises.
Contractor shall cooperate fully with the City the mvestigation of anyaccidental.injury.or death
occurring on the premises, including a complete written report thereof to Special'Dslrictswithin
five (5) days following the' occurrence.
HOURS AND DAYS OF MAINTENANCESERVICES
9.01 The hours of maintenance' service shall be2;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. Nomork will be performed on City Legal Holidays unless authorized bySpecial
Districts Administration in advance. (Exhibit G) Blowers, lawnmowers, chainsaws or other
mechanical equipment with a decibel level above85 decibels cannot be used before 7:00
a.m.,,Mondaythe6ugh Friday within the City of Santa Clarita.
'9.02 Contractor rshall providegn-site staffing, to. performthe'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 Divisioncan modify*their maintenance schedule.
,Alterr ate'days or anychanges in.the days and hours of operation heietofore:pr6scrioed shall
be subject to approval by the.Special Districts Division.
9.03 Per State of California Labor Code, Contractor is directed tothe,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 to perform any of the work
described herein to' labor more than8 hours during any day,or more.thari 40 hours during
anyone 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.anyof 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 calendar day. or 40
hours in.any one calendar week, in violation of the provisions of Section 1811 to 1815,
Bid# LM012-13-28 '19
inclusive, of the Labor Codd of the State o('California,
•10. MAINTENANCE'SCHEDULES
10:01 Contractor shall, within tan (10) days:after"the effective date of this Agreement submit a
premises.work schedule' to Special DistrictOor review andabggo . Said work schedule shall be
`seton an annual calendaridentifying.and delineating tfie timg frames for 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:forthe work.
10.03 The.above provisions are not construed to eliminate Contractor's responsibility in
complying with the requirements to notify Special' Districts fonmaintenence.
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. Turf Aerification;
c. .Turf RenovationNerticutting;
d. Turf Reseeding;.
e. Micro-Nutrients/Soil Amendments;
f. Spraying of Trees; Shrubs oiwTurf;
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 maintenahce.:Contractorat his cost shall be
These slope areas are, hillside areas and are designed to meet the Los,Angeles
'County Ordinances for fire retardation.. These areas generally occur imsloping terrain
with,gradien(s ranging 10 percent to 100 percent Slopes are either manufactured or
natural. The .naturafslopes have been brushed to remove certain plant materials.
Manufactured slopes have been hydrornulched;or planted in accordance with
applicable CountyOrdmances..Use of these areas by the residents should be
.minimal.
Contractor shall perform,under the terms'of this agreement, the following services fof
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 plantsshall 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
Bid# LMD12-13-28 20
(3) When the
as
an LMU wilmn a maximum'perioo orsu.oays.
(4) Contractorshall be responsible for maintaining the brushed slope areas.
throuahoutthe' vear irraccordancie with the above=identified height of
determines addrhonal brushmg'is ne'cessary'the contractor will be paid
additional compensation at'the.rate specified inthe form of bid.
Contractorathis expense shall 'refrlove weeds to a distance of -36 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
structure, it is intended that the. space between the.strucfure 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,ofthe private
lot. -As an example; assume a,private residential lot has a depth of 100 feet, th
rearr or side of which'abuts a fire.protection slope. Assume that the structure is
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
eesponsible'forthose;areas "where an ea's'ementhas'beenaccepted by Special
Districts over a portion of a private_ lot: Consult witnSpecial Districts for any
quesl'ions regardinga. ese areas.
The maintenance:of the manufactured slopes requiresthat 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 6'delivef
sufficient moisture,within the root zone of trees and shrubs,to sustain growth.
Contractor shall be responsible for damage to slope areas caused by
ezce'ssive watering practices of to plant material caused by lack of water. Plants
and trees shall be fertilized in accordance With the requirements of Sections 18
and'19of these -Specifications
I. other Items as Determined by Special Districts.
10.05 Said maintenance services shall be, performed incorripliance:with the. Maintenance
Program Guide (Exhibits E -E5) attached hereto. Failure to complete spec'iat services in
accordance with the guide 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
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 Zone or as part of a crew serving any number of Zones shall include
Bid# LMD12-13-2821
12.
13.
14:
at least one individual crew foreman who, speaks, and:comprehends the English language:
11.02 Special, Districts may at any time give C
conduct or action of.a designated employee'=of
Districts Staff, detrimental to the interest of the t
with representatives of SpecialDistricts to'consi
to such matter and Contractor shall take,reason
Special Districts that the conduct and activities(
to the interest of lhe.public patronizing the.LMD
SIGNS/IMPROVEMENTS
notice to the effect that the
rie reasonable tielief-of Special
Itemises, Contractor shall meet
ite course,of action with respect
miler the circumstances'to assure
nployeeswill not:be detrimental
lis Agreement
12:01 Contractor shall.not post signs or.adyertising matter upon the premises or improvements
thereon, unless, prior, approval therefore is obtained from LMD Special Districts.
UTILITIES
13.01 :Special Districts shalt pay for all:util
However; water usage shall not exceed the
g of the controllers Coil
to moriltor irrigation systr
These activities rmay int
the day after rain and/or
The excess to tie deducted from payments, to Coh
to Contractor by Special Districts prior to actual de
NON-INTERFERENCE
the maintenance of the LMDs.
;oenplywith irrigation schedules
'Contractor will be required to
)r'al(excessive utility usage 'due
r unauthorized increases in the
limited to watering during a rain
(special event. The excess cost
age for the same time period:
zieaal Districts will be.presented
wfoe explanations.
14.01 Contractor shall not interfere with.the public use oftfie.LMD areascovered: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 61)eh§e, one maintenance viork'er-called for irilhese specifications
shall apply chemicals such as,herbicides and.pre-emergents:The City of Santa.Clanta will pay
the contractor's price.for the chemicals plus no more than a 15% markup 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-contractorto 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.
Bid#l-MD12-13-26. 22
16.
15'03 Chemicals shall only be applied by those persons possessing thetraining in chemical
applicabon.or a valid California Applicator's Certificate, Ap'plicaUon.shall be in strict accordance
with all,governing regulations..
15.04 Records of all operations stating dates, times, methods of application; chemical
formulations,m
applicators naes anis weather conditions shall be, made and retained in an:active
fileYora minimum of three (3)'years. Coniiactor 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 additioWto the copy 6f the usage summarythat 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 bffice and a permit obtained with a copy loSpecial Districts.
15:1)6 , All regulations and; safety precautions listed in the "Pesticide Information and Safety
Manual" published by the University of Califorriia.shall be adhered Eo.
15:07 Chemicals shall tie applied when air currents are'still; preventing drifting onto adjacent
property and preventing toxic exposure to persons whether or not they are in or near the•area
.
of•apptication.
STORAGE FACILITIES
16.01 Special Districts shall not provide any storage facilities for the Contractor. Any
Contractors storageifacilitiesmustbe located outside of the boundaries; of the Zone for which
landscape maintenance services are perfomied, Uriless;SpeClaf 6(itri6tscletermine54t would be -
iii the bestinterests of Special Dislricts:to waive this restriction.,
17. TURF CARE
17:01 'Contr
a. Mowing`, Turf to be mowed with an adequately sharpened rotary or reel type mower
equipped withiollers, to ensure'asinooth surface appearance without scalping.
(1) All warm:season grasses(Bermuda and St. Augustine) to becutat'%
inch through 1 inch height throughout the year, 'Subjectto cnange.
(2) All cool season grasses (Blue Grass and.Fescues) to'be:'cut at 1 ''/:'inch
and 2 Y. 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 ismowed. 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 1642 in this,section for turf length ranges.
b.. Edging: With each mowing,,.the edge of the 'grass,aiongsidewalks, curbs, shrub,
Flower beds, and walls shall be;trimmed to a, neat and uniform line. Where trees.and
chemicals, or small mowers: as required. Trim around:all sprinklerheads'as
necessary in order to provide maximum watercoverage: Edging will be done
concurrent' with each mowing.
Bid# LMD12-13-28 23
(1) The edge of the turf shaltbe.trimmed around value boxes, meterboxes,
backfiowdevices, oreny'structures located; within the turf areas.
(2) All turf edges are to, be maintained'toprevent:grass invasion'into
adjacent shrub flower, and°ground cover bed areas.
(3) All clippmgsshall be removed.from site the same day area;is edged.
(4) After, mowing and edging' is'compteted all.adeceni walkways are to be
swept clean by power,blower, orbroom.
(5). Newly planted trees in,tawn areas shall 'have tree guards,installed,if
necessary fo avoid'damage.
(6) Trees in lawn area sshall .have a minimum of14to 24 inches mulched
clearance where applicable.
c. WeedLontroL Control turf, weeds as needed. and in accordance with the specialized
maintenance pprogram (Exhibits E -E5). Hand removal of noxious weeds'or, grasses
Will be required as necessary.Ail mulch brought in the LIVID will be disbursed by
the contractor on site to.control weed growth.
d: Insectibisease Control: Eliniinate.all'insector disease;affecting turf areas as they
,occur.
e. Aerating: Aerate all turf areas two (2),times annually, once in the spring land once in
the fall prior to the:over-seeding operations. Aerate all;turf by using %-inch dines,
removing.2-inch cores of sod with amaerator 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),timesannually; once in the spring and
once inthe'.fall prior to the over -seeding operations. Equipment will consist
standard renovating.orvertical mowing types., Special Districts is to;be notified at
leasttwo (2) weeksprior to the exact date of renovation:
a. 'Irrigation: Irrigation, including t
emergency situation as require
and in accordance with aschel
provide' Special Districts with a
accordance.with the recommer
provided for this purpose. Spe
irrigation schedule as the need
by programming the automatic
ndwatering.and bleeding 61` valves during an
to mairitaimadequate growth rate;and appearance
ile most conducive toplantgrowth. Contractor to
mitten winterand suinmerirrigation schedule in
ations on Exhibi-ts E -E5 (Irrigation Program)
al Districts shall Have:the ability to change the
evetops. Adequate soil moisture will be determined
prinklercontrollers as follows
(1). Consideration must be given to the soil conditions, seasonal
temperatures wind conditions humidity, minimizing runoff and the.
relationship -off 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 andlor windy conditions, automatic.
imgation will be: discontinued. No watering medians in windy conditions,
to avoid drift and wetting vehicles..
(2) In weas where wind creates_ problems of.spraying water: into private.
property or road right-of-ways, the controllers shall be set to operate
during theperiod of lowesiwind velocity which would normally occurat
night (between the hours of 7:00 p.m. and 6:00 a.m.).
'Bid# LMD1 2-13-28 24
(3)
(4)
(5)
(6)
areas or which throw dirgctly onto roadway paving or walks (where
sprinkler heads can be adjusted) within the LMD areas covered under
this Agreement.
.Irrigation system will tie controlled by Contractor in such a way 'asnot to
cause,an excessivelyviet 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
occurrernce, or within 24 hours -following notificationfrom Special Districts
of such a deficiency.
(9) A.soll probe shall be used to,a depth.of 12 inches to determine the
water penetration.by random testing of the root zones. Contractor sh
(10) Contractor will provide their own irrigation receiver and transmitter for
control of the Rain Master, Calsense, LETT (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 assureall parties concerned that the automatic
system is operating at maximum efficiency. Special Districts' inspectors
will use this device in theirinspections.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 blanced turf type commercial fertilizer at a
minimum of four (4) times a year. (See ExhibitE-E5), All fertilizer used shall be
.granular. Fertilizer type can be suggested, by Contractor, determined by soil analysis
Bid# LMD1243-28 n
or at direction of8 ecial Districts. All turf areas fertilized shall, be thoroughly
p _
irrigated,imni ediitelyfollowing fertilization Fertilizer applications must be approved
by Special Districts priorto application The City of Santa Clarita will pay the
contractors price foethe fertilizer plus no more than a 15% markup. The.contractor
shall provide the.labor.to'applv:the fertiliser.
i. Turf Reseeding: Contractor shall twice each year, once in the fall and onc6 d,n the
spring; overseed all turf areas after verticutiing (dethatching), aerification and
overseed all. bare spots, as needed; throughout the remainder of the year'to re-
establish turf to an acceptable quality. (See'Ezhibd E -E5). When Contractor"reseeds
turf; they will aenfy, veiticul seed and top -dress(spread evenly over the entire area
to a uniform depth: of `/4 -inch) in this sequence. Special,Districts may require the use
of "sod when deemed necessary. -Contractor shall be entitled 10 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 shalt 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 es4ablishmentshall be approved'by
LIVID ,stiff 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 line 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 exceptionof roses, which shall be pruned no
later than January. All shrubs'shall be free -of dead wood, weak, diseased, insect
infested and damaged timbs'atall times. Remove all clippings the same day E
shrubbery is pruned. ;Pruning is not done during flowering; during new growth
emerging orduring 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.fotlowing the natural habit of the particular
plant. )
b. Trimming: Restrict growth of shrubbery and ground •cover to areas behind cwbs and '
walkways, and within planter beds by trimming, as necessary, or upon notice by
Special Districts. Ali trimmingpracticesare subject o change as directed by,Special
Districts.
c. Renovation:Renovate ground covers according to prescribed practices in the
ndustry 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 thesoil; 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 Al 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 fapprox 2000 cubic
yards/year
(2) Hand removal
B4 LMD12-13-28 26
(3) Cultivation
(4) 'Chemical eradication using non-residuafherbicides
f. Shrub and.Grouhd CoverReolacemenl All damaged diseas
dead shiub's.and grounid'covers whose damage vasa natur`a
.be replaced under the terms of additional;workias described
document. All ;shi ibi-shall be guaranteed to live and remain
,no less than ninety (90) daye'from the'date of acceptance of f
Districts Administratoror'qualified representative'
,g: ;Fertiliiation: Apply balanced fertdiier tw6'j2) times per year b
col orih all plants with foliar feedings if applicable. The fertilize
durino the months'of March or Aoril and once durina the =most
'to installation. The Contractor shall pmvi
.with two,(2j.weeks notiticatton prior: to tfi
h.. Irrigation: Irrigate- including hand.waterii
'situations where automatic systems are�.i
adequate growth rate and appearance.
irrigation practices st all'apply to shrubs",
L Diversion requirements' In keeping with
strives to exceed diversioh'obligalions -
Contractor shall mulch and use on site 9
Northbridge. Contractor requirements foi
chipper or equivalentfoi use onsite ata
j. 'Recycling: Recycling of
inch layer of mulch,unde
layer in all'open areas'is
d (untreatable), or
.ondition/causes, will
n Section 4 of this bid
he`co
althyndition for
job by the Special
provide a healthy
shall be applied once
s of Septernber or
cior.witn a termizatlonschedule,
fertilization
!ding of valves, in;emergercy
iingas required,to maintain
Paragraph g,-concernirtg
covers.
sated requirements,dhe Lmb
i waste from the landfills. The
reen waste generated by T-46
m"shall include a Vermeer 4500
f twice per week.
and/or maintaining'a minimum 2-
idcovers arida minimum 3 -inch
19: TREE'cARE.
19:01 Contractor under the terms of this agreemenhshall perform the following
services:
:a.. Tree Maintenance
(1) All trees 12' (feet) tall oraess 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 isto be removedfrom trees as it "occurs.
(2) Maintain an8-foot clearance for branches overhanging walks, 8 -foot for
public sidewalks.
'(3) Report insects and tree diseases to Special'Districtslnspector..
(4) Stake and support all replacementteees: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.
Bid# WDIV3-28 27
20.
i
Stakes will not be:placed closer than -12 inches from the top tie on the
treetrunk, j.
(7) Stakes and ties will be placed so no chafing:of bark occurs and shall be
checked frequently'and reUed.lo 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 Ime atleast once peFyear'(during the months
of March or April) to. provide a healthy` color in'atl plants_ Fertilizer stiould;,at the
direction of LMD, be a balanced.orgamc 10-5-4. ratio with trace element: Contractor
shall provide Special Districtswith two,(2) weeksnotdicaiion,prior to the fertilizer
application.
c. Permits: If permit is.required for tree,pruning, Contractorwill,6btain.a permit prior
to commencement of work by Contractor.
d. free Replacement: All trees permanently damaged as a,result of action or inaction
iiy 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. Tfie need.forand the size of replacement wirl be determined by Special
Districts at the monthly maintenance'.inspection.meeting:or upon written notification:
Size of the replacerri kshall.be of•a like s¢e. ,Substitutions,wiltrequire prior written
approval by Special Districts Original plans and•specifications should. be consulted
e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit setby )
use of 'Maintain Florel" or other approved product Two:(2) applications shall be
required 7-10 days apart. The first application shalt be applied when '/2 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 wnh'a minimum of 150,p.s.1.:
pressure. 'The Landscape Maintenance District's Tree Maintenance contractor will
provide most of the chemical applications to trees. If the landscape contractor f
provides this seance it will be considered "extra work cost" (refer to Exhibit E -E5). k
I. Oak Tree Pruning Permit: All cuts over 2 inches in diameteron Oak Trees will be. I
done'bylhe Landscape Maintenance Tree Maintenance contractor. All other cuts on
Oak Trees shall be made to ISA standards vath;an Oak Tree Pruning Permit•penCity
Municipal Code by tfie.landscape contractor or their subcontractor. Special Districts #
will procure Oak Tree Permits:once work is approved.
,g. Tree Piuningffrimrningt All tree trimming/ pruning will be done in accordance:with the
standards established by the'lnternational,Society of.Arboriculture (ISA) and ANSI
300 Best Management pruning practices:
USE OF INTEGRATED PEST MANAGEMENT (I.P.M.)
20.01" :Special Oistricts,wiil provide thematerials (Biological insects) necessary for integrated
pest management (IPM) and contractor athis under the terms of this agreement will provide the
labor. —
a. Integrated Pest Management (IPM): Integrated pestmanagement(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;
.Bid# LMD12.13-28 - 28
a
of
workcovered
T
of work:
ori Federalproperty,since 499E
is cited intitle '41 of the
rice.for 'agencies;subject to'.the
Contractor will develop an IPM
b. Chemical Application: All work involving the.use of chemicals will be accomplished
by 43 State.of Cafifornia,Certified or Licensed pest control operator. Awritten
recommendation by a person possessing.a valid California, PesfControl 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 CountyAgricultural Commissioner's office and a permiYobtained
with a copy to Special Districts, prior to use. A copy of 611 forms submitted,to the
-County Agricultural Commissioner shall tie given to Special Districts atimely
basis.
d. Compliance with Regulations: All regulations and;safety precautions listed in.the
"Pesticide Information and Safety Manual"published by the.Unrversity of California
will be adhered to.
e. Pest Control: Control of ground squirrels,
trapping a6ftreradication will be provide
by the County Agricultural Department -who v
Districts. This.procedure shall be followed in
areas. Contractor is responsible for notifying
for rodent control.
21. GENERAL CLEAN-UP
ars, and other burrowing rodents by
,peciai Districts. Contractor is not
visible upon 'tF esurfa6% these
d moisture runoff entering the holes
rovide pest control forSpecial
areas; especially within all slope
ecial Districts•upon.detecting a need
'21.01 Contractor shalt at his sole expense under the terms of this agreement, perform the
following services:
a. Trash Removal/Receptacles: The contractor shall empty 611 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 upschedule for the approval by SpecialDistricts.
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 StrilY 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 times.
c. Curb.and Gutter Maintenance: Contractor is responsible for removal of weeds and
Bid# LMD12-13-28
29
grass from curb and gutter expansion joints at all times.
d. Walkwav and DrivewavMaintenarice: Walkways paseos and driveways, if any, will
be cleaned immediately following mowing and edging and.cleaned byuse of power
sweeping or blower equipment ata minimum of once per week or as needed. This
includes removal of all foreign objects from surfacessuch as:
(1) Gum,
(2) Animal:feces,
(3) `Grease,
(4) Paint,
(5) Graffiti,
(6), Glass and debris
•AII walkway and d6vewayciacks and,expansion joints shall.be maintainedweed and
grass free at'alf tirnes:.
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 'proper lydisposed 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 shouldinclude; but not be
limited to, mulching and'composting. The contractorshall 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%o'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 becleaned with a.Water broom once
each month.
22, WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR
22.01 All irrigation' systems within the LMD areas designated in,these specifications will be
repaired andmaintained as required for operation by the Contractor, Irrigation repairs inot to
include orogrammingl ,1,:
re considered'to-be additional work or "extras'. For all irrigation repairs,
including mainlines and all irrigation parts reimbursed of no more than a 15% markup over the
contractors cost. The Contractor must provideinvoices upon request of Special District Staff.
Failure:to provide. copies of invoices may result in delay of.payments to Contractor. The
contractor shalt adhere to the Irrigation Association,.Best.ManagementPractices (BMP'S).at:
22.02
a. 'Scope of•Resoonsibility: 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 batterypowered controllers,
Bid#.LMD12-13-28' 30
(7)valve 'boxes; quick coupler boxes,
(8)
(9) irrigation controller programming;
6. Replacement Reauirern6nts Replacements will be of original materials or
substitutes, approved by Special Districts tnwriting prior to anytnstahatibm
c. Extent 6f Responsibility: Contractor will be responsible for.immediate maintenance
(repair or replacement) of all irrigation systems..Contractor will be responsible at.
d. Ordinances: AII_materials and workmanship will be in accorciance,withthe applicable
City Plumbing Ordinances: Where & provisions of the specifications exceed such
requirements, the specifiation
cs 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 thebontractors office via a desk top_or`any wireless
computer,.orhand held device. The LMD wilf6rovide a password foraccess.
f. Inspections: Landscape. Maintenance Disirict Consultants/inspectors will spot-check
controllerschedules on,each inspection of a district -to assure compliance with
rrigation program standards. Contractor "shall 6onductwcompletearrigation
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/orpoint of connection), CONTRACTOR
shall not exceed the Maxirrlum Applied Water Allowance,(MAWA).as established by State.
Assembly' Bill, 1681, Model Water Efficient Landscape Ordinance (MWELO).
Formula:
MAWA. = (ETo) (0.62),[(0.7 x LA) + (0.3-wSLA)
MAWA = Maximum Applied WatenAllowarice (gallorrs,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 waterallowance 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 WaterDistrict, Santa Clariia Water Division or
Castaic Lake Wate'rAgency, CONTRACTOR shall not exceed the monthly allocation(s) as set
forth by the service providerfor.each individual -service area within a Landscape Maintenance
District Zone; specifically.water meter and/orpointof connection.
Failure to comply with these requirements will result in a probationary period of up to 60 days to
allow for corrective'actioris. Feiluee•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 waterbudget(s),
efficient tier, oFany"penalty" tier the City of Santa Clarita is subjected to.
Bid# LMD12-13-28 31
23.
24.
25.
MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE:ROADS AND DRAINAGE
SYSTEMS
23.01 Walkways ano Service Roads: All walkways and s&vice roads; if any; shall be.
maintained by`Contractorso a`s'to keep the integrity of it e.walkrhg or`driving surface in a safe,
unimpaired.condition. The contractor may not use subcontractors notincluded with the•bid
submision without the written approval of Special Distnct''Staff. Any.unsafe condition of a
walkway or service road shall be reported irnmediatelyto the.LMD Inspector or directlyt.o 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 Cogtractor's negligence or'by
accidental damage.within his maintenance operation.
b. Contractor' shall beresporisible forsweep ng/bowing all'walkways and paseos within
the contractboundaries at minimum of once pecweek oras necessary oras.
req uested.by;Special Districts. All debris must be_collected and.removed.
c: 'Disposal of debris by.olowing into roadways, sidewalks, or other aeeas'is prohibited
and maybe'eause 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 timesso
that water will have 6n, unimpeded passage to.itsbutlet. Contractor will not flush dirt
or, debris into the stormdrain system,per the City's National PollutantDischarge
Elimination System (N.P.D E.S.) permit. All debris will be collected and disposed of
properly.
b. -All LIVID area sub -surface drains (except storm drains), if any, snallbe periodically
flushed with water to avoid build-up of sill and debris._ AII'inlets to.sub-surface.drains
shall be kept clearof.leaves; paper, andbther debris to ensure unimpeded passage
of water. Every attempt will be madeQo prevent debris from continuing into the City's
Stormdrain system including the use of sand bags, straw bales or other Best
Management Practices (13A.Ps)
a Disposal of green waste or other debris into catch basins, drains or stormdrains is
prohibited. Such action could result in termination of maintenance contract..
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; wwov:santa-clarita'com/e=service...
24,02 Monthly; meet on site with an authorized representative of Special Districts for awalk-
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 "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.aleaking valve, which must be
repaired within 24 hours following notification.
GRAFFITI ERADICATION AND CONTROL
Bidp LMD12-11-28 32
2s.
27:
28.
25.01 Contractor ma
as it appears upon an}
appurtenant structures
Districts Inspector will
required to"input graffil
ro afFti.
25.02 The contractoi
small pick uptruck, In
larger items would be
Section 4.
required'to
E
Id fit,into a
Removal of.
'25.03 "All materials and processes used in graffib:eradication"shall be non -injurious to surfaces
a ld,adjacent District property and approved byCAL=OSHA. Materials and processes used must
be approJed byLIVID 'prior to use.
NATURAL AREAS MAINTENANCE
28.01 Natural areas .are "open "space areas that minimal usage due to the sloping
characterof the land and the rugged landscape matenals3hat are native to the.land.'Contractor
will provide periodic maintenance, according to routine scheduling„ consisting of debris removal
as`directed by Special Districts.
SEASONAL COLOR AREAS
27.01 Annuals (flowers) shall be replacedthree,(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,wnen possible. The priceof the annual
color plants plus no more than a'15% mark up will tie paid bydhe City; contractor,
: under the terms
oLthis agreement:shall provide the labor.
IRRIGATED STREET TREE WELLS
28.01 Contractor is responsibte'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# LMD12-13-28 33'
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 C__larita for: dollars
($ ),'this amount tieing not less than ten percent (10%)'bf the total amount of the
bid., The proceeds of this check shallbecome. the property of said AGENCY provided this
Proposal shall.be accepted by:said AGENCY through action of itss 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 MAINTENANCE CONTRACT FOR. LANDSCAPE MAINTENANCE
ZONE T-51 VALENCIA HIGHSCHOOL NEWHALL RANCH ROAD SLOPES
LMD-1243-'U
Bidder's' Signature'
CONTRACTOR
City, State, Zip Code
' Delete the inapplicable work.
NOTE: If the bidder desires fo 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 (1 of thetotal amount of
the bid.
Bid# LMD12.13-28 34
PROPOSAL.GUARANTEE
'BIO:BOND "
ANNUAL MAINTENANCE CONTCTi6R' LANDSCAPE
MAINTENANCE ZONE T-51 A H
VALENCIIGHSCHRAOOL NEINHALL RANCH ROAD SLOPES .
LMD-1Y-13=2t3
City ofSanfa Clarita, Calirornfe
KNOW ALL MEN BY THESE PRE§ENTSahat bakiidoe.Landscaoe: Inc as
BIDDER, and SureTecInsurance"Company' as SURETY, are
.held and firmly bound unto' the City of Santa Clarita as 'AGENCY; in the penal sum of
Ten Percent of the Total Bid Amount - dollars jt101% of the*). which is ten
percent (100/0) 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 lie bouritl, jointly and;severafly; firmly by
* Total Bid Amount
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, -whereas BIDDER is about to
submit a bid to AGENCY for the above -stated project if satd;bid, isjeJected, or if said bid is
accepted and the contract is av4rded and entered into. by BIDDER in the manner and time
specified, then this obilgation.shall be riuti and void, otherwise it shall remain in full force and
effed In favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names; tifles; hands, and seals, this
1st day of may 2013.
BIDDER Oakridge Landscape, Inc. - Contact: Hopi Roark- 818-898=0468
'SURETY'
Subscribed and sworn to this 1st day of May :2013,
NOTARY PUBLIC * See Attached
"Provide BIDDER and SURETY name, address, and telephone number and the name, title;
address, and telephorie 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 lransact.business in the State
where the project is. located.
00 LMD12-13-28 35
State'of California.
County of Los Angeles
Bond No:`. N/A
On May 1, 2013 before me, Peggy Sue Larranaga, Notary Public, personally
appeared ,Keith W. Newell, who proved to, me on the basis of satisfactory
evidence to be the person whose name is subscribed to the within instrument
and: acknowledged to me that he executed the.same in his authorized capacity,
and that by his signature on the. instrument the person, or .the entity upon
behalf of which the person acted, executed'the instrument.
I certify under PENALTY 0FPERJURY under the laws of the State of California
that the foregoing paragraph is true and correct -
WITNESS my hand and official seal.
PEGGY:fiUE LARRANAGA
Commission 4 1906878
Notary Public California n
i —•
Los Angeles County
My Comm. Expires Oct 4. 2014 r
POA N:+5f0013 - Los Angeles'
L11Y111 L' J.r YV YY Eli �IJPrH ij'il%1[1�1btY.. -
Kn n, All Melt by These Presents, That SURETEC INSURANCE COMPANY, (the Company;') a corporation duly organized and
. existing under thelaws'of the*Sta[eof Tezas;,and hawng t'Is.•prmapal,office mHouston `Harris;County,•Tezas;7 does bythese presents
make, constitute and appoint
Keith W Newell
its hue and lawful Attorney -N -fact, with full power and aut}iorI hereby conferredlli its name place and stead,. to execute; acknowledge
and deliver any and -all bonds, recognizance`s, undertakingi. or other'instniments�'or contracts of suretyship to include waivers to. the.
conditions _of contracts and conscius of surety for:' it
Five Million Oollais.and nbA,6O ($5,000,000:00)
and to bind the Company thereby as fully .and. to the same extent a's if such bond were slgned'6y the P1.restdent;'sealed with, the. corporate
seal of the Company and duly attested by its Sboretary hereby ratifymo,and confrOnj all that'the said Attorney to -Fact `may'd.0 in the
premises. Said appbinttnenCshall continue m force until' ' 10131120W 'and is made un -di -rind by autlioiity'of the following
resolutions of the Board of Directors of the SureTec Insurance Compnny;..;
.
Bert. Resolved, thaCthe President, any Vice;Presidem aay'Assismnt Vice President;pany Secretary or any Assi9tant`Sccretary shall be end is.
hereby vested -with full power and authorityao appoint any one or more`surtable persons as Attomey(s)-in-Fact to represent and act for and on
behalf ofthe Company subject to the following provisions:,
. Auorney-'in-Fact may be_gi4en full, power and aumontytfor end 1n the name of,and of behalf of the Company; to execute acimowledge snd
'deliver, any: and all bonds, reeogniiances,:contracts, agreements or mderlinity and othe,r,condiiional or obligatory:undertakings end• any and. all
notices -and documents cancetmg or terminating the"Company s liability thereunder, and any'such instruments: so executed., by any;such•
'Attorney m Fact shall be binGing upon the,company as tfsigned by the p[esident and sealed and effected by the Corporate Secretary
Be ttResahzd; that the signature oCeriy eonzed offcer:and swl of the Company heretofore or hereafter affixed;to any power of attorney or
on9 certificate relating thereto by facsimiles end any power of attorney` of certificate bearing facsimile signature orfecsirnile seal shall be valid
_ ile ,
and binding ypon the Company with respect to. any bond •or und_ertak'trig to which itis attached. '(Adopied ata meeting held on,20°i of April,
1999.)
In Witness Whereaf,,SUIRETEC INSURANCE'CGMPANY has caused -these presents'to be signed by its President, and its corporate seal
to be hereto affixed this 3'rd day of September, A.D 2010., -
SpnANQF SURETEC INSU E C MPANY
John o Jr., resident
'State of Texas
County of Harris
'On this aid day of Septtrri er A D _2010 before me personally coma John Knox' Jr to me known; who being by me duly sworn did depose and say, that
. --. .... , n., ,lW_T /, tf L .... J -.:..-.LSA ....nnA , L 1L•
3°nno� JACQUELYN MALDONADO !I ��
Notary Public, 5tateofTexas ac el n 481doiado'`Notar Public
;' a My Commission Expires '+ -9 Y, '• Notary
,Public
t•„' May) 8;.2013 y comm siori e c i a May 18, 2013
I, M. Brent BeatyAssistant Secretary,o(SURETEC [NSURANCE COMPANY,do hereby certify that the above and fprogoing is a true end correct copy,,
of dPower,of Anomey,'executed_,by, said Company, which is still,iri:fuli farce and effect, and furthermore, the resolutions of the Board of piiectors, set.
out in the Power of Attorneyare in full force and effect.
Given under my hand and lie seal of said Company at Houston; Texas this .1 St. day'of May 201 3 AID.
M. Brant Beaty, Assistant Secretary
Any Instrument Issued in excess of the penalty stated above is'totally void and without any validity.
For verification of the authority of this power you may ball (717)812.0800 any.huslness day between 8;00 am and 5:60 pm CST.
CALIFORNIA ALL;PURPOSE�ACKNOWLEDOMENT
State of'California
County of Los Angeles
on May 2, 2013, before me, Susan L. Meza,.Notary Public, personally
appeared Jeffrey Myers, who proved to Yne on the'basis ofsatisfactory
evidenceho be the person whose name is'subscribed to the within
instrument and acknowledged to me that he ex'e'cuted the same.in his
authorized capacity, and that by his signature on the inst`rumentahe
person,.or the entity on, behalf -of which the'person acted, executed the
instrument:
I certify under PENALTY of PERJURY under the laws of'the State of
California that the foregoing paragraph is true and correct.
Witness my hand and official seal.
Co SUSAN. L. MEZA ! _
k Commissiow# 1909951
Notary public - California•-•ry PIIG
Los Angejes County - 96san L; Meza,NOta
M COMMx ices Nov.19;2014
PROPOSAL' GUARANTEE
BID'BOND
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA HIGHSCHOOL NEWHALL RANCH ROAD SLOPES
LMD;12-13.28.
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_
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# LMD12-134e 86
FAITHFUL PERFORMANCE BOND
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE,
MAINTENANCE ZONE T-51 VALENCIA.HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD-12-13.28
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 inan 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 2008.
r
CONTRACTOR'
1
SURETY`
Subscribed and sworn to this
2008.
day of
NOTARY PUBLIC
Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
Bid# LMDi2-13-28 36
LABOR ,AND MATERIAL BOND
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 VALENCIA:HIGH SCHOOL,NEWHALL RANCH ROAD SLOPES
LMD-1243-28
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 Clanta, 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 coritinuing,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 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 2008.
CONTRACTOR'
SURETY'
Subscribed and sworn to this
2008.
day of
NOTARY PUBLIC
Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
Bid* LMD12-13-28 37
D. CONTRACT
SAMPLE MAINTENANCE AGREEMENT °
BETWEEN
THE CITY OF SANTA CLARITA AND
t
s
Contract No. i
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. j
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 teims 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,conseht 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.dicca.gov1DLSR/PWD. A copy of the
prevailing rate of per diem wages must be posted at the job site.
Bid# LM012-13-28 38
3
The City of Santa Clarita; actively supports the Immigration and Nationality Act (INA),
which include . s pr I ovisions add�essirig employment eiiglbility, employnient verification, and
nondiscrimination, Uncliar'the' INA ,employers may hire only pem6ni who may legally
,kork`inthe Unite - d States (i,e.. citizens and Aiitfohali 666e''U.S.) and ali6fis'a-iithoriiiad to
'u
work in the.s. The 'employer-,mu'st v6'rify the-,166ritityr and eim6loyment eligibility of
anyone'to: be hired, Which include's completing Illie ltmploy6ent Eligibility Vjhfi- cation
Form`,(I-b)- ' The"Co6traci6i shall' -establish appropriate procedures and controls sono
servicei!dr product� undertheContra6t b6duni6nipwill :b6 peftor.m6d or man6factbred
by any worker Who isnot legaliy'eligible,fo perform such services or employment
5. 'FAMILIARITY WITH WORK
A. B y 6x6cuting this,AjreementA
CONTF CTOR represe nts that CONTRACTOR has:
i. Thoroughly investigated and considered the scope of services to be performed;
and
it. Carefully con-sidlered how the se-rvice.s should be performed; and
ii. Understands the facilities, difficulties, and restfic tons attending performance of
the siiivices,6nder this'A green ent.
113., jf services involve work Upon any site, CONTRACTOR Warrants that . CONTRACTOR OR has
or will investigate the * site and is'o , r will be fully ,acquainted with the conditions there
existing,, before commencing theserviceshei6und6r. Should CONTRACTOR discover
any latent or unknown conditions ihal may matehall affect y a a - ct 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 tylies -
of
insurance with coverage limits complying, at a minimum, With the limits setrf6rth below:
Type of Insurance Limits (combined single)
Commercial general liability: $1,000,000
Business-autornobile liability $1'.600,000
Workers compensation Statutory requirement
B., Commercial general liability insurance will meet or exceed the hsquirembnts of ISO -CGL
Form No., CG 00, 01 11 85 or 88. The, amount of insurance
ce 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 6ther-i nsurance that
maybe carried by City will.be excess the . reto. Su . ch 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. Aut6mobile coverage wilt be written on ISO Business Auto Coverage Form
CA 06 6i 0692, including symbol, 1 (Any Auto),
6. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
Bid# LM012-13-28 39
evidencing maintenance of
as required herein, ands6
reasonablytequired .by,Cil
with a current.A:M.'Best
Certificate(s) must reflect
cancellation of coJerage.
certificates -to delete any i
written notice of cancellati
with regard to any notice pi
Trance required., under' this Agreement, endorsements
ididehce of insurance or copies of policies as may be
me'to time Insurance must be placed with insurers
y Rating equivalent to at least a Rating of "A:VII."
insurer will provide. -thirty '(30) day notice of any
-RACTOR will ;require its 'insurer to modify such
try wordirig stating that failure of the insurer to mail
ies no obligatiorc,'and to delete the word "endeavor"
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, undeF this
Agreement or terminate, In the alternative should CONTRACTOR fail to meet'anv:of the
F:
TIME FOR PERFORMANCE. CONTRACT,OR.will hot -perform any:workunder this. Agreement.until'-
A. CONTRACTOR furnishes -proof of insura_hce as. required under Section 0 of 'this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin .work-in . advanceof receiving written authorization to
proceed, any such professiohal services are at CONTRACTOR's own risk.
8. TERMINATION.
A-. city mayterminate.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.
Bid# LMD12-1328 40
CONTRACTOR. agrees. to indemnify and hold CITY. harmless .from and against any claim, action,. _
damages, `costs (including, without limitation; attorney's fee`s), injuries :or3iabdity; arising: out of the
performance of this agreement by CONTRACTOR. ShouI[&CITY'be named in any suii,.or,should any {
claim be brought.agaimt it by suit orotherwise arising out ofpe'rformance by.CIONTRACTOR .of services
rendered pursuant to this Agreement, CONTRACTOR 'will defend CITY (at CITY's request and with r
counsel satisfactory to CITY) and will indemnify CITY for anyjudgment rendered ageinsfitor any.sums
paid outimsettlement or'costs'incurred n.defense otherwise.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as i
am independent contractor and will have control of all -work 'and, the franner'in which' i's'it performed. j
CONTRACTOR will be free to contract for.simiiE r service to be performed for ctneremployers while under
contract with CITY. CONTRACTOR is not an agent oremployee ofCITY`and is not entitled to participate
in any -pension plan, insurance, bonus or similar beriefits CITY Prov des.for its employees. Any provision
in this Agreementthat 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 me'ans'thatCONTRACTOR will.follow
the direction of the CITY'as to end,results of the work only.
11- NOTICES.
A. Altnotices given or required to be'given pursuantto'this Agreement wilhbe 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'Boul&ard, Suite.300
.Santa.Clarita, CA 91355 f�
To CONTRACTOR: Name
Address
City
S
B. When addressed in accordance with this paragraph, notices will be deemed given upon
deposit in the United States mail, postageprepaid. In a_ll other instances, notices will be
deemed•given at the time of actual delivery,
,
G Changes may be made.in the names or, addresses of persons to whom notices are to be
given bygiving notice in the manner prescribed in this paragraph. E
12 TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY.with a Taxpayer
Identification Number.
r
n
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 waiverofany subsequent breach of, the same of 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 fain 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 t*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 forconvenience of reference only
and will not affect the interpretation of this Agreement.
Bid# LMD12-13-28
41'
17. WAIVER. Waiver of any provision of this Agreement will notbe.deemed to constitute a.waiver of:any
other provision, nor will such waiver constitute a continuing waiver:
18. INTERPRETATION. This Agreement•was drafted in andiwill be construed ih,accordance with the
laws.of the State of California, and'exclusve venue for anyraction 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 CouncilThis.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 anti to engage in,the actions described
herein, This Agreement -maybe modified by written. agreement. CITY's City Manager may execute any
such amendment onbelialf 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 originalsignature,
'21. EFFECT OF CONFLICT. In the event of any, conflict, inconsistency; -or incongruity between 66y
provision of this Agreement, its attachmehts,.thepurchase:ord&,.oFnotice topmceed; the provisions of this.
Agreement will govem,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 Agreemei a
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 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, t
those terms are incorporated as if fully set forth above. There are no other understandings, term's or
other-agreements,expressed or implied, oral or written.
25. CONFLICT' OF INTEREST, CONSULTANT will comply with all conflict of interest laws and s
regulations including, without limitation, CITY's conflict.of interest regulations.
(SIGNATURES ON NEXT PAGE):
Bid#.LMD12-13-28 42
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first
hereinabove written.
FOR CONTRACTOR:
By; DO NOT SIGN — SAMPLE -ONLY
Name & Title
Date:
FOR CITY'OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITYATTORNEY
By:
City Att
Date:
Bid# LMD12-1348 43
ANNUAL MAI NTENANCECO_ NTRACT'FOR LANDSCAPE
MAINTENANCE ZONE T-61 VALENCIA HIGH SCHOOLNEWHALL RANCH ROAD SLOPES
LMD-12713;28
DOCUMENTSCHECKLIST
The following.documents are required to be completed and submitted by the Contractorat.the
time's specified by an X opposite each title- If no columnds marked; document will hot be
required.
With Bid Proposal (All Bidders)
Bid# LMD12-13-28 44
With Agreement (Awardee only)
Ptiorfo Starting Work (Awardee;only)
X
Proposal -original, plus (1) copy, do not use:.staples, binding or
folders .
X
Proof of Contractor's License - license iwmberwillsuffice
X
Bidder's Bond
X
List of Subcontractors — if none, write "rim"
X
References
X;
Initials Verification of Additional Pricing(approzpage;46)
X
Bid Schedule- Use the City supplied pricing page only
X
EWbit A —Violation Records — must be completed
X.
Exhibit.B —"Staff — must be completed
X
Required"certificates/qualific'ations(as identified in solicitation)
X'
All Addendums (signed)
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 Workers Compensation Insurance
X
Certification of Fire and Extended Coverage Insurance
X
Maintenance Meeting
X
Emergency Contact Information
Bid# LMD12-13-28 44
19
Item Project Site
No:
BID SCHEDULE
Monthly Total
Maintenance Cost Annual cost
Item 1. LIVID Zone T-51 a)_ g75,.xlzmos /annually
Total bid amount for Zone T41 Valencia High School Newhall Ranch Road Slopes
annually, in legibly printed words:
Bid# LM012-13-28
45
ADDITIONAL PRICING (SHEET#1) DO NOTADD 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 sfiall be Osed in
evaluating cost estimates for "additional" or "extra"'workrequested by the City under this
contract.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates,as listed below:
Skill Level
Irrigation Laborer
Landscape Laborer
Hourly cost
$40.60 per hour
$30.00 perfiour
QACIQAL Herbacide and pesticide Applicator '$30.00 perhour
After hour emergency
$65.00`'per hour.
$45.00"per hour .
NIA
Please note: pricing increase allowance will be according'torConsuirier Price:lndez (see
Section A,. "Bid Instructions, Item.03)
Please iniiial ioverify acknowledgement of lab..or rates (initial)
Bid# LMM-13-28 46
ADDITIONAL,PRICING (SHEET #1).DO NOT:ADD rO,TOTAL
,Pricing.and Billing Schedule Detail
Hourly labor rates to be used in performing 4he,work required, in thespecifcations for annual
landscape maintenance.. These rates will not be used in evaluating the,bid, but shalt be used in
evaluating cost a§timates 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 LevelHourly cost After.hour emergency
Irrigation Laborer
Landscape Laborer
$40.00'pee hour
$30.00. per hour
QAC/QAL Herbacide and'Pesticide Applicator $30.06 per hour
.$65.00 per hour
$45.00 per.hour
N/A
Please note: -pricing increase allowance will be according to Consume{ Price Inde_ x (see
Section A, "Bid Instructions, Item #33)
Please initial to verily acknowledgement of laborrates - _ (initial)
Bid# LM012-t3-28 46
ADDITIONAL PRICING SHEET #2
Please list the unit price, EXCLUDING parUmatenal 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.
BN# LMD12-13-28 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
turf.
2"
1 square foot
1000 sq. ft.
Priceforlandscaped
median maintenance for
shrubs and ground cover.
Q, y L/
7(/.
3
1 square foot
500 sq. ft.
Priceforlandscaped,
maimed maintenance..
maintenance.
�5
��
4
One gallon
(5) Five
Installation of shrub, one
gallon container.
G9
� Da
5
Five gallon
(5) Five
Installation of shrub, five
gallon container.
o
0
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
BN# LMD12-13-28 47
DESIGNATION OF SUBCONTRACTORS
ANNUAL MAINTENANCE CONTRACTFOR LANDSCAPE
MAINTENANCE ZONE T -M VALENCIA,HIGH SCHOOL NEWHALL.RANCH ROAD SLOPES
\� LMD-12-13-28
lv City of Santa Clarita„ California
Listed below are the harries and locations of'the,places of busiriessbf each subcon actor, supplier, and
vendor who will perform work or labor or render service iri :excess of 'h :of percent of the prime
contractor's total bid: DBE status ane of firm certi in 4a enc .and an al ross recei is are
required if sub contractor is participating 'asta'DBE. The form'MUST be „turned with bid', filled in or
,annotated with 'No Subcontractors"'if none vAll1e used.
Subcontractor 'DBE STATUS:
Age of firm:Certif ine Agency: /Annual
Dollar Value of Work
Gross Receipts:
Location and Place of Business
Bid Scheduleatem Nos:
Description of Wor
License No.
Exp. Date: /'
Phone ( J.
IN
Subcontractor DBE STATUS:
-Age of firm:. Cer ' vin A enc :
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business.
Bid Schedule Item Nos:
Description of Work
License;No,
Exp. Date: 7 /
Phone(
I
Subcontractor DBE STATUS:
Age of firm: Certif i ��A ency:
ollar Value.of Work
[,Annual.GrossReceipts:,
Location,and PI ce of Business
Bid Schen Ie Item'Nos..
Description of Work
Lice n No.
Exp. Date:
'Bid# LMD12-13=28
48
DESIGNATION OF SUBCONTRACTORS
ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE
IH
MAINTENANCE ZONE T•51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOP
Ippp LMD 12 13;28
Ly City of Santa Clarita, California
Subcontractor
(if firm:
DBE STATUS: -- —
Certifying Agency:
Dollar Value Work
Annual oss Receipts'.
-Age
Location and Place of Business
Descripf n of Work
License No:
Bid Schedule Item Nos:"
1.
Description of Work
License No.
Ezp:.Datei
Phone
Subcontract& DBE STATUS:
of firm: CertifyingA enc
Dollar Value of Work
Annual Gross Receipts:
-Age
Location and. Place of Business
Bid Schedule Item.Nos`.
Descripf n of Work
License No:
Ex" Date; / /
Phone (`)
I
DBE STAT-USi
SubcontractorXBu'ness
A e of firm:Certif in A enc
Dollar Value of Work
Annual Gross Recei ts:
Location and PlacBid
Schedule ItemDescription
of Work
License No.
Exp:'Dat e: / 7
Phone ( )
9
Subcontr for DBE STATUS:
A c o Finn: Certifying A encu:
Dollar Value of Work
Annual'Gross.Receipts:
Loc on and Place of Business
id Schedulc Item Nos:
Description of Work
License -No.
Exp: Date: / !
Phone ( )
Bid# LM012-13-28 49
0
I
REFERENCES
ANNUAL MAINTENANCE: CONTRACT FOR LANDSCAPE #
MAINTENANCE ZONE T-51 VALENCIA HIGH SCHOOL NEWHALL RANCH ROAD SLOPES
LMD=12-13-28'
Cityof,Santa Ciarita, California
The following are the names, addresses, and telephone riumbers of three public agencies for
which BIDDER
(has
/peFforrmed work of a similar scope and size within the past 3 years:
Contract Amount
2,
N e,and Addre
Contract Amount
3.
Datfh Ciplete
i9/,.,-/ G.� _ of J
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
Bid# LMD12-13-28
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 201.0, what was the longeshstretch 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.
N/ =NoN�
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.
NmiV-
Bid# LMD12-13-28 51
EXHIBIT B
Provide information on the certified arborist,, chemical applicator, "irrigation specialist, crew
foreman, incliatling name, certification and wnetner'staff or siibcontractor.
Staff
1) rJud r lfrribnv - 6,4 ed kr6cn'
2)
3)
4)
5)
6)
7)
8)
9)
10)
Bid# LMD12-13-26 52
EXHIBIT C
EQUIPMENT. REQUIREMENTS
Additional'equipment.requirements for.woirk within proposeo,Landscspe Maintenance Districtior the ability
to rent.
• Commercial Grade Chipper
• Commercial grade lawn mowers with mulching blade attachment, sufficie6t.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
• Gar'den Spading Forks
• Shovels
• Rakes
• Sccoo Shovels
• Safety equipmentsuch 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
• Ail.traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and
safety wear shall be:Cal-Osha approved
Bid# LMD12-13-28 53.
EXHIBIT D
INVENTORY LISTS AND EXHIBIT MAPS
Inventory List: T-51 Valencia High School Newhall Ranch Road Slopes
Item #
Description
APPROXIMATE square footage
Estimated Quantity
1
Irrigated Landscape
500,000
2
Non -irrigated Landscape
(brush clearance/weed abate)
N/A
3
Backflow devices
6
4
Irrigation controllers
6
5
Irrigation enclosures
6
6
1 Paseo pole'lights
0'
7
Trail foot lights
0
6
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
Drinkin fountains
0
15
Playgrounds
0
Bid#LMD12-13-28 54.
EXHIBIT E
Specialized Maintenance Program
rograrfi Reference Guide
Daily – Weekly – Monthly
UNION
A-
8A
1,1110
11
HEIL11,71,101
HIE
-110011
9111111
U111111
UNION
Ur."11111
A,
A
BUDA
MANN
4
V-1111
UNN1111
Z
JN
vml
-
sa
UNION
U
1,1110
11
HEIL11,71,101
HIE
-110011
9111111
U111111
UNION
Ur."11111
UU10101
BUDA
UNN1111
Bid# LMD12-13-28 55
EXHIBIT El
Specialized Maintenance Program Reference Guide
Semi-annual and Annual
/
t
. 41-
17,1
q/
!
77,
YK
�
k
$�!2
,
tR
0}\
|�
|i
|
!
|
xt
|||!
k
|
j
Bid# LMD1 2-13-28
56
EXHIBIT E2
SPRING - SUMMER IRRIGATION SCHEDULE
t
A. As climatic conditions become warmer, the irrigation schedule will be [
correspondingly increased. The run times/cycles will be adjusted to.utilize 'cycle and t.
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 Consultan46 completed Irrigation Schedule,
I& 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# LMD72-13-28 57
,A
EXHIBIT E3
SUMMER IRRIGATION SCHEDULE (March 21'=pctober'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 cyclesper day, 5 days per week.
3. Stream Rotary - 15 minutes per. station/per cycle;,3 cycles per day 5 daysper week.
B. Turf Areas
L Spray Heads — 5 minutes per station/per cycle', -3 cycles pei,day, 5 days per week.
2. Stream -F otary 180 (half) - 15 minutes;perstationlper cycle; 3 cycles per day, 5 days per
week.
3. Stream;Rotary 360. (full) 7'30 minutes per station/percycle; 3 cycles per day, 5 days per
week..
4. Gear Rotary 180 (half) - 20 minutes per station/per cycle" -3 cycles perday, 5 days per
Weak.
5. Gear Rotary 360 (full) — 40 minutes per station/per cycle;. 3. cycles per'day,5 days per
week.
C. Planted Slopes.
1':` Impacl,Heads 180.(half) - 15 minutes,permationipercycle, 3 cycles per day, S 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 pei day, 5'days p'erweek.
WINTER. IRRIGATION SCHEDULE (October 21 - March 26)
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 numberof days wilt be reduced to 3 days or, less
per week.
VARIATION.OF IRRIGATION°SCHEDULES
A. Variations of the schedules will occur when water has been shutdown due to codstruction 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 s complete irrigation system inspection for each district at a minimum of twice a
year..
Bid# LMD1243-28'
6T.]
eA
EXHIBIT O 4
Preventative Disease Control Guide
I. Olea Europaea.(Olive Tree)
Fruit Set — Preventative Treatment.
First application to be done When Y� to Y4 of blooms are, open.
Second.application to be done 7-10 •days.aftee'the first application:
II. Pyrus Kawakamii (EvergreenPear)
Fireblight — Preventative Treatment.
Spray application to occur October 1 through mid-November.
Rifeblight = Post Treatment
Prune out diseased -wood; sterilizing pruning tools after'each cut.
IV
Platanus (Sycamore)
This treatment would consist of t,
depending on the effectiveness of
an approved type by the County Ar
ations and possibly a third application,.
application. Materials used shall be of
First Application — During the month of'February, during the budding.stage:
Second Application — buring 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.
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# LMD12-13-28 59
It
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 cleanthe artificial turf fibers or need to clear
off fallen leavesinthe 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 Jawn is used and whether you
have a pet, you may need.to wash your lawn'mi re 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 w'e find CLR
.works the best.
Simply spray down the dawn as if you -were hosing down.a driveway or patio.. if using_ cleaners,
apply in problerrm areas and let it sit forseveral 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 best to use a power blower. White a plastic leaf rake will
not hurl 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 j
removed the debris and discard.• i
4—
Using a power blower is the easiestway to remove leaves and debris.
• Using plastic rakes can breakup leaves making it hard to remove from fibers.
Weeklym
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.
'Bid# LMD12-13-28. '
0
Exhibit. F. Maps
Bid# LMD12-13-28
61
i
EXHIBIT G
2013 Holiday $cl edule
New Year's Day
Martin Luther King Day
Presidents Day
Memorial Day
.Independence Day
Labor Day
Veteran's Day
Thanksgiving Day
Day after Thanksgiving
112 Day for Christmas Eve
Christmas Day
1/2 Day for New Year's Eve
New Year's Day
Bid# LMD12-13-28
Tuesday,;January4
Monday, January 21
Monday; February; 18
Monday, May 27
Thursday, July 4
Monday, September2
Monday; November 11
Thursday, November 28
Friday, November 29
Tuesday, December 24
Wednesday, December 25
Tuesday, December 31
Wednesday, January 1, 2014
63'