Loading...
HomeMy WebLinkAbout2014-07-08 - AGENDA REPORTS - LMD 12-00396 12-00397 12-00415 (4)CONSENT CALENDAR DATE: SUBJECT: DEPARTMENT: CITY OF SANTA CLARIT, AGENDA REPORT City Manager Approval: Item to be presented by: July 8, 2014 Agenda Item• 9 RENEWAL OF LANDSCAPE MAINTENANCE DISTRICT CONTRACTS 12-00396,12-00397, AND 12-00415 Administrative Services RECOMMENDED ACTION City Council: Approve the fust renewal option for landscape services under contract 12-00396 to Stay Green, Inc. for landscape maintenance services for Landscape Maintenance District (LMD) Zones 17 (Railroad Avenue), T-23 (Mountain View), and T-29 (American Beauty) in the amount of $214,500; include a Consumer Price Index request of 0.54 percent, equaling $1,158; and authorize a contingency amount of $80,000 for a total annual amount not to exceed $295,658. 2. Approve the first renewal option for landscape services under contract 12-00397 to Oalaidge Landscape for landscape maintenance services for LMD Zone T-51 (Valencia High School) in the amount of $84,900; include a Consumer Price Index request of 0.54 percent equaling $458; and authorize a contingency amount of $40,000, for a total annual amount not to exceed $125,358. 3. Approve the fust renewal option for landscape services under contract 12-00415 to Stay Green, Inc. for landscape maintenance services for LMD Zones T-33 (Canyon Park), T-65 (Fair Oaks Phase I), and T -65A (Fair Oaks Phase II & I1I) in the amount of $137,081; include a Consumer Price Index request of 0.54 percent equaling $740; and authorize a contingency amount of $40,000 for a total annual amount not to exceed $177,821. 4. Authorize the City Manager or designee to execute all contracts and associated documents subject to City Attorney approval, contingent upon the appropriation of funds by the City Council in the annual budget for such Fiscal Year. 5. Direct staff to return to the Council prior to the conclusion of this first option year to consider authorizing the City Manager or designee to execute up to two remaining annual renewal options not to exceed the annual bid amount, plus Consumer Price Index (CPI) adjustments. BACKGROUND In 2012, the Council directed staff to bring back for their approval landscape maintenance contracts under consideration for renewal. Tonight for the City Council's consideration are three landscape contracts providing landscape services to the following seven LMD zones: 17 (Bouquet/Railroad), T-23 (Mountain View), T-33 (Canyon Park), T-29 (American Beauty), T-51 (Valencia High), T-65 (Fair Oaks Phase I), and T -65A (Fair Oaks Phase II and III). Contract Company LMD 2012 Base 0.54% 2012 2014 Recommended No. Zone(s) Bid CPI Contin- Contin- Year—One Amount gency gency Renewal Amount 12-00396 Stay Green, 17, $214,500 $1,158 $80,000 $80,000 $295,658 Inc. T-23, T-29 12-00397 Oakridge T-51 $84,900 $458 $40,000 $40,000 $125,358 Landscape 12-00415 Stay Green, T-33, $137,081 $740 $60,000 $40,000 $177,821 Inc. T-65, T -65A In 2012, each of the contracts were competitively bid and awarded to the lowest, responsive bidder through an action of the City Council. The original term of each landscape maintenance contract was for a period of two years, with the option to execute up to three, one-year renewals, contingent upon the City Council's ratification. As the contracts are nearing the completion of their second year, staff is requesting City Council approval to execute the first one-year renewal option. Based on actual expenditures for each of the contracts during the past two years, staff recommends reducing the contingency approved by the City Council for contract 12-00415 from its original amount of $60,000 to $40,000. For contracts 12-00396 and 12-00397, staff is recommending no change to the contingency amounts previously approved by the City Council. Stay Green, Inc. and Oakridge Landscape continue to perform in a manner which is reflective of the City's high -maintenance standards established under the terms and performance specifications of their contracts. Further, based on recent bid results for other LMD maintenance contracts, staff believes the pricing associated with the renewal option is still competitive within this service sector. Therefore, in consideration of these factors, staff recommends executing the first-year renewal option for each of the contracts. ALTERNATIVE ACTIONS 1. Direct staff to re -bid the contracts. 2. Other action as determined by the City Council. FISCAL IMPACT There is no impact to the General Fund with this action. Funding to support the three contracts has been appropriated by the City Council in the Fiscal Year 2014-15 Budget within the accounts listed below. Zone 17 12535-5161.010 and 12535-5141.001 Zone T-23 12512-5161.010 and 12512-5141.001 Zone T-29 12515-5161.010 and 12515-5141.001 Zone T-33 12557-5161.010 and 12557-5141.001 Zone T-51 12553-5161.010 and 12553-5141.001 Zone T-65 12554-5161.010 and 12554-5141.001 Zone T -65A 12555-5161.010 and 12555-5141.001 ATTACHMENTS Map of Contract Locations Contract 12-00396 available in the City Clerk's Reading File Contract 12-00396-A available in the City Clerk's Reading File Contract 12-00397 available in the City Clerk's Reading File Contract 12-00397-A available in the City Clerk's Reading File Contract 12-00415 available in the City Clerk's Reading File Contract 12-00415-A available in the City Clerk's Reading File 3 Z z 01) 111,( SANTA CLARrr rn •____________________; ° I Landscape Maintenance Districts zv° j i Renewal of LMD Contracts "'LL pVASQUEZ-CAWfOR -&I' RARR 12-00396 12-00397 and 12-00415 �----( ooQeEFH'L °RrrJ--._. ..�.oa-„ /"`�✓"� Iy i I �* r' o • ! ° w f' Jj` 1 dY CG''y fANYO N0.�o NEWNEH.S T51 DECORO DRIVE 0p,". O� `RANCH-ROPD Ot AC[� � D ° — �y R I I 1 �� �OPN� C` S UE OP i •�, i ___•__......_ .S J ON: (yoAD A. •,r•'".-,�% f}yam` �•. 1 $ • t i RANCH ROAD.......-.- U9 SOLE DAD CANYON ROAD'""' �•�.em� t g � j T66A �a �•r\ 'j I 11\\{{F z P"ACES`w _ 111■■■ J`P _ ,Z?O�• > 1 P N i ; I AO1 4 RLACERITA CANYON•ROAD 4 I LMD Contract •\ y qy� _.1 — _—' ! r_•___—� �'_; i 12-00396 r_J : 12-00397 i i ! - 12-00415 City Limits N �• r �• �' os .25 o d.6Mrea _--._.__..__.—-15I „_ Tae Gry ol5anh Gaera Eaes not vnrtaM to awunry of the data and auumn no W" br eny ert. a dn4Jma. Map prepared ey: OM of Santa WXh -GIS '1PR J \AS\14 23k11madfwnt-- me.. .Trod MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN, INC. Contract No. 12-00396 TfPS MAINTENANCE AGREEMENT ("Agreement') is made and entered into this p day of Na,t Y% 20_LP,— by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and STAY GREEN, 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 November 1, 2012, to October 31, 2014. 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 9/2011 Page I of 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/DLSP/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 82011 Page 2 of 7 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 Commercial general liability: Business automobile liability Workers compensation Limits (combined single) $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 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance Revised enol 1 Page 3 of 7 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 anv of the insurance requirements under this agreement, Ci 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. rim"$ Rkyj 1103 11110 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 812011 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 Ail] 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: Stay Green, Inc. 26415 Summit Circle Santa Clarita, CA 91350 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 he 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 82011 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. 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 on attachments constitutes the sole agreement between CONTRACTOR and CITY respecting landscape maintenance. To the extent that there are additional terms and conditions contained in Exhibit "A" & "B" that are not in conflict with this 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 812011 Page 6 of 7 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. Date: V19 -1)t -- FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By: (.l� City Manager Date: 3 ATTEST: `. T By: City rk Date: �/' z j / z APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Atffey / Date: I / / � /-, Revised 82011 Page 8 of 7 (SIGNATURES ON NEXT PAGE) Revised 812011 Page 7 of 7 FOR PUBLICATION TWO TIMES Thursday, August 23, 2012 NOTICE INVITING BIDS Sealed bids must be received before 11:00 AM on Tuesday, September 19, 2012, by the Purchasing Agent of the City of Santa Clarita, 2323920 Valencia Boulevard, Suite 120, Santa Clarita, California, 91355- 2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 120 for the purchase of LMD-12-13-01 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONE T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. Specifications for this bid can be downloaded from the Citys Purchasing website at www.santa clanta.com/ourchasino. Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on Tuesday, September 4, 2012 at 9:00 AM beginning at City Hall, 23920 Valencia Blvd., in the Council Chambers to review the bid. After the review vendors will be given the opportunity to assess the zones. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. This work Is estimated at: LMD Zone T-23 - $300,000/yr _ LMD Zone T-29 - $20,000/yr LMD Zone T-51 - $150,000/yr LMD Zone 17 - 314,000/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 htto://wvw.dir.ca.00v/dtsr/cwd. 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 CityOfSanta Cfarita's Labor Compliance Program, approved by the DIR Tor projects with a Bid Advertise Date of November 20, 2003 or later, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRS) with the progress payment on at least monthly basis to the City. The specifications in this notice shall be considered a part of any contract made pursuant thereto. Purchasing 661-286-4193 CITY OF SANTA CLARITA INVITATION FOR BID BID # LMO-12-13-01 BID OPENING: SEPTEMBER 19, 2012, 11:00 AM The City of Santa Clarita invites sealed bids for: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONE T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. Terms of payment: Subtotal US$ Delivery: Sales or Use Tax (8.75%): US$ TOTAL: US$ 1. Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 245 Santa Clarita, CA 91355-2196 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 67, Exhibits A to G and separate Appendix C (Labor Compliance Program). 5. The last day for questions will be 5:00 PM, September 11, 2012. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, September 4, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Council Chambers, Santa Clarita, CA. This meeting is vO7_mac.tjAttr&y-bu: all lrtarested YardC are strong y encouraged to attend. BIDDER TO READ 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: Address: Name (Print)- Signature, Company Phone No., Title of Person Signing Bid bid # LMD-12-13-01 TABLE OF CONTENTS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T-51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 Section.............................................................................................x'29! - Notice Inviting Bids................................:...........................................:... Invitation to Bid ..........;.............................:..............:.....................:........1 Table of Contents .............. :........................... .................2 BidInstiudions......................................................................................3 Terms and Conditions'...............................................................:.:...::.:::.7 -: Administrative Specifications ....................................................................10 Bid Secur3y Bond/Proposal Guarantee Bid Bond.................::.....................32 Non Collusion Affidavit ...........................................................................34 Faithful Performance Bond...............:......................................................35 Material Labor (Payment) Bond...........................................:.....................36 Sample Contract ........ -.....................................:...................................:37 DocumentationChecklist................................................................._......43 BidSchedule....................................................................:...............:......44 Designation of Subcontradws................:........................................:........47 References........... .................................................................................... 50 Exhibit A Violation Records...........:........................................................... 51 ExhibitB Staff......................................:.................................................52 Exhibit C Equipment Requirements.......:.......................................:...........53 Exhibit D inventory -- -- -- Exhibit E, E1 -E5 Maintenance Program Guide.............................:................57 Exhibit F holiday Schedule..............:.........................................................61 ExhibitG Zone Maps......................................................................:........62 APPENDIX Labor Compliance Program (separate attachment) Bid # LMO-12-13-01 2 A, BID INSTRUCTIONS Submitting Proposals. (a) The bid response must be submitted on this form and include the notice, Request for Proposal Schedule, and all fors or information included in or required by Section C, Specifications, (attachments accepted), original and one copy in a sealed envelope with the wording 'Bid', bid number and closing date marked on the outside. (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. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3. 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. 4. Altematives. 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. 5. 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 MAW. 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. 6. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 7. Rejection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to°perfor 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. B. Addenda TheCity Will not accept responsibility-foi-incdmplete packages or missing addenda. it is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to ——submission-okhe-bidto-make-certain ttte paekage-iscornplete andall pequiredaddenda-arainciuded This information will also be available from the City's website if the bid was downloaded. Bidders are ---_---" cart-orfettygVrig alyhrg-onrverbarinforation-in the preparaborroftid-responses—All-offiaaI information and guidance will be provided as part of this solicitation or written addenda. 9. 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 responsibilitywill 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 "AII or none." Where detailed specifications and/or standards are provided the City considers them to be material and may accept or reject deviations. The results of the bid will be posted on the City's website at www Santa-clarita-com/purchasing normally within 24 hours. Bid? LMD-12-1301 BID INSTRUCTIONS (continued) 10. 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. 11. 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. 12. 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. 13. 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. 14. Assignment. No assignment by the vendor of contractor any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 15. 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 16. 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. 17. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which.lndudes 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. 18. 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. 19. Bonds.: When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid 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 and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Bid C LMD-12-IMI BID INSTRUCTIONS (continued) 20. 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. 21. 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 (.e., specifications, quality, and quantity of work to be performed.) 22. Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 24. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices -must be reduced accordingly,.znd the contradedvepdor will immediately notify the Purchasing Agent, City of Santa Clarfta - - 25. ' ContractPricing. 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. ---77 — 26:—Non-Appropriation-oi-i=ands.-a.ne-Ciiysobiigatioais.payabienniy&odsgL=' mfundsaccr.,a�_t�_ for the purpose of this agreement All funds for payment after June 30 of the current fiscal year are — -- -- —subject to--City`s-legislative-appreprieGon-for-this-purpose-- nAhe-event-the-governing-body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any ofthe conditiops.of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with orwithout cause either verbally or in Sid a tMP12.13-01 5 writing at any time without penalty. BID INSTRUCTIONS (continued) 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and cerffies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. 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`Clarlta, 'and'site of user' division. 32. Invoices. Invoices will be forwarded to: City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questlons. Questions should be forwarded by e-mail to ikillian gesanta-clarita com . They may also be faxed on letterhead to (661) 286-4186 or sent on letterhead to: City of Santa Clarita Purchasing Department 23920 Valencia Blvd. _ Santa Clarita, CA 91355-2196 The last day for questions will be September 11, 2012 before 5:00 PM 34. Renewal and Pricing Adiustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, in accordance with the terms of the contract If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will. become the beginning. index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of `he contract If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid # LMD-1243-01 B. TERMS AND CONDITIONS The solicitation, bidder's response and the Purchase Order (and Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the "goods"). Time is of the essence. 1. Shipment and Inspection. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the cornpleticn of unloading at City's receiving yard. a-- - 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 CiVs particular use. The goods shall be in all respects suitable for the particular purpose forwhich 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 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 vendors option; said return to be made at vendor's cost and risk;-(c}cancel-arty-0utsiandingdeiiveriesorsecvieesheceurzdei_and.U.a atm r�y�ndcr=s vendor's repudiation of this Cortract. In the event of Citys breach hereunder, vendors exclusive — ------remedy shall-bevendoe-srecoveryof-the goods or-the-purchase-pricepayable - for goodsshippedprior---- 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; aetsi ot.govemment or any subdivision or agency thereof; failure or curtajirtlent of power supply in the PcificSouthwest.power grid; or any other:cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an BUSLMD-12.13-01 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 face 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 materiaUservices and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. Reports, Artwork. Designs etc.: (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by signing the contract. Such works and the Ike shall not be used by vendor in the conduct of any business with any third party without the City's written consent Bid i LMD-12-13-01 (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 'err -ors, wfiether in mathematical computations or othenvise, 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. Delivery Orders. This is a maintenance.putchase order. -The-Vendor will.o-'nly accept orders placed by a memberof the Finance Division ort&FAccounting Manager. The Vei%prwiU_notify the City Aon r 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. 12. Response Time. For equipment maintenance contracts the repairman will be onsite within four working h="f notifice n.----- --- ---Forscrvice contracts, discrepancies Mit be-corrected-within-fourworking-hours-ofnotification--- — — Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid # LMD-12-13-01 C. ADMINISTRATIVE SPECIFICATIONS 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-23 Mountain View, LMD Zone T-29 American Beauty, LMD Zone T-51 Valencia High School and LMD Zone 17 BouquetlRailroad. This contract shall run for two (2) years with the option for three (3) additional One (1) year renewals. The City requires the landscape contractor to include all labor and equipment for an all inclusive contract for landscape maintenance of approximately 60 (landscaped) acres for LMD Zone T-23 HwWet/Railroad. 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 fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup; doggie litter removal, trash bags removal and replacement, turf aerification, turf renovation/verficutting, 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 dversion 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, (CUA). 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 dearly 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' Intemet web site at http://wA rw,dir.ca.govldlsr/PWO. 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. Bid F LMC -12-13-01 10 Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable Federal and California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRs) with the progress payment on at least monthly basis to the City. GENERAL REQUIREMENTS 1.01 The City of Santa Clarita is soliciting sealed bids from qualified landscape maintenance companies for the ALL INCLUSIVE LABOR AND EQUIPMENT (See Exhibits 13 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 Clarity The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialist, Irrigation Assistant; and Foreman required to perform the landscaping maintenance as set forth in these specifications all inclusive labor and equipment. Inkeeping 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 repair. Maintenance of plant material shall include, but not be limited to: mowing, weed abatement for fire dearancelfuel 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-23 - $300,0001yr LMD Zone T-29 - $20,000tyr LMD Zone T-51 - $150,OOOtyr LMD Zone 17 - $14,0001yr The Landscape Maintenance District (hereinafter defined as the LMD) covered by this Agreement shall be maintained at a crisp, dean 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 Cladta Landscape Maintenance District (LMD) administration staff, —--tonsisting-otthetandsrape MaintenanceSpecialist-ProjectDevelopmerttCoordinator-SpeciaF- 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 provisicn of grounds, inigatiomand landscape maintenance services. Bid 3IMD-12-13-01 11 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. Brimming 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; c Manual weed abatement; s. Chemical weed control; L Maintenance of fire protection / fuel modification of slope areas; u. Marking underground irrigation lines and other LMD equipment upon Dig Alert notification; v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); y. Tennis court blowing and washing; z. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E-E5'Maintenance Program Guide", Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas; shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which, may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair, Bid 9 LMD-12-13-01 12 c. Construction and/or stone related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming I Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and trete rail; 1. 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 contractAlGeommunicaborrwiltbe professisai in manner between all`paities`The LandscapeMainteriance Districts may employ consulting €a'i tlscape 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 tern(10jacres'oriargerand-median-and-parkways-maintenance-in-size of -two - — - (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of - --------workvntmn e 1 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 imgation control systems and equipment. Should Special Districts choose a different controller, the contrac(or s(iall make a8ailable'emplo"yea"s 61"4epresenWives'for 'ptckfij `t2raining at no cost to city. 1.11 Contractor shall provide cellular and/o� radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. Gid # LMO.12-13-01 13 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) ! or have a contract with a Certified Arbonst'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). 2.03 Estimated sauare footaaes are orovided by LIVID for all areas to hA mnintalne(i nr rho inspection and observe the various area characteristics. 3. CERTIFICATIONS/REPORT&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 Spedal 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 Soecialty 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. M s LMD-12-r3-oi 14 3.04 Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet 3.05 Violation Records: The awarded contractor shall not have two (2) or more Cal-Osha sustained complaints or four (4) or more California State Contractor Board sustained complaints within the past four (4) years. A bid response from the awarded vendor that does not meet these 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 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. :9417 for extra work and items must be submitted biweekly to Special Districts. 6. CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractor's operation within the LIVID 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. b. All damages to shrubs, trees, turf, or ground cover shall be repaired or replaced within — - - - - — --five-(5)-working days-orsoonerasdirectedtiySpecW Distr. —' 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 Bidtu+D-12-13-01 15 shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 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 persons) 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 Bid i LIVID -1 2.13-01 16 correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to 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 additionallyto 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.HA Safety Orders at all times sous 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 res ponsibility'tb inspect, and. identify,_ any �nditron(a) that renders any porton of the LMD premises unsafe, as well as any unsafepractices 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 bardcades,'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 pursuer hMothe work sche. V. le approvedJa,.i dtiance by Special ,. Districts: No work Will be performed oil City L' egal Holidays unless:auth6rized by Special Districts a Administration in advance. (Exhibit I) 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 requrr—ecrCalrfoTrl GTdustry-Stantlards-anytime betwegn-Monday-through-Friday. owever�fthe contractor can accomplish the same work using the same amount or hours in a shorter service -- - -- --- - sciidaum en a peuafDisfn—fc s-DTvisron c n m r r mCenah-ce'schedutcWtemate '— 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, Contractoris directed to the following prescribed requirement with respect to ttie hours of employment P -*01 tlay's work'shall.tonstitute eight (8) hours of labor under this "Agreement, and said Contractor fhali 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 Bld f LMD-12-13-01 17 Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 10. MAINTENANCE SCHEDULES 10.01 set on an annual calendar identifying and del the day of the week, morning, and afternoon. Said work schedule shall be for the required functions by 10.02 Contractor shall submit revised schedules when actual performance di fens substantially from planned performance. Said revisions shalt be submitted to Special Districts for review, and if appropriate; approval, within rive (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-NutrienWSoil Amendments; f. Spraying of Trees, Shrubs or Turf; g. Aesthetic Tree and Shrubbery Pruning; h. Preventative disease control; I. Seasonal color. Transplanting small and medium sized plants; j. Lane closures for median or parkway maintenance prior notification is required; k. Fire protection of the natural slopes area maintenance. Contractor at his cost shall be 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 areeithermanufactured.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 Bid S LMD-12-13-01 18 the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement, and shall be completed throughout 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 Gearing 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 pefoded. The remQyal-qf weeds byhand 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 -i9 of fhese Spee ca ions — - - - I. -other .Items- as Determined-by.SpeciaLDistricts .- -10.05 Said maintenance services shall be performed in compliance.with the Maintenance _ ..... ..... ..... . Program (Exhibits E -ES) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and Et will result in Contractor becoming liable to Special Districts for liquidated-ci. rages ($1 S.0 per dayl wIth6 ttwrA en notice Commencing automatically upon the first day fp1loV.Joq the final date such work tVas td 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 Bid t LMD-12-13-01 19 the contractor except subcontractors identified in the response to this bid. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the interest of the public using the premises, Contractor shall meet with representatives of Special Districts to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure Special Districts that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the LMD covered under this Agreement. 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13. UTILITIES 13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Contractor will be required to - -- -- manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain stone and/or watering the day after rain andlor watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14. NON-INTERFERENCE 14.01 Contractor shall not interfere with the public use of the LMD areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconveniencetothe 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 callea for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractors 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 shalt use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result Bid a LMDa2-lUl 20 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 Re for a minimum of three (3) years. Contractor shalt 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 a 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) Ali warm season grasses (Bermuda and St. Augustine) to be cut at inch throfigh,,l'inch height throughout the year^'Subject to change., (2) Ali cool season grasses (Blue Grass and Fescues) to be out 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 an r ovefife6nm the sit�on7he sarme-ddie ated Is mowed. dipping removed to be property disposed of in green waste containers ---------- only-.— (5) nly.(5) A mowing schedule will be established and maintained. This -schedule Will provide that-ailareas-will be mowed not less than once a -"- week during the summer, and once every two weeks during the winter. This schedule Yrt�l e, submitted.to Special Dtstnc( jrgr approval. Refer to ftems1a�d2 s.§ection'fofYfrfletrgtht349_01C"• . b: -Edging With each mow nQ e'edde & the grass alona-si s curbs'shrub flower beds and wails 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 Bid I LMD-12-13-01 21 concurrent with each mowing. (1) The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices, or any structures located within the turf areas. (2) All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. (3) All clippings shall be removed from site the same day area is edged. (4) After mowing and edging is completed, all adjacent walkways are to be swept clean by power blower or broom. (5) Newly planted trees in lawn areas shall have tree guards installed if necessary to avoid damage. (6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched clearance where applicable. c. Weed Control: Control turf weeds as needed 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. Imaation: 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 relationshio of conditions which affect day and nicht 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 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 # LMD-1213-01 22 (3) systems to be at least 1x Monitoring shall be spelled out for all (4) Check systems, as needed, for optimum performance and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where . sprinkler heads can be adjusted) within the LIVID areas covered under this Agreement. (5) (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractors 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 beiisedito a depth df X,2 inches to. determine the water penetration by random testing of the roofzones. Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are functioning properly. (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LEIT (solar), Weather -Trak or other irrigation control unit for its use in -field testing and operation of all -- --- - - - -- - -- - — rmigation-systems-forthe4.MDareas.Jse-oi thisdevice-will-conserve---- - water consumption, provide for more cost effective maintenance of - - - Irrigation systems, and assure all partiesconcernedthat the automatic------ - system is operating at maximum efficiency. Special Districts' inspectors will use this device in their inspections to verify that irrigation systems are functioningpfoperly. The bleeding.. va&esabit:hand watering are to be, used in €rnecgency or testing situations,, h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Bid # LMO.12.13-01 23 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 fertilizes Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerificabon and overseed all bare spots, as needed, throughout the remainder of the year to re-establish turf to an acceptable quality. (See Exhibit E -ES). When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of'/- inch) in this sequence. Special Districts may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation, (extra) for the cost of the sod only, provided that the loss of turf was not due to the negligence of Contractor. Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in over seeding or new turf establishment shall be approved by LMD staff prior to installation. Typically, Fescue and Fescue blends are required. 18. SHRUB AND GROUND COVER CARE 1&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 Lippings the same day shrubbery is pruned. Pruning is not done during flowering, during new growth emerging or during the hottest time of the year (Jury -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 deteriorafe; i:e.�-fess 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 fapprox 2000 cubic ards ear (2) Hand removal (3) Cultivation (4) Chemical eradication using non -residual herbicides Bid # LMD-12-13-01 24 f. Shrub and Ground Cover Replacement: AN 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; conceming irrigation practices. shall apply to shrubs andgroteld covears. i. biversibn requirements: In keeping wM State mandated requirements; ft 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 T46 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 Unch layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be his expense. 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a.: Vile 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 —_-- -- - — - -- ---(3)-�eport insectsand2zee-diseases-toSpeci2LOistdcts_Inspector --- (4) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees.----- (5) rees--- (5) Tree stakes shall be pentachipmphena treated pole pine, not less than 8 �KMOLt in length,for 5 gallon tk ties=and not fess than 1.0 feet ford 5 gallon ;trees sizes (two per tree), notg2 Yanized stakes. (8) Commercially available tree rubber ties are to be used unless there is a need for guy wires. All trees tied in two locations -top and bottom. Stakes will not be placed closer than 12 inches from the top tie on the tree trunk. Bid * 1190.12-13-01 25 (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 notfication 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 e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use of "Maintain,o "Plorel" 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 Pruning/Trimming: All tree.trimming/pruning.will. be done in accordance witt h thee standards established by the Intemational Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 20.01 Special Districts will provide the materials (Biological insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non -target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adapting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are Bid 9 LM0.12-13-01 26 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_`! 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 Wit 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 21.01 Contractor shall at his safe expense under the terms of thisagreement 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 —.----._ _)onfrflctur_ShaiLprvvu_ _ __" iri.u1 _..b aduI- loo tha approy^i by_Sp8'"a! Dist^^'S The contractor shall pick up trash and accumulated debris from site per contract, and LleaalmsL=eptacles-aa.meed€dJn adO.Qn ds29 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 withe crack(s) on the asphalt, and stamped concrete median strip areas,11f ahy,'at all times. " P' c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This Bid R LMD-12-13-01 27 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 goalwillbe 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 2201 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. irrigation repairs (not to Include programming) are considered to be additional work or °extras" For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: htb):IWvw irrigation.org/gov/odf/IA SMP APRIL 2005 odf. a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of:--- (1) sprinkler heads, (2) valves, (3) PVC piping, (4) quick couplers, (5) risers, {6) automatic and battery powered controllers, (7) valve boxes, quick coupler boxes, (8) backrlow prevention devices, (9) irrigation controller programming, b. Reolacement Requirements. Replacements will be of original materials or substitutes Bid C LMO-12-13-01 28 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 desktop 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 eachinspection of,a district to assure compliance with irrigation program standards.'.Contractor shall conduct a.complete Irrigation system inspection foreach 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=E.?ustment Factor.(ETAF) LA trapcope area including SIJ - 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 Clar to Water Division or forth by the service provider for each individual service area within a Landscape Maintenance ------------District-Zone,-specifically-water-meter�andior-pointafconnecdon-----.—_.--- --.- - Failure to comply with these requirements Oil 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 thgZ ty of Santa Clarita is•sub1ected�Poa 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 Bid t LMD-12-19-01 29 without the written approval of Special District Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LIVID Inspector or directly to the City., a. Contractor may be responsible for total replacement or repair on walkways or any hardscaped area, or if any plant damage occurs due to Contractor's negligence or by accidental damage within his maintenance operation. b. Contractor shall be responsible for sweeping/blowing all walkways and paseos within the contract boundaries at a minimum of once per week or as necessary or as requested by Special Districts. All debris must be collected and removed. c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited and may be cause for contract termination. 23-02 Drainage Systems: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for. a. AD LIVID area surface drains (V" ditches), shad be kept Gear 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 wilt be collected and disposed of properly. . b. All LIVID area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) c. Disposal of green waste or other debris into catch basins, drains or stormdrains is prohibited. Such action could result in termination of maintenance contract. 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a.maintenance inspection of all facilities within the LIVID - - -- during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www.santa-clarita.com/e-service. 24.02 Monthly; meet on site with an authorized representative of Special Districts for a walk- through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, bi-weekly interim inspections may be made by Special Districts. Any corrective work required as a result of a monthly inspection or any 'interim' inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any appurtenant structures or equipment within the areas under Contractor's maintenance. Special Districts Inspector will be informed of all graffiti immediately upon discovery. Contractor is required to input graffiti information into the City's reporting system at: www.santa-clarita.comle- rc affit - Bid # LMD-12-13-01 30 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 nonrinjurlous 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 P*A 28. 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, accordng to routine scheduling, consisting of debris removal as directed by Special Districts. 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 flinch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by y the City, contractor, under the terns of this acreement shall Drovide the labor v IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifications. Bid # LN612-13-01 31 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'certfiedkashier's check payable to the order of the City of Santa Clarita for. dollars ($ 1, 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 AGENCYIhrough 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 ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12-13-01 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 fottowing 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 # LMo-12-13-01 32 PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as BIDDER, and I- , 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 severaltys_firmlyby 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 NOTARY PUBLIC *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative...... _ IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid # LMD-1213-01 33 NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES. T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clarita, Califomia TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § 1, being first duly swum, depose and state that.l am _ of _, the party making the foregoing bid, , that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid,price of the bidder or any other bidder, or to fur any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the.pubtic body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or.any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Signature of bidder's representative making the statement JURAT State of California -- County of Subscribed and sworn to (or affirmed) before me on this day of 20, by personally known to me or proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. (SEAL) Signature Bid 9 LMD-12-13-01 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES,: T.-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12-13-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these pre". For service confracts Of a continuing nature the frond 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.ef such contract The tens 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 underthe 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 at 2012. CONTRACTOR* -- SURETY* --- Subscribed and sworn to this day of 1201.2. NOTARY PUBLIC * Provide CONTRACTORISURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-12-13-01 35 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as CONTRACTORAND 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 severalty, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR' SURETY' Subscribed and sworn to this NOTARY PUBLIC day of , 2012. ' Provide CONTRACTORISURETY name, address, and telephone number and the name, fide, address, and telephone number of authorized representative. Bid # LM042-17-01 36 D. SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No. THIS MAINTENANCE AGREEMENT ('Agreement") is made and entered into this day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and , a Corporation ('CONTRACTOR' . The Parties agree as follows: 1.1. CONSIDERATION._ AA. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE, OF SERVICES, below, and ' B.B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C.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. 2.2. TERM. The term of this Agreement will be from 20 to .20 The Agreement may be renewed upon mutual consent of the parties. 3.3. SCOPE OF SERVICES. AA. CONTRACTOR will perform services listed in the attached Exhibit' B.B. CONTRACTOR will, in -a workmanlike manner,. furnish: elzof,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. 4.4.113REVAILING WAGES. ` A.A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AS 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 COf9.TRACTOR agrees to pay any penalty or civil damages resdhl from a violation of the pr.:dyaiirm g vage IaWs. in accordance with Labor Code § 1773:2, copies of the prevailing'rate%df`per diem wages are available upon., request from CITY's Engineering Division or the website far State of California Prevailing Wage Determination at www.dir.ca.gov/DLSRIPWD, A copy of the prevailing rate of per diem wages must be posted at the job site. Bid * LMD-12-13-01 37 B.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. 5.5. FAMILIARITY WITH WORK. AA By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: U. Thoroughly investigated and considered the scope of services to be performed; ,.and iL!L Carefully considered how the services should be performed; and Io. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement B.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 commencingthe 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. 6.6. 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: Tuve of Insurance Limits (combined sincle) 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 1 Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will fumish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required Bid S LMD-12-13-01 38 herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to tune. Insurance must be -placed -with insurers with a current A..M. Best Company Rating equivalent to at least a Rating of'A:VII." Certificates) 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 F. Penalty. 7.7.TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A.A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement, and B.B. CITY gives CONTRACTOR a written Notice to Proceed. C.C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. B.&TERMINATION. AA. CITY may terminate this Agreement at any tree with or without cause. 8 8. CON11 - C aRmay terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C.C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D.D. By executing this document, CONTRACTOR waives any and all claims for damages that othervnse anse om s ertnma on un er 1s a on. 9.9.11,1DEMN IFICATI ON. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs Qnciuding, without limitat on,,ttomey's fees) injuries or liability arising out,of the performance of this agreement by CONTRACTf3iY' fi-iiia CITY be . ed ifferf$PittW,skuld aiiyVaim be brought against it by suit or otherwise, arising out of perfor fiance by CONTRACTOk of'setvrees rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at Crrfs request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Bid # LMD-12-13-01 39 10.10. 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 appearto 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. 11.11. NOTICES. AA 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.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.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. 12.12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13.13. 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. 14.14. 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. 15.15. 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. 16.16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and vril net affect the interpretation of this Agreement. 17.17. 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. 18.18. 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. 19.19. AUTHORITY/MODIFICATION. This Agreement maybe 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 Bid F LUD-12-13.01 40 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. 20.20. 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. 21.21. 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. 22.22 CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23.23. 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. 24.24. 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 termsand 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. 25.25. 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) ..h v ya.,.y, ..: JA.L.• aid # Udo -12-13.01 41 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: DO NOT SIGN— SAMPLE ONLY Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Bid # LMD-12-13-01 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL,AND ZONE 17 BOUQUET/RAILROAD. LMO-12-13-01 DOCUMENTS CHECKLIST The fdlowing 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 Non -Collusion Affidavit — must be notarized X List of Subcontractors — if none, write nla' X I I 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 # IM -12-13-01 43 References X Initials Verification of Additional Pricing (approx page 45) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit 8 — Staff — must be completed X Required certificates/qualifications(as identifiedin solicitation) X_ All Addendums (signed) X Cont ract Agreement X Insurance Requirements — Retum onto ifAwardee X Bend for Faithful Performance X I I 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 # IM -12-13-01 43 BID SCHEDULE The City of Santa Clarita reserves the right to award LMD Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 BouqueVRailroad separately, if deemed in the best interest of the City. Costs for four zones will be read and listed separately on the record of Bid Opening. Item Project Site Monthly Total No. Maintenance Cost Annual cost 1.Item 1. LIVID Zone T-8 a) x12mos = b) /annually Total bid amount for Zone T-23 Mountain View annually, in legibly printed words: Item 2. LMD Zone T-17 a) x12mos = b) /annually Total bid amount for Zone T-29 American Beauty, annually, In legibly printed words: 1.Item 3. L.MD Zone T-8 a) x12mcs = b) /annually Total bid amount for Zone T-51 Valencia High School annually; in legibly printed words: Item 4. LMD Zane T-17 a) xl2mos = b) /annually Total bid amount for Zone T-17 Bouquet/Railroad, annually, in legibly printed words: Bid # LMO-12-13-01 44 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. ExtralAdditional 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 QACIQAL 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 #34) Please initial to verify acknowledgement of labor rates - _ (initial) eidsuND12-13-01 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract Bid 9 LMD-12-13-01 46 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price .: x quantity) 1 1 square foot 500 sq. R.. Price for landscaped median maintenance with he. 2 1 square, foot 1000 sq. ft Price for landscaped median maintenance for shrubs and ground cover. 3 1 square That 500 sq. ft. Price for landscaped, irrigated slope ... ....: _ ._ ..: .:._:. ....... maintenance. 4 One gallon (6) Five Installation of shrub, one gallon container. 5 Five gallon (5) Five Installation of shrub, five gallon container. 6 24 inch box (2) Two k%stallation of tree - 24 tree inch box container. 7 15 gallon Vee (2) Two Installation of Vee -15 gallon container Bid 9 LMD-12-13-01 46 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT -FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12-13-01 City of Santa Clarita, Califomia 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'h of I percent of the prime contractoes total bid: DBE status age of firm certifying agency and annual gross receipts are required if sub contractor is oarticipatinq as a DBE. The form MUST be returned with bid, filled in or annotated with "No if none will be Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp: Date: / / Phone( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: ar Value of Work FAAnnualGross Receipts: Location and Place of Business Bid Schedule Item Nas: Descript on of Work License No. Exp..Date: / ! _ Phone Subcontractor Age of firm: DBE STATUS: Certifyine Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Ba Schedule ttemem Nos: escApst11on-of-W7ark ------ License No. Exp. Date: 100 LMD-12-13-01 47 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE17BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clarita, California Subcontractor DBE STATUS: Age of firm: CertifyingAencu: Dollar Value of Work Annua! Gross Recei pts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor DBE STATUS: Age of fum: CertifyingA enc : 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 A ency: 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: Certi ing Armen - Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Bid # LMD-12-13-01 48 REFERENCES ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE. MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12-13-01 City of Santa Clarita, Calfomla The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. Name and Address of Owner / Agency Name and Telephone Number. of Person Familiar with. Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid* LMD-12-13-01 49 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 flour (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 2 LMD-12-13-01 50 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. staff 2) 3) 4) 5) .. 6) 8) 9) 10) .. ___.... _. Bid t LMD-12-13-01 51 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 : pnners and chainsaws • AA maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters such as the Rain Master Pro -Max • All the required tools and equipment to make minor and major irrigation repairs • Altraffic control signs mechanical and stand alone, banicades,,cones, vests all equipment and safety wear shall be Cal-Osha approved Bid 9 LMD-12-13-0 1 52 EXHIBIT D INVENTORY LISTS AND EXHIBIT MAPS Inventory List: T-23 item # Description APPROXIMATE square fbetage Estimated QusnfMf 1 Irrigated Lan dsca e 2.388,660 Non -Irrigated Landscape 2 (brush clearance/weed abate) 730,433 3 Backflow devices 41 4 Ird ation controllers + `' "' 43 5 Irrigation enclosures 40 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 0 12 Trash containers cement/other - � d6 13 Paseo and Trail Walkwa s 0 2 287 14 D nkin fountains._ _.... ....._:.. 2 ...:._.._ 15 Playgrounds 0 2 Inventory List: T-29 ttem # sid a LMD42-13-01 53 Description APPROXIMATE square footage Estimated Quantity 1 Iniciated Landscape 246,086 Non -irrigated Landscape 2 (brush clearance/weed abate) 22,215 3 Backflow devices 1 4 Im ation controllers + `' 2 5 limciation enclosures 2 6 Paseo pole lights 0 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0 -10- Monument S ns— — _ - 11 Tennis courts 0 rash-Trash-cement/other - � Paseo and Trail Waikwa s 0 RE Drinkin fountains 0 Playgrounds 0 sid a LMD42-13-01 53 Inventory List: Zone 17 Item # Description APPROXIMATEfoots a Estimated Quantity 1 Irrigated Landscape148171 1,385,724 2 Non -irrigated Landscape (brush clearance/weed abate) 23,488 3 Backflow devices 3 4 Irrigation controllers 3 5 Irrigation enclosures 3 8 Paseo pole lights 0 7 Trail foot li hts p 8 Bridges over street d r (. p 9 Tunnels and lights p 10 Monument Signs p 11 Tennis courts p 12 Trash containers cement/other _ p 13 Paseo and Trail Wakwaysp -- p 14 Dr nkin fountains -:-; . p 15 P1 rounds p Inventory List: Zone T-51 Item # Description APPROXIMATE square footage Estimated Quantity 1 I 'gated Landscape 1,385,724 2 Non -irrigated Landscape (brush clearance/weed abate) NIA . . 3 Backflow devices 29 4 Irrigation controllers 25 5 Irrigation endosures 26. 8 Paseo pale rights 0 " 7 Trail foot lights 0 8 Bridges over street 0 9 Tunnels and lights 0, 10 Monument Sions 0 11 Tennis courts 0 - 12 Trash containers cemenVother p 13 Paseo and Trail Walkways---, -- p 14 Drrtlkin fountains p 15 Ptaygrounds p Bid # LMD-12-13-01 64 A EXHIBIT E - Specialized Maintenance Program Reference Guide Daily —Weekly —Monthly Bid! LMD-12-13-01 55 ®r - k'r. ® { �y4�?��Y� F Fill C' BEE ME all Bill UNEM1 •. MI- ®it 11 i - Bid! LMD-12-13-01 55 EXHIBIT E7 Specialized Maintenance Program Reference Guide Semi-annual and Annual Bid 3 LMD-12-13-01 56 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE MANUAL TYPE CONTROLLER (Por Reference Only -actual irrigation needs shall be based on plant requirements) SPRING - SUMMER IRRIGATION SCHEDULE ?. A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The run times/cycles will be adjusted to utilize `cycle and soak' methods on a daily basis to maximize soil percolation and consequently minimize run-off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower - temperature hours. FALL- WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will be programmed to be on solely during daylight, non -frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. n. C. The Contractor is responsible to rae adjustments as necessary in any .other circumstance so as to maintain acceptable appearance at all times. MONITORING A. _ _The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fah, and— 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. aestaa -12-IMI 57 EXHIBIT E3 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference n.1. h.11 60 6onnd .... 1--t s..\ Irrigation Program — Summer & SUMMER IRRIGATION SCHEDULE (March 21 — October 20) A. Shrub Beds 1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads — 10 minutes per station/per cycle, 3 cycles per day, 5 days per week 3. Stream Rotary —15 minutes per station/per cycle, 3 cycles per day, 5 days per week. B. Turf Areas 1. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Rotary 180; (halo — 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 SloMs I. 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 S LMD-12-13-01 58 EXHIBIT E4 Preventative Disease Control Guide I. Olea Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when % to'/. of blooms are open. Second application to be done 7-10- days after the first application. 11. Pyrus Kawakamu (Evergreen Pear) Fireb fight — Preventative Treatment Spray application to occur October 1 through mid-November. Fireblioht—Post Treatment Prune out diseased wood, sterilizing pruning tools dfter each out UL Ptatanus (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 therels evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of a type approved _by the County Agricultural Commissioner.. Bid a trto-12-13-01 59 EXHIBIT E5 Artificial Turf Maintenance Taking care of your new artificial lawn With synthetic grass you will never haveto mow, waters 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 cleanirtl dew4L A'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. • Qeaning 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. • thing plastic rakes can break up leaves making -it hard to remove from fibers. Weekly; Remove [eaves 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. iq EXHIBIT F 2012 HOLIDAY SCHEDULE HOLIDAY : DATE CELEBRATED New Year's Day : Sunday, January I (Observed Monday 1/2112) Martin Luther King Day Monday, January 16 President's Day Monday, February 20 Memorial Day Monday, May 28 Independence Day _ Wednesday, July 4 Labor Day Monday, September 3 Veteran's Day Sunday, November 11 (observed Monday 11/12/12) Thanksgiving Day Thursday, November 22 Day after Thanksgiving Friday, November 23 12.Day for Christmas Eve -Monday, December 24 Christmas fray .Tuesday„December 25 12 Day for New Year's Eve Monday, December 31 . New Year's Day Tuesday, January 1, 2013 If a holiday should fait on a Saturday it wit be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. 61 EXHIBIT G — ZONE MAPS e t 62 4 .' * .. • I I I I 1 ' Landscape Maintenance District Zone T-29.....1 I . ..... - .1.. ._,_ .. — ...+'- _ ...... .. — .. .. - Amadcon Hea\ItY .F KLMAV! 1 1 .- . Prta�l. I! 011H'M- '..+,•'` Zono 7-29!'1:.-T�. l,•: �u 'S S' `_ I J _./ I-- ^'.ti"��3k.y Q PtNtAVe K6 .t �••• Santa Clral9oundlN PLCp9'AVl. _ • —AFFWAVE i !h _ 1 ',Ili. I ..... _' . 9RIVE014V h.7 I f e I I�CEQ'Cf•�$ _ •./ .F 9ROMYMI WAY" � I � - - aO�- '" AMERICAN BEAUTY VILLAGE EASE' TDOSTROCT BOUNDARY ��'�±�� i f 'i►� I to l , I' �! -�,i f `. iT ' ` < I� U, E::I+;i; Irl Ib ►� `.� •;,i ��� I ill 1:;1' ��mi:��,"i' .'�.I; � I►� JANMES MATED PLANTED dtlSHED SLOPES CIO L.L.A. DISTRICT NO. 29 TRACT NO. 36606 220 RESIDENTIAL UNITS i S `S� y 1 ,• �,', .. yid 1 !� wmow r 4 i c'ry�SKM CLARM Landscape Maintenance District Zone TSI LIVID Landscape Area (1,325,724 sq. fL) T51 0++ LM D Baundary • Zone Parcel Outlines �m d Building Fxtpdnts a===•`^~ .. WMVI �3��Aw .� � .J•SI �� ..'yst •.I •o- +�O A y.S4n(aGn )J 1 lY �SLNTA 4L[1RM Landscape Maintenance District t WMVI �3��Aw • bOW 1 lY �SLNTA 4L[1RM Landscape Maintenance District Zone V LMO Landscape Area (148,771 sq. R) Need Abatement S Trees (23,488 sq. R) A ' LMS Boundary -Zone 17 .moi R Parcel putfines Building Footprints - �-^ ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD42-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T-29 Amefican Beauty, Zone T-51 Valencia High School And Zone:1Tpoucluet/Railroad ,August 28, 2012 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 retumed. The fax number Is (661) 286-4186. On the notice inviting bids page (page 1) it says 'Sealed bids must be received before 11.00 AM on Tuesday, September 19, 2012, by the Purchasing". September 19th is a Wednesday not a Tuesday. I wanted to confirm that the bid was due Wednesday 9/19 and not Tuesday 9/18? A. There was an error in typing. The correct bid due date is Wednesday. September 19, 2012 before 11:00 AM. 2. Who has the contract now? A. T-13 - Stay Green T-29 - TruGreen TS1— Currently under Los Angeles County landscape maintenance services, contractor unknown Zone 17 - No current contractor Contractor's representative Date Company Name M c uue-12-13-01 ADDENDUM #2 For City of Santa Clarita Invitation to Bid LMD-12-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Railroad September 07, 2012 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) 2864186. The City conducted a pre-bid meeb'og September 4,-2012at 9:00 AM, at City Hall, which included Jason LaRiva, Project Manager, Mary Alice Boxall; Labor Compliance Program Specialist and Jennifer Killian, Buyer. The following points from the bid were touched upon at the meeting: LCP general guidelines and contact information was discussed by Ms. Boxall. Jason LaRiva, (PM) discussed: 1. This is a performance bid. 2. If the awarded vendor does not meet the required specs during the contract, there will be a review process and a written reprimand. 3. Keep this in mind when responding and bid appropriately. 4. All the exhibits were reviewed. S. Zones 17: a. Referred to as `Railroad Avenue." a " -•- b. Has newer landscape but simple: shrub maintenance, weed abatement, mulching. c. Mulch - the City buys the mulch and the vendor will provide the labor. Therefore, the labor cost is to be included in the bid response. - •Theg .•e is �7_n /p_ino nn/a fencing and -soma trees- _ . _ J -r-_-._ _.a._."_ e. Vendor is responsible for trees under 12' and, irrigation. Weed and mulch 18" back from fencing. 6. Zone T29 - a. Referred to as "American Beauty. b. Grey area on map is the Homeowner's Association and the older map shows all of the LMD maintenance: slopes, acacia, bench drains and some brush clearance. c. No work is to be done INSIDE the complex or up to hofneowners' doors, etc. 7. Zone T23 - a. Referred to as "Seco." b. This is a large area with a lot of maintenance: 80% is slope maintenance, with plants like acacia and rosemary. Bid # LMO-12-13-01 c. There are small parks on each side of Seco Canyon. These are high profile. 8. Zone T51 - a. This is currently under LA County jurisdiction and is being annexed into, , the City. b. The City confident that the areas noted are iiccuiate. The controller count' ` should be close to accurate. c. This area contains a large slope areas around Valencia High School. 9. All estimates are approximate. Attachments are for reference. 10. Vendors should bid according to the work they feel the areas require. Read through ALL the line items. 11. too not make assumptions that each line or each bid overall is the same as the lasf one. 12. Underbidding is not encouraged. 13. The "Bid Schedule" stipulates that the City may award one or all to a single or several -vendors. 14. You must initial the "Additional Pricing" Sheet as indicated in the bid. Question(s) sent regarding this bid - 1 id1. What is the current contract amount for the areas? _.. _....._, _ .,...... ..... A. r-23:$357,360.00 T-29: $24,420.00 T.51: As this zone is still under L .A. County, the contract is unknown. Zone 17: $14,400.00 2. On the specifications available for download from planet bids. The end of page 19 is incomplete. The final phrase of the page is as follows: 11.01 Contractor shall orovide sufficient number of nersnnnar to �nfMfu riativ nnrrtnr Contractor's staff MUST be employees of? A. ..."the contractor except subcontractors identified in the response to this bid. Contractor must .... (page 20) Additionally the "Bid Schedule" was called into question because it did not accurately reflect the zone numbering. A new "corrected" Bid Schedule has been included at the end of this addendum to replace the existing sheet and MUST be used when responding to this bid. Contractor's representative Date Company Name Bid # 1MD-12-10-01 'CORRECTED BID SCHEDULE The City of Santa Clarita reserves the right to award LMD Zones, T-23 Mountain View, Zone T-,29 American Beauty, Zone T-51 Valencia High School and Zone 17 Boaquet/Railroad separately, if deemed in the best interest.of the: City. Costs for four zones will be read and listed separately on the record of Bid Opening. Item . Project Site Monthly TOW No. Maintenance Cost... ,Annual cost Item 1. LM Zone T-23 a) x12mos = b) /annually Total bid amount for Zone T-23 Mountain View annually, In legibly printed words: Item 2. LMD Zone T-29 a) x12mos = b) /annually Total bid amount for Zone T-29 American Beauty, annually, in legibly printed words: Item 3. LIVID Zone T-51 s) xl2mos = bj /annually Total bid amount for Zone T-51 Valencia High School ah tE6i!y;.in�togiblyprinted.words: Item 4. LIVID Zone TA7 a) x12n= = b) lannually Total bid amount for Zone T-17 Bouquet/Railroad, annually;7nTb7y printed words: Did C LMD-12-13-01 3 ADDENDUM #3 For City of Santa Clarita Invitation to Bid LMD-12-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Railroad September 14, 2012 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. 1. The area T-51 map shown during the pre-bid meeting was better than the one in the bid specs. I would like a copy of that map if possible. A. Maps of all areas are available via e-mail, in pdf format by contacting., jkjitian@santa-clarita.com Contractor's representative Date Company Name Bid # LMD-12-13-02ADD3 1 , EXHIBIT B FOR PUBLICATION TWO TIMES Thursday, August 220 all 0 NOTICE INVITING BIDS 04 Sealed bids must be received before 11:00 AM on Tuesday, September 19, 2012, by the Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 120, Santa Clarita, California, 91355- 2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 120 for the purchase of: LMD-12-13-01 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONE T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. Specifications for this bid can be downloaded from the City's Purchasing website at vntvw.santa- clarita.com/purchasino. Please refer to specifications for complete details and bid requirements. There vial be a pre-bid meeting on Tuesday, September 4, 2012 at 9:00 AM beginning at City Hall, 23920 - - Valencia Blvd., in the Council Chambers to review the bid. After the review vendors will be given the - -opportunity to assess the zones. - ----- - In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specked 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-23 - $300,0001yr LMD Zone T-29 - $20,0001yr LMD Zone T-51 - $150,0001yr - - - LMD Zone 17 - $14,0001yr This contract is subject to the State prevailing wage requirements of the Cal fomia 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:/hvww.dir. ca. oov/dlsripwd. 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 Wil 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-ofsuch--Contractor-shaltsubmit------------ - 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 661-2861934 r. CITY OF SANTA CLARITA INVITATION FOR BID r ,BIO # LMA -12.13-Q1 BID OPENING: SEPTEMBER 19, 2012,11:00 AM 1. The City of Santa Clanta invites sealed bids for. ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONE T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. Terms of pavment: 30 Subtotal US$ -311014. DO Delivery: Emof Sales or Use Tax (8.75%): US$ WA TOTAL: US$ 31r r z44 -0D L Return original of Bid to: City of Santa Clarita — ---=- - - Purchasing Agent --23920-ValenciaBNd:;-Sufte245--------- Santa Cladta, CA 91355-2196 2. Prices shall be D.D.P. City of Santa Clanta Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days or forthe 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 67, Exhibits.A to G and separate Appendix C (Labor Compliance Program). 5. The last day for questions will be 5:00 PM, September 11, 2012. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, September 4, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Council Chambers, Santa Clatita, CA. This meeting is NOT mandatory but 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 famish the commodity or service stipulated on this bid as stated above. rn CompanyS'rQ��,1,,�„�,5,fCWI1r1C. Address_ -AX 5 Yl1t'6d1,bwarn,Mt0191350 Name (Print): Y.V.�Le,60a Signature Company Phone No. LVA1_2862 Title of Person Signing BidVF OPEYA Bid # 1MU12-13-01 1 TABLE OF CONTENTS I ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T-51 VALENCIA HIGH SCHOOL AND ZONE 17 BO UQUET/RAILROAD. Section...............................................................................................EW4 Noltice Inviting Bids ........ ....... .................... : ....... Invitation to Bid .................................... ................. ......... Tableof Contents ................. 7 ................. I ...... ............................... BidInstructions ...... ............................................................................... Terms and Conditions ........... .................. ........ ...................................... Administrative Specifications .......................... ......... % .............................. 10 Bid Security Bond/Proposal Guarantee Bid -Bond : ........ .............................. Non Collusion Affidavit ............................................ ................................. 34 Faithful Performance Bond ...................................................................... 35 Material Labor (Payment) Bond ....................................... ......................... 36 SampleContract ...................................................................................... 37 Documentation Checklist ............... ; ........................................... ; ........ ; ..... 43 BidSchedule ..................................................... ................. i ...................... 44 Designation cf Subcontractors ..... ... ........ ............................ 47 References.............................................................................................. 50 Exhibit A Violation Records ................ .................................................... 51 Exhibit 8 Staff ......................................................................................... 52 Exhib'dC-Equipiment Requirements ...............:...:.......................................53 Exhibit D Inventory ................................................................................... 54 Exhibit E, Ell -E5 Maintenance Program Guide .................................................. 57 Exhibit F Holiday Schedule .......... ............................................................. 61 Exhibit G Zone Maps ............................................................................... 62 -1 APPENDIX A Labor Compliance Program (separate attachment) Bid # LMD-12-13-01 2 A. BID INSTRUCTIONS 1. Submitting Proposals. (a) The bid response must be 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, (attaeliments`accepted), original and onetiopy in asealed envelope with the wording 'Bid%'bid Number-ahYl closing date marked anthe'ouiside. '(b) AII'docum'entation of unit pricing or otltef'isosi breakdowns as outlined in this bid must be submitted to support the total bid price. (c) 'Proposals/oor eetions received after the' closing We will hot be opened. The City will not be responsible for bids not properly marked and delivered. Upon award, all submissions become a matter df,",id recon. 2. 3. Currency. All references to dollar amounts in this solickai6 nd in vendoes response referto United rotes currency Paymgttts9e71 ¢e. ade,(r!.e.Sta�s, Curd�n�l• *4. Alterriatrves: Any changes or altematives must be set forth in a leiter attoed to this bid. The City has the option of accepting or rejecting any alternative bid. 5. rniironmental Preferable Purclia� Thre Cq� q Sartre. C(en OPIN'fully Lire the limited „.... hire of our resodrces i3rid"the *9clersiitp role govemrment agencies have, supports the _-.- .. Emnronr tentally Preferable Purchasing (EIRP) program wdh,) enol b,4 Qi1Q3,, Nittlsllanges_in. _ --- "II tec}1np_ogy and jndusfnes, grxl,mn� rapbly is,freryugntl dttficuft 10 be avi�a[e ;gf the latest tthhee ihrtovations. There ore, is mfent of the Citjr'of Santa`Clariia fo seek out these gra ucts which result in less energy usage, least impact on natural resources and greatest reuse Wp"ost-industrial and post�nsumerinaterial. Bidders are strongly encouraged to offer products and services meeting these.erttena rid,pajrtt out those specfic aspects or,features in their bid. In accordance with Public Contract Codje22152 piddersare reg red to certify in writing the minimum,, if rpt exact; percentage of postconsumer materialsn.the products, materials, goals, pr supplies, offered or, sold. 6. Failure to Submit Bid. Your name may be removed from the mailing list If the City receives no response to this bid. 7.. !Mgt o irewemrjseheajocey,tchartaentjshey,e pcortbreitavdhileolobufbisadildsyb,iatodanfdidleaerntdo wy twohboapidieivdsrfeen, oraornwmt yinhpionariooipspnoeinsnriallytdlp,it.enypfratin owuapltmneoyrpffobletrhidtmee. due to the City of Santa. Ciarita. 8. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will also be available from the City s website if the bid was downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. -.. 9. Awards. The City will award in accordance with S.C.M.C. § 312.205 (Support of.Santa Ciarta __._-_--_....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/Durchasino normally within 24 hours. Bid OLMD-12-13-01 3 :b BID INSTRUC'fIONs (continued) 10. Cooperative Bidding. Other public agencies may be extended the oppoRunityto purchase off this bid w ththe agreement of the successfulvendor(s) and th'City of Santa-Cjarita. The lack of exception to this clause invendoes response will be consicleied agreement. However, the City of Santa Clarita is not angent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts thatmay arise out of sugh.independendy negotiated "piggy -back" procurements. 11. 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. 12 Tates Charges and Exfras ( Bidder mit show as a separate dgm� Cabfomi� Sales and/or Use Tax. (ti) The Cdyis ezemp frortf Federa(E1�ci, Tax (c) Chaflt'es fortransptt _, 4!' containers, Jacking, etc. will riot be Haid Unless'specified in'bid. ContractorNendoYagrees tocooperate with the City in all matters of local taxation. 13. Pa en . (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. 14. 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 Giry gavewritten consent before such assignment. -IS.--Sub bontractors. For all public projects the Biflder must fist any suor&itractors that wiJI. be used, the -' work to tie performed by them,' and' total number of hours or percentage of time the"YAQ 1spend on the project." , 16. Prevailing wade. For all public works, the Biddei is required to bid prevailing wage. Forthe purposes 6f this paragraph, public works includes maintenance. The City of Santa Clartta;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. 17. Protection of Resident Workers. TheCityof Santa. Cladta actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verificatioii, and nondiscrimination. Under the INA, employers may hire only Persons who may legally work in the United States (.e.; citizens and nationals of the U.S.) and alien's authorized to work in the U.S. The employer mustverify the identity and employment eligibility of anyone to be hired, which includes completing the Employment EligbilityVerification Forrn (I-9). the Contractor shall establish appropriate procedures and controls so no services or prdducts under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 18. 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 inanysuit, 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. 19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid 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 and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Bid t LMD-12-13.01 BID INSTRUCTIONS (continued) e. 20. - Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided byvsingrarrACORD certificate of msufanceand shall be provided prior, to contract signing. Insurance shalfbe Primary and Non`.Cohtnbutory' acid most name the °City of Santa Ciarita' as an •: edditional insured. The reYGix;afe shall list coverage for General Liability'(limit of $1;000,000 CSL $1;000;000pers�ccurrence vnth'a $2i000;000 aggregate); Auto Liability(hmft of $1;000"000), and •We"rkees Compensation (statutoryregUiremeht) For professional service's; ProfessidnaCtiabil'ity with a limit of $1,000,000 may also be required. Insurance shall not be cancelable orsubject lidreduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be I-..sefforth'in any cdntrai#`UWarded Ica bidddc. 21. OtrSM Insgeeridn'Mhen deemed necessary by -the City;: an orf -SM inspectiondate and time will be iso designateb Bidder fs responsible feteinspecting and understarwding the totalsdope of the projects (r a ;>>speafidiflorfs, qua"City, bnd quantity of Work to boi p6d6ra eb.) -21_,.Soecificayons • Materials' differing from -stated, specifications may be considered, provided such difference's are'clea�ly'noted and described, and provided'fyrtherthat3Uch articles are considered by a City official lobe in all essential respects in compliancewiththe-specifications. 23. Brand Names 'The useof the name Of a manufacturer, -or any specific brand or make, in describing ... ' any item cohtained Iirtheproposal 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 Cit 'Is' final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the Pdtatidn NO SUBSTITUTE has been used in the specification section. 24. 'Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price orprices to others purchasing approximately the same quantities as contemplated bythis contract, the contract prices must be reduced accordingly,and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. 25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the tens 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. 26. Non-Aourooriation 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. 16 the event the governing body appropriating funds does not allocate sufficient funds forthe next succeeding fiscal year's payments. Then the affected deliveries/services maybe (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the contractor in writing of any such noir-allocation of funds at the earliest possible date. _ V. 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 far excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with orwithout cause either verbally or in Bid # LMD-12-13-01 5 writing at any time without penalty. BID INSTRUCTIONS (continued) 29. Safety. ,Contractor agrees to comply with,the provisions of the Occupational Safety and:Health Act of 1_97,,0:(or latest revision), the State of CalifomjkSafety Orders, and regulations. issued #hereunder, and certifies that.all items furnished under.thjs bid will conform:and comply with the, indemnity and hold -harmless clause for all damages assessedaga s a nst buyeraresult pf. Suppliers failure taComply with the Ac, end•thestandards issued thereunder' and fortberfailure:ofthe fte>� s famished unite[this order to so comply. 30. Gratuities. The City may, by written notice to the_CoQtractgr, terminate the right.ofthe�Cpntractor to proceed under this agreement, N it is found that gratuities in the forth of entertainment, gifts, or otherwise were offered or given by the Contractor,;or any agent or represen Wa ofthe gontractor, to any offieer•or. employee of with a view toward securing an -agreement or securing favorable treatment with respell to thethe,City a, rd or amending, or the making of any..deternpat[ons 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 eompelent court: Ira;.Ve:event of such termination; the City shall be entitled to pursue the same remedies,against-the . ohikioras the City could pursue in the event of default by the Contractor. Delivery.- Contrac(.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•$arrta Clarita, and site of user division. 32. Invoices. Invoices will be forwarded to •.City of Santa Clarita Special ,Districts 23920 Valencia Blvd. Ste. 260 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order# and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to ikillian(a)santa-ladta.com.. They may also be faxed on Letterhead to (661) 286-4.186 or sent on letterhead to: City of Santa Clarita Purchasing Department 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 The last day for questions will be September 11, 2012 before 5:00 PM. 34. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be _ _ _ renewed annually, :up to three times, in cneyear increments,inacc_ordance with theterms of the i contract. If not otherwise stated, the contract may be renewed f the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), _ Los Angeles Area -Riverside -Orange county area and prevailing wage: rates, If applicable. Price adjustments maybe increases or decreases as appropriate and must be requested at least 90 days prior to the expirationlrenewal 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 0 LMO-12-13-01 73 TERMS AND CONDITIONS The solicitation, bidder's response and the Purchase Order (and Coritract for services) constitute the entire agreement between4he vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the 'goodsoy. Time is of the essence. 1. e76ht and-Ingoedtion. The terms and routing may shall be as provided on the Purchase ro'ras=btherWisedirected bythe.Qty�, City may revise stripping instructions as"to any goods not or upon by - City .&;Cdys eledoti, which fight thallbelexercisablis notwithstanding Buyers ?having ig'11W'for the goWgnidr to Irisp-ectiorr f City,I by reasori'df Itsfaila - re'toifiii5ect1he §o"ods, shall ...W b0ldieimed.ta, have-acceptefiang defective goft or,go i*-N&A&-hot 6hfdi7n to the apftifid6tidhsiherefore, brtc1haVb1w6iVed any of City's fights,& - remedies tdtiti§*vtrtdeof such da.f&tlortf6'n'conformance. ,.0 s df inspection on defivedes-or6ffers'fi6rdelivdry, whiphdo not meet sIx-acatons;W111 be f6r- the ad6b&t of thili'vendor. 2. Itisk of tdis Not Withstanding. llklily'prb I vibi -to thi OW-heftd. -dbntraiy, Mato, -and risk of loss of, the -''*6c[s shall remain With the`vekdor.tftf the goods are del"f6d atftD.Q.P. Writ specified in this Dantrabtotif no tdbl'Voiht isspeciWAhenj when ftgoddsate delivered tothe CKY, -However, if the goods are of an inflammable, toxic or otherwise dangerodi'riature, -Vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal kitod and/or property darriagas caused bythe I ft he go, orb#1116trairispaitation therecf,prior to the ccWnplefton of unloading at Ch(s r6c0in rd gya. - --- ---- --- 3., ::.Wrrairti6s. Vendorwarrantis to and dbVeriants%ilift the City as follows: vendor will ddliverto City title IiDth6goddsfree and 61earo-fair ^ int6rest,:fiefis,"Wilgations, restrictions or encumbrances of any kind; nature or description, the goods shall be free from defects in material and/or workmanship; Emless otherwise specified on the Purchase Order, the goods shall be new and not used or rewriditioned; the goods and their packaging -shall :donform to the description thereof and/or speciftatidfis therefore contained in this,Coritract,ln placing this Conti City is relying on vender's skill and judgment in selecting and providing the prober goods for City's particular Use. The goods shall 66 in all respects suitable ldrthe particular Purpose forwhich they afe-purchased and the goods :.:"I be merchantable.Vendor shall, indemnifyand save and hold City hatirmle" from and against ady and all darfiages,. losses, demands, dostsand expenses adsin§'from Mims by third parties for property damage, personal injury 'dr other losiabs or damages aftrigIr"Vdiridorrs 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 refutal 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 vendors 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 Vendors recovery of the goods or the purchase price payable for goods shipped prior to such breach. S. Force Maieure. For the purposes of this Contract, an Went: of"force majeure"shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labordifficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an Bid # LM1112-13-01 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,ellminate or remedy the force majeure cause and shall give the other party prompt notice when thabhas been,. accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any eventof,.force Majeure, both parties shall-be,exrused,from performing hereunder while and to the eXtent,,that the,force Majeure condition exists, atter which the parties' performance:shall he resumed. Notwdhstanding the foregoing withirufl ve dayszfollowing vendor's declaration of;aforce,majeureeventwltichpreventsitsfull andlorbMelydeI eq,6f;goodshereunder, City may,;atits-opG9n and wdhout::liabijity (a) requi(e,yendorto apportion amorig,its customers the goods availabie4ordel very, during.the:forceniajeure.perpd.�(b) cancel airy orall'delied.orreduced deliveries; or;(c) cancel any outstanding-deliyeries hereunder and,terimbige this;Conjtract. If City accepts reduced deliveries or -cancels the same, City..yprocure: substitutergoodsrfrom other sources in which event this contract shall. be deemed modified to eliminate.vertdofs obligation to sell and City's obligation to purchase such substituted goods. After cessation of a force majeure event declared by.yendor,-vendor shall,;at City's option but not otherwise, be obligated tc&liver goods not delivered during theforce majeure;event. After cessation of a force majeureeveot declared by City, neither party shall be obligatedao 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 andforused by City. H 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 aliclaims, damages, losses,. demands, costs and expenses (including attorneys fees) in connection, With such suit or threatened.suit. 7. 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 prescribedby Executive Order 11246.dated September 24,1965 as amended, and any rules, regulations or_orders issued or promulgated under such Ad and Order.. Vendor shall indemnify and save and hold City from and against any and jail 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 centrad of the type evidenced by this document shall be deemed .to be incorporated herein. Where permits and/or licenses are required for the prespribed material/services and for any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8. Reports. Artwork. Designs etc.: _ _ (a)_ILthe_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 materialsfor any third party without City's written consent Such designs and the like involve valuable property rights of City and shall be held confidential by vendor.__.... (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City 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. Bid 3 LMD-12-13-01 (c) Unless otherwise agreed herein, vendor at its cost shall supply afl 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 fortes 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 eMended prices. (d) City may, upon notice of vendor and without_ liability to City, cancelthisContract andany outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder, at any time pdofto shipment, or(2)if (A) a receiver or trustee is appointed to take possession of all or substantially all of vendor's assets, (8) 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. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on _ receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a specific office at the Vendor's place of business. 12. Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. eW t LMD-t2-1M1 9 G ADMINISTRATIVE SPECIFICATIONS ADMINISTRATIVE SPECIFICATIONS duction :The City of Santa Clarita Landsc" Maintenance Districts (LMD)' is sdici�ng sealed bids from qualified landscape companies fol landscape maintenance of the Cityy's LMD Zone T43 Mountain View, LMD Zone T-29 American Beauty, LMD Zone T-51 Valencia fiigh�School anq „LMD Zone 17 Bouquet/Railroad. This contract shall run for two (2) years vuitli the caption forthreet3j'Additional One (1�year renewals. .c•vr r .,,L;: �Ys.:. ' -... -the IlV reeuWca'farfnr In keeping with S4e riiaiidated divers on 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.,Corjtraptor requirerrjents for this program shall include a Vermeer 150Q chippe"r' or equivalent fog uaee on-site of 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 Citys Envir•onmenial Seryrces Office; fine goal will be 95% diversion from this site. The Contractor shall have a minimum of five years'b4ilrtence in landscape maintenance mnel,'(CLIA) - THe Contractor will Fie required to communicate LMD through desktop compurerr handhetc device, or laptop. The vide copies of a5iards, antl re do}nitions'received for landscaped Refer to the following specifications for requirements at each location. The General Specification "-on includes genera( and special iconditionsthat shall apply to all jobsite locations. Also included m this seytion are the Scppe_of Worlf nshu tions which mere clearly define the services, scheduling, or special ciR umstances for eaph location tp be sefviced. - - 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 he •done have been determined'by tho Director of the Cal'rfomia Dep4nmient of Industrial Relations: These waga'iare set forth in the General Prevailing Wage Rates for this project, available from the Calrfomia Department of Industrial Relations' Internet web site at httoJ/wtniw dicca:gov/d'Isr10W Future effective generaFprevaling wage rates which have been predetermined and are on file with the California Department of InduMflal 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. aid # LMD-12-13-01 10 Contractor shall further adhere. to the:requirements contained -in -the City of Santa Clarita's Labor Compliance Program, approved by the61R for projects, and which will become part of the conformed documents. All pertinent California statutes ar9d pegulations, including, ;but not limited to those referred to in the City's labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor isxespoi>pible for obtaining a current edition of all applicable Federal and California statutes and regulations and adhering to,the latest editions of such,LgnttSgtgr shall subgrd certfied copy of all Certified Payroll ecords ( PRs� with the progress ajrr>agnt An. at gapt rivrog Ws to fhg Ry 1 AgNERAL I'tE(IAgMENTS .. 1.01 The City of Santa Clarita is soliciting sealed bids from qualLCied landscape maintenance companies fpr the ALL-INCLUSIVE LABOR AND EQUIPMENT (See.Exhibds B gnd C) under the Yerjns of this tiid to P d0 or jnal"otr@nanoe of�jndscapersi Raseos sdcwaXs pai(is medians and yariou55 bther`fpc�aboons�i`ro bio a Cdy�4f Santa Claams •�. S.. v, ,rvc 3�..•,. .c. '•'i.. .Sn. .._r'. - i` _ rv�.c-� �.'%-�..`..: �iJS �, ai'i The Contra ors it furfiish a firitipme�i ma enais; tobfs serve a ' s'ills, i.e. 3r e'c` 'aa-. , X31- M' Yr t ft-i6in Specuai�st lln�g8 ion si A and Foreman je upred {o perfo " the�lands �i g nlenance as het forth m thigeecLfica6pns elf inatc usiGeiatwr aneouioment lid keing with CiesFrL hest standards of qual ° an erTormiatice mamntenanceUf p"cant mate�a�hardsoape (i.e.: g p s i s A .y xo� s,. , r Ra sweeping or ii`owing down concra'� d/or crack Weed waren} entl Lmgahon.sstems repairs. Maintenaimce'of�plant mafenal shatl inoutle but noberr>it8d fo Loiin0`fitJe€d abatement for fire clearanceRuel mod (100:teet from striidures) tnrnmmgging4iand pivriing ferl¢atlon, and _.._ _. _ aerabonpj3licabon of p�erhergent her$icide`s i�tl control lriinor Ding rdeftmatching, plant replecemen�s and clearlL p of drainage syste rs. All rnu�ich br UghYm y the LMD will be disbursed by the'cohtradot ori 'site'tSwiitrof sect growth. Jt is file mte`of these specfications to provide plant material maintenance methods to keep al! areas weed free and in a state of good plant health. • The Engineer's estimati for this worit b ifpift" Amately: LMD Zone T-23 - Sa00,,000fyr LMD Zone T-29 - $20,0001yr LMD Zone T-51 - $150,000/yr LMD Zone 17 , $14,0001yr The Landscape Maintenance District (hereinafter defined as the LMD) covered bythis .Agreement shall be maintained at a crisp clean,levei ofiaPpearance at California lands¢a re Contractors Association (CLCA) Industry standards and all, workshall be performm ed 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 Ccordinator,_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. ads LMD-1z-13•ot 11 1.04 Contractor is hereby hired and paid to render and provide. all inclusive tabor 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 V"., Fertilization; :... a Aeration; It. Verticutting; L "Irrigation; minor and major repairs, see sections 1.7g.8 and 22.01 a -e; .. Hand watering; k (bleeding of valves necessary during emergencies when automatic systems are not •funetibhing; " L . Pruning shrubs`and trees; M. 'Trimming and renovation of turf, shrub areas, and ground dovei; A. Disease control; o. TreeTnaintenahce; structural pruning per ANSI. Best Management Practices; .,. p _Maintenance o_ _f imgation systems; . Mulehin C' roVided ma "ill be disbursed by the coritractor" h it f 'ifllet4jaLuri'edr batemPOk tl. CheLnt�at;yveed co0hoi,. ' t MaintepatlCg Cf fire"pr ectiortJ filet madtficatiott of �Ope 8ree's; u MprkfQggy,4grgroLirld (mgatlon Jird -and other LMD equip Wt upon Dig Alert notificat�og:_ v AMfigial turf rrlair9drianq% w. Traffic control per (Watch manua0 while working in the public t[ghtof w.ay fpr 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; 2 irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E-E5'Maintenance Program Guide", Irrigation Schedule Guide, irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas; shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of - _ inclement weather, which may cause unsafe working conditions or 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, Bid # LMD-12-13-01 12 c. Construction and/or storm related operations; d. Emergency response operations; e. Electr(ealrrepairs; 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 trete rail; I. Artificial turf installation; j. Integrated pest management / Chemical applications to trees; k. Streetscspe furniture cleaning and pressure washing of walkways and appurtenances. Contractor may be required to modify or curtail speck tasks and operations within their maintenance contract. r: 1.07 When notified of landscape or irrigation emergency, during the houYs and days of maintenance service as identified in Section 9, the contractor shall respo fifty phone or radio to the Landscape Maintenance District. Monitor, Inspectorand/onSpeciai Districts Office within fifteen (15) minutes of notification. When notfied of an emergency outside ofthe 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 failur®,to r$pmply. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of this contract All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 1.09 The contractor is required to have a minimum of five (5) years experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of -work within the bid response. - - - 1.10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, WeatherTrak and LETT --- - -- - --irrigation control systems and equipment. Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. Bid OLMD-12-13-01 13 1.12 The contractor, and or subcontractors, must possess the,following licenses at time of bid submission; C-27. The contracto7 or subcontractor rnusf identify`6 staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (When requiiedy have an Arbonsfidentfie by thOFIntetnational Society of ArboricaltUte (ISA)./'or have a dontraot with a Certified Artiorist 86-i need•basis: The contractor must identify a staff memberwho'isa'ceiiified TaiSscape irrigation auditor(CLIA): Tfie bidder will submit copies of the licenses; and tiiitificates'o7 subodntractoriifonrtation sheets; indicating licenses held With bid submission.' 1.13 The contractor will be required to obtain and pay for any peiii its thafi* be "required for the performance of any tasks under this contract with the exception of oak tree permits. 2. '-LANDSCAPED AREAS TO BE MAIid7AINED 2-01 The LMO areas to be maintained uritlerthe provisads of this Agreemefit are specifically identified in Exhbk D. (inventory Usts and Area Maps). 2.02 Q6. df must abkjri Me8pe oetsonafmsoectfdn of the zones -impetxiri system turf, '-ao nd. Wnter$Nkk°and "evaluate the extent to wfttc 1-1he bhvsical condniori'vthereofiwilf affect the servlee'stobe,'Oroilivied-Ea'ntraefoyaceents-themFerris"esirjtEi ore§efi nh sicatMidition and fariiiscaped 3rea3theTeof'_ v 3. CERTIFICATIONSIREPORTS/RECORDS 3.01 Payroll and Prevailino Wade Report Contractor shall complete a Payroll and Prevailing Wage Urfacation"Report Which shift pe made avaiiable to LMD cohcurrent With the monthly invoicing. Contractor shall provide the required information in a form acceptable to Special Distridts: The City is requestind that one morithlybill be submitted by tHeroritra'&or to Special Districts for the maintenance.' The monthly payment Will not be made bAt1 such report is received and approved by Special Districts. Vendor to prove sample of nioithly trill wdh bid response. 3.02 Maintenance Function Report: Contractor shall maintain and keepcurrent a report that records when all Periodic, Seasonal, and Additional Work maintenance functions performed by Contractors personnel were bornpleted 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 specialtytype maintenance items completed The following udoanation 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 amendm' ents used. -- ------ - — d. A; valid licensed California Pest Control Advisor's recommendations and copies of crresponding Agricultural Commissioners Pesticide Use Reports signed by a ticendk California Pest Confrof Operator fogy all chemical, disease and pest control workperformed. 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. Bid X LMD-12.13.01 14 3.04 Company Financial Records: The contractor may be required to supply the City with their financial records through reputable independent auditor, such, as Dunn &.Bradstreet. 3.05 Yolation Records The -a w,arded,contractor shall not have twali(2) ormore Cal-Osha ,sustained.eomplojbts;or:four C4) ormore CalffpMia Statet ontractor.Boaed,sustained complaints witilin the Bast f6ur,(4ky;. Abid resgonse from- the awarded vgn.,dor that does.notmeet these requirernentg may.,be considered a.goftaresporLsive bjd,tand the.' of Sant a.,Qlarita:will proceed to the next lowest bidder. Please supply this information op Exhibit A, -Violation Records.. 4. ` ADDITIONAL WORK :r 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 .negiigence for which Contractor will be compensated. Regularly occurring 'bad weather" is not considered an Act of Nature for the purposes of this contra(:t. eet 03 When a oondkion exists .Veren there.is imminent danger of injury to the public or image to property SpeGai Orstncts may vertia(ly authorize the work to be performed upon receiving a verbal estimate from Conkractoc However, wiUim 24 hours after rgceiying such verbal authorization, Contractor shall submit a proposal to be approved by Special 6istricts. 4.04 All extra work shall commence on the specked 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 itemizat on of lobo and/or materials. 4.0.5 All invoices submitted by the contractor for extra work shall include a detailed itemization of labor and/or materials and specific zones) 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 Contractors 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 specfic 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 Bid t LMD-12-13-01 15 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 aforementioried' maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. S. 1NTIEOA71ONOF'THEMAINTENANCESPECIFICATIONS' - 601 'Shauld aoy mrsund'erstanding efiseSpecial Districts wilt interpret this Agreement. If the Contractor 8rsag e' es vrritli the interpretation of Special Districts, Corltfadtor shall continue with the 'f &klin accordant"e with Special Dtstrict!S'mterP,retation Within`30 days after receipt of the inWrpretabon,'C'66iractdr may file a Wdften regdes'f fora hddfif g before a'Dispute§'ReV!' w Panel as provided hereinafter. The wfiften request shall outline in detail the afea'of dispute. 6.02 - The Disputes Review Panel will be appointed by'Special Districts'indwill be composed of not less than'three 13) `Qualified personnel or representatives havtng'`experience in the adaiinistratwn of=grouhas' fnainteriance contracts. The panel will convenei"Within'one (1) week of appoflrtm4tit in`orderto-hearail"matters related to the dispute."'The heanng 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 conciusidKof the hearing. Special _.Districts siallrenoer'an'interpretation based upon review of the Pariei's recommendation. Special Districts' decision shall be final. 7. 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 LMD 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, Contractors 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 LMD being maintained, Speciat 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 suc i 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 shallbe-- - - - available forinspectionby 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 Bid S LMD-12-13-01 16 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 consequgntial:or related to the:work; and agrees addi4ion 'Ilyito accept the sole responsibility for complying with all local, City, State or other legal requirements including but not limited to, full compliance vyith.the,terms of the applicable ,0 S. rH.A dnd,,,CAL-O:S _f1.A. Safety Orders at all times so as to,proted alt,persggs, inciud)ng Epntraoor . Mployees; agents of the City, vendors, members of the public or others from foresegable,injuryr pr damage,to, their property.: Contractor, shall. inspect ai/,pQtential,hazards at the LMD ar"_s Covered by this Agreement -and keep a log indicating date inspected. and action taken. 8.02. Itshall be Contractofs responsibilitytto inspect and jdentity,-,arty mndition(s) that renders any porton,of the hMD premises unsafe, a well as any unsafe pra gs occumng thereon. Special Districts shall.be notified immediately of any unsafe condign thatrequjres major correction. Contractor shall be responsible for making minor corrections including; butnot limited 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 tothe 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 1) 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 Ciarka. 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, 'rf the contractor can accomplish the same work using the same amount of hours in a shorter service scheduler then theSpecialDistricts 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 Bid # LMD•12-13.01 17 10. MAINTENANCE SCHEDULES 10:01"- Contractor.shall Within ten U0)_days after the effective rg_emises Workmschedule:toSoecial Districts for review and app ket Oman annual 'talend if identifying and delineating the "time s the day of the week, morning; and afternoon. .10.02 Contractor shalt subrimitdevised schedules when actual frc=lanned,oerformdhce., Said revisions%shall,ba submitted t Said work schedule shall be for the required functions by ;ial Districts for review, and if ::.,appropriate, approval, within five (5) working days prior to 'scheduled time for the work. IMos .The above provisions are not construed to eliminate Contractor's responsibility in cwVying with the requirements to notify Special Districts for maintenance. y • := . 410.04 .. Contractor shall notify Special Districts, in Writing, at least two (2) weeks prior to the date and•fime:of ail niaintenance operations. a. Fertilization. ; bz..TurfAerificaton;----------------- e.^ TerfRenovabdrWerticutting; — Turf Reseeding; e. Micrb:Wdrients/Soit Amendments; - f: Spraying of Trees,Sbnibs or Turf, g. Aesthetic Tree and Shrubbery Pruning; h..Preventative disease control; 1. Seasonal color. Transplanting small and medium sized plants; j. Lane closures for median or parkway maintenance prior notification is required; IL Fire protection of the natural slopes area maintenance. Contractor at his cost shall be rnenhnclhla fnratl Ih!`IIiCIVP WG'c✓r 9hntamPnt. mninfnin;nn the hnwhaA elnna areae 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 gr�drentsgmg 10 percent to 100 percent Slopes are either manufactured or natural j he natu�at sippes have beers brus�hed-to remove certain plant materials. Manufactured slopes Piave been hydramulched pr 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 comb) stion. (Remove all, debris from this operation off the LIVID property. Weeding shall commence immediately following - U 4 LMD-12-IUI 18 the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and, shall be completed throughout an LIVID within a maximum period'of 30 days. ` (4) Contractor shall tZeaespopAibleform rtaining rus Ike bhed slope areas O throughout the yeariin,accdedonce,plloi theabove,-Identified.sheight of weeds; dead wood removal and -distance from dwellingsoratructures requirements. This may require thatcertain areas Will need additional brushing as directed by the County Fire Marshall. If the Fire Marshall determinesaddNpriahbfushng ls,necessa,ry:the contractorwiltbe paid additional compensation at the rate specfied in the forii7 �tj 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. t Where reference is made to weeding, brushing, or clearing within 100 feet of a structure, it.is intended that the spacp,between.the.structure and the private property line is the responsibility of the o. 0arof 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 ofweeds by hand shalt 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 shrd6s to sustain growth. Contractor shall be responsible for any damage'to slope areas caused by excessive watering practice's or to plant ml3tenal caused by lack of water. Plants and trees'shali be ferbldi d in accordance - h the requirements of Sections 18 and 19 of these Specifications Other Items as Determined by Special Districts 10.05 Said maintenance services shall be performed in compliance with the Maintenance Program (Exhibits E -ES) attached hereto -Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 Will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the.final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient number of personnel to satisfv daily and/or weekly requirements for highguaiiWlandscape maintenance. Contractor's staff MUST be employees of Bid # LMD-12-13-01 19 11.02 'Special Districts may at any time give Contractor written notice to the effect that the oonduct oaactio4-ofia desig6ated employee of Contractor-is;rin•the reasonablebeiief of Special DMdcts Sta detrinfental to-ihe.interest`of the public using the premises; Contractor' shall meet with representatiyesbf:Special Districts to borisider the appropriatd dourse•of action Qth respect ta.tucti'matter arid,Contr'actor shalt takereasonabie measure's undei-_ 6 dircutnstances to assure Special Districts that the conduct and activities of Contractors emptoyeeswill not be detrimental to the interest of the public patronizing the LMD covered under this Agreement. 42. SIGNS/IMPROVEMENTS > 1201.- Contractor shaA riotpost signs or advertising matter upbKthe premises or.improvements thereon, unless prior approval therefore is obtained from "LMD Special Districts. I&*': , 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 oomph with irrigation schedules ablished by the Contractor and approved by Special Districts. Coirtraefor will be` required to _ manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractoris failure to'monitor irrigation system malfunctions`or.una6th0d2ed increases in the ^frequency of imgation. These acinnties may Include, but are nothmlted torvatenn`g during a rain r1;[orm"and/or'watedr j ttie day afier'r8in and/or watering during a special event The excess cost will be determined by comparing current usage with historical usage for the same time'period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14. NON=INTERFERENCE 14.01 Contractor shall not interfere with the public use of the LMD areas covered under this Agreement; •and'shall conduct its operations bs 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 exeense, 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 car 1pliahce 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 Foodarid Agricultural Code, shall provide a copy of a valid Pest Control Operators License and•vaGd Pest Control Advisor s License, or a copy of said licenses - ftrn a'sub-contractor to Special Districts prior to using chernicals 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 ti ftoples of Matedat Safety Data sheets'(MSDS) for all chemicals that may be Used in binder or booklet'forni. No woik shall begin Until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical apprrcation 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 # LMD-12-13-01 20 15.03 Chemicals shall only be applied by those persons possessing the training in chemical application or a valid California Applicators Certificate. Application shall be in strict accordance with all governing regulations. A5=.04;:,.Records of.ell operations stating.dates, times, methods.of application,•phemical forrnulat ons;'applicators names and weather conditions shall be•.maroe and. retained active ftlefiora,minimum of three:(3) years. Contractor shall provide,ai.chetnical use fepo,Ltand;a copy of t1 efCA recommendatiori.to Special Dis6osfoneach:?pplicat oq.(*R'e spacific) rttade during each month :his,shall bein,addition•to:the copy of:the usage sumrnary7haLis prOvided"to.the- Agricultural Commissioner. .. 15.05 All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioners Office and a permit obtained with a cgpy4DllSpecial;,Di; trict& _ 15..Q6 All re gulations. and safety precautions listed in the -'Pesticide Information and. Safety Manuar' 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.......BOEFACILITIES .- — __= — a__...—.:....._. .. - _...._.. ..... -_ 1e,01 ,Special Districts shall not provide any storage facilities for the Contro;r=:-.�Py Contractors storage facilities must be located outside,of the bouadarif .gf the Zone for which landscape maintenance services are performed,, unless:SpecialDistricts iWermines,itwould be in the best interests of Special Districts to waive this restrictio6. 17. TURF CARE 17.01 Contractor shall perform the following services under the terns 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) qll warm season grasses {Bermuda and St.Augustine),to be cut at 1/2 inch.through 1 inch height throughout ft year. Subjectto change. (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. SubjectJo 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 - (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 sidewalkscurbs, 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 Bid # lMD-12-79-01 21 corAuvint Oth eacltinowing, (()e,adgep(I2.1urfshall be tn[nnied around value boxes, meter boxes, backflow dt y1, bRBny'structtlLs located within the turf areas. (2) All turf,edges are forbe maintamed'loprevent grass invasion into adjacent shrub, flower, and ground cover bed areas. :(3) All clippings shalLbp removed -from -site the same day area is edged. 14) After mowing ant& edging is'complet6& all adjacent walkways are to be 0:y; sweptcleariby&w ?,bIower•orbroom. Asjt ""Newly planted trees in..bread 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 .� .: r yleararycew, e�pp.UCable 1eWCbn Mtp& f,turfw S r 2deg �nd;in accordance with the specialized u iii incgipror; b,' e, Yal of noxious weeds orgrasses SY�i71 `rM fired,• as I b(gWht ilLby the LMD Mil be disbursed by S iiseeSDls se EoYrtinl j immatea�LiQs@rt grlisease affecting turf areas as they vr Aerating Aerate an turf areasSwo (2) tim@s 41m"ly, once in_the springy and.9lt�»L. the fall:piiorlo the over -seeding operations. Aerate all turf by using Yrinch tines, removing 2-jnch,cores pf.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. L . Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and once in the.fail 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 exactdate 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 recorr(mdations on Exhibits E -ES (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 P .: . programmiri ihp autofnafic spnn' idir controllers as follows: (1) Corisiaeration must be giviih to the soil conditions, seasonal aria nYcni watering i nis may ither to prevent icy conditions -m during periods of windy or - windy conditions, automatic medians in windy conditions, - - - to avoid drift and (2) In areas.where wind creates problems of spraying water into private property or road rght-of-ways, the controllers shalt 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 9 LMD-12-19-01 22 (3) (4)-Cb%ksystems ss pepi�ed for,gptimum performance and adjust and/or repalft9nyspnnklO_rkh4Ads pausing excessive runoff, including slope areas, pr:wt)ich thr.Qw;directlypnto roadway paving or walks (where sprinkler heads can,beadjusted)within the LMD areas covered under this Agreemept ;.. r (5) All controllers shalLbe.-adiusted as needed for optimum (6) Irrigation system wilt be dontroffed by Contractor' in`such a way as not to tause an'excessively viet aria Which -dbuld i6terfere with the Contractors ability to mow all turf. : ` ♦ < - (7) Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are functioning properly. (10) Contractor will providq 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 imgation control unit fo'r its die infieldtesting and operation of all im ahon sysfems for D,rre_ r the LMas. Use of this device will conserve we r consur'llp�on provoe fpr'm` ore cost effective maintenance of irrigatiP'6 systems, a(}d pssu're. gill parties concerned that the automatic system is operating at mawmum Qf{iciency. Special Districts' inspectors will use this device in their fnspeot:6 s to verify that irrigation systems are functioning properly. ' .The bleeding of valves and hand watering are to be used in emergency or testing situations. h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Bid 9 L D-12-13.01 23 Districts prior to application. The City of Santa Clarity will-pay the contractors price for the fertilizer plus no more than a 15% mark up. The conttactor shall provide the labor to apply the fertilizer i Turf Reseeding C6,q"_ rshali fwrce each yearfEonce Inthokand once in the spring, overseed all turf dry s a�f of trIV)Ut0t nig {dettlat ,pg) aer�(ca'on and overseed all bare spots, as needed, tFiroughout the remainder of the year to re-establish turf to an acceptable quality. (See ExhibVE=ES)., When Contractor tweeds turf, they will aer`dy, vertiout seed and top dress+' Dread evenly ovef the entire aFea to a uniform depth of/.- incfi) in ttus sequence Speaal Distriba inay re2iuve-the«iise'of sod when deemed necaftary+ 'Cor>kractorrtiallbeeritttted to afdriional Comperrsation, (extra) for the cost of c, the5tid4ly OfbVidbdthatlhe loss; ofturf -iiat Mt did tdihb- -negligence of Contractor. Overs`@@�ydr�q sYFra i 6e o!t{a d� a cats . 6 pougds, Per 1 , , .quare feet and reseeding of bare areas sfiali by sown at a rate I pounds per 1,000 square feet the seedus`od'in oveF seer ing drnew turf ewbIlshrnent shall be approved by r I MD'sgff it oFtoJnstallationypicalfy,eile and Fescue-blends are-------- . .. .. . regUOWdS 1& IMUS AND GROUND COYER CARS i8.0}ir C�ontracFor sheil.p"rg_j his sole expense under the terms of As agreement the following serviges, - - - —•- a . P., ntning Manually select prune shrubbery throughopt the yaar.to encourage healthy -- growth habits, and to encourage growth to the natural shape of the plant according to its spies gnd_appearance Wdh,tbg,excepbon of roses, "ich,shall be pruned no later.than January. Ail.shrubs shall be free of dgad wood, weak, -diseased, insect int essled and damaged frnbs at all times Remove all clippings;the same day s7irub ery is-pr.ined Pruning 0 not dyne during flowering, during new growth emerging dr during the honest time o, the year (July-August) unless directed by Special Districts. No bails, squares or unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimmino: 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 cgyflfs according to prescribed practices in the indusfiy 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. (Rendvation 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 andInsect 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 atoll --- -- times. Methods for control shall incorporate the following:-' - "- (1) Mulch abolication to 3" laver maximum lapprox 2000 cubic yards/year (2) Hand removal (3) Cultivation (4) Chemical eradication using non -residual herbicides Bid # LM642-13-01 24 f. Shrub•and Ground Cover Reolacement: ,AII dead shrubs and ground covers whose dam be replaced under the terms of "additional N document All shrubs shall be guaranteed t, 'no fess than ninety (90) da W r t the'dslw, '. Disfnets'Admm(stratororqua' P.3ser0 g. Terbllzatibm Apply balanced fertilize&tWo`( for Pla n. The seased (untreatable), or atural condition/causes, will gibed in Section 4 of this bid nein in healthy condition for e of fire job by the Special :ear to, provide a healthy color :rshall..be applied once months -of September or lOed.- fiertilizer shall be approved by LMD staff prior vb a fertilization schedule, .Irrigation ,IrrJ9*eJn6jydJrig hpnd watering- and .beged5ng;of valves, in emergency suabonswhereaufor>jahc,§ystemsarefaot;funchogmgesjfegwiredto -maintain — ------ adequate growth rate and appearance. Section 17, Paraggaph,g, concerning Irrigation practices shall apply to shrubs and ground covgrs. Diversion requirements: In keeping with State mandated requirements, the LMD strries to"exceed diversion otiligations$o keep green >Yast., from`tfie tandfilI& The Contractor shall mulch and use on site 95% of the green waste ged6ni6d by T* Northbridge. Contractor requirements for this program/shall include a Vermeer 1500 j. R din : 'Recycling of plant debris by c6ft6 rig and/ormaintaining a minimum 2 - inch layer of mulch under all tre'es,`"shrubs And groundcb$ers drid a minimum 3 -inch layer Wall open areas is strongly encouraged. Mufch'ourchasid by the LMD will be disbursed with the above sbecifications b.V the coiiiracto whd will provide the labor 'his expense. 18. 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 8400t clearance for branches overhanging walks, 8 -foot for public sidewalks. (3) Report insect's 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. S 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 ribber ties are to be used unless there is a need for guy wires. All trees fied in two locations — top and bottom. Stakes will not be placed closer than 12 inches from the top be on the tree trunk. Bid & LMD-12-13.01 25 (7) Stakes bnd We will be placed so no chafing of bark occurs and shall be checked frequently and retied to preveot girdling. nares are (g be,fehloved'ipinlediateft whether they are in the (ree;or,Rn* ground b Fertili2ati•o`h: ftplyfertilizer wdhin"drip Tine at least once peryear (during the months of Match or Apfrioto provide a healthy color rn ail plants Fertilizer should, at the direr(ionofLMD-beaWlancedorganic-lo-6-4rafiowdhtraceelement. Contractor shi provfdeS�'ecratDrstticts witfi`two (2) weeks notifieafio6r0tkir to the fertilizer •application: • ::.-... , -•...., .. ... :� r- Permits: If a 'f p �_ permit is required for tree pinning, Cotdraetor will obtain a permit prior to cortnencpment,gf work by,Contractor. d. -Thee Rephi66 neht: All fees permanently damaged'as' a resuk of action or inaction b§% ie coHl1ractoPwill 6e'repI6iWl as provided fora lderSeotidn 5 with the identical species of tree exls&-g previously; unless otherwise notified -tri writing by Special -- --- Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance in'specion meeting oeupon written notification. S oTthe reptacement sfia0'6b dra like size u0 isfdutions`vfil require prior written apprpvaFb'y Speelai DrsU1 s YSnginaFpl"ans and specr�icMions should be consulted to inIs re correct identifificatiofi of species. "All newly blanfed`trees are the .. . _....-• - - - .. _.. 'establishment -. - _ ,:,= ...:.. .r ...... .;.------- e. Olive Tree Soravino: Ornamental olive trees shag be.sprayed to prevent fruit set by use of "Maintain; "Forel" or other approved product Two (2) applications shall be required 7�10 days apart.:The first applicationshall be,appked when 1/1 to'/. of the olive p(aoms are:opem (sometime between Rpril 1 and May ,a Q). Both spray applications shah be put on, using a powersprayerw.ith a minimum of 150 p.s.i. pressure. The L.anpscape:Maintenance D'istrict's Tree Maintenance contractor will provide most of the chemical applications to trees. If the landscape contractor prpvides thsservice it will be considered 'extra work cost".(refer to Exhibit E -E5). f. Oak'Tree PruningPermit: 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.Pennits once work is approved. g. Tree Pruning /Trimming: All tree trimming/pruning will be done in accordance with the standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 20. USE OF INTEGRATED PEST MANAGEMENT Q.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 this agreement will provide the - labor. _ erms o _ - - —a -Integrated Pest Management (11PM): 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; sel&ring pesticides with a lower toxicityto humans or non -target organisms; adopting cultivatlnc, pruning, fertilizing or imgation practices that reduce pelf problems; and changing the haiiitat to make it incompatible with pest development Pesticides are Bid i LID -12-13-01 26 used as a last toxic and most target -specific pesticides -eh managernen'f p.rogra?rr"Ires attiorouQ environmental requirements, acid natural regular, systematicprogM—MiforsurtleyjVg ,their presence IPM has;been mandated„ ,14*u of Title 7 lith ed,Stat rs Cgdewaru Regulahon5';(102 74.35) as a regwed sg the General Services Administration. The work covered by this statement of work. indicates that they are needed 1,treatments are necessary, the least hosen. Implementing an integrated pest derstanding of pests, their life histones, nie , as well as establishment of a it5i,;heir damage,. and,other evidence of ww v 7ederml, prope¢y,srnce 1996 by Section :Red m Td(e Ai:ettjle Code of Federal i.fq. _-agencies gubject to the authority of (tractor will develop an IPM program for b. Chemical Application: All work invoMng'ilie use df chemicals will be accomplished by S State of Ca(rtomia, Car' ad or licensed pgst 19perator. ;A written recommendation by a persop possessing a valid ,a 6 is Pest Control Advisor License,ls ,spurred prior. �a r;remical apphcetlon C,erm Alla hemicals,equtgng 2Spgaal�errnrt jor use must be registered by the GonVactorwitll„the Coun _gnc i1tural Commi'sq' hers Otfice,and a permit obtained With a-ppy to,Speciaj Districts prior to use. A,copy ofall folms submitted to the County ipricultu 1. Commissioner shall ke:giveq to Special Q rids on a timely basis. .il ta:. "s. . .11 :.fit d .Com'ohaR4e pith Reauliew .A1fYe ulatioiis ands fey pre,�utions listed in the -- - - - 'Pesticide Information and Safety Manual' publishc}d by the VAP. of California will be adheted to. e. Pest Cohtrol: Controf 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 arevisibleupon the surface, these holes'shall-tie filled Arid securely tarnped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special 'Districts.. This procedure 76hall be followed in all areas;' especially within all slope areas. Contractor is responsible for notifying Special Districts, upon detecting a need forsodent control._ 21. GENERALCLEAN-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 sj3all empty.811 Yash cans and replace all trash bags a minimum of three (3) times per week (trash bads 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 ldaddition, dog feces are also to be removed from - - - - - the walkways located within the Paseo system in the LIVID area's. The contractor shall fill all doggie bag holders a minimum of twice a week (doggie bags provided by City). b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and ------- grass removal within the crack(s) on the asphalt, and stamped concrete median strip ----- - - - areas, if any, at all times. c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, N any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping br blower equipment at a minimum of once per week or as needed. This Bid # M-12-13-01 27 includes removal of all foreign objects from surfaces such as: . >b �•. 'h' rV. %-�. .,: �iylS Kiri �%fl S,;. -. yf i_ .. (4) .` Point 5 . r (5 _ Gratfi6, . (6) Glass and debris!;" Ail walkway and'ii veway "tracks Md expansion joints'shall be maintained weed and `'gl'as's fide bf all *nes.` e Drain Maintenance AII drains and'catch basins Bail be -free of silt and other debris at all times. u dis `.: ed a not f Remo I of Leaves Accurqulations nffeaves that f agr4 be' incorporated into mulch layers 6a I be rerrioFverl, end Pope pot less than orae per week. g-Diver%iom° The'Contractor wdhbe'responsib9efof cre68ng,26d irripiementing a written program to divert all green waste from landfills. The program should include, but not be Ipm�ted to, rtjulohlrlg and eomposting-The contractor shall report #I t�Qtaltons of green waste.;eRefated and the number of tons di yyetted from,the lanrdfjl,annualty to.the City s — - - Environmental Services"Office. The goal Will beat least s%diversion.-_ h Tennis courts: Tennis Coutts are to be swe.pt.cle�n by power blowgr or broom a mmimurrtyofAnce per week. The tennis courts must .p cleaned with a watgr 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 and maintained as required for opera tion by the;GontrActor. Irriaatiori repairs. (not to include orogrammino) are considered to be additional work or'e`ktras". For all irrigation repairs, including main lines and all irrigation parts reimbuise pf no more than a,15.mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may, result in delay, of payments, to. Contractor. The contractor shall adhere to the Irrigation Association, fest Management Practices (BMP'S) at: a. Scone of Responsibility: The contractor shall maintain (repair or replace as needed) and,keep operable all imgation equipment consisting of (1) . sprinkler heads, (2) valves, (3) PVC piping, ---..... _..._.. .. (4) quick couplers, ....... _.._.. _ _ . (5) risers,. (6) automatic and battery powered controllers, (7) valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Requirements: Replacements will be of original materials or substitutes Bid x u,1a12-13.01 28 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 systerps. Contractor will be responsible ai d. Ordinances: All materials and workmanship will be in accordance with the applicable .,,.. City Plumbing Ordinances. Where the provision...s of the specifications exceed such requirements, the specifications shall•govem. e, Controllers: The con, actor will be responsible for the oon)rcl;of Smart Water Application Technologies (SWAT) certified weathep based,cogtroilers or equivalent, controller programming through the contractors office via a desl), top or any wireless compu er, or hand held tlevice. The LMD1Will prowde pag6Wd fdr'access. s.nb systemlnspecdon for each district at minimum of twlce,a.year. 22.02er`Sud - In orderb err¢ufe efficient acid regards to Ian scale irrigation, the C!W of Santa Clarita , following: will spot check rice with irrigation with When waterbudgeis have been &Ibblished for each individual service'area within a Landscape Maint4riance District Zone (specificaliy'water meter sndtcr point of 6oAnection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as esfibfished 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 = Maldmum Applied Water Allowance (gallons per year) Etc' = Reference Evapotranspiration (inches per year) 0.62 = Conversion' Factor (fo `gallons) 0.7 = ET Adjustmeht 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 andior 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 shalt not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance Distritt Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead ..-. ............ ... .-to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any 'penalty' tier the City of Santa Clarita is subjected to. 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS 23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission Ba: une-12-13-01 29 a. Cohlii or may be responsible'for total replacement or repair on walkways or any hardscaped area, or N any plant damage occurs due to Contractors negligence or by acciden5al damage wfthO his}marntM-once operation b ori%rafor a be fe�sponsib(e for s�weefl q�q/blow {r?g SII wafrlava s and,pgseos within the contract undanes et a rummum o once ilei week Osis �tecsary pr. es requested by Special Districts. All debris must collected and removed c. Disposal of debris by blowing into roadways,, sid lks;,prgther areasiiig,prphibited and may be cause for contract termination. r F Jt rm r ••lrwn k 23 02 �rernaae Systems �o %I� g ge cels shad bet rov �y �orttragtpf 'thpir expense ger Col a cf .91M ePt ext as enN!se prgvlQ�d for a. All LMD area surface drains ('V' ditches), shall be kept clear of debris ttt All times so that water will have an unimpeded passage to its outlet. Contractor will not flush dirt or debris into the storndrain system per the CityI NUdifi T Pollutahf Dfschafge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly:' t;• b. All LMD area ub-surface drains (extbpt storm drains), if`any,.sflaI1 be periodically flushed with'waterto avoid build-up bf slit and o'ebris Alfiniets to siib=surface drains _ 'shollke kept clear of leaves, paper, and`other debris to ensure" tinimpeded passage __.-.__ __ __._ofwater. _Every attempt wiltbe-maleso.prii6tenfsiebtiafromcontn'uing_ to:theCdy's ____......_. Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) r ' . 7 1 ."' 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.santaclarita.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'interiW inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor maybe responsible to remove small amounts of graffiti picensed 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- Bid t LMD-12-13-01 30 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 iarger items would be considered,as as an'additional work" Rem and subieot to, the terms of Section 4. s - 25.03 All materials and processesased m giaffltl era"dicafiort sjlallbe noninjurious to surfaces and ad�arAnt til�propeft� aYPldapproved by CALSFIIt,rlals ani processes used must be`''aP�roli$dtiy ph-ph1 26. 'NATURALAREASMAINTENANdt y 26.01 Natural areas are open space areas that havq minimal use due to the sloping character 8f the land and the ragged i ndsc ape materials tth�a�t pre 4five l �ie'land Gontiactor will provide periodic maintenance, ao in'g'toiroutine scfi1e21ing, consisbnjb(a ris rienn"66f as airected by Special. Digtfigts.. , 21. ;$EASONALCOLOR AREAS 27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October, March andjune:yMh appropriate varieties foreachsgason to be approved by Special Districts prior to planting ,Rtant size shall be 4 -inch for when possible. The price of.the annual color plants plus no more than a 15% mark up will be paid by the -City; contractor, under the terms of this agreement shall provide the labor. _ 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifications. Bid # t.MD-12-13-01 31 BID SECURI'T'Y FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a •certified/Cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), 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 acceptedby said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and fumish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-1243-01 . 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. Eid * LMD-12-13-01 . 32 y PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12.13-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that STAY GREEN, INC. ,as BIDDER, and AMCO Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of - Ten percent of amount bid - dollars ($ 107 ).which is ten percent '110%) 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 28th day of August 2012, RlnnF:p STAY GREEN, INC. SURETY` AMCO Insurance Company Attorney-in-fact Subscribed and sworn to this day of NOTARY PUBLIC 20 "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 Departments most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid R LMD-12-13-01 33 c ACKNOWLEDGMENT State of California County of vent1 do August 28, 2012 befareme,_ John Strum, Notary Public (insert name and title of the officer) personally appeared Carol Ann Strum who proved to m e on the basis of satisfactory evidence to be the person($] whose name(;) is/art- subscr[bed to the within instrument and acknowledged to m e thatJ;e/she/tkleyexecuted the same in Ns/herAheir authorized capacity(iesj, and that by-his/her/their signature(s) on the instrument the persono, or the entity upon behalf of which the per son(s) 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 JOHN STRUM Commission S 1840823 Z. a Notary Public • California z z Ventura County -- My Comm. Expires Apr 13, 2013 Signature (Seal) KNOW ALL MEN BY THESE PRESENTS THAT. Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company, an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation. Allied Property and Casualty Insurance Company, an Iowa corporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the 'Company' and collectively as the 'Companies," each does hereby make, constitute and appoint: CAROL ANN STRUM NEWBURY PARK CA each in their individual capacity, its true and lawful a0orney-in-fact, with full powerand authorityto sign, seal, and execute on its behaff anyand all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION FIVE HUNDRED THOUSAND AND NO/100 DOLLARS S 1.500,000.00 and to bind the Company thereby, as fully and to the same extent as 9 such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company. 'RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in-fact of the Company, and to authorize them to execute and deliver on behat of the Company any and at bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity,policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatoryin nature that the business of the Companymay require; and to modify or revoke, with orwithout cause, any such appointmentor aufhority;provided, however,that the authodtygranted hereby shall in no way knit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' 'RESOLVED FURTHER, that such atorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms andknitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however,that said seal shall not be necessary for the validity of any such documents..•. This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer, preadent, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instnmhent,a e+lher papers of the Company. M WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the I f day of Novembe 2011 i�%'•�•`��i► �!,�'::;e�� Gary A Douglas, President and Chief Operating Off Ice r of Nationwide Agribusiness Insurance Company m"Yv •-► and Farmland Mutual Insurance Company and Vice President of Nationwide Mutual Insurance Company, jI •SEAL; AMC,O Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance �rAr ►►q = = Company .. ACKNOWLEDGMENT 4► STATE OF IOWA, COUNTY OF POLK: ss L „ ♦ . air.¢'► Onthis 11'" dayof November 2011 —,before me came the above-named officer for the Companies aforesaid, EA /Z: SEAL.•to me personally known to be the officer described in and who executed the preceding instrument, and he sit t,.r.°,F` ►►9,r• ; acknowledged the execution of the same, and being by me duly swom, deposes and says, that he is the officer of the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies, and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the tr'L ♦�� authority and direction of said Companies. r+�� ♦ usly PA p s SEAQ 'r'.`SnL'•� c.mrree new 141x5 o • �• Q�� n.o„wne, eon,u.m zr.mh+ Notary Public kM, ; My Commission Expires CERTIFICATE March 24, 2014 G Robert W Horner III, Secretaryof the Companies, do hereby certifythatthe foregoing is a full, true and correct copyof the original power of attorneyissued bythe Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Gary A. Douglas was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and the rorporaleseals and his signature as officer were dulyaffixed and subscribed to the said instrument bythe authorityof said boardof directors;and the -- foregoing power of attorneys still in full force and effect. - IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 28th day August .20 12 v Secretary This Power of Attorney Ewes 09119114 BMJ 10 1-11) 00 'AG< NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clar/ta, Califomla TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § I. being first duly sworn, depose and state that 1 am of , the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Signature ofbiedees representative making the statement JURAT State of California County of —Lob � Subscribed and sworn to (or affirmed) before me on this 11 TA day of 201 3-. by 4� 11 . R4VAEM proved to me on the basis of satisfactory evidence to be the person tg who appeared before me. LORNA GRACE DUARTE Commission 11958198 (SEAL) z Signature -Notary Public - California Los Angeles County Warn My Comm. res Nov 23, 2015 a r Bid # LMO-12-13-01 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12-13-01 Cigr of Santa Cladta, Callfomia KNOWALL MEN BY THESE PRESENTS that as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Cladta, as AGENCY, in the penal sum of dollars ($ 1, 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 tens. 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 -slated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR' SURETY* - - -Subscribed and sworn to this NOTARY PUBLIC day- Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid C LMD-12-13-01 35 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12-13-01 City of Santa Clarita, California - KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTORAND 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. 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 forthe-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 setforth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of _2012. CONTRACTOR' SURETY' Subscribed and sworn to this day of 2012. NOTARY PUBLIC Provide CONTRACTORISURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-12-13-01 36 D SAMPLE CONTfiACT .. - .mss•- . o• . UMNTENANCE AGREEMENT r' BETWEEN ;. THE CITY OF SANTA CLARITA AND r Contract No.... . THIS MAINTENANCE AGREEMENT ('Agreement") is made and entered into this day of 20J by and between the CITY OF SANTA CIARITA °a generallaw city and municipal corporation ("CITY') and a Corporation ('CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As pallial obnsideia8on, CONTRACTOR agreesto perform the work listed in the SCOPE OF SERVICES, below, end 6. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and ____,•_ . wnditions containedin this Agreement; -a-n4__ C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an amount set 166"in fhe'attach6d 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 tabor, 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 re'spbnsibility 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.00v1DLSRlPWD. A copy of the prevailing rate of per diem wages must be posted at the job site. Ed # LMD-12-13-01 37 S. Protection of Resident Workers. The City of Santa Clarita act e"ety supports the Immigration and Nationality Act (INA), which Includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employersmayhire only persons who may legally work in the United States p.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,.MTH WORK A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: i. Thoroughly investigated and considered the scope of services to be performed; and H. Carefully considered how the services should be performed; and M. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement s 8.. 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 fad 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 Commercial general liability: Business automobile liability Workers compensation .Limits (combined single) $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'bccurrence,' nota 4claims made,' basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will fumish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required Bid A LMD-12.1301 38 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 anddeduct the cost of such 'r m payments due to CONTRACTOR under this Agreement or terminate. 4n=alJ?Ve.,*shouId GO R 4ail -tio'meet)aff of the insurance requirements iihd4rlthis aaFeemenI. 4CKy1ftW0tWriWthi Kd-rdWbbnt immediately with no F. 7. - TIME FWDOOORMAACE. CONftiWTQRwjqr&p&- any *0uridaii:thAgreement until: A . CONTRACTOR furnishes proof of insurance nee as required under Section of this Agreement; at;a B. CITY. gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, arty 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 tlhiq QQ) daysbefore the effective terminp ticn date. C. thould ther�6meq A be W'ifinindijed"09"r'sbant to thisSection, CITY may procure on its own ' termsq'similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might (kdie-rw'ise arisi'B from CITYs termination under this Section. 9. - INDEMNIFICATIOP.L CONTRACTOR indeninify and hold CITY hdr6esi from and against iny d2firn, action, damages, limitation, atto `� fees), injuries, i or liability,'a . arising cJ of the - iithi costs (including, without me�in performance a is agreement by CONTRACTOR. Should CITY be named in any suit or should any by suit or otherwiPi arisii claim be broyght against R ig out of performance by'CONTRACTOR of servi I ces re I noered pursui;t to this AgfeemkCONTRACTOR vb defend CITY (at Clry"srequestand 'with counsel sallisfactoryto . CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Bid # LMD-12-13-01 39 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. A AU pen.orrequi pb�givepputs ar�tto,tjsl�,greemenjWitbeinwriting and may r -be�b tr�ersonal tjefivery pr by rtiail. 8ljlt �y;madjw�l be dressed as follows: To CITY: City of Santa Clarfta 23920 Valencia Boulevard, Suite 300 Santa 9— 1 To C ae iiiress 'rty n _..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 defivery. 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 parry. 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'aricl the balance of this Agreement will continue in full force and effect. - 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any ---------- — other provision; nor will such waiver constitute a continuing waiver. --- 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement Will be in Los Angeles County. 19. AUTHORITY[MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the BW S LMD-12-13-01 40 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 d'escri`bed'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 '1acsimile'tranknis"sion. 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 betweenanyprov Sion of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of tfiis Ag"reemenfwill govem and control. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of referenceonfyand 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 r af`urai elenients, or other'similar causes beyond the Parties' controi, then the Agreement will immediately terminate wiffioutobligatlon ofeitfier party to the other. _24. ENTIRE AGREEMENT. This Agreement and is 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 4 ' 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 s LMD-12-13-01 41 AN V-ATNE.SIS WHEREOF, the parties hereto ha4.executed this contract the day-anddy . 6qr first Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By. City Attomey Date: ...... .... . .......... Bid * LMS -12-13-01 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LNI1342-13-01 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal - original, plus (f) copy, do not use: staples, binding or folders X Proof of Contractor's License - license number will suffice X Bidders Bond X Non -Collusion Affidavit- must be notarized 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 - Retum only ifAwardee 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 Compensafion Insurance - X. - -- Certification of Fire and Extended Coverage Insurance - - X Maintenance Meeting X Emergency Contact Information Bid A LMD-12-13-01 43 'CORRECTED BID SCHEDULE The City of Santa Clarita reserves the right to award LMD Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 BouqueVRailroad separately, if deemed In the best interest of the City. Costs for four zones will be read and listed separately on the record of Bid Opening. .ttem P*dSite Monthly Total No. Maintenance Cost Annual cost bm 1. 'LMD Zone T-23 a)1tOTS-00 x12mos = btJUL500.00/annually Total bid amount for Zone T-23 Mountain View annually, In legibly printed words: d{@.1hlYlratPFd clYtd YI l QiL1�i1kQ E� 16�A(lA1ld gnUiy l r-tiow adfar's W, ) c z Item 2. LMD Zone T-29 a 102.00 2.0'0 x12mos = bj Q- 504.OD /annually Total bid amount for Zone T-29 American Beauty, annually, in legibly printed words: r amoun or one - a encs rg coo annua y, rn egrbly printed words: Item 4. LMD Zone 17 atml, D xl2mos /annually Total bid amount for Zone 17 ouquet/RailnWd, annually, In legibly printed words: �ht iL+awtd,f�urhu>1dse� mid !Lk t sbtdollaq and xqcr.r , - --- Bid S LMr-12-13-01 3 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 NIA Please note: pricing increase allowance w9be according to ConsumerPrfoe Index (see Section A, "Bid Instructions, Item #34) .. Please initial to verify acknowledgement of labor rates - K R- (initial) Bid # LMD-12-13-01 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid # LMD- Q-13-01 - 46 EXTENDED UNE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x quantity) 1 Price for landscaped 1 square foot 'i� Q,25 500 sq. ft. median maintenance with turf. 2 1 square foot 1000 sq. R Price for landscaped DAZ 20 median maintenance for shrubs and ground cover. 3 1 squwe foot 500 sq. ft. Price for landscaped" ...._ .0•�2 . _...._._... _,....... iF.lO.�— irrigated slope maintenance. 4 One gallon (5) Five Installation of shrub, one id V0 UD gallon container. 5 Five gallon (5) Five Installation of shrub, five 25 125, by gallon container. 6 24 inch box (2) Two Installation of tree - 24 tree 1 DO OD LOQ. Do inch box container. 7 15 gallon tree (2) Two Installation of tree -15 � SD , l3b gallon container Bid # LMD- Q-13-01 - 46 lJESIdNATION'dF,SUBC0NTRACTOkt vendor who will perforrn total Old- DBE status c6wtm is varuci Subcontractors' if none tWof,Santattift, tdiffbMia :altli&rslollhe p*%s. cif 4iU9ih0i§`6f ia&'dubcontrii )r or render service in excess of % of 1 percent of the ZONE T - Subcontractor E STATUS: Location and Place of Business K A - Dollar Value a(W*k Age of firm: -Cern fyingAgencyt Phone Annual Gros Receipts:-: Location and Place of Busdness License No. Exp. Date: Phone Bid Sc= t Desciription of Work Exp. Date: Phone Subcontractor DBE STATUS: ,Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business K A - Bid Schedule Item Nos Description of Work License Nd. Exp. Date: Phone SU6Tb_nt=tor Age,of firin: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone Bid * LMD-12-13-01 47 MAINTENANC 41 DESIGNATI@N Q.E,.SUetCONTRACTo.RS ;City o0agta.Cw ta. ,G+fHoinia , ZONET- Subcoiitiaet6"r"" Ae3Efitrit; Localzoi[ azitf Place oiB»stness'" Me _ ._:_ _ Bid Schedule item Nos: Descriton of Work LicettseNd. Exp. Date: / / ' Phone,( ). " Subcontractor t" DBE STATUS: Dollar Value of Work midal Gross Receipts: - Location and Place of Business d Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: ALoCertifying Agency: eaoofani Dollar Value of Work Annual Gross Receipts: d Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor A e of firm: DBE STATUS: J:UaLf Work" Certi "ne A enc : Recei ts: Location.andPlace,of,Business -------- Bid Schedule Item Nos: Description of Work License No.III Ex). Date: / / Phone( ) Bid * LWD-12-13-01 48 REFERENCES ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. '�kM 0-i1WA CUM :IOMN16>RlM Name arid Address of Owner / Agency 'Peen (c�u�ass-�oaq$ 3. 'o /Age M UU1)gW oog- Cc,�rrer�i— ate Completed 2bOt lziuy— gtxrwAA A lat�dTcapellG+n C3ror1o' 2oag-Currrxt* Contract Amount Typla 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* LMD42-13-01 - 49 Exhibit A Violation Records 1) , "Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. (See gi'►Lichcd) 2) In the year of 2010, what was the longest stretch of days worked without an accident in the landscape maintenance division? a. �!}3 3) %Please provide any sustained complaints made to your companywithin 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. Pr Bid # LMD-12-13-01 50 Stay Greener �.. 7le.\immlCJuriee ••yP � .. ForPwfaruaulL+mdxifeSmirrp . TAILGATE SAFETY MEETING ' SGI Meeting Record P.aee/P3em2l aVde:'.-2 ,. Date / Fecha• ^ - ,.4jom•./ �joar. pM/pM Department I Departamento. - SCV2 Meeting,wdsxi ndocted by La clash -fine dirlgida par ,� z Rene Rivera Grant Clack / Rafael Caballero , -, ' Subjects Presented and Discussed -or Aecide)nt'eq¢.IDjuries Reviewed (Attach a copy) Tema Prftentado v d• utido o Attidmte Lastimadura Revisada pd ante uoa coF!') Isidro chaye '••µ ir% 4592 Manuel Reyes Gonzalez I tMFI Recomen a<ido 1 R dqu Am / ugere cia / Reeo ndacide o Amon T U h( c p 4873 Salvador Gabriel �plWee .. . •,., _>• NAME .. Sigh/tFuaa-Y• ... ..-..,1435.__. Hector Ramos Perez --- = - 4971 Isidro chaye '••µ ir% 4592 Manuel Reyes Gonzalez 4602 Miguel Vasquez Delgada. 5413 Miguelgarcia 4873 Salvador Gabriel 5320 Juan Andrade - S(, ej3 Sit%ador Vasquez martines 5653 Jose angel f • Deleted: Cir.B. km ESPAWL Taero Yn�kvtm firnMms ce4fon qne b naome fine mlizida en Inalraoen Etpdol, a mmdeneboe i&?eia.P>+kP=f'e�ee�- Puede wim bs Pmenea&ba venae de�•uridai aatadot Gewwda �e�n�SGib Reaepde'cee -eeb' — - . - WebehvebahvisAevewhk. bonenor vawro. Todtis bfP�GetbWtCL GVe]emllhiC11 p1¢6ewlmdOS deCm nllnl�111foiryNdeH pvlammuuseu do sawtdd Je SG15 Weldnnarnn Dane de linen penedims,fe avfuenm del petsoml - EVGLISH :W ex vpson emphyxscetik ew lM nuetiny apean�mEng4ry ar 5paeuh,auare�hoA lvngueggf rek�e�dd �mvb�su v(xcnlY In ill P+ennN SGlieinide �M1em tint a" - ffie ter -tb--k.'nerf' nevvntble Yee 'N f -w4 - .au ar employmalvput �ecwd rlw Jin mnenu af�hu mcctio;acpenafh poluy In the ma¢a afscunq afSGi aid ampm olmepe+iois usof e.aLmron vf�epawmel - fficl-OPI§tay Green Inc,: Fm AwJc.iuna[i 1 O,SrrAm TAILGATE SAFETY.MEETING - .. SG I Meeting Record 'Pag'eJp6gioa2 2 - . Employee# NAME .Sign /Firms .. ,•.'^"'1'_,�_ ,i 5432 Alfredo Mori, {•%d `Y 5434 CabrielTrejoNava `rre"te - 5544 Tiburcio Lbpez c 5643 Fidel nunes 5477 Hector G6mez 5480 Jose Luis PereiMoralesi�.5f�✓i.SLL7Z�.! hliwel roma^M sw�/;A --i DNef/ch Fwd Nunn E 5520 Juan Carlos Pelayo Bi) Cwr) PE SO Farmatled: Bade berg: . ( /J_ c��uresmewx. taunew;am, 5654 Juan Hernandez `F`a"md'tat sada spactg`)_' 5564Javier Trejo Cervant �l 5594 Ram6n Caballero . JCQ� r lean C+ L! 4 4Qi�e YC) 5605 Jose Luis Perez..:..��C1, 5672 Pablo Baltazar 5741 Ramiro esouevel �2'»'�lyd' d'—/ vf'UG/ _ odesed:.xrena ca_mn_ _ I BPA�QL TWn nnvkadas awwwWes-un Foptol,nunndoambosidiom prtnsnndorodosM"eun.a losrevs de scgmidan vararlaa Quem roda min k. SGI ksr¢wrdn queninns d< b.04==s da r.alob M A .Todaslm Pleados depn wsasc. nub i.e.commidns do ao rcwi®nn pmt de le pain. m dssegurdud do SGI Sue faaanan parte de In ser pmomcm de c au con da perornal ENGLISH All aesasumr glofen cenifs dus she snmiaa as psnmrtd io F�diaSpansA. arssana 6mh lmypager, fardea mdnza�d'ing ofal drhe mi abinm dsemssry bJfl mmrinys $Gl mo;ds dlmn dua a <h ee' n i p an s n VI ibe emplo.enda pm r¢ard Wv she coni«in ofdsii maeunF ae pan d'she iner pa4y m tlm mofsmasry afSGl epins nd arc Casodi.ua.f of nduuon oCdrpanna ,WStay-GrOe4i JAILGATE SAFETY MEETING SGI Meeting Record Date / Fecha: U"rlHoar. AMBM DCp2rtHIem / Departamento: SCVI Mecting!As Oucted by La cli'se, ku-f F a por Rene Rivera Grant Clack Rafael Caballero Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Te tado y d' cuticlo o Accidente y lAstimadura I Revisada (Adjunte una copia) r Tc LOS UK AccI64 TaKed Sugm. /Recomendu"i'd6a oAed6%fTa=da rre X YA e VbA44!� &- .:,4414NYM o8k 'AAMAtIZAIM. ESNAOL TadasIwaqeode r,m=mcen� A, 6 Deleted: W3 (Dektack resew 1,. NAME Sign firme. 4435 - - Hictor Ramos Pirei - 971 Isidro chaves 4592 Manuel Reyes Gonzalez 4602 Miguel Visquez Delgado 5413 Miguel garcia /;.?e4 4873 Salvador Gabriel A La 6 5320 Juan Andrade <� S21vado - Vasquez martine� 5653 Jose angel I 4Ajecd! ESNAOL TadasIwaqeode r,m=mcen� A, 6 Deleted: W3 (Dektack resew 1,. Stzy reenlnc. ,. IbrT'utwa(Cl»yin. - ��� For Pmfe..&a A%IZm&cape.Smirn 1 TAILGATE SAFETY MEETING SGI Meeting Record Page/pagila 2 of/de:'2 n--r•'----� I Employees! NAME . Slpa/Firme I 5412 Alfredo Mora1. 1 fj� +� •!I'%(/ < 5434 Gabriel TrejA ]1Lvairjete i 5544 Tiburcio Ldpezri� �II�6J-G /C ` 5643 Fidelnunes l /" ' -I. 5477 Hector G6mez 5480 Jose Lois Perez Morales -Q� Nlieuel roman 1 tie O (V 5520 Juan Carlos Mayo j:05 . // (Srcfe sdN Ano t R Lhie rtltli, 5654 Juan Herndsdez { f rran ma: t at mrdQs1 i 5564 - JavkrTrejo Cervanta Q - 5594 Ram6oCabaikro 2�IA. 5605 Jose Lois Perez 5672 Pablo Baltazar �"� 5741 Raminmguevel. - oeleem:nug.dw..a ---i i ESPAT:OL To" bsmol f Imcmli(teM larueidtr Ge s<dlasdam Nylaom EspMro4e uvndomnbmtdtomu.paahpmfmacmm- pnavm d<Ibbsbs presmsmde bs mons de segondd vandos--Quem Bodo tmntdn SGI la mcwda que n onne de b D.W. &I. <mll . ll..ac addonle m uaWb mansebk 6onmto n seeuro. Tarim Immpplmdosdrym canstmcia mmbten quc loscomrntdos d<cru rmnwa sm pmm de la poGrammm�de r3nndad d< SGIygo<lormmmpne& los pmbdicca da <.alurcan ddpmvtd. [.•d.LLSH AeIheaignmorttmpHyem cmiF dla ritermmnpva ptamtd'm Fn8lish or Spanish,ausing bas bngoages, far c4ar . ! . dttttdeMill trod vbpclsdseas+ry bdl meamgs SGt mnNS W<m tltm rte r llhe al{ de n ro r sar46oaesr nada. work All the mtplmwa4a pulmncd tlux U:e cmlems ollbs oseemgn pm MUte pdiry,.mNe mava e(secunry a(SGl and arepma Mtbepmiade lmM malamron of ilepvsomd SCI Meeting Record of/de: 2 Stay Grennef Fn ., Foralothod: Cd #1 Wi2h: V, Na TAILGATE SAFETY MEETING Fares ejai Okm wh2h P2ge[PAgh12 I Date I FRha: T. NAME our HH art. o I&OM Department Departa-I mento.. SCV2 497L Isidro Chavez 4592 Manuel Reyes Conzilez Meeting was conjuctrdby La class tu, dirigid, por Rene Rivera Grant Clock Rafael Caballero Subjects Presented and Discussed or Accidentppd lnjnries Reviewed (Attach a Tema presentadoy discut' o 0 ATeidentit'y' 0 Lostimadura'Revis d (Ad*unte una co. cOt-- 6�- pis M11,1 C_vV jib f-_4A.4;&k~e, EX� IOAAAX, 5413 Miguel garcia I Sug"ti6a/Re mendaci6aORAcd6nTaktn/Suger.DIlRe.�.d.'66UOAccidaTomada Y COAO COTL AW7-w5 I A- 6Aw tx(7;Lx 7-, - OfrqL56�Aljh� IV, C444- Employee NAME Sign/Fiume. 4435 Hictor Ramos Pirez 497L Isidro Chavez 4592 Manuel Reyes Conzilez 4602 Miguel Visquez Delgado I 5413 Miguel garcia 4873 Salvador Gabriel IV, C444- 5320 Joan Andrade FSPANOL sdaque ec nave de 1: mlm m mmmra =sgP,"om) ae 541 Y VC �� P� PM"Md. MkWi6" Pasnnl LNGLISH Anlhea�aon IY4POK Vil ZpVeZ MAR. i6 z. Co- rl-rz ffi,d...dbv.d,.rA Oalntaffi 4M ,. Stay Green I'nc, tfx.:vam+tiwm: . trr,,,/pJm,otc:radc..y..tiat;.rz • y Saivadm• Vasquez martines. 5653 Jose angel - TAILGATE�AFETY MEETING SGI Meeting Record Pagelpdgina 2 ef7de12 Employee# NAME - 31gn 4irioe -- rmm[Oed TaWa 1 II N12 Alfredo Mora jQ/Il:� -Jr� •r�I�!i�... .. -- -- 5334 Gabriel Trejo Navarreh�:4.,�t%.'r r •. I r .. Tiburcio L6pez 5544 %43 Fidel nunes 5477 HzctorGdmez,,« 5480 JosfLuis PBrezMorale; pSQ ilieuel roman odatem sw ... -rte ' r `j QfLgYO Ftenaatfed: eor eeGvewt 5520 Juan Carlos Pelayo t_rJft'Y�,' Ll m.f, (Sk'* dam,iott, Fmm bx 1 at Swdar Y�e9:7 5654 Juan Hernandez - I nese rwawew 5564 Javier Trejo Cervantes 5594 Ram&Cab allero Ra Gy( /Xe ,,O 5605 Josi Luis Perez ttt lll_ 5672 Pablo Baltaztr g7A! Ramiro esaueye! A ©r�.P /per Ci i��� :�odetaxl atrcad roe,a.� �i M rV C i t1G oSla Aleiandro r raunda Farteatted: Left.___.. -. ESPANOL Todds ba mp:mdos(ttmantm crmrien quela mmdn firt rmli>adaminJaum EgWal.ousmdn vnbm,dromss.Paa la pefena<am• - pmaan de Iwlas bs pesmsm do Im tmau de sc?uridad oamtee Qtern totla rewidn SGI la rmuerdaque afnane de 4 ttalhba de to eme.ca Ikvae ttdAana a. tsabaia rtsnmaable. hones o. se•aro Tadas bs SGlyemplmodMd ncrossaMiamrabide qualm mttmdosMewv rtuniat son Fwudeb Wlipw en euav de sepundad de grc fosmwm pato de bs estpmbdtcos de mduxroo dd ,pemwwaa. ENGLISH � mtys�a eaAvsdmedSnS ofall used vymss e(zevne.In.Ulmeninus SGl rands diem Nmnum.: ai the noltnoithemmnanv u'. �Iha�i.irad }Rerc. cwkwmrybym aW Ws record thz the cmnmu aftMs axatnq are pan of the Poley tq the orae aysevaraFBm �daPpW erlapnds Mai .. -ndtatmn Mdtrpasonttd. 0 Siay Greenlne. ..� /lae.l:rfvul(7rarn - _ lw Prdf .fawrlfaaaGapr kraJ.rs m-,TAitft. ILGATE SAFETYMEETSNG -xaa.FOltBOMWCall #1 CAMh sa Pace Fael coMarnSGUMeeting Record Poseln:isina I of/del 3 per•, Date/ Feeha :, ,, Hour) Hoar. .--_ AM/PM DepacfH(ept-,/': e a- meefot ,,:,;. -. SCV2 d597 tifanuel Reaes Ganzhlei 1 4601 Miguel Visauez Del-adfa ,Meeting was uMed by La close 1'ue`d'a par a•e Seele / Grant Clack /SoeRafael Caballero ,ub+ects I ted and Discussed or ikecideut and, Iojunes;Reviewed (Attach a copy). Temaresentado. diseutido o Aaidente Lagi;imadora Revcsada Ad•unte ana co is •4.97, 1sidroChavea s Sagestiva Reepryeudui6a OR A"] On Tahee /Sagenneu Recomrn aci6a o AcriBo Tomada „ • t (.Em Itavee .--_ . / Firme 4335 Nfetor Ramos Perez d597 tifanuel Reaes Ganzhlei 1 4601 Miguel Visauez Del-adfa ARF3 SahadnrGabriel t •4.97, 1sidroChavea s •Juan Andrnde Yam :�`�freda \Tars ti413 ° Mieuel-arch: % .f ESPA\'OL Todmlmemplmdos pra+vdn de mdm Ivsprnenm dv ItTebN .....r. -• w. s-�T-=— . ([MdeteC MI Dqww& 43M ntlmed• kldrklar �detm:tpr. Ddeeea: 4m m Inplesv m ENLo uaanda ambos �Qwmm, pav lapvat' c wucn Sol Its reeverdv ave de Ig mr;ticlit- M,ma'e.. mxmva iamben Sue toe mvum:dos de eaa:aimwn an parte de b sdepah-cidvdetpersonal - -u .w:ve vpw-Ya::W:a.¢s mvry mu memmma ua prenNagglrttimSpmisb. ar uu:y buh Weuaees for clvu uMeraaMina of aenvd wbyem of arn,ly 1n all murinus SGI mm�ds Yu v Nu il'vnerl afar rtl4v M e. TI h d t A All dm rnlpbym iso pu,mW dw utv mums atlFv mc2mg a pert ddrep-Peru rho mans of>Kmry al SGI andar pan of Nc per�odw Ivsa wluvwnofd:e pmsmnd Sta Greenlnc y -Uu t;er nuf CJinhx - .- ' fm (4�.imtd L.mAanpr.krtArn -- - - TAILGATE SAFETY MEETING .. SGI Meetin "' Ild v pase/n» eina Z Dude: 3¢•P!idPaP!a3 e6.,. DI., Empto"Fee # 'r . NAME Sign / Fume W.1 Gabriel Tmio Nasarrete �_ G9 *jfetor Gbmn_ Jose Luis Perez'•lornlec /,,m 2 •rlhe �A 442f Joan Carlos PelavQ ;.� 55Tibnrcio Lduez Javier Treio Cers'n rates. ndez� eau. .. _ .fonr,at�d: r.16mseel Rumbn Caballero _ _... _ (5'eple�tioGie,em7�jiYleM01IL .i .. - •. ' fialn hail I Ot aOaMq: ) IiosE Luis Perez -I Mleuas .. r eerete�ridd Mees E 4� Fidel Nunez fl e% `A I=' L��, Z odeaoe:esh �i 5653- "ae ane To 5 � /4 '.0 G^a E / ✓GL S �i(otleoea:3asi "�! oaera: ssu - �l, { .loan Hern.4ndez Sf,7 I-Alo Ballazar .fl2j E2:11 Ramirn EsnueveL _ k - 1}O�aQG'•� � - nelrfrd: STtr _ IL:1 4m Edgar Corder - IDdeta& M*.�d r�— 478. Amadee R Davila. - loimamea: Lea.. a Anderson Looez oifelea:;ilr3:.a:o.enena. ism Aleiandro v Raunda r0`m°ttad1Ldt .,...:..._. - - - - 'OOIGtedl Aseemrds•L 1 ' 4916 ,lose D. Rios I oetaint seen jr�an�naLo�m:'L^e�'t'rata: fzsr, Luc ESP..A:\UL Tol, los MV( liimmom cvohca, quo Io nambn fire loot d mIsele, o Zs ftLa�0000 anbss,iamu. Pan h Pnram p,mnm ae t.,,.. de seyundal oaad. Q. to lada,nxibn SGI les rotund. que Lk 11 vplk&f o.esa .JAomog troll bl, A Tndo, los anplodn, depm gon,laaia lzmWcl que lo, cnn,onidos de ea,nnvon Aon FW' ,oh.mmatin&seeunaM de 501 r que fmmaan pone de los as Pen .de ewWacihn& pa,ona ENGLISH AE ae agnsm empls�'en ce,uF lha, me meehnP uas pa,es,ede Enelishm5puo?d or usm3 baA Anryuga m, Aem mde,iunding ofdl _pey�mElecn afxn,rv. bt ak meames5Gl rtmWsmemAa a''gL,n f h -X Nm nerf fil h d r All ,lmplomd pa moo, du, me coows,ofd„menny arc pen of,bepoles is the moser of,mnn ofSGI wd ve W of me penodc av of e,ahalos afbgv,md Flutay Green Inc. •Tlr.tirwrdCkm'm � Fur /hajeuirns.d/.wr4rapr5imi.er FL aTESAFETl MEETIN SCI Meeting- Rcrnrd Pgee/n5eina 3 of/de:3iornAttea: ftbh Ns.) mplotee4 NAME Sien/Fume Taps: xaat I. I. .'i '. s..:"a:f •'.•. ._ ..... . _ 191 IHanelRoman ForinettadTable �.�., Farnmttrd: lunlBed, Tabs! P& Salvador Vasquez \lartiees I 191 .'Spanetl y�yc1rv) 1 .I ,x a '; i..•.. _ .. .I. .. .. �. ..... .. .... .: -._ .. F .... " I I : y'Mm1 NS �mnaaN.v'. 3T86 adprcardmn. i Dealt d: q ,I .. 5816 jpse d rime 9 q ` s q S q S S � 7 ESP.ANOL Tadmbmglmdas Sm®ra c+v5cav qva h rtaman (ue rvhada m inula o m Espavol, a usMa ambm idlorui panb pesfsem com- prmndn de IPdm Impmmmsde baremas de segmidad nalados Que m ladnmmlun SGI Im cecuerda que n mrtv tle m mlaim de la emnrm� agar del nab' MrY Tpdos Wsampleadosdgocmmmc�a mdl6l quc lm cammldosdemu mmlmmpmte deh po6uca m mudode=5Gi ggae Wmlarml Pam de los ren pmddam denduvndq del pasmW ENGLISH All Ihemelamy employees anlfy dm me medin8 xm mesenNwEnpllsh or SPavisi or usily bmh Fmv_maes kr dermdernavAne affil. Irmied subpmaf�erb'Wdl memmBs SGlrmmds d+mn Am rc' mafae no/tbemm anyl osible eu wph. All the enployemdmpm ncad Ihm the cammn of Iles meevny m Pan afde pdiq' m rhe mover of s.`unnvFS41 aW ma Pmsaf d,epeudic mt of mahuPon ofle pmaed " Page 2: [3] Deleted loge DonapeCy . 2/J,712gy 10:24.00 AM Pale 2:[1] Deleted Jorge Donapetry 2/17/201230:2zazO Panna 2 of/de: 2 Pam 2 21 Deleted Jorge Donapetry 2/17/20121g:30:ii0 AM 5412 Deleted large Donapetry ..-'-'. 2/27/ZOSISO:D:PO AM Alfredo Mora _A .. Page 2 [3] Deleted T - ° ]cite Donapetry - 2117/201210:10-00 AM 5434 Page 2:13] Deleted Jorge Donapetry Gabriel Trejo Navarrete Page 2 [4] Deleted Jorge Donapetry 5643 Page 2: [4] Deleted - Jorge Donapetry '2/17/201210:10:00 AM - Fide) nunes - Page 2: [5] Deleted Jorge Donapetry 2/17(201210:10:00 AM 5477 Page 2: [5] Deleted Jorge Donapetry 2/17/201210:10:00 AM Hector G6mez Page 2: r6] Deleted Jorge Donapetry 2/17/201210:10:00 AM 5480 Page 2: [6] Deleted Jorge Dor apetry 2/17/2012 10:10:00 AM Jose Luis Pirez Morales Page 1 [7] Deleted Jorge Donapetry 2/17/201210:10:00 AM 5520 Page 2: [7] Deleted Jorge Donapetry 2/17/201210:10:00 AM Juan Carlos Pelayo Page 2: [8] Deleted Jorge Donapetry 2/17/201210:10:00 AM _.._. - _.... Page 2. [8] Deleted large D7-9,1 ....2/17/201210:10:00 AM_ _ Juan Hernandez (V, � Page 2: [9] Deleted j Jorge Donapetry 2/17/201210:10:00 AM / 5564 Page 2.19] Deleted Jorge Donapetry 2/17/201210:10:00 AM Javier Trejo Cervantes Page 2: [10] Deleted 2/17/201210:10:00 AM 5594 • -.-- LTJ ............. W. LlWWPC" l [/1//mu A 10030Q AM Ram6n Caballero r4 6 G� 1 /c r O easel [111Ddeged 7orgeDor!apehY 2/17/201210:10.OGAN 5605 Page 2:111] Deleted - 3OW DoPaPal'rY 2/17/201210:10;00 AM Jose Luis Perez Page [14 Defew loM Donapetrr - 2/17/201219:10:40AM 5672 Page 2: [121 Deleted 3" DoaaOeby 2/17/201210:10:00 AM - Pablo B.altazar Page, 2:1131 Deleted 3orgeDmpebY 2/17/ 201210:10:00 AM - 5741 pagam [121 Deleted 3wge DonaPetr - 2/17120121:0-" AM .-----,Ramiro esquevel C✓I r� r 7 ; } o f �e ill S'3 ,7�r�� (� o w✓��z 4 Cl a, muSuvl SGI Meeting Record Inc. TbdhSrmial E:fiiairr ' ' FmCrv�'Sloaer/f.au.Ln:rpe S',rvirrs TAILGATE' SAFETY MEETING' Page/pigina i of/de: 2 Date / Fecba:, ,. -2— . Hour / Hoar; _..� • ®OI SUN—, ... Departmtut/ Rgparta ento: SCV2 Manuel Reyes Meeting was'coacted. hx La clase fue dirigi a por brant Clack / Steve Seele / Rafael Caballero Subjects Presented and Discussed or Accident and Injuries Reviewed(Attach a copy) Tema Presentado y dis wo o . -Accid$nte Lastim dura Revisada(Ad 'unte a a cQ is ` 4873 Salvador Gabriel Sugestion / Reeomendaci6n OR Accida alien / Sgeereneia / Reeomendaei6n o Acei6n Tomada 4971 Isidro Chaves t , r Employee NAME Sign / Firme 4435 Hector Ramos Perez r Kc 4592 Manuel Reyes L� va, 4602 Miguel Visquez ` 4873 Salvador Gabriel , GLI dw 4971 Isidro Chaves 5320 Juan Andrade .5412 Alfredo Mora 5413 — Miguel Garcia _.. -. . Salvador Vasquez Martinez I b—lk— V C/$0500 ESPAWL: Todos los empleados hrmantes certifican que la reunion rut realizada en Inglis am Espanol, o usando ambos idiomas. para la perfecta com- prrnsihn de Iotas los presemcs de los temas de seguridad trelados. Queen Coda reunion SGI Its recuerda que sa parte de la politica dela emnresa Ileva adelante as frubaio resoonsable. hnneao v segpro. Todos los empieados dein constamia mmbu'n que los contenidos de esta reunion son pane de la politica m materia do seguridad de SGI y clue formaran parte de los test periodicas de evaluacidn del personal. ENGLISH: Alt the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for Clear understanding of all treated subjects of security. In all meetings SGI remids them that it is part of the policv of the mmnanv to perform responsible honest and cafe work. All the employees also put record that the contents of this meeting are pan of the policy in the minter of security of SGI mid are pact of the periodic test of walumion pf the personnel r stay Gre-o Inc. LLYt•'rtrnalGbnire -IvrPrr�un.dL,nndsr,rprServiear TAILGATE SAFETY'MEETIN:G SGI Meeting-Accord Page/pillwa 2 pf/de: 2 Ernploy&-i NAME' zSi ilPitljhe 5434 Gabriel Trejo Navarrete 5477 Pktor G6mez .5594 Ram6n Caballero 5605 Jose Luis Perez -PIP (J 5643 Fidel Nunes r f / 5653 Jose angel 5654 Juan Hernindez r �/ 5672 Pablo Baltazar 5741 Ramiro Esquevel 5786 Edgar Cordero 5-d `%`- Cbv el,f v 5788 Amadeo R Davila 5815 Alejandro v Raunda 5816 Jose D. Rios Miguel Roman ESWOL: Todos los empleados Ili mantes certifican qur. to reunion fue real'aada en Mides on Espudcl• o usando ambos idiomas. pam to perfecun com- prension de todos los presences de los temas de seguridad tratados. Que en loda teur irin SGI In recuerda que es parte de la mdidca de la emnresa Ileva� -adelante on tnbalo rmonsable. honesto v seouro. Todos los empleados dcjan cunstancia tambitin que los contenidris de Wit reunion son pane de la politica en materia de seguridad de SGI y que fortnarm pane de los test periddicos de evaluacidn del personal. ENGLISH: All the signatory employees mrtify that the meeting was presented in English or Spanish. or using both languages, for clear understanding of ail :treated subjects of security. In all meetings SGI remids them that it is part of the policy of die cnmoanv to oertorm responsible, honest and safe work. Ail the employees also put record that the contents of this meeting are part of die policy in the owner of security ofSGI and are pan of the periodic test of evaluation of the personnel. a YlO&I.007,11enceFor P 14114 ape b'ersiees TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina I Ode: 2 Date / Fecha: NAME Hour / Hoak 4435 Hector Ramos Perez Department/ epa'... � tu: SCV2 Manuel Reyes Meeting was cpndycted b Y Ls class fue t l . as po*r Grant Claek / Steve Stele / Rafael Caballero Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentallo y discutido o Accidente y Lastimadura Revisadtp Una cb to All V '. 4873 Salvador Gabrielr, Sugestioo I Recomendaci6n OR Accion Taken 7&gereneia / Recomesdacidn ; Acct n Tomada 4971 _ CA- ll1 �l�G F-1 Id A; r )P--, 7,71/-A-' Employee NAME Sign,/ Firme 4435 Hector Ramos Perez 4592 Manuel Reyes 4602 Miguel Visquez All V '. 4873 Salvador Gabrielr, uw .cv 4971 Isidro Chaves 5320 duan Andrade 5412 Alfredo Mora -5413-----Miguel Garcia Salvador Vasquez Martinez ESPANOL: Todos los eihpieados firmantes certifican que la reunion rue realinde m ingles a en EsparkL o usando mibas idiomas, para la perrecta mm- preasion de todos los pmsentes do los temas de seewridad Itatados. Queen Coda reunion SGI ks recuci da que es Parte dela nolltig de In em resa lie a 14elante un trabaio resoonsable, honesto v seeuro. Todos tos cmpleados dcjm constancia l2mbien que Ins contenidos de esta reunion son parte de is politica en materia de xguridad de SGI y que formamn parte de los test periodicos de evaluation del personal. ENGLISH: All the signatory employees certify that the meeting as presented in English a Spanish, or using both languages, for clear understanding of alt treated subjects orsecurity. In all meetings SGI remids them that itis part of the policy of the coMlIony to ne form resnonsible honest and safe worh All the employees also put record that the contents of this meeting are pan of the policy in the matter of security of scii and are part orthe periodic test of evaluation of the personnel. - - 1heArn`PiirglCJmira ' Fpr Prnfessioiarllaudsrdp<3erviret , TAILGATE SAFETY MEETING SGI Mesft Re.prd Page/pdgina 10.de: 2 Employ&W NAME 5434 Gabriel Trejo Navarrete4 5544 5564 5594 5605 564.3 5653 Ram6u Caballero Josk Luis Perez Fidel Nunes Jose angel �6 S t A U Ge 1✓ d S 9U o`Z , 5654 Juan Hern4ndez 5672 Pablo Baltazar 5741 Ramiro Esquevel 5786 Edgar Cordero 5788 Amadeo R Davila -- - - --_ 5815 Alejandro v Raunda 5816 Jose D. Rios Miguel Roman e0errtX-o ESPAi 101: Todps Ids cmpleados firrnant6 certificmr que lareunion (uc realizadAuldho rn - spm o , o loan o a os .diomas,. para to perfecta cum- prensiovt do lodes los presentes do los temas de seguridad tralados. Que en Coda reunion SGI les recuerd¢ que es parte de la ool[tica de to emnreea Hew adelao4 an trobole resoonsable, bonesto v serum. Todds los empleados dejon constancia tambien que los comenidos do"reunion son pale de In politica en materia de segurithad de SGI y que rbnnaran parts de los. test periddicos de evaluacidn del personal. ENGLISH: All, the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clew understanding of all treated subjects of security. In all meetings SGI rem ids them that it is part of the policy of the comonnv to perform responsible. honest and safe work. All the employees also put record that the contents of this mating are pan of the policy in the matter of security of SGI and are part of the periodic test of evaluation orris personnel co . r Fnr Prpjessiuntf f exArorpa .Berri<cs TAILGATE SAFETY -MEETING SGI Meeting Record Page/p4gjna.l-of/de:2 J Date / Feclta:Hour / Hoar: Departmentljp#pai't .onto: SCV2 Meeting was conducted by La clase fue dirigida par , .. ----- Grant Clack / Steve Seele / Rafael Caballero Subjects Presented and Discussed or Accident and Injuries' eviewed (Attach a copy) Tema resentado discutido o Accidente Lastimadura Revisada. Ad'unte una 'ia t 4435 Sugesti in Recomen scion OR Accida a en / Sugereucia ! Reco6ieo8'acho o Aceitio Tomada — -- — 1 Employee NAME Sign / Firme 4435 H€ctor Ramos Perez 4592 Manuel Reyes 4602 Miguel Vasquez 4873 Salvador Gabriel 4971 Isidro Chaves 5320 Juan Andrade 5412 Alfredo Mora. 5413 Miguel Garcia ._.._... — ..-_.. ... ...'....---- J Salvador Vasquez Martinez ESPANOU Todos los empleados firmonres certifican qua la reunion rue realizada en Ingles o an Espanol, o usandeambos idiemac, para la perfecta com- prOSIOn de todos los presenles de los temas de seguridad tfatados. Que an toda reunion SGI les recuerda qua es parte de Is nollfica de la emoresa IIe •ar adetapte an trabaio resnonsnblc hanesto v me urn. Todos Ips empleados dejan eonstancialambien qua los comegides de esra reunion son parte de to polhica an atateria de seguridad de SGI y que formaran parte de los test periddicos de evaluaclon del personal. ENGLISH Alf the signatory emplOyees certifythat dw(Reeling was preserved in English or Spanish. or using both languages. for clear understandtne of all treated sugects Of security. In all meetings SGI re"ids them that it la part Of the Ockv of the corn2any to perform resnonsfbk honest and safe work •SII the employees also put record that the contents of this meetingare part of the policy in the nutder of security of SGI and are pan of the periodic test of evaluation of the personnel. ayen Inc. 7lxAatnrrlCUairr - - - F'or Prafrviars.t/laadruga.krnirrs- _ _ .. TAILGA i"E §�tFE'1',MEETTNG Sfi3 Fidel Nunes 5653.. Jose angel 5654 Juan Hernindez 5672 Pablo Baltazar 5741 Ramiro'Esquevel 5786 Edgar Cordero rG,1 /oar 5788 Amadea R Davila i-7mas// �"J // G 5815 Alejandro vRauAda I: ---- — 5816 Jose D. Rios t1 OSP Miguel Roman Na�Q7a�f rteo�n• Musw, P. A,M . � ESPANOL Todos Los emplea'Jb+n�tes Mci tc rd"i qce laf4ni n f3 royi ren Ingles o en Espaftl- o usando ambos idi=n. para la perfccta com- l premwn.detodm los presentes de los temm de seguridad umdos. Qur en toda reunion $GI ks recuerda que es mrre de la ool(Nc r t adeta¢te ar lrabalo rrsn�..�61r honr.ro s Todm los empleados dejan constaneiatambien que Los contemdos de ata reunion son pone da laar pohuca en matena de s�widad de SGI y que fmiiiaran a de los test i ENGLISH: Ap the si p penodicos de'evaluacion del personal. tory employees ttnify Ih¢t the tnecting was presrnted in English or Spanish, or using both languages, for dear understanding of all treated subjects ofucurity. lnall meetings SIG] remid's thrnt thm n is Bart of the ool'K at th All the P o e comnanr to ne form resoo"Ible honrst and safe an. S empbyees also m record tltefthe contents of this meelin� a part aFthe policy m the matter of secunp of So and arc pan of the periodic tcsl of rvaluation ofd�e prrsonnct SGI Meeting Record �tay.��r Inc, . ne�Fm , cmice -- F"ar Yrofestiuxall,wrGoyre Services TAILGATE SAFETY MEETING Page!pigina 1 of/de: 2 -1 Date! Fecha: Haur / Hoar: M Department/ Depart mento: SCV2 Hictor Ramos Perez Meeting was conducted by La clase fue dirigida por a. Grant Clack ! Steve Seele / Rafael Caballero Subjects Presented and Discussed or Accident and Injuries Reviewed (Attdch a copy) Tema presentado Y discutidg o AccidenjtLLLLastimadura R isada Ad'unte una co 1a 4602 Miguel Vasquez Sugestitia 1 Recomendacion OR Accion Taken ! Sugerencia ! Recoment:acides o Aceida Tomada 4873 Salvador Gabriel f Employee NAME Sign / Firme 4435 Hictor Ramos Perez 4592 Manuel Reyes 4602 Miguel Vasquez 4873 Salvador Gabriel �q/1 4971 Isidro Chaves x- 5320 Juan Andrade 5412 Alfredo Mora ftp.._ - 5413 Miguel Garcia ____..._..... __.. Salvador Vasquez Martinez ESPAWL. Todos los empleados firmames cenifican que la munidn ruc realiwdu m Ingles o en Espanol, o usando ambos hliomas. para la perfecm enm- prensidn de Indos los presentes de los trn do nguridad traWm, Que cn toda mtmiun SGt kn recucrda que es tm to de la nolitea de h emotes Ilevar adelanrt un trahaio resnnnsaW hnnesto v seoaro. Todos 105 empleadm dcian constancia lambiea quo los coruenidos de csta reunion son parte de la politica cn materia de seguridad de SGI y Clue fomroran pane de los test pertdicos de evaluamun dot personal. ENGLISK All the signatory employees ecru4, that the meeting WU presented in Ergtish or Spanish, or using both languages, for clear understanding of all treated su*-Ms of security. In all meetings SGI remids them that it Is nxrt of the r6i U of the Company to Perform rzsonasibte. honest and safe work AR the employees also put record that the cmicrxs orthis rrteecing arc pan orthe policy in the matter orscmaiy of SGI and are part of ttC periodic cost of evaluation ordie personnel. z - The a t Q(lxriu ' Fur larofeui uall:wAscyae S'enices _ TAILGAT. &EAFETY.M-BUrING s SGI Metbting Record Pagelpligina 2 oflde: 2 EmployeeW NAME ae ga / irate `5434 Gabriel Trejo Navarrete gll"/ //(/� 5477 H6ctor G6mez Jose Luis Morales -. 7_0 5�.4 124 41 • � S 5520 Juan Carlos PelaY6 7Lq C,pt S. ZfjYO 5544 Tiburcio L6pez 5564 Javier Trejo Cervantes 5594 Ram6n Caballero 5605 Jost Luis Wrez -r 0 s Fye 5643 Fidel Nunes �,� e/ ✓� �G �P Z 5653 Jose angel Cr OSE 5654 Juan Hernl;ndez cry-o'�'tG�t•G 5672 Pablo 13altazar 5741 Ramiro Esquevel 5786 Edgar Cordero 5788 Amadeo R Davila - - ---- - - - -5800 - _- AndersasLTopez - - -- -----------:--.—.�.__-_----- _ -_ ----- ---- - - -- 5815 Alejandro v Raunda a /o 5816 Jose D. Rios Miguel Roman 0_19I6Gnl, Hwy E.SPANOL: Todas Jos empleados finnantes cenifican que to munitin foe mailimda en Inglds a can Esi nog. u usando antbos idiomas. para la perfecta com- pmnsi6ndc todos los pmsentes de los iemm de seauridad vatadus. Quc en Coda rmni6a SGI les recuerda quo es parte de la nalltieu de la emnresa llevar ad •lame on trebain responsable honesto v seeuro. Todus los empfeados dejan constancia lambion quo Im co ttenidos de esln reunion son pane de to petition en materia do seguridad de SGI y que formaran parte de los test peri6dicos de cvalmci&i del personal. ENGLISH: All the signatory, employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all treated subjects of security. to all meetings SGI mmids them that it is part or the enlie or the conspieny to ce farm res, onsibl honest and safe unrk. All da: emplowes also put record thin the contents of this meeting am pout of the policy in the matter of security of SGI and am pan of etre periodic test of evaluation ofdxpersonnel. - 1 .Ibe Ahirnu!(:hulce Fm•Prnj¢ssiwr.r!latulsh irpe Scrnirrt TAILGATE:SaMi T_Y MEETING SGI Meeting Record Page/pigina I%Vde: 2 Date / Fecha ~- Hour / Hoar,.. `. Department/ Departs p o SCV2 Meeting was conducted by .. N. ^• . La clase fue dirigida por Grant Clack / Steve Seele J Rafael Caballero Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentado iscutido o Accidente Gpstimadura Revi ada- Adiunte una 661fla 4592 Manuel Reyes .y.px `4`;, y 7.,. ..�t+'• tis.. fp:t Sugestidn! Recomen acidn O Accidn TA -ken Suge itis /'Reeomendacida o Accida Tomada^ 4873 ESalvador Gabriel r. Employee NAME Sign / Firme 4435 Hector Ramos Perez f 4592 Manuel Reyes 4602 Miguel Visquez 4873 ESalvador Gabriel V p / 4971 haves 5320 Juan Andrade 5412 _ _ Alfredo Mora - - 5413 Miguel Garcia Salvador Vasquez Martinez ESPANOt.: Todos los emplea los fimwntes cesitiem que la reunion fue realrzada en Ingles o en Espanol. o usando ambos idiomas, para In perfecta com. pression de Dodos los presentes de los temas de seguridad usnados. Que en coda reunion SGI les recuerda que g; paLte de la anlitica de la empress Ilevar delante us trabaio resnnnsable hanesto v seou o. Todds los empleados dejan coratancia lambien que los contenidos de este rmni6ii son parte de I, politica en asteria de seguridad de Sol y que fomharm parte de los test periddicos de evaluacid i del personal ENGLISH: All the signatory employees certify that the meeting was presented in English of Spanish, or using both languages. for clear understanding of all treated subjects ofsecurity. In all meeting SO[ mmids than that itis Part of the pM'ev of the company to Perform resnaos"ble honest and safe ort,. evaluationn offlne personnel. All the employees also put record that the contents of[his meeting art part of the policy in the matter of security of SGl and am pact of the periodic test of ofhh 5741 Ramiro Esgaevel 5786 Edgar Cordero $783 Amadeo R Davila 5800 AndenortLopez 5815 Alejandro v Raunda 5816 Jose D. Rios Miguel Roman ESPANOL: Todds los empleados firmantes certifieat que la rtuni& flue realizada en Ingids o en Espeol, o usando ambos idiomas, para la perfecta com- preasi6n de lodos los presences de los temas de seguridad tratados. Que en toda reunion SGI les recuerda que es parte de Is nolitics de Is esnprese 11mr idetanteun trebzio re.'soonmble. honwo v sesuro. Todds los empleados deject constancia tnmbidn que los conlenidos de esta mmi6n son pant de la politica en materia de seguridad de SGI y que formaran pane de los test periodicos de evaluation del personal ENGUSH: All die signatory employees certify that the meeting was presented in English or Spanish, or using both languages. for clear understanding craft treated sabjects of security. in all meetings SGI mmids them that it Is part of the policy of the company to perform responsible. honest and safe work. All the eoiployen also put -record that the contents of this meeting are pmt of the policy in the matter of security of SG I and are pan of the periodic test of evaluation or the personnel. SGI Meeting Record" . # Gin Ince a� 1(x 'lrumrxlY•laonz i'ur Prv�anr(lsudsralis•.1muet TAILGATE SAEE`1'i' .`'t=C�iG Page/pigina 1 of/de: t ' • Date/ Fecha: " `' ` Hour / HoarE Sign / Firme 4435 p"ri!at/1T s m }oo �. SCVZ 4592 Meeting was Odin, auctid by La clase flue dirigida por 17. t!.,. • Grant Clack I Steve Seek / Rafael Caba�lero Subjeets Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentalloy discutido o Acc4dente La bma d Fa Iterisada Ad' me Inna c6' la Miguel VSsquez Ai- 4873 Sugestibn / Rattlignendad6a OR Acei6n Taken ( Sugerencia Recomendacion o Accidn Tomada C1 itJb c� ! 4971 Isidro Chaves Employee . NAME Sign / Firme 4435 Hictor Ramos Pfrez r C e Z 4592 Manuel Reyes 1 � 4602 Miguel VSsquez 4873 Salvador Gabriel C1 itJb c� ! 4971 Isidro Chaves 5320 duan Andrade 5112 Alfredo Mora .5413 Miguel Garcia l a i 0� Salvador Vasquez Martinez ESPANOL. Todos los empleados fimmnu:s cenifica t que In reunion fue molizade en Ingles o cn EspadoL o usando ambos id[omas. para la perfecta cam- prension de Indus los presentee de los lemas de scaunddd trotados. Out en coda reunion SGI its reeuerda que es name do 'a npllt"'a de la emnresa Ilesar adetante an Irabain respnnsablc banesto v sewro. Todos los empleados duan camaa rca t�mlaien que Ins conteiiido5 do seta reunidh son pane de In politica to materia de seguridad de SGI y que fonnaran pane de los len periodices de cwaluaeiiin del personal. ENGLISH- All the signatory employees eertlfy11nit the meeting was presented in English or Spanish, or using both languages, for clear understanding or all treated subilmis of saur[ly. In all meetings SGI remids them [hot it is part the go ivy orthe emmpnns• to perform res000siMr M1oaest and safe uortc. Alt the employees also put record that the contents of this n1wina are part of the policy in the matter of security of $Grand are pan of the periodic test of evaluation of the personnel Shay green Inc. ILc A mmil <.iinrcr Fnr Prr fcrnnu,t(l.dudtr +1 c S'n•vias TAILGATE SqY.MEETING SGI Meaft. Record. , ., .. Page/pagiQa 2 of/de: 2 y Empty# NAME 5434 Gabriel Trejo Navarrete 5477 AEcFor �amez 84$0 los'i!l,uis'��iezil�oi�les• ... '�eYit..:L'`' �? t:n. ____ 5$20 3uatz�a"riOrpielayo h� C.4 at o.> .:�.>rl*yt� 5544 'Tiburcio Lbpe� `Q I✓ Cyd 5564 Javier Trejo Cervantes 5594 Ram6n Caballero �y M pV%' 560.5 Jos6 Luis Perez 5643 Fidel Nunesc N �� 5653 Jose angel .'-a S t .4 5654 Juan Hernandez 5672 Pablo Baltazar 5741 5786 5788 -------586--- Ramiro Esquevel UfvG Edgar Cordero �G cd"�~d Amadeo R Davila 4n -Io O Q n .(" �a 5815 Alejandro v Raunda 5816 Jose D. Rios Miguel Roman ���o�L �cCLl✓Z ESPANOL. Todds los empleados li manlcs certirlew que la munion t'ue malizada at Inglis o en Espatlol. o usando ambos idiomas. para is perfecta rom- prensidn do todos los presentes de los temm d< seguridad umados. Que en lode reunion SGI les recunrda quies oa t d 1, nd-tic de la enc ma Ilcvnr rid lame u trob&, resnonsabi,. honesto s' ivure. Todos los emplcadoS dejan conSStancia tantbien quc los rnntenidos de csta reunion son parte de la politica en materia de seguridad de SGI y qui formarun pane de lus test penddicos de evaluacion dcl personal_ ENGLISH: All the signatory employees cenify that the meeting ryas presented in English ar Spanish, or using butt laneuages. for clear understanding of all treated subjects ofsecurhy. In all meetings SGI mrnids them that it is part of ool'se the s of the corrinvoy to Perform resnonsiblc honest and safe w All the enrphoyees also put record that the contents of this mceling are pan or the policy in the matter of security of SGI and are pan of the periodic test of evacuation of the personnel. 'tri i /bc A:rtrria[T.'lioirr ftin• Pm%ssiuwri l..rru(ur(x Srrnies TAILCt,1 1 SAFETJMJ SGI Meetiyg;R"gJ , / x . / Page/pigina I oVde: 2 Date / Fecha: Hour / Hoar:.:. ' CQ Department/ I)rpa amento: SCV2 Meeting wastonducfedby La clase fue dirigida por Grant Clack/ Steve Seele / Rafael Caballero . Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema Presentado y discutido o Accidente y Lastimadura Revisada Ad•un a unit ed is 4602 1 r Sugesti6n / Recomendad6n OR Acci6a Taken / Sugereacia ! Recomefi ci8a o Acci6n To; r• • r � , 4971 Employee NAME Sign ! Flrme 4435 Hector Ramos Perez 4592 Manuel Reyes LJ n / 4602 Miguel Visquez r 4873 Salvador Gabriel 4971 Isidro Chaves - 5320 Juan Andrade 5412 Alfredo Mora - _5d1...- - Miguel Gacia ell Salvador Vasquez Martinez R V� ESPANGC Tddos k+s empleados lino res ccnif�can que la rcmi I'ut realrzada en Ingles o M Espadol, o usando ambos idiomas. para le paleda cpm• prerisicin de todos los presences de los lentas de segundad tratados. Que en toda reunion SGI les recuerda que es Doric de la politica de Is ernri a Ilesar adelente ag tnbaln resnonsable, hiinesto y seeura. Todm los empleados delan conumcia tambidn que los conlenidos de ata rcunldn son parte do la politica m materia do segundad do SGI y que formaran pane do los test periodicos de eyaluacidn del personal. ENGLISH: All the signatoq employees certify that the meeting was presented in English or Spanish, or using both languages. for clear understandine of all treated sldgecls of security. In all meetings SGI remids Nem that it is part of the nnilcv orthe eamoanv to perform responsible, hanest and safe wnri. All Ne empio9 ces also put record that the contents of this meeting arc pan of the policy in die matter of security of SGI and we pan of dse periodic test of evaluation of die personnel Miguel Roman ESPAAOL: Todos los cmpleada firtnantt certific= que la reunion fue realizada en Isla o en Espahol, o usmlde Ambos idiomm. para la perfecta cum- prem* do tpdos• IN presentes de los.lemm de seguridad tratados. Quo en soda reunion SGI les mcuerdn que es parte de is ool(tica de la emnresa Iici ar adelan(e uri.truhe'oresnonsaM honesto sn Todos los emp&adds dejan. conslaneia Sambien que los contrnidos de estareunion son parte do is potihca en maeria de seguridod de SGI y que (omsaran pane de los lest periodicos de evaluation del personal. GNGLISN: All dtc signataq employees certify tfial the meeting was presented in English or Spanish, or using both languaats. for clear underslandmg of ali treated subjects o(securily In all rpttlings SGI remids diem drat h i�rt of the pollee of the epmnamto oeriarm rea ass ble hone t and sale rnk. .Ali the employees also put nsord that the ewstents of this meeting are pert of the polls• in the matter of security of SCI and are part of the periodic lest of cvalm(ion d'ihc personnd. EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 1) (See. ccftcX-CJ-) 2) 3) 4) 5) 6) 7) 8) 9) 10) Bid 9 LMD-12-13-01 51 tayGreen Inc. STAFF QUALMCATIONS Richard Angelo Executive Chairman/Founder Pest Control Advisor ABDE73173 Richard Angelo Executive Chairman/Founder Qualified Applicators License 98566 Rene Riven VP of Operations Qualified Applicators License 118964 Grant Clack Operations Manager Qualified Applicators License 126914 Jeff Norquist Operations Manager Qualified Applicators License 126918 Kevin Cawley Account Manager Qualified Applicators License 108212 John Barton Account Manager Qualified Applicators License 99677 Dave Colburn Production Manager Qualified Applicators License 126919 Adam Hall Business Developer Qualified Applicators License 122279 Leonardo Moran Plant Health Care Spray Technician Qualified Applicators Licence 119089 Wesley Heck Plant Health Care Spray Technician Qualified Applicators Certificate 91732 Gerardo Gonzales Plant Health Care Spray Technician Qualified Applicators Certificate 119271 - _ Jorge Castaneda Tree Care/Plant Health Care Operations onager Arbor st WE -8703A Rene Riven VP of Operations Arborist WE -9328A Juan Hernandez Business Developer Arborist WE -9 Adam Hall Business Developer Arborist WE -9301A 0lA Melissa Rodriguez Business Developer Arborist WE -9346A Richard Angelo Executive Chairman/Founder Richard Angelo Executive Chairman/Founder Jose Romero Irrigation Technician Alejandro de Alba Irrigation Technician Francisco Cortes Irrigation Technician Leonardo Vera Irrigation Technician Samuel Romero Irrigation Technician California Landscape Technician Certified Water Auditor Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Stay Green Inc. 26415 Su mir Circle, Santa Claoita, CA 91350 - (800) 858-5508 - (661) 291-2800 - Fax: (661) 705-2089 EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements forwork within proposed Landscape Maintenance District:/ or the ability to MnL e Commercial Grade Chipper • . Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf ..arose • Proper equipment required to perform pruning tasks including hand pruners, loppers, saws, pole pursers and chainsaws AN maintenance supplies for proper equipment operation Garden Spading Forks Shovels ...Rakes • Scoop Shovels Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters such as the Rain Master Pro -Max • All the required tools and equipment to make minor and major irrigation repairs • AN traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shalt be Cal-Osha approved Bid 9 LM612-13-01 - 52 EXHIBIT D INVENTORY 'LISTS A•ND EXHIBIT MAPS . . nr • Iprfentory List: T-23 >' Item# • 'Pbon - APPROXIMATE square footage Inventot}f .L_ist: T-29 S Item #- .Descri tion ._ APPROXIMATE s uarefao e" -Estlrn& ` zw ' ..:.�• ,Es tnatedLl .q... { ^ted L-andsca ie .. .. g 368,660?' . ....- 2 S+` lmgated tid5tape (b ti. clear n . eed abate). �. •:,; .. ,.. ' ' �.. 1-3 - :8adcflo'wdevrc es . Irridatioh.controllers . 4, s I '- tion encld'sures 2 6 ...: 5 •• '•I •' . tan-encldsures 7: Ttailfoot lights `�6 - f?aseoledi hts • ;...7 T#arl 10 =8 Bre""over•street 11 p. '-g Auribelsand 1'"his Trash containers cementfother p :70 Mo2ument Si "ns p 14 All Terinis.werts "'• 15 8" 12 Trash containers cement/other 16 13 Paseo and Trail Walkways Z287 , 14Drin1 fountains :. _.....:....:..::. _ :.::.,;::.,':,:.:_.2 rM.' 15 Pla rounds1 2 Inventot}f .L_ist: T-29 S Item #- .Descri tion ._ APPROXIMATE s uarefao e" -Estlrn& ` zw ' L1 19tted-Landsca a ..246 086 2 NQn-irrigated Landscape (bush dearaPce/weed abate) ' 22.215 - 5 .. 3 .. ,Backflow.devices :'":•. 4, Irridatioh.controllers . 2 s I '- tion encld'sures 2 6 ...: Paseo pole lights " 0 7: Ttailfoot lights 8 B" es over.street 9 ..., Tunnels.and lights 10 Monument S' 'ns 11 Tennis courts 0 12 Trash containers cementfother p 13 Paseo and Trail Walkwa s p 14 Drinkingfountains 15 Pla rounds p Bid S LMO-12-13-01 z 63 Inventory List: Zone 17 Item# Description PPROXIMATE uare;foo a Estimated Quantity 1 Irrigated Landscape 1 2 Non -irrigated Landscape (brush clearancetweed abate) 23,488 } !. „ , ,,,,t,• 1_3 : Backflow devices :.:. 3.. , .. W t k"'ation controllers :•.. -5 Irrigation enclosures Im " ation enclosures ^' ' 6 6Paseo pole lig4tts Paseo pole lights ftie 7 " Trait,footti hts Trail foot lights ^ •'8 BVeet 8 tsTue Tunnels and lights L •A ': 10 ument Signs Monument Signs 11 Uhniscourts^ Tennis courts 12 TrashconteinerscemenVother •-__..._.._....._.__ ..._...--..-_... .:';,: ^�_. Paseo and Trail Walkwa s 1 Paseo and Trail Walkways 0- E1413 �Drifikjnq fountains ' IDrinkin fountains :K"0 " 15 -Pla rounds < 10 In"ntoybit: Zone T-51 _ - a hem # Description APPROXIMATE square foots a Estimated Quanfity 1 Irrigated Landscape 1,385,724 2 Non -irrigated Landscape (brush clearancetweed abate) WA ,.;,.• 3 Backflow devices 25 4 Ini ation.Ontrollers 25.. 5 Im " ation enclosures 25 .• 5 Paseo pole lights 0 . 7 Trail foot lights ^0. 8 Brides ovet'street nw�' 9 Tunnels and lights L •A ': 10 Monument Signs 11 Tennis courts 12 Trash containers cementlother 0." . 13 1 Paseo and Trail Walkways 0- 14 IDrinkin fountains :K"0 " 15 Pla rounds 10 EXHIBIT E Specialized Maintenance Program Reference Guide Daily — Weekly — Monthly 01 0 X111111 0111111 OIII 11 x_.'11111 0f71 D 1 01-1111 01 1111 Bid # LMD-12-13-01 55 EXHIBIT E1 Specialized Maintenance Program Reference Guide Semi-annual and Annual Bid t LMD42-13-01 - 56 EXHIBIT E2 vmv —auuaI III Arauuu 11ccu3 luau UC uaNcu on Otani renutrements) 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 tun -off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower - temperature hours. FALL- WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will be programmed to be on solely during daylight, non -frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fall, and Winter]. - -B. --LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant of the results of those inspections. Bid S LMD. 12-13-01 57 EXHIBIT E3 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference nniy—arfn q1 irrirto}inn nnnde c6o11 hrt lkaend n_ _]..,.a ..o....:...........a_� Program —Summer &Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 — October 20) A. Shrub Beds 1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads — 10 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary -15 minutes per station/per cycle, 3 cycles per day, 5 days per week B. Turf Areas L.. 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 stationtper 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 0ul1)-40 minutes per station/per cycle, 3 cycles per day, 5 days per week C. Planted SloW i. 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 levet. 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 irrisation system inspection for each district at a minimum of twice a year. Bid A LMD-12-13-01 - 58 EXHIBIT E4 Preventative Disease Control Guide I. Olea Europaea (Olive Tree) Frit Set — Preventative Treatment First application to be done when % to % of blooms are open. Second application to be done 7-10- days after the first application. II. Pyrus Kawakamu (Evergreen Pear) Fireblight— Preventative Treatment Spray application to occur October l_through mj(LNovemhe_r,._._ Fireblieht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut III. Platanus (Sycamore) Antfiracsose (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 Treatments Any materials used while performing all of the above described operations will be of type approved by the County Agricultural Commissioner. Bid r LMD-12-13-01 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 mostjobs. 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 aplastic 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; op dress with infill Treat moss, mold and algae. 60 61 EXHIBIT F 2012 HOLIDAY SCHEDULE HOLIDAY DATE CELEBRATED New Year's Day Sunday, January 1 (Observed Monday 1/2/12) Martin Luther King Day .-Monday, January 16 President's Day Monday, February 20 . Memorial Day Monday, May 28 Independence Day Wednesday, July Labor Day Monday, September 3 Veteran's Day Sunday, November 11 (observed Monday 11/12/12) Thanksgiving Day Thursday, November 22 Day after Thanksgiving Friday, November 23 112 Day for Christmas Eve Monday, December 24 Christmas Day Tuesday, December 25 112 Day for New Year's Eve Monday, December 31 New Year's Day Tuesday, January 1, 2013 -if a holiday should fall on a Saturday it will be celebrated the preceding Friday. If.a holiday should fall on a Sunday, it will be celebrated the following Monday. 61 EXHIBIT G -ZONE MAPS 62 Gt-A ... z F Alnuag uvoljewV oz -1 OUO2 4wasic eougue3ulaw jl� advaspurl EXHIBIT "W, AMERICAN BEAUTY: VILLAGE EAST L L A DISTRICT Mn 29 S. P. R. •Pucsw' [tara� SEND �••• DISTRICT BOUNDARY IRRIGATED PLANTED SLC TO BE MAINTAINED - BRUSHED AND NATURAL TO BE MAINTAINED IANITIES (GATED PLANTED yp )PES aOi7600 SO. FT. as )SHED SLOPES • 0.5 Acres a D f URAL SLOPE NORTH 5.4 Acres TRACT NO. 36686 220 RESIDENTIAL UNITS i Am Im- ml Q `"' °fS&NTA CLARITA Landscape Maintenance District Zone T51 LMO Landscape Area (1.245.724 sq. It.) A LMD Boundary - Zane T57 Parcel Outlines Buildng Footprints .,-..s..an R C "SANTACLMUTA L Landscape Maintenance District Zone 17 LMO Landscape Area (146,171 sq. ft) Weed Abatement & Trees (23,488 sq. ft.) jM LMD Boundary -Zone 17 Parcel Outlines Budding Footprints ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-12-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School And Zone 17 Bouquet/Railroad August 28, 2012 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) 2864186. 1. On the notice inviting bids page (page 1) it says "Sealed bids must be received before 11:00 AM on Tuesday, September 19, 2012, by the Purchasing". September 19"' is a Wednesday not a TuesdayI wanted to confirm that the bid was due Wednesday 9/19 and not Tuesday 9118? A. There was an error in typing. The correct bid due date Is Wednesday, September 19, 2012 before 11:00 AM. 2. Who has the contract now? A. T-23 - Stay Green T-29 - TruGreen T-51— Currently under Los Angeles County landscape maintenance services, contractor unknown Zone 17 - No current contractor (ZtAWOL gl n1m Contractor's representative Date Company Name OW # LMD-12-13-01 - 1 ADDENDUM N For City of Santa Clarita Invitation to Bid L91D-12-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T•20 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Railroad September 07, 2012 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) 2864186. The City conducted a pre-bid meeting September 4, 2012 at 9:00 AM, at City Hall, which included Jason LaRlva, Project Manager, Mary Alice Boxall, Labor Compliance Program Specialist and Jennifer Killian, Buyer. The following points from the bid were touched upon at the meeting. LCP general guidelines and contact information was discussed by Ms. Boxall. Jason LaRiva, (PM) discussed. 1. This is a performance bid. 2. Nthe awarded vendor does not meet the required specs during the contract, there w0l be a review process and a written reprimand. 3. Keep this in mind when responding and bid appropriately. 4. A8 the exhibits were reviewed. 5. Zones 17: a. Referred to as "Railroad Avenue." b. Has newer landscape but simple: shrub maintenance, weed abatement, mulching. c. Mulch - the City buys the mulch and the vendor will provide the labor. Therefore, the labor cost is to be included in the bid response. d. There is also lodge pole fencing and some trees. e. Vendor Is responsible for trees under 12' and, irrigation. Weed and mulch 18" back from fencing. 6. Zone T29 - a. Referred to as "American Beauty." b. Grey area on map is the Homeowner's Association and the older map shows all of the LMD maintenance: slopes, acacia, bench drains and some - - - brush clearance. c. No work is to be done INSIDE the complex or up to homeowners' doors, etc. 7. Zone T23. a. Referred to as "Seco." b. This is a large area with a lot of maintenance: 80% is slope maintenance, with plants like acacia and rosemary. Bid # LMD-12-13-01 c. There are small parks on each side of Seco Canyon. These are high profile. 8. Zone T51 - a. This Is currently under LA Countyiurisdiction and is being annexed into the City. :b. The City confident that the areas noted are accurate. The controller count should be cl?se to accurate. C. This area contains a large slope areas around Valencia High School, 9. All estimates are appros(mate. Attachments are for reference. 10. Vendors $-.Quid bid according to the work they feel the areas require. Read 11. Do not make assumptions that each line or each bid overall is the same as the last one. 12. Underbidding is not encouraged. 13. The "Bid Sctiedule" stipulates that the City may award one or all to a single or several vendors. 14. You must Initial the "Additional Pricing" Sheet as Indicated in the bid. - on(s) sent regarding this bid - 1. What is the current contract amount for the areas? A. 'T--23: $357,360.00 T-29: $24,426.00 T-51: As this zone Is still under L .A. County, the contract is unknown. Zone 17. $14,406.00 2. On the specifications available for download from planet bids. The end of page 19 is incomplete. The final phrase of the page is as follows: 411.01 Contractor shall nrovide sufficient number of nP.rSnnnFl fn cnficfi, r4nih, nnrl%nr Contractor's staff MUST be employees of"? A. ... "the contractor except subcontractors identified in the response to this bid. Contractor must .... (page 20) Additionally the "Bid Schedule" was called into question because it did not accurately reflect the zone numbering. A new "corrected" Bid Schedule has been Included at the end of this addendum to replace the existing sheet and MUST be used when responding to this bid. UU Pira Contractor's representative 5`�t nine. _..--- Company me Bid # LMD-12-13-01 2 ADDENDUM #3 For City of Santa Clarita Invitation to Bid LMD-1243-01 _ Annual Contract for Landscape, Maintenance District Zones T-23 Mountain View, Zone T-29 American iiipauty, Zone T -s1 Valencia High School . and Zone W-66% quatJf al road September 14, 20112 This addendum must be included with the bid response. H you have already submitted a bid you must fax an acknowledgerhent of this addendum to Purchating. H you wish to resubmit, you must also contact Purchasing by fax .and request the bid be retuned. The fax number Is (661) 2864186. t. The area T-51 map shown during the pre-bid meeting was better than the one in the bid specs. I would like a copy of that map if possible. A. Maps of all areas are available via e-mail, In pdf format by contacting: Jkillian@santa-clarita.com �¢ IP�uera �►�i�-Iiz Contractor's representative Date S C "IfIc. Company Name BW s uMD-12-13•0uo03 CERTIFICATE OF IS ISSUED AS A MATTER OF INFOMAT the telcos aconditions of IM f,ttre policy, certaln ppogctea regWre an i eeifthBate holder In PRODUCER LandIII Contractors (LTC#0755906) institaiiae iers 'c:es, Inc. 1835 a. rine Axndbue 1,'Fe#pb .. ..:_ .. .93727.,. .....: Stay q..'ZDa J` • r •f' ~ ' - .... •..� 26415 S{}mmit Circle Santa Clarita CA 9l,aso .r - • - . ��1_NCE ) R1o.NT5 UPON THE CERI not confer rights to the 870jCATED. is MY TO CERTIF1' THgT THE POLICIES OF MURgNCE "I,ISFED BELOWi VE'1S F :gJ�S UEDwj$a .FIE.I�ISU p: ; MFO gBOVE FOR R THE"POLICYN€RpD NOTNIR}1S�ftANDHG ANY REQUIREMENT TERM OR CONDRION ANY. CONTRAOTrAR CERTIFICATE E?CClUSIONS OF QTFi"Ef{ O M1��f1T WITH RESPECT TO NMtCH THIS MAY,aBE pSUEO OR - Y P A THE,� CE AFFQRp "CIES DF, B HEREIN LS SU87CCT TO ALL THE TERMS, AN0C7lmfAOQ50F SCFIYPD€8.'�IMIT$'7N41'Y HAVE"-BRM. y",pi>170'.-:?^` -A LTR 7YPE OF NCE 23920 Valencia Blvd Suite #245 'NIAjgRt'F Santa Clarita, CA 91355 �' UNITS GENERAL LNBILm - ,.• •.. b•...E 1000IFIRENCE i 1,000,0do A X COMMERCVL LPEIkm CLAIMSM!P,E R OCCUR ,rr• ^.. CPK000lE0,l1g .. y - _ „ /1/Oi2: /1/'20Y9_- DAMAGE fo pR ISES .... e f 100,00 -.M�E%P .. •one ON+on1 - f x,'00 :PERSOW:L4 AOY V41RY $ 1,0001000 '. . ., X $2,500 CD DkD 4696AL AGGREGATE $ 2,000,000 GENL AGGREGATE LMIEAPPUES PER „ 'PROOISEFS-tXNPgP AGG $ 2,000,600 X POLICY PFCT RO .' •.. 'COC.. $ AUTOMOsaE UAMUTY 11000,000 A X ANY AUTO '.� .'.: BOQIIY FLURY (Par parsml f ALLOS SUSTU`0 AUTOS �� NJrOS 0811204 - /}/2p18 /2/Z0I3 �a001LY N3JRY Fvaxafarti f X HIRED AUTOS ,Y :AOF ED.. T,yY DMIAG $ , - ' 'P Bnaliaamawel $ 1 000.4D X L4e7FtB.LALMB X OCCUR .a .. _ .. `�nccuRRENCE s 5,000,000 A ERCESSLUlB, .. CIAMSNIALE AGGREGATE i 5,000, 00 - DED X pEf&ifpN;. .., •�. . '. $ Ot122108. /3/10T2 /1%2017 ` WORKERS COMPBAII0ON-•-- .. •.. .. ... - - '.NC S(ATW OTM• AND EMPLOYERS' LIAd1IY YIN - ..- - E.L. EACH ACCIDENT It ANY PRDMIETOR.PARTMERE1e:01TIVE OFFICERMEbffit Ek6LOED9 NIA Et Dl�ASE •FA EMf'LD f M andawy In NNl .. tt yl9. deemEe lLOar EL.iNSEASE-POLrYLMIT $ DESCRIPTION OF OPE4A SE .. .. DESCMPnMOFOPERAT)ONSILOCA'nONSIV WLIES(AUOACORDICI.Adi E[ikd Wmvkstd%OAs•gmar�>p e14 re4kio RE: Annual Maintenance, Contract for Landscape Zone T-23 Mountain View, Zone R-29 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Railroad. Bid#MM-12-13-01 Primary Insvranee/Non Contributory Blanket Additional insured per attached OOGLO434000108 G CA20480299 City of Santa Clarita, its .respective elected and appointed boards, Officials, . officers, agents, - Employees and volunteers are named additional insured with respects to the operations performed by the above mentioned job e=Rn Plrarc Mnl rWR ki W TYaa-2U7UACORU CORPORATION. AI rights reserved. INS025 r10 ompi The ACORD name and logo are registered marks of ACORD IBIOULO'ANY OF THE ABOVE dE8CRI0ED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED W City of Santa Clarita ACCORDA ck-wnH THE POLICY PROVISIONS. 23920 Valencia Blvd Suite #245 AImIORUEDREPRESENTATIVE Santa Clarita, CA 91355 Ngo, CISR/ICSAn7Z ki W TYaa-2U7UACORU CORPORATION. AI rights reserved. INS025 r10 ompi The ACORD name and logo are registered marks of ACORD 'f..±:�i'.{. ' - fiC ....1. .. rd.. ,,y tory /p�fy •. / 1y�/'�j1)j g+Y 1a y f�-�4{.��W ¢'; i SMV N. Y�.i7'�.�?�,i'`M1 •"�.y :w.. y .T,�.i: F"�.(: 1r� i +„ . '.''ri;'. i`�• I ♦-3YY34}:'QEF...: ,�..,..,, 6AWI : . ''Ti t• �. A * ::+t3'� w�' N' F l w ! erS w. . a. •p 'fr t ! H f�� SIS 15Y RS �IiIEI�T MotNTCL W, RM A�? AI� A1� MOT.�CT19Aa t 1'1. F yY AW >tFirs �5,dr9 ement mod eeS li�sutanGe p e the following. Yr tier � 1'Y , G fti;'E'FORM • f. C;OMMERCt Wf �; .. ... is amended to include � as an f&ured any organr tI n or p rsdn requited Cid timed as an additional insured pursuant toga wdtten.bontract or agreement a v. The insurance provided by this eridQ.M' i* is subject to the following: ' a does not,- to'40 person bi. spec ly Vjhsurance t iTs'an 3cfitronal ihsUfptl 7r �. ' " b iii ai3driro�rjal ��r thr��oraegtarrt ;xhalt T' tr€gin tiefoi`llae'thy jh'2 per;ofj rr �3rtjanizatrdn TS" , gour=d by Ussn addfional rhsuied. C ,!he Limits of Irlsurance.under th's insurance which,are listed M the Declafadons - of tis policy, shall ria be, increased regardless of the number bf additional - i'nsdws, or the limits specified in the contractor agreement d. 'Any.00verage that is not provided under an additional insured's liability insurance p olicy foryoyracts, errors, or omissions is also notproyr�ed 6u�lerthis jnsurance, r• : e. With respects to the additional Insured, this Insurance does not apply to: 1. 'Pioperty Damage° to `your product" arising out of it or any part of it 2. !Property Damage" to 'your work arising out of it or any part of it and Includ iri :the "products-cornpieted operations hazard'. 3. Liability for 'Prdpeny Damage' or wBWly ltjury' fol acts, eiTors, oiru`ssibhs of an gddrtiohatinadted. f, if required. under written cor tract, this insurance will apply to an additional insured as, primary insurance acrd -other insurance which may be available to such additional insured shall apply an an excess basis. 9. If .required by a written contract, we waive our right to recovery against any additional insured because of payments we make for injury or damage arising out of :your ongoing operations, or 'your work' done under a contract with that additional insured and included in the `products completed operations hazard". M other terms and conditions of this Policy remain unchanged. Endorsement Number: NIA Policy Number: LCPKG0080204 Named Insured: Stay Green, Inc. This endorsement is effective on the inception date of this policy unless otherwise stated herein. Endorsement Effective Date: 09-17-2012 00 GLO434 00 0108 Includes copyrighted material of Insurance Services Office, Inc Page 1 of 1 .with its permission t�OIiCYNUMf3ER041 iC{PIc�8Yp214#,t.( mid ;` ; `f'r��"�f�' •���c pJ CAMM}E({p}�4�' �SAb^ril}; iY tl K'e S .J,yI'i' .. s 47� + fei44 jyr s ;'txF ,.tf�'9tci'Y to R •h•1> thY ,n ' f7 4( iLx + -dG . tqt tet �.. � ' TW iN EWT C Ca THI �dL �DY f7�sr niy/. /SAw ' ` • SSX.'.^• F.• ( 5`iQA S 1"(. ,j }' •, q. 1 r r 1. {bta errgrsemertT moalfmsurer the following: « INE TO.R i;A�EA Ec�fn "TRUGkCERS COV�f>2���'fORM With nsPect-to.coverage provided 4y this one (f&nieM the provisions of the Covers a Fonn appiy ririless F �" 7hY.-this 9d5tthgt._. aw r e3tl a }xieOnjsf br naa n(6) b afe4" ravis(F `ThIS� . 4 dq nto after t11e_, J! A- h. ' w. _ - This Endprsement changed a �y ehtec4 e'on the Irtcepbbn tia£e of the 6yy�hiess anottre'r t o •s- .. Eni3orsemgritElfectivg: 0917-2012 Countersigned 8y .. - NRIW 1. Iftured- SdY :Orem, Inc. Authorized Re reseritative - SCHEDULE -lame cf-POapn{s) or Organization {s): - . City of Sia i Claiita, its respective elected and appointed boards, officials officers, . agepts, lrnployees and volunteers ° GVt�i Y���'gyfgrk pePfbi'iiibd i� A'nilual Maiilte7iance Coiifx�'ct fiic Landscape zone Ms outitain View, Zone T-29 American Beauty, Zone T-51 Valencia High .School and Zone 17 Bouquet/Railroad. Bid#LMD-12-13=01 (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) Each person or organization shown in the Schedule is an 'insured' for Liability Coverage, but ohly to the e�dentthat person or organization qualifies as an 'insured' under the who Is An Insured Provision contained in Section 11 of the Coverage Form. CA 20 48 02 99 0 ISO Properties, Inc., 1998 Page 1 of 1 0 THI$ J$TO ERTIF j,BT T11B �Okl� S ,F,-, j�A4J$f IASTEDIB,€L EN INDICATED. �i')O (IN NG Ayy QUllt ! EN ZEHri ,g�,'0,0�{D�- CERnFI aTE MA O OR ��(A E E IIGSUI�:4NCF'A5 � DE l'?THE . E7(CLUSfONS.ANO CO/JOITi OP SUCH. POL[CjU IMRS SHO'Mf MAY NA VE BEEN`RiDtf( - ISSy€D` TIfwE,ASV --�+PP@DrA .' �'jt1E POLICY PERIOD �C6MENT _ �S E .WHICH THIS ESC �B H'ERE`IN I�� TO' _U. THE TERMS, U�BYH ID WMS - 7YPEOF.�AlICE . ' ACCORDANCE WITH THE POLICY PROVISIONS. - POLL'ttN.A186t .. �� ._ .;ilfft8 ... Santa Clarita, CA 91355 GENERAL LUIBILRY •-:_: /. ___. Ngo, CISIVESAENZ '-4 COMMERCIAL GENERAL LIABILITY CIAwISMACE ❑OOLSN - PREMISES IF* yf `MEd E�6L N1L IYr f / . T.FIERSOMPLAADV14IRY',: dGgERPI.,jGOREOATE f ' GENt AGGREGATE LMR APPLIES PER PRODUCTS-MMPIOPPG6. S / M 17 POLICY PRO- LOC AUTOMOBILE LIAMCIrY ANY AUTO "i•`ni N v':1':w:..,.fN ,1 , BOdI.Y)ii)RY (Pir Pr"aillj: eODa:Y H.AAtY opwv-w") f ALL ONNED SCHEDULED AUTOS I I AUTOS HIREDAUTOS AUTOOS FRO ' UMBRELLA LIAR L - "�F^' . - - .. • . .. 1 ERCESS LA DED. RERETENTIONs 7 _: . L . - AwORKERscOmPENSAna ..... ."• .. AND EMPLOYERS' LMLLIIY ANY PROPRIE70RUPMTIELOEG/RYE{.Y�IN OFFICEF4NEN�) EACLLCED7 1_..1 IMargatory In XNl - NIA •• ... .. -..,�r,•; .. (0999392 •, , .` /1/2012 • - - /1/2013.. J ' EL kCHAbS EM' .r. f .. 1,000,00 I.L. DISEASE - EA EMPLOYEE f 1,000,000. EL.DISEASE -POLICY LMR j 11000,000 Ryes dXOM oder Cf SCR!PIION OF OPERATgNS �N OESCRIPTION Of OPERATIONS I LOCATIONS I VEHICLES(NhM ACORD 10. AddMo ft a$S ve`ABIWfAfMCEM"No RE: Annual Maintenance :Contract for LandscapeZone T-23 MOLai1:)tin View; Sone T-29 American Beauty, Zone T-51 Valeneia Hi-lr School and Zone 17 et 'lxoad. SidiL!®-12-13-01 _Bou CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010105) ® 1988.2010 ACORD CORPORATION. All rights reserved. IN5025 po,eo5lm The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE OQ+IRATION DATE THEREOF, NOTICE WILL BE DELIVERED N ACCORDANCE WITH THE POLICY PROVISIONS. City of Santa Clarita 23920 Valencia Blvd Suite $245 AUT NRIZEO fiEPRESEMATVE Santa Clarita, CA 91355 /. Ngo, CISIVESAENZ ACORD 25 (2010105) ® 1988.2010 ACORD CORPORATION. All rights reserved. IN5025 po,eo5lm The ACORD name and logo are registered marks of ACORD .> . \\?�t . ... ...y..... ..?<..' l FIRST AMENDMENT TO AGREEMENT NO. 12-00396 BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN, INC. Contract No. 12-00396-A THIS FIRST AMENDMENT ("Amendment") is made and entered into this —day of 20� by and between the CITY OF SANTA CLARTTA, a general law city and municipal corporation existing under the laws of California ("CITY"), and STAY GREEN, INC., ("CONTRACTOR"). 1. Pursuant to Section 2. TERM of Agreement No. 12-00396 ("Agreement"), amendment to section [new section; amendment to section] to read as follows: "The term of this Agreement will be from November 1, 2014, to October 31, 2015. The Agreement may be renewed upon mutual consent of the parties." 2. This Amendment may be executed in any number or counterparts, each of which will be an original, but all of which together constitutes one instrument executed on the same date. 3. Except as modified by this Amendment, all other terms and conditions of Agreement No. 12-00396 remain the same. [SIGNATURES ON NEXT PAGE] Revie d 1/2011 Page I of 2 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: 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 V2011 Page 2 ort MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND OAKRIDGE LANDSCAPE, INC. Contract No. 12-00397 T IS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this I F�" day of X0 lZn-+ 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 November 1, 2012, to October 31, 2014. 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, famish 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 82011 Page I of 7 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.eov/DLSR/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. B 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: L 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 Page 2 of 7 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. =Q&i1 —W " 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 single) $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 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will famish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance Revised 0011. Page 3 of 7 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 reouirements 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 receint of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual reouirements 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 0011 Page 4 of 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 82011 _ 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. 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. AUTIIORITY/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 parry to the other. 24. ENTIRE AGREEMENT. This Agreement and its leattachnients constitutes the sole agreement between CONTRACTOR and CITY respecting landscape maintenance. To the extent that there are additional terms and conditions contained in Exhibit "A" & "B" that are not in conflict with this 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 812011 Page 6 of 7 (SIGNATURES ON NEXT PAGE) Revised 82011 Pap 7 OV IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first bereinabove written. FOR CONTId! R: By: Print Name & Title Date: 10 — I0 - Z�6ZL FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By:�X� City Manager Date: 1 �--i — 1 2 ATTEST City �?Terk i Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By.�*!� City Atto�l Date: /�/ % �lL Revised 82011 Page 8 of 7 FOR PUBLICATION TWO TIMES Thursday, August 23, 2012 NOTICE INVITING BIDS Sealed bids must be received before 11:00 AM on Tuesday, September 19, 2012, by the Purchasing Agent of the City of Santa Clarka, 23920 Valencia Boulevard, Suite 120, Santa Clarda, California, 91355- 2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 120 for the purchase of: `LMD42-13-01 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONE T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. Specifications for this bid can be downloaded from the City's Purchasing website at www.santa- clanta.comfourchasine. Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on Tuesday, September 4, 2012 at 9:00 AM beginning at City Hall, 23920 Valencia Blvd., in the Council Chambers to review the bid. After the review vendors will be given the opportunity to assess the zones. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award'the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. This work is estimated at: LMD Zone T-23 -,$300,000/yr _ LMD Zone T-29 - S20,000/yr LMD Zone T51 - $150,000lyr LMD Zone 17 -514,000/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 she at httD7/www dir.ca.00v/dlsdowd. 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 CityetSanta 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 # LMO-12-13-01 BID OPENING: SEPTEMBER 19, 2012, 11:00 AM The City of Santa Clarita invites sealed bids for. ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONE T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. Terms of payment: Subtotal US$ Delivery: Sales or Use Tax (8.75%): US$ TOTAL: US$ 1. Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 245 Santa Clarita, CA 91355-2196 2. Prices shall be D.D.P, City of Santa Clarita Receiving dock Incoterns 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer. 4. Bids must be on this Bid form and signed by the vendors authorized representative. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 57, Exhibits A to G and separate Appendix C (Labor Compliance Program). 5. The last day for questions will be 5:00 PM, September 11, 2012. G.. .The vendor Is responsible for the accuracy and completeness of any solicitation form not - , obtained directly from the City. 7.. A pre-bid meeting will be held on Tuesday, September 4, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Council Chambers, Santa Clarita, CA. This meeting is 07 ma ;A—y :u–' all Interested varWgn ara strongly encou aged to attend BIDDER TO READ 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: Address: Name Signature' Company Phone No.' Title of Person Signing Bid Bid # LMD-124 MI 1 TABLE OF CONTENTS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T-51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 Section ................ ..............PSS' . Notice Invelelg Bids ..... ...................................... :..................................... Invitation to Bid.........I.............................:....................................:........1 Table of Contents..............:............................................,....:...:...........2 Bid Insbixtions....................................... Terms and Conditions' ............. Administrative Specifications................................................. ..10 . Bid Securely Bond/Proposal Guarantee Bid Bond ....................... ...................... 32 Non Collusbn Affidavit............................................................................34 FaithfulPerformance Bond...............:......................................................35 Material Labor (Payment) Bond ...................... ..................... :..................... 38 Sample Contract...................................................................................:37 Documentation Cheeldist.........................................................................43 BidSchedu{e....................................................................:...:........:.....44 Designation of Subconbv6tors.................................................................47 References- ........................................ ................................................... so Exhibit A Violation Records ... :....... :.......................................................... 51 ... . ExhibitB Staff..........:...........................:..................................:..............52 Exhibit C Equipment Requirements .............................................................. Exhibit D Inventory ........... .......... ..._— 54 Exhibit E, Et -E5 Maintenance Program Guide.............................:..............:.57 Exhibit F Holiday Schedule........................................................................81 Exhibit G Zone Maps..............................................................................:82 APPENDIX Labor Compliance Program (separate attachment) Bid # LMO-12-13-01 2 A. BIO INSTRUCTIONS 1. Submitting Proposals. (a) The bid response must be 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), original and one copy in a sealed envelope with the wording 'Bid', bid number and closing date marked on the outside. (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. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3. Curencv. 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, 4. ARematives. 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 altemative bid. 5. Environmentally Preferable Purchasing. The City of Santa Cladta, 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. 6. Failure to Submit Bid. Your name may be removed from the mailing list 9 the City receives no response to this bid. 7. Reiection. 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 rejectthe bid of a bidder who isnot 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. 8. Addenda: The City wHI riot adcept risppnsibility"for-incomplete packages or missing addenda. it is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to bmissior rof the-btdto makecertairrthe paekageis eempleteand aU-required-addenda-are-induded- This information will also be available from the City's website If the bid was downloaded. Bidders are ---�-- -- cautione t again3Ct'alying-orrverbat information -in -the preparatiorrof bid -responses. All-officia — information and guidance will be provided as part of this solicitation or written addenda. 9. 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 theS.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-ciedta.com/purchasing normally within 24 hours. W a tre0.12aa-01 BID INSTRUCTIONS (continued) 10. C000erative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendors response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy -back" procurements. 11. 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. 12 Taxes. Charges and Extras. (a) Bidder must show as a separate item Cal'rfomia 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. Contractortvendor agrees to cooperate with the City in all matters of local taxation. 13. 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. 14. 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. 15.. 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. 16. 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. 17. 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 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 services or employment. 18. 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. 19. Bonds. When deemed necessary by the City, bid bonds shallbe 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 and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Bid 0 LMD-12-13-01 BID INSTRUCTIONS (continued) 20. 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. 21. 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 (3.e., specifications, quality, and quantity of work to be performed.) 22. Soecifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing _ any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and_does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. Al a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 24. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly;: and the contractodvendor will immediately notify the Purchasing Agent, City of Santa Claritar 25. ' Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay'surcharges' of any type unless identified in the response to this --bid: -All costs will be included in the pricing provided to the City.-- -- - 2tr—Non Aporooriation-ofF�nds,--T.ne-CV"biigatmis.payable-cdyanlis fyfro-fi nd'appMp>;at�C[ for the purpose of this agreement All funds for payment after June 30 of the current fiscal year are --- -- --- -subject to- eity`s-legislafive -appropriation-for-this-purpose—Jn-the-event-#i"oveming-body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. - - - - -- Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. - Default In case of default by the vendor of any of the conditio.psof this bid or contract resulting from , this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with or without cause either verbally or in eid*LMD-12-13-01 5 writing at any time without penalty. BID INSTRUCTIONS (continued) 29. Ste. 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 famished 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 falure to comply with She Act and the standards issued thereunder and for the failure of the gems furnished under this order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, 'rf it Is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. 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'Clanta; 'and'site of tiler "_" "`" " " " division. 32. Invoices. Invoices will be forwarded to City of Santa Clanta Special Districts 23920 Valencia Blvd. Ste. 260 Santa Clarda, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to ikillianssanta-clarita.com . They may also be faxed on letterhead to (661) 286-4186 or sent on letterhead to: City of Santa Clarity Purchasing Department 23920 Valencia Blvd: Santa Clarita, CA 91355-2196 The last day for questions will be September 11, 2012 before 5:00 PM. 34. Renewal and Pricing Adiustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiratiordrenewal of the contract. The index level for the month preceding the month of soficitation 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 0 LMO-12-13-01 B. TERMS AND CONDITIONS The solicitation, bidder's response and the Purchase Order.(and Contract for services) consume 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. i. 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 rightto inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrary, We 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 andfor property damages caused by the goods, or by the transportation thereof, prior to the . completion of unloading at City's receiving yard. 3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract In placing this Contract, City is relying on vendors skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against env and all damages, losses, demands, costs and expenses arising from claims by third parties for 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 vendorto repair or replace such goods, and upon vendors failure or refusal to do so, repair or replace the same atvendor's expense_ (b) reject any shipment or delivery containing defective or nonconforming goods and return for credit or replacement at vendors option; said return to be made at vendors cost and risk-(c}c ncelany4wtstanding-delivedesorservicesheceunderandueaisu&ib __1 I. we'd:: as vendor's repudiation of this Contract. In the event of City s breach hereunder, vendors exclusive -- ------remedyshalFbevendor'srecoveryofthegoodsor-the-purchasepricepayable-focgoods-shipped-pdor--- to such breach. 5. Force Majeure. For the purposes of this Contract, an event of 'force majeure'shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God, transportation delays; a€lis+of.,govemment or any subdivision or agency thereof; failure or curtailrnentof power supply in the Pacifirn$outhwest.power grid; or any other:cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendors supplies or reserves or any other supplies or materials of vendor shall not be regarded as an BMLMD-12-13-01 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. E=ept 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 4 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 materiallservices and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8. ReoQrts, 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. ird party _ without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City 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 M#LMD-12-13-01 (c) Unless otherwise agreed herein, vendor at its cost shall supply all matedals, equipment, tools and fadlibes requiredto 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 vendors 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 derieal errors, whetherin ma6sematitai cornputdIII or offierwisc 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 vendors assets, (B) vendor makes a general assignment for the benefit of creditors, or (C) any action or proceeding is commenced by oragainst 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 ad 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. Delivery Orders. This is a maintenance -purchase order.-TheVendarwill,.dMy.accept orders placed by a member of the Finance Division orffi Acoounting Manager. The Ved7iorwill notify the City an receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may indude but are not limited to Ithe-Vendors point of contact or a specific office at the Vendor's place of business. 12. Response Time. For equipment maintenance contracts the repairman will be onsite within four hour"UnotificaLrn. ------PorservicecontradrdiscrepancieswlFbe-corected,Mthin-fourworking-hours-ofnotifieation — ----- Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid I UACY12-13.01 C. ADMINISTRATIVE SPECIFICATIONS 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-23 Mountain View, LMD Zone T-29 American Beauty, LMD Zone T-61 Valencia High School and LMD Zone 17 BouquetlRaflroad. This contract shall run for two (2) years with the option for three (3) additional One (1) year renewals. The City requires the landscape contractor to include all labor and equipment for an all inclusive contract for landscape maintenance of approximately 60 pandscaoedl acres for LMD Zang T.23 HouguetlRallroad: 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 fimited to irrigationrepairs "minor and major, annual color replacement, shrub, tree and groundcover planting, spreading mulch (approx 2000 cubic yards per year), all fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup; doggie litter removal, trash bags removal and replacement, turf aerification, turf renovation/verticutting, turf over -seeding, micro-nubients/soii 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 dearly 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' Intemet web site at hgp://www.dir.ca.qovldlsr/PM. 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. Bid R LMD-12-13-01 10 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 Califomia statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable Federal and Califomia 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 fumish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialist, Irrigation Assistant and Foreman required to perform the landscaping maintenance as set forth in these specifications all inclusive labor and equipment Inkeeping 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 clearancelfuel mod (100 feet from structures), trimming, edging, hand pruning, fertilization, and aeration, application of pre -emergent herbicides, weed control, minor tree fitting, 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-23 - $300,000/yr LMD Zone T-24 - $20,0001yr LMD Zone T-51 - $750,000/yr LMD Zone 17 - $14,000/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 Califomia 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 DisNicts 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 provisicn of grounds, irrigation.,antldandscape maintenance services. Bid F LMD-12.13-01 11 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. Verficutting; 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; 1. Pruning shrubs and trees; m. Trimming andrenovation 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: c Manual weed abatement; s. Chemical weed control; L Maintenance of fire protection / fuel modification of slope areas; u. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; , x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); y. Tennis court blowing and washing; z. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E-E5'Maintenance Program Guide% Irrigation Sd*dule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas; shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of Inclement weather, which,may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair, Bid*Gyro-12-13-01 12 c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and trete rail; L 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 aniving 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 qt this contract NI'dimmurncatiornwiitbe professid-6al in manner between : all p'artie -The Landscd(ie Maintedbh4c �Oistricts may empl6}"ansulting taiidscape 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 contractoris requiredto have a minimum of five (5) years experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of --landscaper-areas-of terr(1 O)-acres-orlargerand-median-andparkwaysir aintemance in -size of -two — --- (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of -- -- — — imrk within ifie-i 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 contracCor s�iall make aJailable'etnplo�ees `i3�'representaiivcs'for pfodu €training at no cost to city. L 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. Bid # LAID -12-13-01 13 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) /or have a contract with a Certified Arbonsfon 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). 2.03 3. CERTIFICATIONSIREPORTSIRECORDS 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 unfit 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. BId i LND-12-13-01 14 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-Oshe sustained complaints onfour (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 Clan to will proceed to the next lowest bidder. Please supply this information on Exhibit A, Violation Records. C ADDITIONAL WORK 4.01 Special Districts may arrange for additional Contractor personnel to cover additional work needed due to extraordinary incidents such as vandalism, Ads 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 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 Contractors 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 atter 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 itemizat on of lnhnr nndrnr materials and specific zonefsl 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 Contractors operation within the LMD areas shall be repaired or replaced at Contractors expense within 48 hours. 5.02 All such repairs or replacements shall be completed within the following time limits. —u.-hrigabomdamage-shall-be-repaired or-replaced-withirrone-Oywatenng cycle. -- — b. All damages to shrubs, trees, turf, or ground cover shall be repaired or replaced within - -'- - ----five-(5)working days-orsoonerasdirecteddySpecial-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 balk lost from impact of mewing equipment shall be remedied by a qualified tree surgeon or arborlst. 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 Bid#Ud0.12-13.01 15 shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 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 expedence 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 Painters 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 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 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 -parry 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 aid t LMD-12-13-01 16 correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to 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 sale 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.SA A. and CAL-O.S.HA Safety Orders at all times sous 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 Contractees res ponsibility'to inspect, and, identify, any condition(s) that renders any portion of the LMP premises unsafe, as well as any unsafe practices occumng thereon_ Special Districts shall be notified immediately of any unsafe condition that requires major - correcticn. 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 & traffic tones 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, Induding a complete written report thereof to Special Districts within five (5) days following the occurrence. S. 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 oursuairt tithe work schedule approved.im advance by Special Districts. No work will be performed 8K City Legal Holidays unless.authoriied by Special Districts '- Administration in advance. (Exhibit 1) 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 requu•edC1'omiz�si dtistryStanrlards anytime between Mondayihrcughfridayl loweverfthe contractor can accomplish the same work using the same amount of hours in a shorter service '— -- - - - --- -schedule;ei8—nn�ie Spec'ef Distn sUivisw' n cA-n— di r tetrance schedWT.— 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 raspect.fo' i? hours of employment: °R1 til`liay's work shall constitute eight (8) hours of labor under this Agreement, and said Contracto"r eflall666 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 eld s uID-124s-0t 17 Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 10. MAINTENANCE SCHEDULES 10.01 Contractor shall, within ten (10) days after the effective date of this Agreement submit a premises work schedule to Special Districts for review and approval. Said work schedule shall be set on an annual calendar identifying and delineating the time frames for the required functions by the day of the week, morning, and afternoon. 10.02 Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to Special Districts for review, and if appropriate; approval, within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate Contractor's responsibility in complying with the requirements to notify Special Districts for maintenance. 10.04 Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and time of all maintenance operations. a. Fertilization; b. TurfAerification; c. Turf RenovaborlNerticutting; 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 shalt be 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 areeithermanufactured 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 distanceofat least 100 feet from a dwelling or structure and all debds removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the Geared 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 Bid S WD -12-13-01 18 the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout an LMD 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 dearing 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-lhe use of chemicals is not perV.0ed. The rempyat pf 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 andel offhese Spee caions I-_OtherAemsas..Determined-bySpecialDisicics. ---- -- 10.05 Said maintenance services shall be performed in compliancewiththe Maintenance Program (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and Et will result in Contractor becoming liable to Special Districts for fiquidatdd damages ($1 5O per day) wt(pglfitrlten notice commencing automatically upon the first day fog 5U(lrtg the final date such work Wa ttl be.completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall o requirements for high anal aid=LMD-12-13.01 MUST be employees of 19 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 indude 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 LIVID covered under this Agreement. 12. SIGNSAMPROVEMENTS 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 LMD areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconvenience. to the public or disruption to the peace and quiet of the area within which the services are performed. 15. USE OF CHEMICALS 15.01 At the contractor's expense, one maintenance walker callee-dflorin Zhese 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 w th all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, kr 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 appeoval. The listing will be accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be used in binder or booklet forth. 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 4 LMD-12-13-01 20 15.03 Chemicals shall only be applied by those persons possessing the training in chemical application or a valid Cal'ifomia 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 arito adjacent property and preventing any toxic exposure to persons whether or not they are in or near the area d 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 oerorm me romwing services unuer me cerins u1 u ria 14, a. Mowing: Turf to be mowed with an adequately sharpened rotary or reel type mower equipped with rollers, to ensure a smooth surface appearance without scalping. (1) All warm season grasses (Bermuda and St. Augustine) to be cut at 1/2 ----- . :inch throC(gly 1'Inch height throughout the yeSrf-Subject to change.. (2) '` 'All cool season grasses (Blue Grass and Fesdues) 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 an lYv€d-from-the sits-o"e-same dayttm-ares is . Adl clipping removed to be property disposed of in green waste containers (5) A mowing schedule will be established and maintained. This schedule will provide that all areas will be mowed not less than once -8 - week during the summer, and once every two weeks during the winter. N This scheduley+l I e submitted to Special Drstnctsfor .approval. Refer to r ''"items T ajl is secticn'wturf length f3rt�8e $dgrrig" With each moJnn a eidae'tif the grass atond side ks curbs'shrub flower beds and walls shall be trimmed to a neat and un'rform brie. 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 Bid s u10 -r 2-13-0 r 21 concurrent with each mowing. (1) The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices, or any structures located within the turf areas. (2) All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. (3) All clippings stall 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 9 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. InsecUDisease 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 16dnch 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 asr_-- (1) Consideration must be given to the soil conditions. seasonal temperatures, wind conditionst humidiity, minimizing runoff, and the relationshio 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 --- - -- inciement 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 A LMD42-13-01 22 (3) Contractor shall be responsible for monitoring all irrigation systems within the iurisdiction of this Specification and correct for. coverage, adiustment clogging of lines and removal of obstacles including plant materials which obstruct the spray. Monitoring shall be spelled out for all systems to be at least 1x 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) 101 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. (0) A soil prdbe shall be used, a depth 6fi1Tinches to. determine the water penetration by random teift of the roof Sones: Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are functioning Properly. (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other irrigation control unit for its use in field testing and operation of all _ — -.-- - - - -- - - - - - — rrigation-systems-for-the-LMDareas. lAse.of-this-device3MIl conserves --- 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 fundioningptoperly. The bleeding,.of valGesahctkand watering are to be, used in €nie(gency or testing situations h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -ES). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly Irrigated immediately following fertilization. Fertilizer applications must be approved by Special Bid 6 LMD-12-1"1 23 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 shalt provide the labor to aooly the fertilizer. I. Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots, as needed, throughout the remainder of the year to re-establish turf to an acceptable quality. (See Exhibit E -E5). When Contractor reseeds turf, they will aedfy, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of/. inch) in this sequence. Special Districts may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation, (extra) for the cost of the sod only, provided that the loss of turf was not due to the negligence of Contractor. Over seeding shall be sawn 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 1&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 (Jury -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 insedis 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 (aoprox 2000 cubic ards ear (2) Hand removal (3) Cultivation (4) Chemical eradication using non -residual herbicides Bid # LMD-12-13-01 24 f Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead shrubs and ground covers whose damage was a natural conditionlcauses, will be replaced under the terms of 'additional work° as described in Section 4 of this bid document All shrubs shall be guaranteed to live and remain in healthy condition for no less than ninety (90) days from the date of acceptance of the job by the Special Districts Administrator or qualified representative. g. 'Fertilization: Apply balanced fertilizer two (2) times per year to provide a healthy color in all plants with foliar feedings If applicable. The fertilizer shall be applied once during the months of March or April and once during the months of September or October. Contractor will cultivate around plants where needed. Fertilizer shall be appropriate for plant type and season (time of year) and approved by LIVID staff prior to installation. The Contractor shall provide the Director with a fertilization schedule, With two (2) weeks notification prior to the proposed fertilization. h. Irneation: 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 0, concerning Irrigation practices shall apply to shrubs and ground covers. I. biversion requirements: In keeping witti State mandated requirements; ft LIVID 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. Recvcllng: 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 LIVID 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. '7{ee Maintenance _ (1) All frees 12' (feet) tall or less shall be maintained free of ail 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 ---(3)—Report-insectsand-tree.diseases toSpecialDistdcts-laspector: ---. (4) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees--- — - - (5) Tree stakes shall be pentachioraphena treated pole pine, not less than 8 �..flr'bfeet in length -for 5 galfort seaty€"Se =and not less than 1.0 feet for d 5 gallon ees sizes (two per tree), rTa`'gal&anized stakes. (6) Commercially available tree rubber ties are to be used unless there Is a need for guy wires. All trees tied in two locations - top and bottom. Stakes will not be placed closer than 12 inches from the top be on the tree trunk. Bid stuD-12.13-01 25 (7) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and refied to prevent girdling. (6) 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 Apnl) to provide a healthy color in all plants. Fertilizer should,.at the direction of LMD, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Special Districts with two (2) weeks notfication prior to the fertilizer application. c. Permits: If a permit is required for tree pruning, Contractor will obtain 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 Soraylm 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 PniningfTrimming: All tree trimming/pruning will be done in accordence�r!}h1he....__._. —.... 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.) 20A1 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 la W, a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non -target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are Bid # LM0.12-13-01 26 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 rEquir!ng a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations -and safety precautions listed in the 'Pesticide Information and Safety Manual" published by the University of California will be adhered to e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 21. GENERAL CLEAN-UP e. 21.01 . Contractor shall at his sole expense under the terns of tfus agreement perform the - following services: a. Trash Removal/Receptacles:-The contractor shall empty all trashcansand replace all trash bags a minimum of three (3) times per week (trash bags provided by City). The contracto"hali_prv'd- a t- pi b s-�edU s s 2 a^�prg 'a! bj SpeCar n 5 C.s. The contractor shall pick up trash and accumulated debris from site per contract, and the walkways located within the Paseo system in the LMD areas. The contractor shall fill all doggie bag holders a minimum of twtce-a week -(doggie bags provided by City). - b. _ 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,'ii ariy;`at all times." •'a c. Curb and Gutter Maintenance: CoritrkGr Is respalsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This Bid 0 LMD-12-1101 27 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. grain 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 property 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 2201 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. Irrigation repairs (not to incfgde programming) are considered to be additional work or `extras' For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: httpl/w,vw.iriioatonorg/gov/odf/IA BMP APRIL 2005odf. 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, m valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Requirements: Replacements will be of original materials or substitutes &d S LMD-12-1301 28 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 desktop 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 districtto 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 Districs.office requires the _.. following: When water budges 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, P�(ustment Factor-(ETAF) .i sa. _ �. LA = Landscape area including SLA (seet) , .... ` _?6xu ••.i •t. -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 GastaieLake-Water k9ensy,t-uNT1RACTORshaii-not-exceed- muniiayaiiodoon(s�asset_ forth by the service provider for each individual service area within a Landscape Maintenance -----------Dist0 Zone, -specifically water-metecandlor-pointof=nnection----_— — - 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 toss of the excessive use which exceeds the water budget(s), efficient tier, or any'penalty' Ger 664sity of Santa>Cladta issubjectia"64-Z ` 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 Hill 9 LMD-12-19-01 29 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.D2 Drainage Systems: The following services shalt 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 storndrains 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 forproper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www.santa-cladta.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'intedm' inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor maybe 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-ciarita.com/e- graffiti. atd I LMD-12-13-01 30 25.02 The contractor maybe required to remove small amounts of debris which would fit into a small pickup truck. In such cases the dump fee maybe invoiced to Special Districts. Removal of larger items would be considered as an 'additional work' Item and subject to the terms of Section 4. 25.03 All materials and processes used in graffiti eradication shall be non -injurious to surfaces and adjacent District property and approved by CAL -OSHA Materials and processes used must be approved by LMD prior to use. 26. NATURAL AREAS MAINTENANCE 26.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of debris removal as directed by Special Districts. 27. SEASONAL'COLOR AREAS... 27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October, March, and June with appropriate varieties for each season to be approved by Special Districts prior to planting. Plant size shall be 4 -inch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by the City; contractor, under the terms of this .agreement shall provide the labor. '"'•— "`_. ---- - �. ,_ . -..- -- , =- --_.._ _._ _ _ _ - _ . 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LMD areas weed -Nee 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 Specfications. Bid t LMD-12-13-01 31 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 Ciarita dollars ($ 1, 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 AGENCYthrough 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 shag be returned to the undersigned. Project Name: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12-13-01 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 # LMD-LM-01 32 PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12.13-01 City of Santa Cfarita, Cakfomia 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 20-. Subscribed and sworn to this day of 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 Departments most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. aid # UdD-124 3-01 33 NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clarfte, Calffomia TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES 3 § 1, being fest duty sworn, depose and state that l am of the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other, bidder to put in a false or sham bid and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid_ price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of.any other bidder, or to secure any advantage against the.public body awarding the contract of anyone interested in the proposed contract; that all statements contained In the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or, any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." of bidders representative making the statement JURAT State of C darnia - County of Subscribed and sworn to (or affirmed) before me on this day of 20_, by personally known to me or proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. (SEAL) Signature Bid 9 uno-l2-fa-o1 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents For service contracts of a continuing nature the bond shall fie in the amount equal t'o the anount of the initial contrail tern. 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 tear. Thereafter, CONTRACTOR and SURETY must submft 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 VKTNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR' -SURETY` Subscribed and sworn to this day of 2012. NOTARY PUBLIC ' Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid 0=-12-13-01 35 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12.13-01 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTORAND 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 severalty, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor faits to pay for any labor or material of any Idnd 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 12012. CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of _'2012. Provide CONTRACTOR/SURETY name, address, and telephone number and the name, Ede, address, and telephone number of authorized representative. Bid 4 LMo-12-13-01 36 D. SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No. THIS MAINTENANCE AGREEMENT (°Agreement) Is made and entered into this day of 20_ by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ('CITY") and , a Corporation ('CONTRACTOR'. The Parties agree as follows: 1 AXONSIDERATION. AA. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below, and B.B. As additional consideration, CONTRACTOR and CITY agree to abide by the terns and ' conditions contained in this Agreement; and C.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. 2.2TERM. The term of this Agreement will be from 20 to 20 The Agreement maybe renewed upon mutual consent of the parties. 3.3. SCOPE OF SERVICES. A.A. CONTRACTOR will perform services listed in the attached Exhibit' B.B. CONTRACTOR will, in -a workmanlike manner,:. furnish, all., o ,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. 4.4.FREVAILING WAGES AA 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 COb TRACTOR agrees topay any penalty or civildamagesresilki fromaviolationofthepr"eyallir"gov, laws: inaccordancewith Labor Code § 1773.2, copies of the prevailing'ratvdfper diem wages are available upon.; request from CITY's Engineering Division or the websfte for State of California Prevailing Wage Determination at www.dir.ca.gov/DLSRIPWD. Acopy ofthe prevailing rate ofper them wages must be posted at the job site. EWSL lD-12-13.01 37 B.B. Protection of Resident Workers The City of Santa Ciarita actively supports the Immigration and Nationality Act (INA), which Includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire onlypersonswho 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 employmenL 5.5.FAMILIARITY WITH WORK, AA By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: U. Thoroughly investigated and considered the scope of services to be performed; and ii.li. 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.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. 6.6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits (combined single) -- -- Commercial general liability: $1,000,000 Business automobile liability $1,000,000 ' Workers compensation Statutory requirement— – -- –--------- -- - B. Commercial general liability insurance mill meet or exceed the requirements of ISO -CGL Forth 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 Four CA 00 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will fumish to City duty authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required Bid i tMD-12-13-01 38 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.' Certificates) 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 F. penalty. 7.7.TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until:. AA CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement, and B.B. CITY gives CONTRACTOR a written Notice to Proceed. C.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.A. CITY may terminate this Agreement at any with or withouttause. .__8.e.... CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least. thirty (30) days before the effective termination date. C.C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D.D. By executing this document, CONTRACTOR waives any and all daims for damages that --------- mfg to enmseanse om s ertnma on un er is action. 9.9. tNDEMN IFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (mduding, without limitation, oorney's fees) injuries or liability, arising out of the performance of this agreement by GONTRACTC1iY' Sfidiild CITY be named iffdn�,Ift� iSi should 3ny'Claim be brought against it by sud or otherwise, arising out of performance by CONTRACTOR of ServtCas rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CnY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Bid tLMD-12-13-D1 39 10.10. 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 Agreemerdthat may appearto 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. 11.11. NOTICES AA 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 BB. 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 -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. 12.12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Idenfdcation Number. 13.13. 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. 14.14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and accordng to its fair meaning, and this Agreement will never be construed either for or against either party. 15.15. 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. 16.16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17.17. 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, 18.18. 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 19. AUTHORITY/MODIFICATION. ThisAgreement 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 Sid # LMD-12-13A1 40 City Manager. The Panties 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 maybe modified by written agreement CI TYs City Managermay execute any such amendment on behalf of CITY. 20.20. 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. 2121. 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 22.22 CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and vdH not affect the interpretation of this Agreement 23.23. FORCEMAJEURE. Should performance ofthis Agreement bepreveleddue tofire, flood, explosion, war, terrorist act, embargo, government action, ctyil 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. 24.24. 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. 25.25. 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) Bld i u612•t3•o1 41 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 R. PULSKAMP, CITY MANAGER City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By City Attorney r Date: Bid 6 LMO-12-13-01 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original, p11J9_(1) copy, do not use: st*"i binding or. folders X Proof of Contractor's License - license number MU suffice X Bidder's Bond X Non -Collusion Affidavit — must be notarized 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 certficatesiqualificafions.(as identified insolicitation) X All Addendums (signed) Contract Agreement X Insurance Requirements —RetunfonlvifAwardee Payment Bond (for Labor and Material) Certification of Public Liability and Property Damage Insurance Certification of Workers Compensation Insurance Certification of Fire and Extended Coverage Insurance X Maintenance Meeting . X Emergency Contact Information Bid 0 LMD-12-1 s -o1 43 BID SCHEDULE The City of Santa Clarita reserves the right to award LMD Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Railroad separately, if deemed in the best interest of the City. Costs for four zones will be read and listed separately on the record of Bid Opening. Item Project Site Monthly Total No. Maintenance Cost Annual cost t.ltem 1. LMD Zone T-8 a) xl2mos = b) /annually Total bid amount for Zone T-23 Mountain View annually, in legibly printed words: Item 2. LMD Zone T-17 a) x12mos = b) /annually Total bid amount for Zone T-29 American Beauty, annually, in legibly printed words: 1.Item 3. LMD Zone T-8 a) xl2mos = b) /annually Total bid amount for Zone T-51 Valencia High School annually; in legibly printed words: Item 4. LMD Zane T-17 a) x12mos = b) /annually Total bid amount for Zone T-17 Bouquet/Railroad, annually, in legibly printed words: Bid B LMD-12-13-01 44 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/Additicnal work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skil Level Hourly cost, After hour emergency Irrigation Laborer $40.00per hour - _-$65.00 per hour Landscape Laborer $30.00 per hour $45.00 per hour QACIQAL Herbacide and Pesticide Applicator $30.00 per hour NIA please note: pricing increase allowance Wit be accorcnq to Conaamer Price Index (see Section A, 'Bid Instructions, Item 934) Please initial to verify acknowledgement of labor rates - _ (initial) Bid# MD -12-13-01 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract LINE DESCRIPTION UNIT OF UNIT PRICE - QLMV TRY EXTENDED PRICE., .. MEASURE (tig •prlm .rx.. 1 1 square foot 500 sq. R. .,. ' .... . Price for Iandscaped median maintenance with k2f. 2 1 squareW 10004IL. Price for landscaped median maintenance for stxubs and ground cover. 3 1 square Ibot 500 sq. R . Price for landscaped, kNated slope maintenance. 4 One gallon (5) Five Installation of shrub, one gallon container. 5 Five gallon (5) Five Ystallation of shrub, five gallon container. 6 24 inch box (2) Two tstallation of tree - 24 tree filch box container. 7 15 gallon tree (2) Two istallabcn of tree -15 gallon container Bid # LMD-12-13-61 46 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of 1/2 of 1 percent of the prime contractors total bid: DBE status age of firm certifying agency and annual gross receipts are required If sub contractor is participating as a DBE. The form MUST be returned with bid, filled in or annotated with'No none will be used. Subcontractor Age of fum: DBE STATUS: Certi ing Agency Dollar Value of Work Annual Gross Recei : Location and Place of Business Bid Schedule Item Nos: _...-_ ................_. Bid Schedule Item Nos: Description of Work Phone ( ) License No. Exp: Date: / / Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency, DollarValue of Work Annual Gross Recei Location and Place of Business Bid Schedule Item Nos: ptiattaflVOrk -- Bid Schedule Item Nos: 4Description of Work Phone ( ) License No. xp..Date: 1?hpne ( ) Subcontractor DBE STATUS: Age of firm : Certifying A encv: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: ptiattaflVOrk -- License No. Exp. Date: / / Phone ( ) Bid IF tMo-12-1x1 47 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE -17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa C/arita, California Subcontractor DBE STATUS: Age of firm: Certifying A enc : Dollar Yalu 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: CerdfYina A Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of firm: DBE STATUS: CertifyingA enc 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 A en : 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 S LMO-12-IMI 48 REFERENCES ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMDA 2.13-01 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. Name and Address of Owner! Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner I Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3 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: aid i LMO-12-13-01 49 Exhibit A Wolaft 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-0sha. 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 011AD-12-19-01 50 Bid s uMD-12-13-01 51 EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed landscape Maintenance Disbia./orthe 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 _ pavers and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • Salty equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • kd9atlon controller remotes and transmitters such as the Rain Master Pro -Max • Al the required tools and equipment to make minor and major irrigation repairs • Altraf6c control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shall be Cal-Osha approved - .- - -- W # LM0.4t3-01 52 EXHIBIT D INVENTORY LISTS AND EXHIBIT MAPS inventory List: T-23 Item # I Description APPROXIMATE square footage Estimated Quan* 1 Irri ated Landscape 2,388,660 2 Non -Irrigated Landscape (brush clearance/weed abate) 730,433 3 Backflow, devices - - 41 4 Irrigation controllers 43 5 Irrigation enclosures - 40 6 Paseo polelights 0 7 Trail foot li hts 0 8 Bridges over street 0 9 . Tunnelsandli hts ., _ :....... .. ............_... .. -.. ..._.__ . ..;.....p_.._:... ". 10 Monument Signs — J ;, . ..: 0.. _ 11 Tennis courts 0 12 Trash containers cementtother 16 13 Paseo and Trail Walkways 2,267 14 Drinking fountains- . . _... _ ... _......___ .....:..:.. -_. ,., . _ 2 ..�.�._ . 15 Playgrounds 2 Inventory List: T-29 Item # Descri tion APPROXIMATE square footage Estimated Ouanft 1 Irrigated Landscape 246,086 2 Non -irrigated Landscape (brush clearancelweed abate) 22,215 3 Backflow devices - - 1 4 kiklator, controllers ='=2 5 Irrigation enclosures - 2 6 Paseo pole li hts 0 7 Trail foot lights 0 8 - Bridges over street 0 - --- 9 Tunnels and lights 0 -7U" Monument S' s— — J 11 Tennis courts 0 'f7rash-containers'cementlother 13Paseo and Trail Walkways 0 14 Drinkin fountains 0 15 1131aygrounds 0 BW ►1MD-12-13-01 53 Inventory List: Zone 17 Item # Description APPROXIMATE foots a Estimated Quantity 1 Irrigated Landsca 146171 2 Non-inigated Landscape (brush clearancelweed abate) 23,486 3 Backflow devices 3 4 Irrigation controllers 3 5 Irrigation enclosures , .3 6 Paseo pole lights 0 7 Trail foot lights 0 8 Br es over street j 0,- 9 Tunnels and li hts .0. 10 Monument Si ns p 11 Tennis courts 0 12 Trash containers cementlother - 0 13 Paseo andTr.a Walkwa s ---- = p 14 Dr skin fountains - 0 , 15 1 PI rounds p Inventory List: Zone T-51 Item # Description APPROXIMATE square footage Estimated Quarift 1 Irrigated Landsca 11385.724 2 Non -irrigated Landscape (brush clearance/weed abate) NIA 3 Backflow devices 25 4 Im ation controllers 25 5 Irrigation enclosures 25 6 Paseo pole fights 0 7 Trail foot li hts 0 8 Bridges over street j 0 9 Tunnels and I' hts 0 10 Monument Signs 0 11 Tennis courts p 12 Trash containers cementtother - 0 13 Paseo and Tail Walkwa s ---- = p 14 Drinkin fountains p 15 Pia rounds p Bid 4 LMD-12-18-01 54 EXHIBIT E Specialized Maintenance Program Reference Guide Daily —Weekly —Monthly Bid i LMD-12-1 "1 55 EXHIBIT Ell Specialized Maintenance Program Reference Guide Semi-annual.and Annual Sid a LMO-1z-1s o, 56 01,'1111111111 ®1.111111111 ®111111111111 X111111111111 81111111111. 1 ®] 7-11111 11 811111 ,L11 �IIIIIII111 011111111111 Sid a LMO-1z-1s o, 56 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Onty—actual irrisation needs shall be based on plant requirements) SPRING - SUNLMER IRRIGATION SCHEDULE A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The run times/cycles will be adjusted to utilize `cycle and soak' methods on a daily basis to maximize soil percolation and consequently minimize run-off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower - temperature hours. FALL- WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will _be -programmed to be on solely during daylight, non -frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to rifdke adjustrhents as necessary . in any other . circumstance so as to maintain acceptable appearance at all times. MONITORING d 'r'hr ('nntra review and to the LMD Consultant a season Schedule, for 8. 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 pondjo%s, 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. BICst5m12-13-01 57 EXHIBIT E3 IRRIGATION SCHEDULE GUIDE - MANUAL TYPE CONTROLLER (For Reference Only -actual irrigation needs shall be based on plant requirements) Special Districts Irrigation Program - Summer & Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 - October 20) A. Shrub Beds 1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week 2. Stream Heads —10 minutes per station/per cycle, 3 cycles per day, 5 days per week 3. Stream Rotary -15 minutes per station/per cycle, 3 cycles per day, 5 days per week B. Turf Areas 1. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week 2. Stream Rotary 180•(half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week 3. Stream Rotary 360 (full) 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 4. Gear Rotary 180 (half) -20 minutes per station/per cycle, 3 cycles per day, 5 days per week S. Gear Rotary 360 (full) -40 minutes per station/per cycle, 3 cycles per day, 5 days per week C. Planted Slotxs I . Impact Heads 180 (half) — IS 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. 1Pk&U*q#1*1M 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. U91 -MO -12-13-01 - - 58 .,EXHIBIT E4 Preventative Disease Control Guide I. Olea Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when'h to'/, of blooms are open. Second application to be done 7-10- days after the fust application M Pyrus Kawakamu (Evergreen Pear) FireWht — Preventative Treatment Spray application to occur October 1 through mid-November. Firebliebt — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut III, Platanus (Sycamore) Anthracnose (Firebliaht) — Preventative Treatment This treatment would consist of two (2) applications and possibly a third application, depending on — - the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application— During the month of April, if there.is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of atype approved --by-the-County Agricultural Commissioner., Bld#L D-12-13-01 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 cant so" 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 detergern'can be used if needed to remove pet wastes or oxidation from nearby sprinklers. We recommend cleaners like Agent Orange or Simple Green for mostjobs. 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. Weekh: Remove leaves and trash. Hand pull weeds. Spot clean spills. Month 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 60 EXHIBIT F 2012 HOLIDAY SCHEDULE HOLIDAY DATE CELEBRATED New Years Day Sunday, January 1,(Observed Monday 1/2/12) Martin Luther King Day Monday, January 16 President's Day Monday, February 20 Memorial Day Monday, May 28 Independence Day Wednesday, July 4 Labor Day Monday, September 3 Veteran's Day Sunday, November 11 (observed Monday 11/12112) Thanksgiving Day Thursday, November 22 Day after Thanksgiving Friday, November 23 112 Day for Christmas Eve -Monday, December 24 Christmas Day Tuesday, December 25 112 Day for New Year's Eve Monday, December 31 New Years Day Tuesday, January 1, 2013 If a holiday should fall on a Saturday it will be celebrated the precedng Fflday.: If a hoBday should fall on a Sunday, it will be celebrated the following Monday. 61 EXHIBIT G—ZONE MAPS i AMERICAN BEAUTY VILLAGE EAST IC EMD DRSTntCT BOUNDARY enniqATEp PLANTED SLC i TO BE MA8NTAINEP ' BRUSHED AND NATURAL TO BE MAINTAINED UANM ES L.L.A. DISTRICT NO. 29 TRACT NO. 36666 220 RESIDENTIAL_ UNITS LIGATED PLANTED ESD a; ® J7.7600 SO. IFT. �+t RUSHED SLOPES ca 0.5 Acres Mi tff ON 6 `w-(S&NTACLARrrA Landscape Maintenance District Zone T61 LMD Landscape Area (1,345,724 724 Sq. R7LM D Boundary- Zone T51 Famel Ouffines SuAding FoolOnts �Wjmlmlmlmlz it ® cwgSANTACLARrrn { Landscape Maintenance District Zone 17 f;e l.WO Landscape Area (146,171 $4. it) of Mod Abatement S Trees (23,428 s4. it) A A: LMO Boundary -Zone 17 Pa'ceI Outlines Budding Pootpnm ADDENDUM #1, For City, of Santa' Clarita, invitation :to Bid CMD•1.2-13.01 Annual Contract for L.ands"pe M4intenance District Zones T-23 Mountain View, Zone T-29 Amen n.$eauty, Zone T 51 Valencia High,School And Zone:1.t $oitqu mailroad August 28, 2012 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 bld be returned. The fax number Is (661) 286-4186. 1. On the notice inviting bids page (page 1) 0 up 'Sealed bids must be, received before 11_-00 AM on Tuesday, September 19, 2012, by the Purchasing'. September 19"' is a Wednesday not a Tuesday: l wanted to confirm that the bid was due Wednesday 9/19 and not Tuesday 9/18? A. There was an error in typing. The correct bid due date is Wednesday. September 19, 2012 before 11:00 AM. 2. Who has the contract now? A. T-23 - Stay Green T-29 - TruGreen T-51— Currently under Los Angeles County landscape maintenance services, contractor unknown Zone 17 - No current contractor Contractor's representative Date Company Name e4#uND-12-lul 1 ADDENDUM #2 For City of Santa Clarita Invitation to Bid LMD-12-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Rai[road September 07, 2012 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) 2864186. The City conducted a pre-bid meeting September 4,-2012 at 9:00 AM, at City Hall, which included Jason LaR va, Project Manager, Mary Alice Boxall; Labor Compliance Program Specialist and Jennifer Killian, Buyer. The following points from the bid were touched upon at the meeting: LCP general guidelines and contact information was discussed by Ms. Boxall. Jason LaRiva, (PM) discussed: 1. This is a performance bid. 2. If the awarded vendor does not meet the required specs during the contract, there will be a review process and a written reprimand. 3. Keep this in mind when responding and bid appropriately. 4. All the exhibits were reviewed. S. Zones 17: a. Referred to as "Railroad Aveitye." a a b. Has newer landscape but simple., shrub maintenance, weed abatement, mulching. c. Mulch - the City buys the mulch and the vendor will provide the labor. Therefore, the labor cost is to be included in the bid response. - -- - d_ There fs also lode pole fencing and some trees. e. Vendor is responsible for trees under 12' and, irrigation. Weed and mulch __ _ _ _ 18"back from_ fencing. 6. Zone T29 - a. Referred to as "American Beauty." - - -- b. Grey area on map is the Homeowner's Association and the older map shows all of the LMD maintenance: slopes, acacia, bench drains and some brush clearance. c. No work is to be done INSIDE the complex or up to hdirfeowners' doors, etc. 7. Zone T23 - a. Referred to as "Seco." b. This is a large area with a lot of maintenance: 80•/a is slope maintenance, with plants like acacia and rosemary. Bid i LMO-12-13-01 c. There are small parks on each side of Seco Canyon. These are high profile. 8. Zone T51 - a. This is currently under LA County Jurisdiction and is being annexed into. the City. b. The City confident that the areas noted are accurate. The controller count should be close to accurate. c. This area contains a large slope areas around Valencia High School. 9. All estimates are approximate. Attachments are for reference. 10. Vendors should bid according to the work they feel the areas require. Read through ALL the line items. 11. Do not make assumptions that each line or each bid overall is the same as the last one. 12. Underbidding is not encouraged. 13. The "Bid Schedule" stipulates that the City may award one or all to a single or several,Vendors. 14. You must Initial the "Additional Pricing" Sheet as Indicated in the bid. Question(s) sent regarding this bid - What is the current contract amount for the areas? A. r-23: $357,360.00 T29: $24,420.00 T41: As this zone is still under L .A. County, the contract is unknown. Zone 17: $14,400.00 2. On the specifications available for download from planet bids. The'end of page 19 is incomplete. The final phrase of the page is as follows: `11.01 Contractor shall provide sufficient number of personnel to satisfv daily and/or Contractor's staff MUST A. ...`the contractor except subcontractors identified in the response to this bid. Contractor must .... (page 20) Additionally the "Bid Schedule" was called into question because it did not accurately reflect the zone numbering. A new "corrected" Bid Schedule has been included at the end of this addendum to replace the existing sheet and MUST be used when responding to this bid. Contractor's representative Date Company Name Bid * LMD-12-1101 'CORRECTED BID SCHEDULE The City of Santa Clarita reserves the right to award LMD Zones T:23 Mountain View, Zone T;29 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Railroad separately, if deemed In the best interest of the:City. Costs for fourzones will be read and listed separately on the record of Bid Opening. Item . Project Site Monthly Total No. Maintenance Cost , .Annual cost Item 1. LMD Zone T-23 a) x12mos ` b) Mnmtdy Total bid amount for Zone T-23 Mountain View annually, In Isglbly pdntadwords., Item 2. LMD Zone T-29 a) xl2mos = b) fanrtudy. Total bid amount for Zone T-29 American Beauty; anngtd&, In i4blY printed word&' Item 3. LMD Zone T-51 a) x12mos ' • D) lannuaiy Total bid amount for Zone T-51 Valencia High School a!0$0/IY;.InJeglblyprinted.wordw Item 4. LMD Zone T-17 a) x12mos ■ b) lannu* Total bid amount for Zone T-17 Bouquet/Railroad, annually,7n-Te—gibly printed words: "Responding vendor MUST use this pricing sheet to be considered a responsible and responsive bidder Bid i LMG12-13-01 3 ADDENDUM #3 For City of Santa Clarita Invitation to Bid LMD-12-13-01 Annual Contract for Landscape Maintenance District tones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 BouquettRaiiroad September 14, 2012 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. 1. The area T-51 map shown during the pre-bid meeting was better than the one in the bid specs. 1 would like a copy of that map if possible. A. Maps of all areas are available via e-mail, in pdf format by contacting: jkillian@santa-clarita.com Contractor's representative Date Company Name Bid # LM612-1342A003 1 EXHIBIT B LAMOSCAP@, INC, Proposal For. Cit y.Qf Santa Clarita Annual Maintenance Contract for Landscape Maintenance Zones: T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Railroad. BID for RFP: LMD-12-13-01 Attention: Purchasing Agent 23920 Valencia Blvd., Suite 245 Santa Oarita, CA 91355-2196 Date submitted: August 29, 2012 Submitted by: Hopi Roark Business Development Oakridge Landscape, -- 28064 Avenue Stanford Unit #K Valencia, CA 91355 818-891-0468 Phone 818-892-9273 Fax Hopi@oakridgelandscape.net BUSINESS PROPOSAL -BID- COPY r7 ANOSCAP4. 1llc. Bid LMD-12 13-01 Closing Date: Wednesday, September 19, 2012 Before 11:00 AM COPY Proposal For: City of Santa Ciarita Annual Maintenance Contract for Landscape Maintenance Zones: T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 Bouquet/Railroad. d1i OSCAPB. INC. Oakridge Lanscape, Inc. acknowledge that it is in full compliance with all State and Federal laws as applicable to this RFP. License Classifications #798565 AB, C27, C61/049 Landscape contractor, General Masonry. #37195 Maintenance Gardener Pest Control # WE -9381A Arborist State Of tfp[�la �q .P"cTdi? `STA LJ ENSE BOARD` Comae At TIYEUt ARajo Ma a. OORP ... �1R111q, :�. A8C27C61JD49 .,« 08/31'/2013 www.cslb.ca.gov Arbor Care License lntd u OWAMM-Soddy saaoa�son of A&mimhm aroN.o. YM wa e4+ ��. *=M* ERTI rr, , CFIED ARBORIST Joan J. Ambriz,. C�e01m►YMs INQ.ABNA ... q�rYnaoc .. 01oA1, 20t8 Leia7 hen de•9 Oafrerdty dAatdops Valley Jean Ambrie i hoecrs.r velsrAwoome rm u�alm e..wt Ataha �, v.aAnrs � usssa "DUCA Maintenance Garden Pesticide Applicator Certificate QAC 117.189 DEPAKnffNT OF PESTIC®E REGULATION o LICENSINGICERT.MCATION PROGRAM Me osipr QUALIFIED APPLICATOR CERTIFICATE DATE OF ISSUE 011/2012 QAC 1171$9 ANSELMO VENTURA . 13993 ASTORIA ST APT E102 SYLMAAR CA 913411 WWI VALID THROUGH 12131/2013 B Maintenance Garden Pest Control Business License License # 37195 Select'4 Certified' IRRIGATION ASSOCIATION Experienced profesalonals. Efflclent solution. March 22, 2012 Robert Simpson, CLT -I, CLT -C, ISA, CLIA Aqua Save, Inc. 26873 Sierra Hwy # 140 Santa Ctarita, CA 91321-2274 RECEIVED SRR 28 7912 RE: Irrigation Association 2012 Certification Renewal bear Bob, ,�® IrdgafionASSUM_ OUD Adingraa BIVd. fags Church, VA 2242-M Tel: 7g3M.1gB0 Fax 7USM-7019 w Jnigadoa.org Congratulations on successfully renewing your irrigation certification! The attached 2012 renewal card demonstrates your commitment to following industry standards, ongoing professional development and sound water management. Your certification should be a key component of your marketing activities to differentiate yourself from the competition. Your professional credentials enhance your credibility by: • Documenting your personal and professional achievement. • Recognizing your efforts to keep current on the latest techniques and technology. • Serving as an impartial, third -party endorsement of your knowledge and experience. As you know, certification is an ongoing commi.4nent to expand your knowledge base and stay up to date with industry best practices GoFfitRSWn "fi 3ucardon units will be due by December 31 2012, but may be submitted throughout the year by logging on to the IA website. For questions about your certification or the Irrigation Association, please contact me at 703.536.7080 or sherrie@inigation.org. Cbngrarulation§ again! Best regards, Shenie Schulte, CLIA Certification Director SelLuAcertibed Simpson Certification ID # 81438 Expiration Date: 1/31/2013 CEU Cycle: 1/1/2011 to 12131/2012 certificadon0r6gadon.arg www.seleGtcardfied.org ILANDSCAP8. INC. Green Initiatives Recycling has been a 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 tab_ 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 sod compaction and reduced water use, cools plant root systems during summer heat. In addition improves soil structure as it breaks down along with providing an overall improved aesthetic look to the property. NEW SUBSTANCES, PROCESSES, PROCEDURES FOR EQUIPMENT TRAINING RECORD FOR OAKRIDGE LANDSCAPE, INC. / STONERIDGE CONCRETE & MASONRY NEW SUBSTANCES, PROCESSES, PROCEDURES OR EQUIPMENT TRAINERS LOCATION /DEPARTMENTDATE/TIME FFMPL YEES!NAME AND SIGNATURE i _ 1 C yo -Jab Sac- tb�rdL uVtNU� C Qrcio mon I lr�nc�o Co, �-c-�- I SG¢,,.. m DO '. IdBIM 61�8iAl�..q'i.P'�PQRlG�1l.�RTRNM�4 FOR OMWO�.W70�APE�IIdC..O@l6tlIABONRV Fl `PRO5 pQdpG@i{IR��'OR i�60RD MINFLOVEIN 0 FLS d.� tr cA Ir t�a�o 0 Pon,c! .ee�.L."�° ca. . I �s-encs s eo Lazv S✓r,!-des fa�ur S �r�-po'� i no �v' V 2 Tom' ..�� G"c. sod3r... d - Ca.y e oarLos y t rba s fJswt�A n� S L s•.r g,is„i�as. ri as p� as s G „ter doa�,�a� pyo - zar�...a � Fsic 1 5z�02 .5 't orp "'°nom 9srt ` s Z.�n belt Toru► a7 w I °Yn;i^ zip 5, 71 ie�ureu�aaxvs'�aao'wcu3 awula�ua' ' xoua�s s �l °® _. AUN08tlM1 �II.aJ9k10K093:�NO1C!'�il'�dtl'J�@i�'12B1GIk�NfO liO� ' 6�HY!ll�iRlk113AL4W.d1f70H'UI'li$dF$1�SOIdd �i6�CMiid'S�3Y3S6RS Ma13 /. 2 -,:,/s T; P, i W i I � a .r CL ADDENDUM N For City of Santa Clarita Invitation to Bid LMD-12-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 BouquetlRailroad September 14, 2012 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. The area T-51 map shown during the pre-bid meeting was better than the one in the bid specs. I would like a copy of that map if possible. A. Maps of all areas are available via e-mail, in pdf format by contacting: jkillian@santa-clarita.com Com�ame EW i UJD-12-13--02ALM Date ADDENDUM #2 For City of Santa Clarita Invitation to Bid LMD-12-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T51 Valencia High School and Zone 17 BouquetlRailroad September 07, 2012 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) 2864186. The City conducted a pre-bid meeting September 4, 2012 at 9:00 AM, at City Hall, which Included Jason Lat'ttva, Project Manger, Mary Alice Boxall, Labor Compliance Program Specialist and JennNerKillian, Buyer. The following points f;o the bid w*r9 touched upon at the'meedng: LCP general guidelines and contact Information was discussed by Us. Boxall. Jason LaRiva, (PM) discussed: 1. This is a performance bid. Z If the awarded vendor does not meet the required specs during the contract; there will be a review process and a written reprimand. 3. Keep this in mind when responding and bid appropriately. 4. All the exhibits were reviewed 5. Zones 17: a. Referred to as "Railroad Avenue." b. Has newer landscape but simple. shrub maintenance, weed abatement, mulching. c. Mulch -the City buys the mulch and the vendor will provide the labor. Therefore, the labor cost is to be included in the bid response. d, There is also lodge pole fencing and some trees. e. Vendor is responsible for trees under 12' and, Irrigation. Weed and mulch 18" back from fencing. 6. Zone T29 - a. Referred to as "American Beauty." b. Grey area on map Is the Homeowner's Association and the older map shows all of the LMD maintenance: slopes, acacia, bench drains and some brush clearance. c. No work Is to be done INSIDE the complex or up to homeowners' doors, etc. 7. Zone T23 - a. Referred to as "Seco." b. This is a large area with a lot of maintenance: 80•� is slope maintenance, with plants like acacia and rosemary. Bid #LMD-12-13-01 c. There are small parks on each side of Seco Canyon. These are high profile. B. Zone T51 - a. This is curremly under LA County jurisdiction and is being annexed into the City. b. The City confident that the areas noted are accurate. The controller count should be close to accurate. c. This area contains a large slope areas around Valencia High School. 9. All estimates are approximate. Attachments are for reference. 10. Vendors should bid according to the work they feel the areas nquira. Read through ALL the line items. 11. Do not make assumptions that each line or each bid overall is the same as the last one. 12. Underbidding is not encouraged. 13. The "Bid Schedule" stipulates that the City may award one or all to a single or several vendors. 14. You must Initial the "Additional Pricing" Sheet as Indicated in the bid. Question(s) sent regarding this bid- 1. What is the current contract amount for the areas? A. T-23: $357,360.00 T•29: $24,420.00 T•51: As this zone Is still under L A. County, the contract is unknown. Zoite 17:$14,400.00 2. On the specifications available for download from planet bids. The end of page 19 is incomplete. The final phrase of the page is as follows: °11.01 Contractor shall provide sufficient number of personnel to satisfy daily and/or weekly requirements for high auality landscape maintenance. Contractor's staff MUST be employees of? A. ... "f he contractor except subcontractors identifiedi nthe response to this bid. Contractor must....(page 20) Additionally the "Bid Schedule" was called Into question because It did not accurately reflect the zone numbering. A new "corrected" Bid Schedule has been included at the end of this addenSl r to replace the existing sheet and MUST be used when responding to this bid. r / 9L19 _ - ate - - - - Comps y Name Bid # LMD-12-13-01 ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-12-13-01 Annual Contract for Landscape Maintenance District Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School And Zone 17 Bouquet/Railroad August 28, 2012 This addendum must be included with the bid response. it 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) 2864186. On the,notioe inviting bids page (page 1) it says "Sealed bids must be received before 11:00 AM on Tuesday, September 19, 2012, by the Purchasing". September 19�h is a Wednesday not a Tuesday. I wanted to confirm that the bid was due Wednesday 9/19 and not Tuesday 9118? A. There was an error in typing. The correct bid due date is Wednesday. September 19, 2012 before 11.00 AM. 2. Who has the contract now? A. T-23 - Stay Green T-29 - TruGreen T-51- Currently under Los Angeles County landscape maintenance services, contractor unknown Zone 17. No current contractor Contra r2esentative Date Compa Name Bid a LMD-12-13-01 t FOR PUBLICATION TWO TIMES Thursday, August 23, 2012 NOTICE INVITING BIDS Sealed bids must be received before 11:00 AM on Tuesday, September 19, 2012, by the Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 120, Santa Clarita, California, 91355- 2196, at which time, or shortly thereafter,_ they will be publicly opened and read in Suite 120 for the purchase of LMD-12-13-01 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONE T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. Specifications for this bid can be downloaded from the City's Purchasing website at wwu.santa- clanta.com/purchasing. Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on Tuesday, September 4, 2012 at 9:00 AM beginning at City Hall, 23920 Valencia Blvd., in the Council Chambers to review the bid. After the review vendors will be given the opportunity to assess the zones. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance_ under the contract. This work Is estimated at: LMD Zone T-23 - $300,0001yr LMD Zone T-29 - $20,000/yr LMD Zone T-61 - $150,000/yr LMD Zone 17 - $14,0001yr This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections 1770, 1771 .5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at httr) I&vww.dir-ca.gov/disr/i)wd, Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects with Bid Advertise Date of November 20, 2003 or later, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPR$) with the progress payment on at least monthly basis to the City. The specifications in this notice shall be considered a part of any contract made pursuant thereto. Purchasing 661-286-4193 CITY OF SANTA CLARITA INVITATION FOR BIO BID # LMD-12-13-01 BID OPENING: SEPTEMBER 19, 2012, 11:00 AM The City of Santa Clarita invites sealed bids for. ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONE T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. L q Terms of payment GT J Subtotal US$ 3161 Z00' — DHvery sales or Use Tax (8.75%): US$ TOTAL: US$ 376.2-00. 1. Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 245 Santa Clete, CA 91355 21 J6 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 an pages 1 to 67, Exhibits A to G and separate Appendix C (Labor Compliance Program). S. The last day for questions will be 5:00 PM, September 11, 2012. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. - 7. A pre-bid meeting will be held on Tuesday, September 4, 2012 at 9:00 AM. Vendors will meet at City HBO, 23920 Valencia Btvd., in the Council Chambers, Santa Clarita, CA. This meeting is NOT mandatory but all interested vendors are strongly encouraged to attend. BIDDER TO READ have, mad, 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. ( �� 1 Company: (JQ / L/1C,Address 806 /)&464 ✓�N/�r( A,,, Gf#. 9/ass Name Company Phone No.%/el'k73' f I- Title of Person Bid 0 SMD -12-1 3-01 iGr'Gi]7L TABLE OF CONTENTS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T-51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-1243-01 Section...........................................................................................fig Notice Invltlng Bids.................................:_................................:..:........ Invitationto Bid..................................................:....................:»............1 Tableof Contents..................................................................................2 Bidinstructions.................................................................................»...3 Terms and Conditions.............................................................................7 . Administrative Specificalions ............................... .....10 Bid Security Bond/Proposal Guarantee Bid Bond:..,....:.......................,...,..,32 F. Non Collusion Affidavit ............................:...........::................................34 FaithfulPerformance Bond........................................................:...........:.35 Material Labor (Payment) Bond.............................:...................................30 SampleContract........................................................................ »..........37 Documentation Checklist..................................::.....:...............................43 BidSchedule...........................................................................................44 Designation of Subcontractors..................................................................47 References..........:.................................:........:= ............:::::—: Exhibit A Violation Records................................:::....................* .............. 51 ExhibitB Staff... . .......................................................................... . ........ 52 Exhibit C Equipment Requirements........................:..................................53 ExhibitD Inventory ..................................................................................54 Exhibit E. Et -E5 Maintenance Program Guide..............................................57 Exhibit F Holiday Schedule...............:.................::............::...:..................61 ExhibitG Zone Maps...............................................................................62 APPENDIX A Labor Compliance Program (separate attachment) Bid $ L MD -12-13-01 2 A. BID.INSTRUCTIONS 1. Submitting Proposals. (a) The bid response must be 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), original and one copy In a sealed envelope with the wording °Bid°, bid number and dosing date marked on the outside. (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (p) Proposals/corrections received after the dosing 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. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3. 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. 4. 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. 5, Environmentally Preferable Purchasing. The City of Santa Cladta, 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 Clartta 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. 6. Failure to Submit Bid. Your name may be removed from the mailing list 9 the City receives no response to this bid. T Rejection. The City reserves the right to reject any or all bids and to waive any Informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not In a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarits. 6. Addends. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package Is complete and all required addenda are included. This information will also be available from the City's website if the bid was downloaded. Bidders are cautioned against relying on verbal information In the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. 9_ 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/ptirchasing normally within 24 hours. Bid C LMD-12-13-01 BID INSTRUCTIONS (continued) 10. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendors) 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. 11. 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. 12. 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. Contractodvendor agrees to cooperate with the City in all matters of local taxation. 13. 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. 14. 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. 15. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used, the work to be performed by thein, and total number of hours or percentage of time they will spend on the project. 16. Prevailino 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. 17. Protection of Resident Workers. The City of Santa Clete actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment yerfication, 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 Forth (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. 18. 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 suitor 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. 19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid 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 and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Bid# M612.13-01 4 BID INSTRUCTIONS (continued) 20. 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 Workers Compensation (statutory requirement). For professional services, Professional Liability with alimit 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. 21. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e„ specifications, quality, and quantity of work to be performed.) 22. Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in ail essential respects in compliance with the. specifications. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, In describing any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items In question and does not supercede any other spedfications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 24. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, anis the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. 25. Contract Pricing Except as otherwise probidW 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. 26. Nor -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) --- - -- - - - — reduced in accordance with available funding -a§ deemed necessary by the City. -The City -shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with or without cause either verbally or in Bid # LMD-12-13-01 5 writing at any time without penalty. (continued) 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Ad of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the forth 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 treatmentwith 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 fads 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 Ccntractoras the City could pursue in the event of default by the Contractor. 31.five . Contract delivery must begin not later than fifteen (15) calendar days from receipt of order. Unless otherwise specified, delivery snall..be D.D.P., the City -of Santa Clarita, and site of user, division. _.._ _.... 32. Invoices. Invoices will be forwarded to City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order# and goods or service delivered In accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to ilaillanb-santa-clarita.com . They may also be faxed on letterhead to (661) 286-4186 or sent on letterhead to: City of Santa Clarita Purchasing Department 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 The last day for questions will be September 11, 2012 before 5:00 PPA 34. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, In one year increments, in accordance'with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid t LMD-12-13-01 S. 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 °goods7. Time is of the essence. 1. Shipment and Inspection. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to Inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or non-conformance. Cost of Inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. (tisk of Loss. Not withstanding any provision hereof to the contrary, We 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 CRY harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard._ 3. Warranties, Vendor warrants to and covenants with the City as follows: vendor will deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract In placing this Contract, City is relying on vendors skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder. 4. Remedies. In the event of 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, vendors exclusive remedy shall be vendor's recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5. ForceMaieure. For the purposes of this Contract, an event of "force majeure' shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; In all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an Bid # LMO-12-13-01 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 stall 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 goads 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 attorneys 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 goads 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 forthe 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 Desians etc.: (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints famished by City, vendor shall return same to City upon completion or cancellation of this Contract Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like Involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City 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. Bid x LMa12-19-01 (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 govemed 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 edended 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 priorto 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. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a specific office at the Vendor's place of business. 12. Response Time. For equipment maintenance contracts the repairman will be onsite within four wonting hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid a LMo-12-13-01 C. ADMINISTRATIVE SPECIFICATIONS ADWNISTRATIVE SPECIFICATIONS Introduction The City of Santa Clanta, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified landscape companies for landscape maintenance of the City's LMD Zone T-23 Mountain View, LMD Zone T-29 American Beauty, LMD Zone T-61 Valencia High School and LMD Zone 17 Bouquet/Railroad. This contract shall run for two (2) years with the option for three (3) additional One (1) year renewals. The City requires the landscape contractor to include all labor and equipment for an all inclusive contract for landscape maintenance of approximately 60 flandscaoed) acres for LMD Zone T-23 Bouquet/Railroad, 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, Vee, and groundcover planting, spreading mulch (approx 2000 cubic yards per year), all fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal, trash bags removal and replacement, turf aerification, turf renovaticnNerticu ing, turf over -seeding, micro-nutnents/scil 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 //wArw dir ca.gov/disr/PIW . 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. Bid f LMD-12-13-01 10 Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable Federal and California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Reoords (CPRS) with the progress payment on at least monthly basis to the City. GENERAL REQUIREMENTS 1.01 The City of Santa Clarita is soliciting sealed bids from qualified landscape maintenance companies for the ALL INCLUSIVE LABOR AND EQUIPMENT (See Exhibits B and C) under the terms of this bid, to provide for maintenance of landscaped paseos, parkways, parks, medians and various other locations throughout the City of Santa Clarita. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialist, Irrigation Assistant, and Foreman required to perform the landscaping maintenance as set forth in these specifications all inclusive labor and eauiomenL 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-23 - $300,000/yr LMD Zone T-29 - $20,000/yr LMD Zone Tal - $150,0001yr LMD Zone 17 - $14,000/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. Bid f LM612-13-01 11 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and eautoment for landscape, grounds and irrigation maintenance services including, but not limited W a. Turf mowing b. Edging; c. 85% hand pruning and 15% mechanical; d. Over -seeding; e. Reseeding f. Fertilization; g. Aeration; h. Verticutting; 1. 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. Mulchlna (City provided mulch): will be disbursed by the contractor at their expense; r. Manual weed abatement; s. Chemical weed control; t. Maintenance of fire protection / fuel modification of slope areas; u. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); y. Tennis court blowing and washing; z. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E-E5'Maintenance Program Guide', Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern cantractor'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; U M LMO-12-13-01 12 c. Construction and/or storm related operations, d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and 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, 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. 11 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 and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, WeatherTrak and LER Irrigation control systems and equipment. Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. Bid S LMD-12-13-01 13 1.12 The contractor, and or subcontractors, must possess the following licenses, at time of bid submission; C-27. The contractor or subcontractor mustidentify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arbonst identified by the international Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a_need basis. The contractor must identify a staff member who is a certified landscape irrigation auditor (CLIA). The bidder will submit copies of the licenses, and certificates or subcontractor Information sheets, indicating licenses held with bid submission. 1.13 The contractor will be required to obtain and pay for any permits that may be required for the performance of any tasks under this contract with the exception of oak tree permits. 2. LANDSCAPED AREAS TO BE MAINTAINED 2.01 The LMD areas to be maintained under the provisions of M.Agmemett are specifically identified In Mbk D. (Inventory Lists and Area Maps). 2.02 Contractor must advwwledoe personal Ins liecbon a the�2one'a ,68fiori system tun 2-03 "-Estimated square footages are provided by LMD for all areas tobemaintained on the -.-- 3. CERTIFICATIONSIREPORTWRECORDS 3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Mage Certification Report which shall be made available to LMD concurrent with the monthly invoicing. Contractor shall provide the required information in a forth 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 Maintenances 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. Bid # LMD-12-13-01 14 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-0sha sustained complaints pr 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 contracL tri 111GlCI101J. 11V WWI n m muvvw...... ......__. _._ __ _. Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet #1 (see page 45). For material ft 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 atter 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 subm9leo o the nu aor IOf n a w I, ,a, „ ­- -- _..•. __ e.,.1 >I,r AW identified. Al invoices for extra work and items must submitted biweeWy to Special 5. CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractor's operation within the LIVID 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. Irigation damage shall be repaired or replaced within one (1) watering cycle. b. All damages to shrubs, trees, turf, or ground cover shah 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 Contractors 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 Bid # LMD-12-13-01 15 shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01 Should any misunderstanding arise, Special ID WMaffi wN.irderpret 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 wilt 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 Poners recommendation. Special __ ... Districts' decision shall be final. -- ---- 7. 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 toil 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 speed or to the satisfaction of Special Districts, Special Districts may Bid # LMD-12-13-01 16 8. SAFETY 8.01 Contractor agrees to perform afl 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.HA. Safety Orders at all times so as to protect all persons, including Contractors 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 1) 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 Ctarita. 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, H 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 Gid A LMD-12-13-01 17 10. MAINTENANCE SCHEDULES 10.01 Contractor shall, within ten (10) days after the effective date of this Aareement, submit 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 substantialN from planned performance. Said revisions shall be submitted to Special Districts for review, and If appropriate, approval, within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate Contractor's responsibility in complying with the requirements to notify Special Districts for maintenance. 10.04 Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and time of all maintenance operations. a. Fertilization; b. TurfAerification; - - - _ --- c. -Turf RenovationiVerdccuttting; - _.:------ --------- d. _ d. Turf Reseeding; e. Micro-Nutrients/Soil Amendments; f. Spraying of Trees, Shrubs or Turf; g. Aesthetic Tree and Shrubbery Pruning; h. Preventative disease control; i. Seasonal color. Transplanting small and medium sized plants; J. Lane closures for median or parkway maintenance prior notification is required; k. Fire protection of the natural slopes area maintenance. Contractor at his cost shall be 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 acreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: (1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to Inhibit combustion. Remove all debris from this operation off the LIVID property. Weeding shall commence immediately following Bid # LMD-12-13-01 18 the rainy season once the growth of weeds has reached a maximum of 12 Inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout 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 Fre 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 end 19 of these Specifications Other Items as Determined by Special Districts 10.05 Said maintenance services shall be performed in compliance with the Maintenance Program (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient number of personnel to satisfy daily and/or weekly requirements for high quality landscape maintenance. Contractor's staff MUST be employees of Bid 6 LMD-12-13-01 19 11.02 Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the Interest of the public using the premises, Contractor shall meet with representatives of Special Districts to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure Special Districts that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the LIVID covered under this Agreement. 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 contractors 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 contractors price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operators License and valid Pest Control Advisors License, or a copy of said licenses from a sub -contractor to Special Districts prior to using chemicals within the area. 15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be used In binder or booklet form. No work shall begin until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical application has on the environment The contractor shall use the least toxic chemicals in the lowest quantity that will be effective In achieving the needed result. Bd a LMD-12-13-01 20 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 Jbe 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. 15. 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 ft 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'h 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''A 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 duringthe 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. Is, and walls shall be trimmed to a neat and uniform line. where trees and occ shrubs ur 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 Bid 6 LMD-12-1301 21 concurrent with each mowing. (1) The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices, or any structures located within the turf areas. (2) All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. (3) All dlppings 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 dean by power blower or broom. (5) Newly planted trees in lawn areas shall have tree guards installed if necessary to avoid damage. (6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched clearance where applicable. c. Weed Control: Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibits E -E5). Hand removal of noxious weeds or grasses will be required as necessary. All mulch brought in by the LIVID will be disbursed by the contractor on site to control weed growth. d. InsectlDisease Control: Eliminate all insect or disease affecting turf areas as they occur. e. erabn : Aerate all turf areas two (2) times annually, once in the spring and once in fall prior to the over -seeding operaflons. Aerateall-turfby using Yrinch tines,. _- ---= - - removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch spacing j W 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 pdorto the over -seeding operaflons. 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 riven 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 In igation 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 controller 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 e uwo-12-13-01 22 (3) Contractor shall be responsible for monitoring all irrigabon systems within the jurisdiction of this Specification and correct for: coverag& adiustment, clogging of lines and removal of obstacles including plant materials which obstruct the spray.. Monitoring shall be spelled out for all systems to be at least 1x 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 LMD areas covered under this Agreement. (5) (6) Irrigation system will be controlled by Contractor In such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow all turf. (n Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary Improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 Inches to determine the water penetration by random testing of the root zones. Contractor shall file a monthly statement with Soecial Districts certifying that all irrigation systems are functioning properly. (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LETT (solar), WeatherTrak or other controllers not fisted. 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 turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Distr'cts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Bid # LGD-12-1341 23 Districts prior to application. The City of Santa Ciadta will pay the contractors price for the fertilizer plus no more than a 15% markup. The contractor shall provide the labor to apply the fertilizes 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 seauence. Special Districts may require the use of sod when deemed necessary. Contractor shall be entitled to additional compensation, (extra) forthe 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 / lyra of 6 pounds per 1,000 square feet and reseeding of bare areas shall he's6wn 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 priorto installation. Typicalty, Fescue and Fescue blends are required." 18. SHRUB AND GROUND LAVER 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 fapprox 2000 cubic curds ear (2) Hand removal (3) Cultivation (4) Chemical eradication using non -residual herbicides Bid # LMD-12-13-01 24 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 H applicable. The fertilizer shall be applied once during the months of Mardi 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 str ves 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 foruse 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 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 S -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 S feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon trees sizes (two per tree), no galvanized stakes. (6) Commercially available tree rubber ties are to be used unless there is a need for guy wires. All trees tied in two locations — top and bottom. Stakes will not be placed doser than 12 inches from the top be on the tree trunk. Bid # LMO-12-13-01 25 (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 ddp 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 10-8-4 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 trete *UhIll 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 olroe frees shall tie -sprayed to predent fruit set by use of 'Maintain,' "Flores' 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). I. 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 Cade by the landscape contractor or their subcontractor. Special Districts will procure Oak Tree Permits once work is approved. g. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 20.01 Special Districts will provide the materials (Biological Insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non -target organisms. Preferred pest management techniques Include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are Bid # LMD-12-13-01 26 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 Certlfied or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c. Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the "Pesficide 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 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 Bid a LMD-12-13-01 27 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 property 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. (not to include Programming) are considered to be additional work or 'extras", For all Irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractors cost. The Contractor must provide invoices upon request of Special Distract 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: htti)7/iwww.irrigabon.org/qov/pdf/IA BMP APRIL 2005 pdf. a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all Irrigation equipment consisting of: (1) sprinkler heads, (2) valves, (3) PVC piping, (4) quick couplers, (5) risers, (6) automatic and battery powered controllers, () valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Requirements: Replacements will be of original materials or substitutes 64 i LMD-12-13,01 28 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. I. 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 irrigaticn, the City of Santa Clarita Special Districts office requires the -following: When water budgets have been established for each individual service area Within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). Formula MAWA = (ETo) (0.62) [(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or — Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any 'penalty' tier the City of Santa Clarita is subjected to. 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS 23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission Bid 9 LMD-12-13-01 29 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 sweepinglblowing 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 dear 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 stonndrain 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 subsurface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of sift and debris. All inlets to sub -surface drains shall be kept dear 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 ail facilities within the LMD during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, fighting and other mechanical systems to check for proper operational condition and reliability. Contractor Is required to input ncn-contractual service request information into the City's reporting system at www.santa-clarita.com/e-service. 24.02 Monthly; meet on site with an authorized representative of Special Districts for a walk- through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, bi-weekly interim inspections may be made by Special Districts "Any corrective work required as a result of a monthly inspection or any `interim' inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any appurtenant structures or equipment within the areas under Contractor's maintenance, Special Districts Inspector will be informed of all graffiti immediately upon discovery. Contractor is required to input graffiti information into the City's reporting system at: wvnm.santa-ciarita.comle- rg afffb. Bid # LMD-12-13-01 30 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 grafrdi eradication shall be non -injurious to surfaces and adjacent District property and approved by GAL -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 flinch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by the City: contractor, under the terms of this agreement shall provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifica5ons. aid # LMD-12.13-01 31 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 ($ 1, 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 ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 61 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12.13-01 Bidder's Signature CONTRACTOR City, State, Zip Code • Delete the inapplicable work. NOTE: if the bidder desires to use a bond instead of a check, the following form shall be . executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Bid 0 LMD-12-13-01 32 PROPOSABID B A ANTEE ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTt NANCVZOS: T-23 MOUNTAIN VIEW, L91 NC[A RGH SCHOOL AND ZONE 11BEAUTY, T.29 AMERICAN ZONE T- 7 SO G,UETIRAIL OAD LNID.124341 City of Santa Clarita, Camamle Oakridge Land Inc. ea KNOW ALL MEN BY THESE PRESENTS that as SURETY, are hold BIDDER, and SpreTec Insurance Com a1 suis of and tlnnty bound. unto the Cky of Salad Clarfta; as AoDNGY, frt the pen Teerrff Percerit.of the Total Bid dollwl tS 1�% of the * Lwhkh erten Parc of (10%)ofthetotato cuntbidbyBlD)WITO GI»NCYfotthaabovestateiiprole b thesepresehts- vmidt sum, S(bDER and $URETY agr0Qto bs bound, jointly and seYe *, firmly Y * Total Bid Amount THE CONDITIONS OF THS OBLIGATION ARE SUCH that, whereas BIDDER Is about to submita bid to AGENCY for the above -stated project, if said bid is rejected, cr if said bid is accepted and the aorttraat is awarded and entered Into by BIDDER In the manner and time specified, then this oblfgalion shall be null and void, othbrMse It shag remain in full targe and effect in favor of AGENCY. IN MNESS WHEREAS, the parties hereto have set their names, Was, hands, and seats, this 14th day ot_ September 2012. BIDDER Oakrid elands Contact: Hopi Williams nark 28064 Avenue n rd, Unit K, Valencia CA 91355 - I--0". - SURMY* 3033 5th Avenue, Suite .r.........._.. _.., ..�_..._, _... _ . 20 �2 Subscribed and swum to this 14th day of September e�— NOTARY PUBLIC ** See Attached ** `provide BIDDER and SURETY name, address, and telephone number and the name, tide, address. and telephone number for authorized representative. IMPORTANT- Surety companies executing Bonds must appear on the TreasuryDepartmerlfs most current list (Circular 570, as amended) and be authorized to transactbusiness in the Statewhere the Project Is located. 33 gid ttLMD-12.19-e1 State of Catifornia County of Los Angeles Bond No.: N/A On September 14, 2012 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 OF PERJURY under the. Laws of the State of California --.._. fhattfie-foregoing paragraph is true�and correct.- - - -- WITNESS my hand and official seal. rA PEGGY SUE LABNANAGA Commisslon / 19m- 7 -3 - Notary Public • Cafllomta Loa Angeles County COMM. s Oct 4, 2014 eon #.510013 - Los Angeles SureTec Insurance Company LUMTED POWER OF ATTORNEY Know All Men by These. Prevents, That SUHETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Keith W. Newel( its true and lawful Attomey-in-fru;4 with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretysbip to inchtde waivers to the conditions of contracts and consents of surety for. Five Millen Dollars and roll DO ($5,000,000.00) and to bind the Company thereby as fully, and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby rttrilymg and confnming all that the said Atttrrney-in-Fact.may do in the premises. Said appointment shall continue in-fonx until101013 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant vice•Ymsidem, nay Secretary or any Assistant S=mtgry shall be and is hereby vested with full power and authority to appoint any One Or more suitable persons as Atmmey(*in-Fact to represent and act for and. on behalf of the Company subject to the following provisions: Anorne)-in-Fact may be given full power. and authority for and in the acme of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, eontreclS, agreements or Indemnity and other conditioned or obligatory undertakings and any and all _. .notice and domiments canceling or terminating the Company 5s liability tfieretmde%:m't�-e`ny suc8 ina`trr7mmt so"exceuttd: by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President end sealed and effected by the Corporate Secretary. Be it Resalved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate beating facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20* oJAprfl, 1999.) In Witness whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto abed this 3rd day of September, AD. 2010. SfJItETECrINSE C MPAIYY 0%�,*:' ByJohn sident W Stara of Texas ss: - County of Harris On this 3rd day of Septcraber, AD. 2010 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Teas, that he Is President of SURETEC INSURANCE COMPANY, the company described In and which executed the above instrument; that he knows the seal of said Company; that the seal affirmed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his time thereto by like order. „a+m,�eisf+y JACQUELYN MALDONADO Notary Public, State of Texas acq rely a[do ado, Notary Public 1 r : M commission Expires 'sa y; j••a Y May 16. 2013 y comm sion er irEs May 18, 2013 buv, u T. M. Brent Beaty. Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey, executed by said Company, which is still in full forme and effect; and 8rrthermoM the resolutions of the Board of Directors, set nut in the Power of Attorney are in full force and effect - _ - -- - - - Given under my hand and the seal of said Company at Houston, Texas this 14 day of M. Brea t 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 call (713) 812.0800 any business day between 8:00 am and 8:00 pm CST, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On September 18, 2012, before me, Susan L. Meza, Notary Public, personally appeared Jeffrey Myers, 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 on behalf of which the person acted, executed the 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. SUSAN L- MEZA. commission # 1909951 9C(�l� Notary Public • Calitornta - -- --- Los Anodes County`Susan L. Meza, Notary u c Comm. Expires Nov 19, 2014 r NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD, LMD-12-13-01 City of Santa Clarita, California (CL' TO BE EXECUTED 13Y EACH BIDDER OF A PRINCIPAL CONTRACT • STATE OF CALIFORNIA ) § X \ COUNTY OF LOS ANGELES I, being first duly sworn, depose and state that I am of the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid Is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put In a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or Indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or Indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and w111 not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectualw1pollusive or sham bid." Signature making JURAT State of California County of i o5 Subscribedand sworn to (or affirmed) before me on this 1941A /,- day of _. 20 IL,, by proved to me on the basis of satisfactory evidence to be the person (who appeared before me. (SEAL) - -SUSAN L. MEZA Commission a 1909951 Notary Public • Califomia i Los Angeles County MY Comm. Expires Nov 19.2014 Bid # LMO-12-13-01 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD42-13.01 City, of Santa Clarita, Cal/fomia KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND as SURETY, are held and finely bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100°/x) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract THE CONDITIONS OF THIS OBOGATION ARE -SUfCH 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 forcompletion made pursuantto thetenns 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, titres, hands, and seals, this day of 2012. CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of .2012. Provide CONTRACTORISURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid & LMD-1243-01 35 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 61 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa C/ahfa, Califomia KNOW ALL MEN BY THESE PRESENTS that as CONTRACTORAND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ 1, which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project K CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind — - used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR" SURETY' Subscribed and swom to this NOTARY PUBLIC day of 2012• Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid I LMD-12-13-01 36 D. SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No THIS MAINTENANCE AGREEMENT CAgreement) is made and entered Into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ('CIW1 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.govIDLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. Bid * LM412-13-01 37 B. Protection of Resident Workers The city of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1.9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FAMILIARITY WITH WORK A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: 1. Thoroughly investigated and considered the scope of services to be performed; and Carefully considered how the services should be performed; and Understands the facilities, difficulties, and restrictions attending'performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written Instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits (combined single) Commercial general liability: $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 1185 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 deem ad '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 Bid It LMD-12-13-01 38 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. F. 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 dsk. B. 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 atleast 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-harmlessfromand against any claim, action, damages, costs Qncluding, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Bid # LMD-12-13-01 39 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR Is not an agent or employee of CITY and is not entitled to participate in any pension plan, Insurance, bonus or similar benefits CITY provides for Its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Name Address City B. When addressed in accordance with this paragraph, notices will be deemed given upon - -deposit in the United States mail, postage prepaid. -In all other instances, notices will be ----- - deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according . to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action Involving this agreement will be in Los Angeles County. 19. AUTHORITYlMODIFICATION, 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 Bid S LMD-12-13-01 40 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 maybe modified by written agreement. CITYsCity 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, orincongruity 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, CrlYs conflict of interest regulations. (SIGNATURES ON NEXT PAGE) Bid # LMD-U-13-01 0 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 R. PULSKAMP, CITY MANAGER By: —City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CrrY ATTORNEY By: City Attorney Date: Bid X LMD-12.13.01 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) Bid s LMa12-13-01 43 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 -- Non -Collusion Affidavit -must be notarized -- -- 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 s LMa12-13-01 43 5� BID SCHEDULE WfJe dCG 1?lbf &ltic74 - tw/�` t� a�ln�td�d�1 #Z The City of Santa Clarita reserves the right to award LMD Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone Bouquet/Railroad separately, N deemed In the best Interest of the City. Co for four zones will be read and listed separately on the record of Bid Openin . Rem Project Site Monthly Total No. Maintenance Cost Annual Item 1. LMD Zone T-8 a) xl2mos = b) Total bid amount for Zone T-23 Mountaln View annually legibly printed words: Item 2. LMD Zone T-17 a) xl2mos = ) /annually Total bid amount for Zone T-29 Amer! n Beauty, annually, In legibly printed words: Rem 3. LMD Zone T-8 a) x12mos = b) /annually Total bid amount for Zo T-51 Valencia High School annually, in legibly printed words: Rem 4. LMD Z e T-17 a) xl2mas = b) /annually Total bid amount for Zone T-17 Bouquet/Radiroad, annually, in legibly printed words: Bid # LMD-12-13-01 44 'CORRECTED BID SCHEDULE The City of Santa Clarita reserves the right to award LMD Zones T-23 Mountain View, Zone T-29 American Beauty, Zone T-51 Valencia High School and Zone 17 BouqueVRailroad separately, if deemed in the best interest of the City. Costs for four zones will be read and listed separately on the record of Bid Opening, Item Project Site No. kem 1. Zone T-23 Notal bid amount for !w0 �LIA"! hem 2. LIVID Zone T-29 Monthly Total Maintenance Cost Annual cost a)Brb� x12mos = b)27 /annually T•23 Mountain View annually, in legibly printed 3 os = b)ZSs7l4. /annually. Total bid amount for a T-29 American Beauty, annually, g161y printed words: i L i um r c�,J�rl� tem 3. LIVID Zone T-51 a) V 7 -12mos = b) 7 �� !annually _ Y.� Total bid amount for Zone T-51 Valencia High School annually, in legibly printed words: Item 4. L ne T-17 a) �. 5 n 2' x1 mos = b--) /annually Total bid amount for Zone T-1 a ailroad, annually,, In legibly{ printed words: i7r sW, Bid # LMD-12-13-01 3 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 ExtralAdditional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly 00st After hour emergency Irrigation Laborer $40.00 per hour $85.00 per, hour, Landscape Laborer $30.00 per hour $45,.00 per hour QAC/QAL Herbacide and Pesticide Applicator $30.00 per hour NIA Please note: pricing increase allowance will be according to Consumer Price Index (see section A, `Bid Instructions, Item #34) Please initial to verify acknowledgement of labor rates - (initial) Bid 0 U612-11-01 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part(material costs, forthe 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 # IN1 42-1 M1 46 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x quantity) 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with turf. 2 1 square foot 1000 sq, ft Price for landscaped median maintenance for shrubs and ground cover. 3 1 square foot 500 sq. ft Price for landscaped, irrigated slope _.. maintenance. __ _._,. _....... 0.041 4 One gallon (5) Five Installation of shrub, one gallon container. 5.16 ,75 5 Five gallon (5) Five Installation of shrub, five gallon container. g 24. inch box (2) Two Installation of tree - 24 tree inch box container. 7 15 gallon tree (2) Two Installation of tree -15 gallon container 5p. Bid # IN1 42-1 M1 46 DESIGNATION OF SUBCONTRACTORS IV I ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUETIRAILROAD. LMD-12-13-01 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of '% of 1 percent of the prime contractor's total bid: DBE status age of firm certifving agency and annual gross receipts are required if sub ,.,-. etnr k narticinatma as a DBE. The form MUST be returned with bid, filled in or annotated with No none will be Subco ctor A e of firm: Location and P of Business DBE STATUS: Dollar Value of Work Certi in A enc : Annual Gross Recei is Bid Schedule Item Nos: Description of Work and Place of BusinessB Fid E ate: 1 / Phone O _ License No. ntractor DB£ STATU Dollar Value of Work firmCerci in A enc : Annual Gross Recei ts:on and Place of BusinessB Fid Schedule Item Nos: Description of Work License No. Exp. Date:---/- / hone( ) Subcontractor DBE STATUS: Do ar Value of Work A e of firm: Cerci in A enc Ann Gross Recei ts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / I Phone ( ) Eid # LMD-12-13-01 47 DESIGNATION OF SUBCONTRACTORS kI A ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- ALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 Cloy o/ Santa Clarita, Califon* Subcontracto A e of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place f Business Des ' 'on of Work License No. Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) BE STATUS: Subcontractor YCertifvingAgen---: Agge of firm: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Des ' 'on of Work License No. Exp. Date: / / Phone( Subcontractor DBE STATUS: A of 5rm: Cert ins 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: [ Phone( ) Subcontractor DBE STATUS: A of firm: Certi i Agency: Dollar Value oWork__ Annual Gross Rece t,: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Bid # LMD-12-13-01 - 48e ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-23 MOUNTAIN VIEW, ZONE T-29 AMERICAN BEAUTY, ZONE T- 51 VALENCIA HIGH SCHOOL AND ZONE 17 BOUQUET/RAILROAD. LMD-12-13-01 City of Santa Cladta, 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: /ii AA� 1. 6 Q r - ll �d�3920 /t`d 8/v� c5Ac Zy��,F/Pfd p 9/353 2. 3. a 2�2�95 V-2011 Completed er :#-Zyfl f'ennu 4&nswn : (vial-2-<GZ98 4 /&33 n.19 g4. The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: -� rufl J-r�SGtru�lce b�okerS- e 8/1 /,d1,1SdttlrG 61L"S, gwfg 184/ Its 4-ua". CA, g017 Bid # LMD-12-13-01 ' 49 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. 1 I D (4 s 3) :. ,Please provide any sustained complaints made to your company within the past `four (4) years to Cal-Osha. a. N f - Noe, 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. BW S LMD-12-13.01 50 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crewforeman, including name, certification and whether staff or subcontractor. staff ' ,- i end/,iCq:?AI-A Bid i LMD-12-13-01 - - - 51 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, tippers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels 's Rakes • Scoop Shovels • Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters such as the Rain Master Pro -Max • All the required tools and equipment to make minor and major irrigation repairs • All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shall be Cal-Osha approved Bid f LM D-12.13-01 52 EXHIBIT D INVENTORY LISTS AND EXHIBIT MAPS Inventory List: T-23 Item # Descr tion APPROXIMATE square footage Estimated Quan ' 1 irrigated Landsca a 2,388,660 Irrigated Landsca 246,086 Non -irrigated Landscape 2 (brush clearance/weed abate) 730,433 3 Backflow devices 41 4 Irrigation controllers 43 5 irrigation enclosures 40 6 Paseo pole lights 0 7 Trail foot lights 0 0 8 Bridges over street Paseo ole li hts 9 Tunnels and li hts 7 10 Monument Signs a 0 11 Tennis courts 1fi 12 Trash containers cementlother Tunnels and li hts 13 Paseo and Trail Walkwa s 2.287 14 Drinking fountains2 0 15 Playgrounds Inventory List: T-29 Item # Description APPROXIMATE s uare foota a Estimated Quan' 1 Irrigated Landsca 246,086 Non -irrigated Landscape 2 (brush clearanceMreed abate) 22,215 3 Backflow devices 1 4 Irrigation controllers 2 5 Irrigation enclosures 2 0 6 Paseo ole li hts 0 7 Trail foot rights 0 8 Brid es over street 0 9 Tunnels and li hts 16 Monument Si ns 0 11 Tennis courts 0 0 12 Trash containers cement/other 13 Paseo and Trail Walkwa s 0 14 Drinking fountains 0 0 15 Ta - rounds Bid # LMD72-13-01 53 inventory List: Zone 17 Rem # Description APPROXIMATE square footage Estimated Quantity 1 IrnQated Landscape 146,171 2 Non -irrigated Landscape (brush clearance/weed abate) 23,488 3 Backflow devices 3 .4 Ini ation controllers 3 5 Irrigation enclosures 3 6 Paseo pole lights 0 7 Trail foot lights 0 8 Brid es over street 0 9 Tunnels and lights 0 10 Monument Signs 0 11 Tennis courts 0 12 Trash containers cementlother 0 13 1 Paseo and Trail Walkways 0 t4 Drinkinq fountains 0 15 1 Playgrounds 0 Inventory List: Zone T-51 ftem # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 1,385,724 2 Non -irrigated Landscape (brush clearance/weed abate) N/A 3 Backflow devices 25 ._. 4 Irrigation controllers 25 5 Ini ation enclosures 25 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 camenUother 0 13 Paseo and Trail Ills 0 14 Drink n fountains 0 15 Playgrounds 0 Bid 3 LMD-12-13-01 54 EXHIBIT E Specialized Maintenance Program Reference Guide Daily — Weekly — Monthly 55 Bld # LMDaz•13-o1 i e 55 Bld # LMDaz•13-o1 EXHIBIT E1 Specialized Maintenance Program Reference Guide Semi-annual and Annual Bid # WD -12-1301 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-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 shal I 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 nun 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 Consultantof the results of those inspections. Bid s Lh1612-13-01 57 EXHIBIT E3 UMGATION SCHEDULE GUIDE - MANUAL TYPE CONTROLLER (or Reference nnl.,—arfn%l irriantinn needs thall he hayed on nlant reouirements) Special Districts Irrigation Program - Summer & Winter SUMMER IRRIGATION SCHEDULE (March 21- October 20) A. Shrub Beds 1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads -10 minutes per station/per cycle, 3 cycles per day, 5 days per week 3. Stream Rotary -15 minutes per station/per cycle, 3 cycles per day, 5 days per week. B. Turf Areas 1. Spray Heads - 5 minutes per station/per cycle, 3 cycles per day, 5 days per week 2. Stream Rotary 180 (half) -15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary 360 (full) - 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 4. Gear Rotary 180 (half)- 20 minutes per station/per cycle, 3 cycles per day, 5 days per week- 5. eek5. Gear Rotary 360 (full) - 40 minutes per station/per cycle, 3 cycles per day, 5 days per week. C. Planted Slopes I. 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 Consultantslinspectors 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. Sia # LMD-12-13-01 58 EXHIBIT E4 Preventative Disease Control Guide L Olen Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when h to % of blooms are open. Second application to be done 7-10- days after the fust application. m Pyrus Kawakamii (Evergreen Pear) FSreb!ight — Preventative Treatment Spray application to occur October 1 through mid-November. Fireb fight — Post Treatment Prune out diseased wood, sterilizing prusdng tools after each cut. IIL platanus (Sycamore) Anthracnose (Firebiight) Preventative TreatmentThis 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. N. Preventative Treatments Any materials used while performing all of the above described operations will be of a type approved by the County Agricultural Commissioner. 59 Bid # LMD-12-13-01 EXHIBIT E5 Artificial Turf Maintenance Taldng 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 routup.Fusirttenence, 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 cleap ng detergent, can be used if needed to remove pet wastes or oxidation from nearby sprinklers. We recommend cleauej like Agent Orange or Simple Careen for mostjobs. For sprinkler oxidation we find CLR Works t besL Simply spray down the lawn as if you wets hosing down 6 driveway or patio. If using cleaners, apply in problem areas and let it sit for several mini tes.'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 toremovefrom 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. Annual Top dress with ill. Treat moss, mold and algae. EXHIBIT F 2012 HOLIDAY SCHEDULE ROLIDAY DATE CELEBRATED New Year's Day Sunday; January 4 (Observed Monday 1/2(12) - Martin Luther Kng Day Monday, January 16 President's Day Monday, February 20 Memorial Day Monday, May 28 Independence Day Wednesday, July 4 Labor Day Monday, September 3 Veteran's Day Sunday, November 11 (observed Monday 11112112) Thanksgiving Day Thursday, November 22. Day after Thanksgiving Friday, November 23 112 Day for Christmas Eve Monday, December 24 Christmas Day. Tuesday, December 25 ..:::.. . M Day for New Year's Eve Monday, December, 31 New Year's Day Tuesday, January 1, 2013 If a holiday should fall on a Saturday it will be celebrated the preceding, Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. _ _ 62 ....... �: t.... ;� .t :� �. 1 >..•��, ... ! .' •' � - .. �� t - _. � t ..,� � `' � ` 1 .'1 e t a .' t L ., .,. .. _.. _. r •. - I ! i _ � �� L � .' � i 1 .. .. �. � .. ... .. .. _....� .. % i 'Ci � - i J - ��' �, ��� . ; . ' _..�.r- '� ... ..- - ����� ,� �t i • i lalaaofu�aLIDa •� r g, .. � t 3M11I N3dSY t 1 '� 7 _ .... ` �. �. J � �� i Y r l � l r t' � I � - . aya� i � � _•:� � 1 n 0 N e $ � � � U�y® StPEE� v�•� t • • , i !!ll V ur C � f � N C 9 e I ` �NE e S ? i _-. �._ ---- __.. .. 3 a N a i i i 4 1 ! I=XHIBIT "W" AMERICAN BEAUTY VILLAGE EAST s. A. A . GEND \sLop. DISTRICT BOUNDARY IRRIGATED PLANTED TO BE MAINTAINEDBRUSHED AND NATU TO BE MAINTAINED UANTITIES 11GATED PLANTED .OPES. '5,0'1,600 SQ. F i . IUSHED SLOPES MRL0.6 Acres SLOPE 5.4 Acres N!w— �NW144 m-� .M t w CIX �4 v3 is NORTH 4"; L.L.A. DISTRICT NO. 29 TRACT NO. 36686 220 RESIDENTIAL UNITS ® "° "SANTA CLARM Landscape Maintenance District Zone T51 ~`+ LAID Lwd=PeAme (1,385,724 sq. IL) A IL LAID Bwmdary • Zone T51 .� y Perch OuUM3 »`• =: _=—.• \ Buflft F000d de 1 .1 i 1 4 ® ck"SA1`11A CLLRM Landscape Maintenance District Zone 17 LMD Landscape Area (148,171 sq. 8.) - -_ Wised Abatement & Trees (23,488 sq. R) A LMO Boundary • Zone 17 parcel Oullnes Building Footprints FIRST AMENDMENT TO AGREEMENT NO. 12-00397 BETWEEN THE CITY OF SANTA CLARITA AND OAKRIDGE LANDSCAPE, INC. Contract No. 12-00397-A THIS FIRST AMENDMENT ("Amendment") is made and entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation existing under the laws of California ("CITY"), and OAKRIDGE LANDSCAPE, INC., ("CONTRACTOR"). 1. Pursuant to Section 2. TERM of Agreement No. 12-00397 ("Agreement"), amendment to section [new section; amendment to section] to read as follows: "The term of this Agreement will be from November 1, 2014, to October 31, 2015. The Agreement may be renewed upon mutual consent of the parties." 2. This Amendment may be executed in any number or counterparts, each of which will be an original, but all of which together constitutes one instrument executed on the same date. 3. Except as modified by this Amendment, all other terms and conditions of Agreement No. 12-00397 remain the same. [SIGNATURES ON NEXT PAGE] Revised I@011 Page I of 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 1/2011 Page 2 of 2 FIRST AMENDMENT TO AGREEMENT NO. 12-00396 BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN, INC. Contract No. 12-00396-A THIS FIRST AMENDMENT ("Amendment') is made and entered into this day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation existing under the laws of California ("CITY"), and STAY GREEN, INC., ("CONTRACTOR"). 1. Pursuant to Section 2. TERM of Agreement No. 12-00396 ("Agreement'), amendment to section [new section; amendment to section] to read as follows: "The term of this Agreement will be from November 1, 2014, to October 31, 2015. The Agreement may be renewed upon mutual consent of the parties." 2. This Amendment may be executed in any number or counterparts, each of which will be an original, but all of which together constitutes one instrument executed on the same date. 3. Except as modified by this Amendment, all other terms and conditions of Agreement No. 12-00396 remain the same. [SIGNATURES ON NEXT PAGE] Revised 1/2011 Page 1 oft 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 12011 Page 2 of 2 MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN INC. Contract No. 12-00415 S MAINTENANCE AGREEMENT ("Agreement") is made and entered into this day of IMWr 20-L _, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and STAY GREEN 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 December 1, 2012, to November 30, 2014. 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 &2011 Page 1 of 7 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. 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. 13C. 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 0-9). 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 812011 Paget of B. If services involve work upon any site, CONTRACTOR wan -ants 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 Commercial general liability: Business automobile liability Workers compensation Limits (combined single) $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 carred 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 I (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VIl." 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 Revised 912011 Page 3 of 7 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 AUeement 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 82011 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: Stay Green, Inc 26415 Summit Circle Santa Clarita, CA 91350 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 0011 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. 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 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 MOI I Page 6 of 7 (SIGNATURES ON NEXT PAGE) R"ised 8!201( Page 7 of 7 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONT C By: VI N'� 111 IU Print Name & Title Date: 1�1)q jxla FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By: r A "744 - City Manager Date: 2,— ATTEST: ATTEST: By: city CIYW Date: �)�Y APPROVED AS TO FORM: JOSEPH M. NTES, CITY ATTORNEY By: Ci Iy11Atto)m�ey Date: ! I ' 2, Revised 8/2011 Page 8 of 7 CONTRACT 12-00gl5 EXHIBIT A FOR PUBLICATION ON: Thursday, September 27, 2012 NOTICE INVITING BIDS Sealed bids must be received before 11:00 AM on Thursday, October 25, 2012, by the Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 120, Santa Clarita, California, 91355-2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 120 for the purchase of: LMD-12-13-03 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 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 Monday, October 8, 2012 at 9:00 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. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall render the bid as non- responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. The Engineer's estimate for this work annually, is approximately: LMD Zone T65 - $60,000tyr LMD Zone T65A - $80,0001yr LMD Zone T33 - $40,000Iyr 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 furtheradhere to the requirements contained in the City of Santa Clanta'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) 266-4193 CITY OF SANTA CLARITA INVITATION FOR BID BID # LMD-12-13-03 BID OPENING: October 25, 2012, 2012, 11:00 AM The City of Santa Clarita invites sealed bids for: Terms of payment: Delivery: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T•65, T -65A AND T-33 Subtotal US$ Sales or Use Tax (8.75%): US$ TOTAL: US$, 1. Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 120 Santa Clarita, CA 91355-2196 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 65, Exhibits A to G and separate Appendix C (Labor Compliance Program). 5. The last day for questions will be 5:00 PM, October 17, 2012. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Monday, October 8, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Century Room, Santa Clarita, CA. 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 Bid # LMD-12-13-03 Address: Signature Title of Person Signing TABLE OF CONTENTS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES; T-2, T-3, T-4, T-5, T-6 AND T-7. LMD-11-12-43 Section. ......................................................................................... .. Paoe Notice Inviting Bids................................................................................ Invitationto Bid.........................................................................:............1 Tableof Contents...................................................................................2 BidInstructions......................................................................................3 Termsand Conditions.............................................................................7 Administrative Specifications...................................................................10 Bid Security Bond/Proposal Guarantee Bid Bond........................................32 Non Collusion Affidavit... -- ............................................... ........... ........ 34 Faithful Performance Bond......................................................................35 Material Labor (Payment) Bond Zone T-18 ..................................................36 SampleContract....................................................................................37 Documentation Checklist.........................................................................43 BidSchedule...........................................................................................44 Designation of Subcontractors..................................................................47 References..............................................................................................49 Exhibit A Violation Records......................................................................50 ExhibitB Staff........................................................................................51 Exhibit C Equipment Requirements...........................................................52 Exhibit D Parks Inventory .........................................................................53 Exhibit E, E1 -E5 Maintenance Program Guide.............................................54 Exhibit F Transit Facility Location Map........................................................60 Exhibit G Holiday Schedule.......................................................................64 APPENDIX A Labor Compliance Program (separate attachment) Bid # LMD-12-1303 2 A. BID INSTRUCTIONS Submitting Proposals. (a) The bid response must be 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), original and one copy in a sealed envelope with the wording "Bid", bid number and closing date marked on the outside. (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. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3. 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. 4. 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. 5. 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 notexact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 6. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 7. Rejection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 8. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will also be available from the City's website if the bid was downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. 9. 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 accordancewith 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 0 LMD-12.13-03 BID INSTRUCTIONS (continued) 10. 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. 11. 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. 12. 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. 13. 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. 14. Assignment. No assignment by the vendor of contractor any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 15. 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. 16. Prevailing wage. For all publicworks, the Bidder is required to bid prevailing wage. Forthe 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. 17. 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. 18. 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. 19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid 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 and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Bid # LMD-12-13-03 BID INSTRUCTIONS (continued) 20. 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. 21. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 22. Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 24. Price Reductions If at anytime during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantifies as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. 25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay "surcharges" of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. 26. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with or without cause either verbally or in writing at any time without penalty. Bid # LMD-12-13-03 BID INSTRUCTIONS (continued) 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to complywith the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement, provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. 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. 32. Invoices. Invoices will be forwarded to: City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordancewith the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to jkillian@santa-clarita.com . They may also be faxed on letterhead to (661) 286-4186 or sent on letterhead to: City of Santa Clarita Purchasing Department 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 The last day for questions will be October 17, 2012 before 5:00 PM 34. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid # LMD-12-13-03 6 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. 1 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 defectsornon-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. Warranties. Vendor warrants to and covenants with the City as follows: vendorwill deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendors skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder. 4. Remedies. In the event of 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 Majeure. For the purposes of this Contract, an event of "force majeure" shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the parry claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an Bid # LMD-12-13-03 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 noticewhen 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. 7. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance underthis 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, Desiqns etc.: (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by signing the contract. Such works and the like shall not be used by vendor in the conduct of any business with any third parry without the City's written consent. Bid # LMD-12-13-03 (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 ail 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. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a specific office at the Vendor's place of business. 12 Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid * LMD-12-13-03 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 T65 (Fair Oaks Phase 1), LMD Zone T65A (Fair Oaks Phase II & III) and LMD Zone T33 (Canyon Park). This contract shall run for two (2) years with the option for three (3) additional one (1) year renewals. The City requires the landscape contractor to include all labor and equipment for an alt -inclusive contract for landscape maintenance of approximately 39.4 (landscaped) acres for LMD Zone Ranch Phase II and III). and 5.1 (landscaped) acres for LMD Zone T33 (Canyon Parkl. 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. 800 cubic yards per year), all fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal, trash bags removal and replacement, turf aerification, turf renovation/verticutting, turf over - seeding, micro-nutdents/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 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, and which will become part of the Bid # LMD-12-13-03 10 conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable Federal and California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRS) with the progress payment on at least monthly basis to the City. GENERAL REQUIREMENTS 1.01 The City of Santa Clarita is soliciting sealed bids from qualified landscape maintenance companies for the ALL INCLUSIVE LABOR AND EQUIPMENT (See Exhibits B and C) under the terms of this bid, to provide for maintenance of landscaped paseos, parkways, parks, medians and various other locations throughout the City of Santa Clarita. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialist, Irrigation Assistant, and Foreman required to perform the landscaping maintenance as set forth in these specifications all inclusive labor and eguioment. 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 T66 - $60,0001yr LMD Zone T65A - $80,0001yr LMD Zone T33 - $40,000tyr The Landscape Maintenance District (hereinafter defined as the LMD) covered by this Agreement shall be maintained at a crisp, clean level of appearance at California Landscape Contractors Association (CLCA) Industry standards and all work shall be performed in a professional, workmanlike manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the level of services provided for in these specifications at all times. 1.02 City of Santa Clarita Landscape Maintenance District (LMD) administration staff, consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Special Districts Administrator, Technology Services Manager or the Deputy City Manager or his qualified representative, shall herein be described as 'Special Districts.' 1.03 Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. The premises shall be maintained with nothing but the highest of industry standards at no less than the frequencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Turf mowing, b. Edging, Bid # LMD-12-13-03 11 c. 85% hand pruning and 15% mechanical; d. Over -seeding; e. Reseeding f. Fertilization; g. Aeration; h. Verticutti% i. Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a -e; j. Hand watering; k. Bleeding of valves necessary during emergencies when automatic systems are not functioning; I. Pruning shrubs and trees; m. Trimming and renovation of turf, shrub areas, and ground cover, n. Disease control; o. Tree maintenance, structural pruning per ANSI. Best Management Practices; p. Maintenance of irrigation systems; q. Mulching (City provided mulch)• will be disbursed by the contractor at their expense; r. Manual weed abatement; s. Chemical weed control; t. Maintenance of fire protection / fuel modification of slope areas; u. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); y. Tennis court blowing and washing, z. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 "Maintenance Program Guide", Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas, fire protection slopes and natural areas; shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair; c. Construction and/or storm related operations, d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting, g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and crete rail; i. Artificial turf installation; j. Integrated pest management / Chemical applications to trees; Bid # LMD-12-13.03 12 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. 1.08 Contractor shall clearly identify and equip each vehicle used within the City of Santa Clarita with decals on the exterior right and left front door panels identifying the Contractor's name, and phone number. Contractor shall require each employee to adhere to basic public works standards of working attire. These are basically: uniforms (matching pants and shirts), proper shoes safety vests and other gear required by State Safety Regulations (OSHA), and proper wearing of the clothing. Shirts shall be buttoned and worn at all times. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 1.09 The contractor is required to have a minimum of five (5) years' experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, Weather -Trak and LEIT irrigation control systems and equipment Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor must identify a staff member who is a certified landscape irrigation auditor (CLIA). The bidder will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held with bid submission. Bid * LMD-12-13-03 13 1.13 The contractor will be required to obtain and pay for any permits that maybe 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). 2.03 3. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to LIVID concurrent with the monthly invoicing. Contractor shall provide the required information in a form acceptable to Special Districts. The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the maintenance. The monthly payment will not be made until such report is received and approved by Special Districts. Vendor to provide sample of monthly bill with 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 RecordsThe awarded contractor shall not have two (2) or more Cal -OSHA sustained complaints or four (4) or more California State Contractor Board sustained complaints within the past four (4) years. A bid response from the awarded vendor that does not meet these requirements may be considered a non-responsive bid, and the City of Santa Clarita will proceed to the next lowest bidder. Please supply this information on Exhibit A, Violation Records. Bid # LMD-12-13-03 14 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 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 for extra work and be submitted biweekly to 5. CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractors operation within the LIVID areas shall be repaired or replaced at Contractor's expense within 48 hours. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced within one (1) watering cycle. b. All damages to shrubs, trees, turf, or ground cover shall be repaired or replaced within five (5) working days or sooner as directed by Special Districts. c. All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired. 5.03 All repairs or replacements shall be completed in accordance with the following maintenance practices. a. Trees Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree, the damaged tree shall be removed and replaced at Contractor's expense to comply with the specific instructions of Special Districts. b. Shrubs Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS Bid # WD -12-13.03 15 6.01 Should any misunderstanding arise, Special Districts will interpret this Agreement. If the Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with the work in accordance with Special District's interpretation. Within 30 days after receipt of the interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as provided hereinafter. The written request shall outline in detail the area of dispute. 6.02 The Disputes Review Panel will be appointed by Special Districts and will be composed of not less than three (3) Qualified personnel or representatives having experience in the administration of grounds maintenance contracts. The panel will convene within one (1) week of appointment in order to hear all matters related to the dispute. The hearing will be informal and formal rules of evidence will not apply. The Panel will submit its recommendation to Special Districts for consideration, within one (1) week following the conclusion of the hearing. Special Districts shall render an interpretation based upon review of the Panel's recommendation. Special Districts' decision shall be final. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 Contractor shall at all times, have some responsible person(s) employed by the Contractor to take the necessary action regarding all inquiries and complaints that may be received from the Homeowners Associations, property owners, and tenants within said LIVID or from Special Districts personnel, representatives or patrons using the facility. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the answering service. Neither answering machines nor voicemail are acceptable. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, Contractor's Foreman or an employee of Contractor, at the supervisory level, who is responsible for providing maintenance services, shall be available for notification by telephone or radio communication. 7.02 Whenever immediate action is required to prevent impending injury, death, or property damage to the LIVID being maintained, Special Districts may authorize such action to be taken by a third -party work force and shall charge the cost thereof as determined by the Administrator, against the Contractor, or may deduct such cost from an amount due to Contractor from Special Districts. 7.03 Contractor shall maintain a written log of all complaints, the date and time thereof, and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be available for inspection by Special Districts at all reasonable times. 7.04. All complaints shall be addressed as soon as possible after notification, but in all cases within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours, Special Districts shall be notified immediately of the reason for not resolving the complaint followed by a written report to Special Districts within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Special Districts, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to 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 Bid # LMD-12-13-03 16 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. azards;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 1) Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita. 9.02 Contractor shall provide on-site staffing to perform the required maintenance to meet required California Industry Standards anytime between Monday through Friday. However, if the contractor can accomplish the same work using the same amount of hours in a shorter service schedule, then the Special Districts Division can modify their maintenance schedule. Alternate days or any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the Special Districts Division. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 10. MAINTENANCE SCHEDULES 10.01 Contractor shall within ten (10) days after the effective date of this Agreement, submit a premises work schedule to Soeciai Districts for review and approval. Said work schedule shall be Bid # LMD-12-13.03 17 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 J performance. Said revisions shall be submitted to Special Districts for review, and if 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; K Preventative disease control; i. Seasonal color. Transplanting small and medium sized plants; j. Lane closures for median or parkway maintenance prior notification is required, k. Fire protection of the natural slopes area maintenance. Contractor at his cost shall be These slope areas are hillside areas and are designed to meet the Los Angeles County Ordinances for fire retardation. These areas generaiiy occur in sloping terrain with gradients ranging 10 percent to 100 percent. Slopes are either manufactured or natural. The natural slopes have been brushed to remove certain plant materials. Manufactured slopes have been hydromulched or planted in accordance with applicable County Ordinances. Use of these areas by the residents should be minimal. Contractor shall perform, under the terms of this agreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: (1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the LIVID property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout 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 Bid 0 LMD-12-13-03 18 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 (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient number of personnel to satisfy daily and/or weekly requirements for high quality landscape maintenance. Contractor's staff MUST be employees of the contractor except subcontractors identified in the response to this bid. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at any time give Contractor written notice to the effect that the 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 Bid # LMD-12-13-03 19 Special Districts that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the LMD covered under this Agreement. 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13. UTILITIES 13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Contractor will be required to manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain storm and/or watering the day after rain and/or watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14. NON-INTERFERENCE 14.01 Contractor shall not interfere with the public use of the LMD areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 15. USE OF CHEMICALS 15.01 At the contractor's expense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's License and valid Pest Control Advisor's License, or a copy of said licenses from a sub -contractor to Special Districts prior to using chemicals within the area. 15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be used in binder or booklet form. No work shall begin until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical application has on the environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result. 15.03 Chemicals shall only be applied by those persons possessing the training in chemical application or a valid California Al 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 Bid # LMD-12-13-03 20 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 ed a of the grass along sidewalks curbs shrub flower beds and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. (1) The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices, or any structures located within the turf areas. (2) All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. (3) All clippings shall be removed from site the same day area is edged. (4) After mowing and edging is completed, all adjacent walkways are to be swept clean by power blower or broom. Bid # LMD-12-13-03 21 (5) Newly planted trees in lawn areas shall have tree guards installed if necessary to avoid damage. (6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched clearance where applicable. c. Weed Control: Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibits E -E5). Hand removal of noxious weeds or grasses will be required as necessary. All mulch brought in by the LIVID will be disbursed by the contractor on site to control weed growth. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Aerate all turf by using'/ -inch tines, removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch spacing once over. Special Districts is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Equipment will consist of standard renovating or vertical mowing types. Special Districts is to be notified at least two (2) weeks prior to the exact date of renovation. a. Irrigation: Irrigation, including hand watering and bleeding of valves during an emergency situation as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Special Districts with a written winter and summer irrigation schedule in accordance with the recommendations on Exhibits E -E5 (Irrigation Program) provided for this purpose. Special Districts shall have the ability to change the irrigation schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: (1) Consideration must be given to the soil conditions seasonal temperatures wind conditions humidity, minimizing runoff. and the relationship of conditions which affect day and night watering. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation will be discontinued. No watering medians in windy conditions, to avoid drift and wetting vehicles. (2) In areas where wind creates problems of spraying water into private property or road right-of-ways, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) Contractor shall be responsible for monitoring all irrigation systems within the jurisdiction of this Specification and correct for. coverage_ adjustment clogging of lines and removal of obstacles, including plant materials which obstruct the spray. Monitoring shall be spelled out for all systems to be at least 1x 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 Bid # LMD-12-13-03 22 sprinkler heads can be adjusted) within the LIVID areas covered under this Agreement. (5) All controllers shall be adjusted as needed for optimum accordingly. Contractor is responsible for adjusting the controller (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 Contractors ability to mow all turf. (7) Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a (10) Contractor -will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other controllers not listed. The City requires the Promax universal remote irrigation control unit for its use in field testing and operation of all irrigation systems for the LIVID areas. Use of this device will conserve water consumption, provide for more cost effective maintenance of irrigation systems, and assure all parties concerned that the automatic system is operating at maximum efficiency. Special Districts' inspectors will use this device in their inspections to verify that irrigation systems are functioning properly. The bleeding of valves and hand watering are to be used in emergency or testing situations. h. Fertilization Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application. The City of Santa Clarita will pay the contractors price for the fertilizer plus no more than a 15% mark up. The contractor shall provide the labor to apply the fertilizer. i. Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots, as needed, throughout the remainder of the year to re-establish turf to an acceptable quality. (See Exhibit E -E5). When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of% - Bid # LMD-12-13-03 23 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 SMD staff prior to installation. Typically, Fescue and Fescue blends are required. is. 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. 1600 cubic vards/vear (2) Hand removal (3) Cultivation (4) Chemical eradication using non -residual herbicides f. Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead shrubs and ground covers whose damage was a natural condition/causes, will be replaced under the terms of "additional work" as described in Section 4 of this bid document. All shrubs shall be guaranteed to live and remain in healthy condition for no less than ninety (90) days from the date of acceptance of the job by the Special Districts Administrator or qualified representative. g. Fertilization: Apply balanced fertilizer two (2) times per year to provide a healthy color Bid # LMD-12-13-03 24 in all plants with foliar feedings if applicable. The fertilizer shall be applied once during the months of March or April and once during the months of September or October. Contractor will cultivate around plants where needed. Fertilizer shall be appropriate for plant type and season (time of year) and approved by LIVID staff prior to installation. The Contractor shall provide the Director with a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization. h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices shall apply to shrubs and ground covers. i. Diversion requirements: In keeping with State mandated requirements, the LMD strves 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. Stakes will not be placed closer than 12 inches from the top be on the tree trunk. (7) Stakes and fies will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. (8) Broken branches are to be removed immediately whether they are in the tree or on the ground. b. Fertilization. Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of LMD, be a balanced organic 10-6-4 ratio with trace element. Contractor Bid 0 LMD-12-13-03 25 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," "Fiore[" or other approved product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when % to 3/, of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. The Landscape Maintenance District's Tree Maintenance contractor will provide most of the chemical applications to trees. If the landscape contractor provides this service it will be considered "extra work cost" (refer to Exhibit E -E5). f. Oak Tree Pruning Permit All cuts over 2 inches in diameter on Oak Trees will be done by the Landscape Maintenance Tree Maintenance contractor. All other cuts on Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per City Municipal Code by the landscape contractor or their subcontractor. Special Districts will procure Oak Tree Permits once work is approved. g. Tree Pruning/Trimming: All tree trimming/pruning will be done In accordance with the standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 20.01 Special Districts will provide the materials (Biological insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non -target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are used as a last resort when careful monitoring indicates that they are needed according to pre -established guidelines. When treatments are necessary, the least toxic and most target -specific pesticides are chosen. Implementing an integrated pest management program requires a thorough understanding of pests, their life histories, environmental requirements, and natural enemies, as well as establishment of a regular, systematic program for surveying pests, their damage, and other evidence of their presence. IPM has been mandated on Federal property since 1996 by Section 136r_1 of Title 7, United States Code, and is cited in Title 41 of the Code Bid # LMD-12-13-03 26 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 3y ­a State of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c. Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the Pesticide Information and Safety Manual" published by the University of California will be adhered to. e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 21. GENERAL CLEAN-UP 21.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal/Receptacles: The contractor shall empty all trash cans and replace all trash bags a minimum of three (3) times per week (trash bags provided by City). The contractor shall provide a trash pick-up schedule for the approval by Special Districts. The contractor shall pick up trash and accumulated debris from site per contract, and clean trash receptacles as needed. In addition, dog feces are also to be removed from the walkways located within the Paseo system in the LIVID areas. The contractor shall fill all doggie bag holders a minimum of twice a week (doggie bags provided by City). b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and grass removal within the crack(s) on the asphalt, and stamped concrete median strip areas, if any, at all times. c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces such as: (1) Gum, (2) Animal feces, (3) Grease, (4) Paint, (5) Graffiti, Bid # LMD-12.13-03 27 (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. For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: http://vww.irrigation.org/gov/i)df/IA BMP APRIL 2005.pdf. a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: (1) sprinkler heads, (2) valves, (3) PVC piping, (4) quick couplers, (5) risers, (6) automatic and battery powered controllers, (7) valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Reouirements. 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 all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, annuals, perennial plants, and ground covers when automatic systems are not functioning. 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. aid # LMD-12-13-03 28 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) j(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any "penalty" tier the City of Santa Clarita is subjected to. 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS 23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission without the written approval of Special District Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LMD Inspector or directly to the City. 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. Bid # LMD-12-13-03 29 23.02 Drainage Systems: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for. a. All LIVID area surface drains ("V" ditches), shall be kept clear of debris at all times so that water will have an unimpeded passage to its outlet. Contractor will not flush dirt or debris into the stormdrain system per the City's National Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. b. All LIVID area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) c. Disposal of green waste or other debris into catch basins, drains or stormdrains is prohibited. Such action could result in termination of maintenance contract. 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www.santa-clarita.com/e-service. 24.02 Monthly; meet on site with an authorized representative of Special Districts for a walk- through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, tri -weekly interim inspections may be made by Special Districts. Any corrective work required as a result of a monthly inspection or any "interim" inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any appurtenant structures or equipment within the areas under Contractor's maintenance. Special Districts Inspector will be informed of all graffiti immediately upon discovery, Contractor is required to input graffiti information into the City's reporting system at: www.santa-clarita.com/e- mm 25.02 The contractor may be required to remove small amounts of debris which would fit into a small pickup 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 Bid # LMD-12-13-03 30 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% markup will be paid by the City; contractor, under the terms of this agreement shall provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees. in street tree wells shall be in accordance with Section 19 or these Specifications. Bid # LMD-12-13-03 31 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 ($ 1, 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 fumish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 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 # LMD-12-13-03 32 PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 City of Santa Clarita, Califomia 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 forthe 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 of 20_ 1-3 SURETY* Subscribed and sworn to this day of .20 . NOTARY PUBLIC *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid # LMD-12-13-03 33 kh- NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § I, being first duly sworn, depose and state that I am _ of , the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Signature of bidder's representative making the statement JURAT State of California County of Subscribed and sworn to (or affirmed) before me on this day of 20_ by personally known to me or proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. (SEAL) Signature Bid # LMD-12-13-03 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 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 funi is all obligations underthe 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 thatany alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of .2012. * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-12-13-03 35 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTOR AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay forthe same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of 2012. ' Provide CONTRACTORISURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-12-13-03 36 SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No. THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and , a Corporation ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an amount set forth in the attached Exhibit " " which is incorporated by reference, for CONTRACTOR'sservices. CITY will pay such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's invoice. 2. TERM. The term of this Agreement will be from .20 to 20 The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit" B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. Bid # LMD-12-13-03 37 B. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed, and Carefully considered how the services should be performed, and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits (combined single) Commercial general liability: $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing Bid Y LMD-12-13-03 38 maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "AMI." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative should CONTRACTOR fail to meet any of the insurance requirements under this agreement City may cancel the Agreement immediately with no Penalty. F. 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement, and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9 INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement orcosts incurred in defense otherwise. Bid # LMD-12.13-03 39 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR. Name Address City B. When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement 17, WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION, This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the Bid # LMS -12.13-03 40 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•12.13-03 41 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: DO NOT SIGN— COPY ONLY Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER BY' City Manager Date ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY M Attorney Date: Bid 0 LMD-12-13-03 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-66, T -66A AND T-33 LMD-12-13-03 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) Bid # LMD-12-13-03 43 With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use, staple, bind or folder X Proof of Contractor's License - license number will suffice X Bidder's Bond X Non -Collusion Affidavit — must be notarized X List of Subcontractors — if none, write "n/a" X References Initials Verification of Additional Pricing (approx page 46) Bid Schedule — Use the City supplied pricing page only FX Exhibit A - Violation Records — must be completed Exhibit B — Staff — must be completed Required certificatesiqualifications (as identified in solicitation) X Contract Agreement X Insurance Requirements — Return only if Awardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bid # LMD-12-13-03 43 BID SCHEDULE ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 Item Project Site Monthly Total No. Maintenance Cost Annual cost 1. LMD Zone T65 a) x12mos b) 2. LIVID Zone T65A a) x12mos b) 3. LIVID Zone T33 a) x12mos b) 4. Total (1 b) (place this total on page one of the bid response) Total bid amount, annually, in legibly printed words: Bid / LMD-12.13-03 44 s 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 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 #34) Please initial to verify acknowledgement of labor rates - (initial) Bid # LMD-12.13-03 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING partImaterial costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid # LMD-12-13-03 46 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x quantity) 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope maintenance. 4 One gallon (5) Five Installation of shrub, one gallon container. 5 Five gallon (5) Five Installation of shrub, five gallon container. 6 24 inch box (2) Two Installation of tree - 24 tree inch box container. 7 15 gallon tree (2) Two Installation of tree -15 gallon container Bid # LMD-12-13-03 46 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 City of Santa C/anta, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y: of 1 percent of the prime contractor's total bid: DBE status age of firm certifying agency and annual -gross receipts are required if sub contractor is participating as a DBE. The form MUST be returned with bid, filled in or annotated with "No if none will be 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 M7 Subcontractor Age of firm: DBE STATUS: Certifying Agency Dollar Value oP Work Annual Gross Recei ts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Bid # LMD-12-13.03 47 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 City of Santa Clarita, California Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / Phone ( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: ! / Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Bid # LMD-12-13-03 48 REFERENCES ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid # LMD-12-13-03 49 U u. 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? 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 A LMD-12-13-03 50 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Bid # LMD-12-13-03 51 EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District:/ or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, loppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters such as the Rain Master Pro -Max • All the required tools and equipment to make minor and major irrigation repairs • All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shall be Cal -OSHA approved Bid # LMD-12-13-03 52 EXHIBIT D INVENTORY LISTS AND EXHIBIT MAPS Inventory List: T65 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irriclated Landscape 736,502 2 Non-irriclated Landscape 979,090 3 Backflow devices 3 4 Irri ation controllers 3 5 Irrigation enclosures 3 Inventory List: T65A Item # I Description APPROXIMATE s uare foots a Estimated Quantitv 1 Turf 4,965 1 Irri ated Landscape 2 irrigated Landscape 808,000 4 3 Backflow devices 4 5 4 Irriciation controllers 5 5 irriciation enclosures 5 Inventory List: T33 Item # Description APPROXIMATE square footage Estimated QuantitY 1 Turf 3,900 2 1 Irri ated Landscape 214,000 3 Backflow devices 4 4 Irri anon controllers 4 5 1 Irrigation enclosures 4 Bid # LMD-12.13.03 53 EXHIBIT E Specialized Maintenance Program Reference Guide Daily — Weekly — Monthly Bid # LMD-12-13-03 o -4-9 VIER EEi 2t O ism Um 41_a I I Bid # LMD-12-13-03 54 EEi ism Um o 54 EXHIBIT Ell Specialized Maintenance Program Reference Guide Semi-annual and Annual Bid# LMD-12-13-03 55 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only — actual irritation needs shall be based on plant requirements) SPRING - SUMMER IRRIGATION SCHEDULE A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The run times/cycles will be adjusted to utilize `cycle and soak' methods on a daily basis to maximize soil percolation and consequently minimize run-off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower - temperature hours. FALL - WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will be programmed to be on solely during daylight, non -frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fall, and Winter]. B. LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant of the results of those inspections. Bid # LMD-12-13-03 56 EXHIBIT E3 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference (hlv — artnal irriaatinn nroda shall ha hnQPd an nlant rrmurvments) Districts Irrigation Program — Summer & Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 — October 20) A. Shrub Beds 1, Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads — 10 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. B. Turf Areas I. 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 perday, 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 # LMO-12-13-03 57 W01-:3rl.xl Preventative Disease Control Guide Olea Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when % to'/. of blooms are open. Second application to be done 7-10- days after the first application. II. Pyrus Kawakamii (Evergreen Pear) Fireblieht — Preventative Treatment Spray application to occur October I through mid-November. Fireblieht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut. III. Platanus (Sycamore) Anthracnose(Fireblieht) — Preventative Treatment This treatment would consist oftwo (2) applications and possibly athird application, depending on the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application— During the month of April, if there is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of a type approved by the County Agricultural Commissioner. sd # LMD-12-13-03 58 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 mostjobs. 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. :1;:] EXHIBIT F - ZONE MAPS I ? _ \ + ®,.+Scala Clactre Landscape Maintenance District ;ketl f zone Ito :I, f ®r'M1NlrwtlsMllb}9 R.A1 uY �xenNlO,w,.:tlrnpx Maroon al A .i✓� 1 f I' � 4i N> TO, � n �11111�d1 L ril ✓ �rha4 AI �IIl�I% I�I"5i rri° s r 1 tl,tIN,�x f I r. 1111 `" f' sa"'o l�,�'T � I/ i f[..;I •t '-In I'�'11I�.�IJ A+. 4411 �+ � e war a�p.l ..... Ilii I q I�I� N�A Af' � -��• �,1� v � P x lii a� r�YL I III III I , LLLw tg la Iw+0. s I IK I Ipt rs' I ' c � I 4..t I Ir I,I p I'r� '4r d^t " 1 >`VI,•:I�IIfw"I dal S rc;.p5 's ' '; I I� IPG7 ,t iJ4F�' CT� yl � . � y:. � 1���� ^.��y�s � x'r >d �1 n f 15 ki•�`�i . � l I'�Ililrl��.rWi�iAlPuh ; ^jkTti a -I��1�'•td�'4i I I Iil� rf. 1 ul yJ,l 7 r �H Ii r it�.� �x����xlk Y,l•n�l I If � jai , �;Iry�� r�' r � CY I�yp�' £' x • AI�'+y r"'WWWzzzt � .. 4.rF��C. x M,1 " d. PON, r I� r�.�IV�G�"'� ° ' <� �� Iq�d(tuA ; 1. 7�.�a�.a f I i• II� r 's9dlh s r r i.yl f.. 'a. r 9 j trr,.,l r' el r • I 'I 0) . . ....... ... ln; ® It, i ltgit t 11w; 11 t�" tP -arN lit oi It it; fl, .-t f,;; Landscape ntenance District .. ... .. Maizone T65A sai r)2 ;i lo Wit* ��l 'N ..... . ... ... N 0 Z m -.-I CD (in ZONE T-33 63 HOLIDAY New Years Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Day after Thanksgiving 1/2 Day for Christmas Eve Christmas Day 1/2 Day for New Year's Eve New Years Day EXHIBIT G 2012 HOLIDAY SCHEDULE DATE CELEBRATED Sunday, January 1 (Observed Monday 1/2/12) Monday, January 16 Monday, February 20 Monday, May 28 Wednesday, July 4 Monday, September 3 Sunday, November 11 (observed Monday 11/12/12) Thursday, November 22 Friday, November 23 Monday, December 24 Tuesday, December 25 Monday, December 31 Tuesday, January 1, 2013 If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. 64 ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-12-13-03 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -66A AND T-33 October 4, 2012 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. 1. Who has the contract now? A. LMD Zone T65 - Rich Meier's Landscaping, Inc. LMD Zone T65A - Rich Meier's Landscaping, Inc. LMD Zone T33 - American Landscaping, Inc. Contractor's representative Date Company Name Bid # LMD-12-13-03 1 =:1 , I. ADDENDUM #2 For City of Santa Clarita Invitation to Bid LMD-12-13-03 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 October 17, 2012 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. There appears to be a typo on the website release for the RFP. For the project duration it says "2 year plus 930 one year renewals'. Can you please clarify what that means? A. Yes, this was a typing error. The term should read "2 year plus (3), one year renewals." 2. The Engineers Budget for T -65A appears to be bigger than the budget for T-65 even though it's almost half the size of T-65. Is that correct, or is it supposed to be the other way around? Please confirm. A. The bid has been reviewed with respect to this question and it was determined that the Engineer's Estimates for zones T65 and T65A are correct. Contractor's representative Date Company Name Bid # LMD-12-13-03, ADD2 A > /1\ ( CITY OF SANTA CLARITA cp U INVITATION FOR BID BID # LMD-12-13-03 BID OPENING: October 25, 2012, 2012, 11:00 AM The City of Santa Clarita invites sealed bids for: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 Terms of payment(:. I \el t5 o Delivery: EXHIBIT B Subtotal US$ G -3,41u,00 Sales or Use Tax (8.75%): US$ t4R TOTAL: US$ I4a1lP 1. Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 120 Santa Clarita, CA 91355-2196 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 far ninety (90) days or forthe 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 65, Exhibits A to G and separate Appendix C (Labor Compliance Program). S. The last day for questions will be 5:00 PM, October 17, 2012. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Monday, October 8, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Century Room, Santa Clarita, CA. 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 fumish the commodity or service stipulated on this bid as stated above. " l7�" is mai Ott Company.5tWaltt;yyd►'t��Ii,t. Address: ,CS%35o Name (Print) wnrti Signature: spy Company Phone Nc(te 91a Title of Person Signing Birt TABLE OF CONTENTS Bid ;r LMD-12-13-03 ANNUAL MIAINTENA" CONTaACT FOR LANDSCAPE MAINTENANCE ZO ES: T-2, T,3, T-4, T-5, T-6 AND T-7. wad LMD-11-12-43 OZxOT-USt -3 sWl 1� , . '. LwJIO — 12-13- b ....... . .......... ...... ... ............................................. ... Notice Inviting ............ .... I ............ ........... IrrAtationto Bid ...................................................................................... 1 ............ 2 Bid14 . .......... .................................................................... 3 Terms and Conditions ...................... ........ ...................... Bid Schedule ........................ ......... ; ......................... ....... 7'. 44. Designation of Subcontractors .................................................................. 47 References ............... ...... .......... ........ .... ......... ElchitAt A Violation Records .......... ................_.,,....,.......:,,.;.:............,.....,.50 Exhibit 8 Staff ......... ............................................................................. 5 Exhibit C Equlpment Requirements.... * .............. .................................... 62 Exhibit D Parks Inventory ................................. ...................................... 63 Exhibit E, E1 -E5 Maintenance Program Guide ..... I .............................. . .......... 54 Exhibit F Transit Facility Location Map ........................................................60 Exhibit G Holiday Schedule .......................................................................... 64 APPENDIX A Labor Compliance Program (separate attachment) Bid # LMD-12-13-03 2 A. BID INSTRUCTIONS -1. Submitting Proposals. ,(a) The bid response must be 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), original and one copy in a sealed envelope with the wording 'Bid', bid number and closing date marked on the outside. (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. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3. Currency. All references to dollar amounts in this solicitation and in vendor's response referto United States currency. Payments will be made in Unite States Currency. 4. 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 altemative,bid. 5. 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 Clarke to seek out #w*e products which result in less energy usage, least impact on natural resources and greatest reuse of post-industrial and postconsumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 6. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 7. Reiection. 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 perforin 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. S. Addenda. The City will not accept responsibility for incomplete packages or missing addenda It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included This information will also be available from the City's website if the bid was downloaded. Biddersare 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. 9. Awards. The City will award in accordance with S.C.M.0 § 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.0 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-clarta corn/purchasing normally within 24 hours. Bid # LMO-12-13-03 (continued) 10. Cooperative Bidding. Other public agencies maybe extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendors response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of theseoutside agencies and is not obligated or liable for any action or debts that may arise out of such independerttly negotiated "piggy -back" procurements. 11.. 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. 12. 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 ExciseTax (F) Charges fortransportation, containers, packing, etc. will not be paid unless specified in bid. ConVadprhendoragrees to cooperate with the City in all matters of local taxation. 13. Payment. (a) Bidder shall state payment terms offered. (b) payment will be made on the pay period after receipt and acceptance of,poods and/or ser -Apes ,ertrlupon using department confirmation of such acceptance. 14. 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 "fdre such assignment. 15. Sub coMis. For all public projects, the Bidder mustlist any subcontractors that will be used, the .work to be performed by them, and total number of hours orpereentaga of priaethey will spend on the project. 16 Prevailing lee, For aApublic works," Bidder isto#tu(gacltobidpieva7lingwage. For the purposes 4�this paragraph, public, works meliides mctirlterianoe The.Ctky of Santa Clarita Labor Compliance Program is included herein as en. in'formahJe reference ke..'e successful bidder. It does not require any completion prior to eaitiact award but should be reviewed for all necessary provisions and requirements. 17 Protection of Resident Workers, The Qity of Santa-Clarita actively eupports the Immigration and Nationality Act (INA) Which includes provisions eitdressing empkiyrfrient"eligibility, employment verification, and nondiscrimination. Underthe 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,verify311e 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 underthe Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 18. Indemnification. The bidder is required to indemnity 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. 19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid 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 and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Bid # LMD-12.13-03 BID INSTRUCTIONS (continued) 20. 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 priorito contract signing. Insurance shall be "Primary and Non-Contributcry" and must name the "City of Santa Qladta* 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 $2,060,000 aggregate),.Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement). For professional services, Professional Liability with 4 linfift of $1,DOO.000 may also be required. Insurance shall not be cancelable or subject to reduction 'U'dept 6ilioh thirty, (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 21 ' ;firi-S, it's' In"s,beition. When deemed necessary-bythe City, an on4te inspection date and time will be so desigpriisted. Bidder is responsible for I inspecting . . and understand inigbietotal scope of the projects V.e., specifications, quality, and quantity of work to be pirformeiO 22 `­to6cMcwtjms.' Materials'differing from stated specifications may be considered, provided such 0 i a scnb d, an' Provided furtherthat 'rtkilet are considered by ftererfice re clearly noted and described, e d a a City official to be in all essential respects in compliance with the specificiaiiois. 23. 'Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any Item contained in the proposal does notrestrictbidder's to the manufacturer or specific article, this means is being used simply to indicate a quality and I utility of the article desired; but the goodson in all 6 m"a gi i�i'b e6 us] in ou IN it to 6e, ri i red This mkich �iris are submitted must i al andutility those I rigid to. i :,ex�ception applies solely to the' material dieffis'In quiestion"ainid does not suPetdede any other specifications or requirements eked. Documentation of equivalency must be submitted with the bid. At a minimum t - ust demonstrate .equivalencyun the documentation M, fit, function, quality, in form, of' performanceI . . 1 11 1 . .1-1 1 -1-1. 611 other stated ineqtArd,ffieroils., . The Q'ity. is final detarmin ' er; equivalency. Fxc, d ity and the notat,.eptq?Rismdde.c.n.tho'sol.te.rftwh6rdhiO6nfical.stipply has bision determine an ion NO. SUBSTITUTE ITUTE has . been'used in the specification, section. 24. Price Reductions. It at any time during the life of this contract, the successful bidder reduces his price W prices to others purchasing approximately the same quantities as contemplated by this contract, the 'piontract prices Must be reduced accor'dilhigIy, a 'M the coilfractodvendor w 11 immediately notify the of Santa Clanta, hasirig Agent, P4 2S Contract Pricina. Except as otherwise provided, prices must remain consistent through the term of 'this contract. The City does not pay 'surcharges" of any type dn ass identified in the response to this ' bid. All costs will be included in, the pricing provided to the City, 26. Non-Anpropriation 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 CiVs legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficientfunds for the nextsucceeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with orwithout cause either verbally or in writing at any time without penalty. 81d # LMD-12-13-03 BID INSTRUCTIONS (continued) 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of Callfomia Safety Orders, and regulations issued thereunder, and certifies that all items fumished under this bid will conform and comply with the indemnity and hold In armless clause forall damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunderand fi the failure of the dams furnished under... "r to so comply. <... ities. The iroceed ander. ;Dttierwise were is City with award ora termination, the City shall be entitled to could pursue in the event of default by gifts, or actor, to makirlp of any detempnalrottswith respell to e existence of the facts upon which the City in any competentcoutt, Inthe event of such e remedies againsttheonxractoras the City 31 I!glivery. Contract delivery must begin not later than fifleen (15) calpi r sr da.ysfpx receipt of order. Untess otherwise specifed, delivery shall be.D.O P, the Eily_o( Santa Clarda, and site of user division.. 32. Invoices. Invoices will be forwarded to: City of Santa Clarita Special Districts 23920 Valencia Blvd. Sts. 260 Santa Clarita, CA 91355 ?1198.. Invoices will re 11 the purchase order # and gooaor. iiiii a delivered in,acogdartee with the terms of the contract. Invoice processing begins on,receipt offhe material or Invoice, yvhichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to n(a�santa-clarita.com . They may also tte.faxed pn letterhead to (661) 286-4186 or sent on letterIkilliahead to: City of Santa Clarita Purchasing Department .23920 Valencia Blvd. Sara Clarita, CA 91355-2196 The last day for questions will be October 17, 2012 before 5:00 PM 34. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, 'rf applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid * LMD-12-13-03 The solicitation, bidders response and the Purchase Order (and Contract for services) constitute the entire agreement between the vendor and the City of Santa Clartta (City) covering 'the goody (hncluding services) described herein (the "goods"):'Time is of the essence. 1. 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 ar)y or all of the goods atvet bet place of business or'upon receipt by City at Cttys election, which rght shall be exercisable notxrtdtstending Buyer's having paid for the goods prior to inspection. City by MAon of ds failgre to srip6iitithe cods, shall not be deemed to have accepted any defective goods br.goods whieh do odIt'donform to the specificalions;therefore, or to have waived any of Citt X ollitsor remedies arising bybirtue of such "''deldds or noh=conformance. Cost of inspection on deg4rigs broffers for delivery; which do not meet "ipecification3, will tie for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrery, title to, and risk of loss of, the 'goods shall remain with the vendorutdlifits goods are deliver!%tthe'D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the `goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendors skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendors breach of its obligations hereunder. 4. Remedies. In the event of vendors breach of this Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City by law: (a) require vendor to repair or replace such goods, and upon vendors failure or refusal to do so, repairor 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 vendors option; said return to be made at vendors 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 vendors recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5. Force Majeure. For the purposes of this Contract, an event of "force majeure" shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties, fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof, failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of Bid # LMO-12-13-03 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 orwill 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 contrail byeither 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/ortimely, 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'sobligation 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 ads 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- 7. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance underthis Contract, including, without 'Allmitation, the Fair Labor Standards Ad 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 Ad, 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 9970, 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 forthe prescribed material/services and /orany 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 fumished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by Bid # LMD-12-13-03 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, $guipmwt, tools, artwork, designs or other properties furnished by City or specifically paid for by Chyshall be City's property. ;Any such property shall be used only infilling orders irQm Cityand may on demand be removed by City Without charge. Vendor shall:use such property at its own risk, and shall beresponsible„for allioss 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 rnakes, naw"amanties of any nature With respect to any property it may fumish to vendor hereunder.. 9 Govermng Lauru The Purchase Order and:this Contm4 between the parties evidenced hereby shall be doernedto be made In the State of California andsha4irie11 respects be construed and governed by.the,laws:o#that state. ,10 ^Miscellaneous. (e) Thewaiver of anyterm, wrldhion or provision hereof shall not be construed to be a waiver of any > other,such term, condition orprovision, nor shall such waiver be deemed a waiver of a subsequent breach dithe same Jerm, condition or prevision. (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. 69n the issue of primacy in disagreemeMs.in bid,responses, words shall hold over numbers and unit prices shall hold, firer 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, atany time prior to shipment, or (2) If (A) a receiver or trustee is appointed to take possession of all or .,pt ibstantially all of vendors 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. 10 aneventdescribed 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. Delivery Orders. This is a maintenance purchase order. The Vendorwill 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 speck office at the Vendor's place of business. 12. Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification - For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bld t LMD-12-13-03 $. ADMINISTRATIVE SPECIFICATIONS litrodi�tfon The Cityof Santa Clarita, landscape Maintenance Districts (LMD) is Soliciting sealed bids from guetiried landscape companies for landscape maintenance of the City's LMD Zone TM (Fair Oaks Phase 1), LMDZone T65A (Fair Oaks Phase 11'&III)and LMD Zone T33 (Canyon Park). This contract shall run for two (2) years with the option for three (3) additional one (1) year renewals. In with State mandated d vetsii ll -requirements, the LMD strives to exceed diversion obligations to keep greenwastefrdrn 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 haves 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 Vyork,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 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 Catrfomia Department of Industrial Relations' Internet web site at htto:/tww,v.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. Bld al LMD-12-13-03 10 Contractor shall further adhere to the requirements, contained in the City of Santa ClanWs Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at,Appenclk A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for ,obtaining a current edito. of all applicable Federal and Califomia statutes and regulations and Ad hering to the latest aditions of sych. Contractor shall submit certified copy of all Certified Payroll rymertt;op at (east ralmry Oasis to tnecrty, . 1. OF,NERAL REQUIREIAENTS ml!ahi 3forthb$I.LINC) 1 bNt �WRANDEQLIIPMENT(See,ExhibitsBand%underthe E6RrIs M ttlls bfd toprae fortnalt5terlanc jSF landstpetl pese pitrkways, perks, medians and various otheclQcatioris throughout the Crly of Sarda,Clanta.. . Ttie ContrRlctgf shah furnsh,a6 labor, _equpment,'.matenals, tools services and special skills, i.e ltrigabpnSpecialwt, ImgatipnAssistaiit .and Foreman required to Pefform the landscaping 4 jtlairjte,;naiice as set forth. in these spegficahons`rl,mclusrvelabor and eauiomerlt ;)ja")teeping with pig highest standards of quality and,Perfonnance maltNenance of plant )tarial ha"idscapa (i.e.: sweeping or blowing down concrete lndlor trade Yyeed apittegleM) silld'iSngation systema repairs. Maiftten8nce of pleM tneterial shall include, but riot be bred tq rigwlijg, Weed abatement for fire clearancelfuel mod (100.feet from structures), trimming edging hand pruning, fertilizatan, and aeration, application of pre -emergent tierbicides,-weed control, mmorfree lifting, dethatching, plant replacements and:cleanup of drainage systems. All mulch brought in by the LMIt vrill be itisbursed Y y the corltraeEor on site to control y tied growfh-. ft.ts the intent of these spec fications to - p'rovide plant matenat.rt7aintenance methods to keep a0 areas weed tae anct in a state of good ..plant health.. The Engineer's estimate for,th)s work is epprbxlmr#ly: LMD Zone T65 - $60,000Iyr LMD Zone T65A - $80,000/yr LMD Zone T33 - $40,000tyr The Landscape Maintenancie District (hereinafter defined as the LMD)'.dvred by this Agreement #Rall be maintained at a crisp, clean level of appearance at Califooija Landscape Co, ntnactors Association (CLCA) Industry standards and all work shall be performed in a professional, workmanlike' manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the level of services provided for in these specifications at all times. 1,02 City of Santa Clarita Landscape Maintenance District (LMD) administration staff, consisting of the Landscape Maintenance Specialist, Project Development coordinator, Special Districts Administrator, Technology Services Manager or the Deputy City Manager or his qualified representative, shall herein be described as'Special Districts.' 1.03 Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. The premises shall be maintained with nothing but the highest of industry standards at no less than the frequencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to Bid # LMD-12-13.03 11 Turf mowing; Edging; 85% hand pruning and 15% mechanical; Over -seeding; Reseeding r. Manual weed abatement; s ';Qhemical weed control; ; t 'Nfatntenanoe,"of fire protection / fuel modification of slope areas; Maiking underground irrigation lines and otherLMD equipment upon Dig Alert x �, • notcetion; ' �v. Artificial turf maintenance; .w. ,;Traffic control per (Watch manual) while working in the public right of way for medians and parkways; z Litter pickup, doggie litter removal, trash bags removed and replaced from containers z(City provided doggie and trash bags) y ':Tennis court blowing and washing is kirrigation Specialist; Irrigation Assistant .Laborersand foremanat no less than the frequencies requested int. Introduction; Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 `Maintenance Program Guide'; Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas; shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair, c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; .Bid IF LAD -12.1343 12 functi I. Pruni m. Trimr n.. Disei - .... o. Tree' p. Main q "MIIc r. Manual weed abatement; s ';Qhemical weed control; ; t 'Nfatntenanoe,"of fire protection / fuel modification of slope areas; Maiking underground irrigation lines and otherLMD equipment upon Dig Alert x �, • notcetion; ' �v. Artificial turf maintenance; .w. ,;Traffic control per (Watch manual) while working in the public right of way for medians and parkways; z Litter pickup, doggie litter removal, trash bags removed and replaced from containers z(City provided doggie and trash bags) y ':Tennis court blowing and washing is kirrigation Specialist; Irrigation Assistant .Laborersand foremanat no less than the frequencies requested int. Introduction; Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 `Maintenance Program Guide'; Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas; shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair, c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; .Bid IF LAD -12.1343 12 g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and crate rail; L Artificial turf installation; ). 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 imgaboq e"iliiiency 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 emergencyzsituatioA, it shall be the responsibility of the co,jMp orto.ghrginate all unsafe conditions whieh would adyersety affect the health, safety, or 1.08 Keguianons juarwr. -anu proper,Wearing or me ciummu.'. amir s onau tie pultoueu arm worn at all times. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of.this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 1.09 The contractor is required to have a minimum of five (5) years' experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.10 Contractors employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, Weather -Trak 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 * LMO-12-13-03 13 2., 3. %Arboriculture (ISA) / or have a contract with a Cedified Arborist on a need basis. The contractor k"ust 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 peirhits. LANDSCAPED AREAS `TO BE MAINTAINED 2.01 "The LMD area's to be' maintained untler the provisions of'this Agreenlertt are sp®cNkally identified in EXhbit D. (Inventory Lists and Area Maps): CERTIFICATIONS/RE PORTS/REGORDS 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. Thp'ironthly payment'Wil not be made:untIc#uch 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 areort that records when all Periodic, Seasonal, and Additional Work' maintenance functions perfonned by Contractor's personnel were completed. Said report shall be in a forth and content acceptable to Spacial Districts and will be made available to Special Districts upon request- The monthly payment may not be made it 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 Advisors 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. Bid # LMO-12-13-03 14 3t95 Violation Records: The awarded contractor shall not have two (2) or more Cal -OSHA gustained 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 Contr. actof p. nnel 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_ isnot considered an Act of Nature for the purposes of this contract. . Sheet contractor will maintain and submit copies of invoices to demonstrate the contractors cost. 4.03 When a ond(tiorl exists Wherein there isimminent danger of injuryio the public or damage to property, Speoial Distracts may verbally authorize the wor 6 be perfo rrted upon receiving a verbal estimate from Contractor. However, within 24 hours afterreceiving 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 e)tra work and items must be submitted biweekly to Special Districts. & CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractor's operation within the LMD areas shalt be repaired or replaced at Contractors 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 Contractors expense to comply with the specific instructions of Special Districts. b. Shrubs Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care;' of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. Bid * LMD-12-13-03 15 6. c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS If the Pith the Panel 6.Q2 The Disputes Review Panel will be appointed by Special Districts and will be composed of not less than three 3 Qualified ers' 61, () p represen, . gs'having extSi hce in tris administration of grounds maintenance contracts:lob' panel will convene within one (1) week of ,appointment in order to hear all metters'related to the dispute. The hearing will be informal and 4an fm rules of evidence will not apply. `The Panel will sutimit fts recommendation to Special Districts for consideration, within one (1) week following the conclusion of the hearing. Special Districts, shall render an interpretation based upon riMew'of the Panel's recommendation. Special Districts' decision -shall befinal. ''• 7. � ':OFFICE OF INQUIRIES AND COMPLAINTS'`: 17.01 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 LMD 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) he 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 Sid S LMD-1213-03 16 owing to the Contractor, from Special Districts: 0. 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 agents of their t).02 , k shail.be Contractors responsibility to inspect arid,tdentify any conditions) that renders anypoirtign of the LMD premises unsafe, as well as any unsafe practices occurring thereon. peaat Districts shall be'nobfted Immediately of any unsafe Wndaion that requires major. co iii"re5tign, Colftractorshalt, tje tegpor ible for making minor corrections including, but ,not limited .: too 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. membersof the public or others from injury. During hours of operations, Contractorshallobtain emergency medical care for any member of .the public who isin 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 pecurring on the premises, including a complete written report thereof to Sp'ecial.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 1) 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 anyone 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 Bid # LMO-12-13-03 17 Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California 10. MAINTENANCE SCHEDULES ,g�gmisgs work schedule to Soecial-Districts for review and aooroval. Said work schedule shall be 'Wbnan annual calendar identifying'and delineating the limeframes for the required functions by tfie.day of the week, morning; and afternoon. 1002 Contractor shall submit revised schedules when actual performance differs substantially ,from Alarmed performance. Said revisions shall be subinilted°to Special Districts for review, and if appropriate approval, within five (5) working days prior to scheduled time for the work. 1.0103 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. ai Fertilization;' b-turfAerification, pds�:TurfRenovationNerticutting; .',Turf Reseeding, Micro-Nutflents/Soll Amendments: f: Spraying of Trees, Shrubs or Turf; g: Aesthete Tree and Shrubbery Pruning; h. I Preventative disease control; is 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 b, 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 Bid * LMO-12-13-03 1 B Or off the LIVID property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that afire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be bompleiedthroughout (4)Contractor`shallbe resppn9lbleformamtalning the brushed _ope areas throughout the year in acmrdaa'ce,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 contractorwill be paid additional compensation at the rate specified in the fomi 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 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 Contractors 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 Oar. Planted slopes which were not hidrgseeded shall be kept weed free at all times and the use of chemicals is permitted. Planted slopes that were hydroseaded 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 (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF eb # LNCH112.13.03 19 J' 11.01 Contractor shall provide sufficient number of personnel to satisfy daily and/or "weekly 'reduirementsfor 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 partof a crew serving any.number of Zones`shall include at least one individual c4 foreman who`speaks and Wnprehtinds the English language. 11.02 Special Districts may at anytime give Contractor written notice to the effect that the oontluctor action of designated employee of:Contractor is'ln the reasonable belief OPSpecial Ufstricts Staff, detrimental to the interest of the public 4 -hid prerrlises; Contractor shall meet Okh reprQsentati4di of topecial Districts to consider the appropriate guise ofa 6n with`respect 16 such matter and Contactor shall take'reasonable measures underthe'circumstancesto assure Special Districts that tWbonduct and activities of Corltrdetots employees will not be detrimental to the interest of the public patronizing the LMD covered under this Agreement - 12 SIGNSJIMPROVEMENTS 12.01 Contractor shall.not post signs or advertising matter upon the premises or improvements '='!hereon, unless priorapproval ttierefor®ts obtained froin'LiND 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 Contractors failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include but are not limited to watering during a rain Stone and/or watering the day after rain and/or watering during a special event. The excess cost will be'determined by comparing current usage with historical usage forthe 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. 1s. USE OF CHEMICALS 15.01 At the contractors expense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operators License and valid Pest Control Advisors License, or a copy of said licenses from a subcontractor 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 Bid it LMD-12-13-03 20 �S:Aeaa(pistdcts. jhe contractor shall consider.tbe effects chemical application has on the ,etl?rkr nmetit. The,comractor shall use the Ieastjoxic chemicals to ttte lowest quant!ty that will be etiective.in achieving the needed;result. .. - . .1503 Chemicata shaJi Mly be applied by those persons;possessing'the training •in chemical appilcatjonAk a balks tre!itomia Appticstor's.Cerdficate Application shall be in: strict accordance with all goveming regulations. 15.04 Records of all operations sW. .W daW,JJmes mathodS of epplkxibon chemical fo[mulations; app.@ tgrs;names and weather,conditions shall be made;and retained in an active hie for a minimutnaf tfrriip (3) yaia Crontractor shallprovide a chemical, use report and a copy of tkie PCA recdnlrr*,n."'O' to Special Districts;for each application (site speck) made during each month. This shall be to addition t6 the copy of the usage summary that is provided to the Agricultural Commissioner. 15.05 All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioners Office and a permit obtained with a copy to Special Districts. 1$.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 propertyand pfeventinglany toxic eKposursto:persons whether;or not they am in or, near the area of: application., 16. : ATORAGE FAGtL(TI .S 16,91l.Sp pistricts,shall not provide. any.stoFage taoilities for the Contractor. -Any Contractors storage facilities must. be located outside of the boundaries of the Zone for which laiidscape inAlr iinarrceservices are performed, unless Special Districts determinekA.wquld be in AhebestinlateopfSpial, Districts to waive this restriction. 17. TURF CARE 17.01 Contractor shall perform the following services under the terms of this agreement: a. 0 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 'h inch and 2 Y: inches during April through November, and at 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. Edging: With each mowing: the edge of the arass along sidewalks curbs, shrub, flower beds, and walls shall be trimmed to a_neat and uniform line. Where trees and Bid # LM&12-13-03 21 !r SA. 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 pfovide maximum water coverage. Edging will be done concurrent with each mowing. (1) iThe edge of. ttteaurFs)taU bg tnmrtled around value boxes, meter boxes, backfiow fi8vimS Qr yr tr lotures ,hp.cated withini the turf areas. (2) Alldurfedges'q% o_bematntamad:to,praventgrass 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 XX Weed Control Control tgrfweedsas needed and in accordance with the specialized mautenarrce_program (F�rhibfs E5) Nand removal of noxious weeds or grasses anal be r�gwred as necessaryAU mulch brought.in-by the LIVID will be disbursed by the coriUador of site to control growth. d. , In§ecUD�aease Control: `Ehmmat, all insect, or disease affecting turf areas as they .i OCCUr e m Aerate all turf areas two (2) times annually, once in the spring and once in the fall priorto 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 noted 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: Bid C LMD-12-13-03 (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. 22 (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 velocitywhich would normally occur at night (between the hours of 7:00 p:m'andG:OOa..ri ). (3) Contractor shall be responsible for monitoring all irrigation systems withir the iurisdiction of this Specification and correct for coverage. .: adjustment,<cloiggina of lines: and removal of obstacles, including plant .materials which obstruct the spray. -:Monitoring shall be spelled out for all systems to be at least lx monthly. . ;";(4),,-i Check systems, ssneeded, 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 carr be adjusted) within the LMD areas covered under this Agreement. . (5) All controllers shall be adjusted as needed for ogtimum performance considering the water regriirements of each remote 'control valve (sprinkler station)"Smart", or ":weather based" -controllers shall be confrauredto water in;the "ootimized" or (6) frrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractors ability to mow all turf. (� Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are fUrictioning properly - (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other controllers not listed. The City requires the Promax universal remote Irrigation control unit for its use in field testing and operation of all "Irrigation systems for the 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 -Sid 0 LMD-12-13-03 23 a. , used in emergency or testing situations h Fertilization: Turf shall be fertilized with a turf" ,commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E ESJ.AII-fertilizer used shall be granular. Fertilizer type can be suggested by Contrector,'determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application The City of Santa Clarita will pay the contractors price for fMe fertilizer plus nb rnbie than a'1fi°k mark up.' Ttie contractor shall provide the labor to apply the,fertlllzec;; r Rereading all CgMra$tor shall twice each year, once in the fall and once in the spring, overseen all turf areas atter verUcuttjng (deth�tGlting) serification and overseed all bare Wits. as neded throughout the_`remarnder. of the year to ie establish turf to an aces table ...... (See'Exhiblt E E5) When CoMractor'reseeds turf the will aerify P q Y verticut, seed and top dress {spread'aveny over the entire area to a uniform depth of/. inch) in this seguence.-Special Distrrctmay;requrre the use of sod when deemed necessary. 'Contractor shall be.e4Gtledto additipnal compensation, (extra) forthe cost of the, sod only, provided that the loss 6iturf was;not due to.the negligence of Contractor. Over seedingbe , shall sgwn at a rate of 6 pguhds pbr 1x000 square feet and reseeding of, bill areas'shall be piwh at a rale $ poulids per 1,000 square feet. The seed Llilq In bObr #ged100. of hew irrf es blishmgM shall be approved 6y l MD staff prig'to instalistlon Typ1eally, Fescue and Fescue blends are yequired 18 5 kt 0OUND-, k 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 9ro`Mh to the natural shape rel 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 isnot done during flowering,°during new growth emerging or during the hottest time of the year (July -August) unless directed by Special Districts. No bails, 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 Bid B LMD-12-13-03 24 times. Methods for control shall incorporate the following: 11) ' .Mulch applicationto 3" laver maximum (approx. 1600 cubic rd ear (2) ,liafid removal (3) Cuttivowh':: (4) Cherr frpal eradication 4ismg norildual he es All damaged -':obsessed (untreatable), or ar(rage was a naturel con d" will it woi3i' as des4r{ ed,in Section 4 of this bid d to'llve and rer"naln � healthy condition for 6'6f ar,�capi & of tl e,job by the Special snfative ` 1,(2):.dme9 per year too'provide a healthy color ire;" -The 1ertiliz&'6hi II be applied once )lice during the mdriths'of September or plants,where needed. Fertilizer shall be s of y, qr) and approved by LMD staff prior le the,Wreetof with a fertilization schedule, h. l n: Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not fupooning as .rie redio maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning ,�:;(Rigationpractices shalt apply to shrubs and ground covers. I. Diversion requirements: In keeping with State mandated requirements, the LMD ;�onfraChj Nortl%tirid� chipper a the landfills. The enerated by TA6 de a Vermeer 1500 lining a minimum 2- a minimum 3 -inch 1s. 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 Bid # LMD-12-13-03 25 M been broken or damaged on existing trees. Tree stakes shall be pentachlorephena treated pole pine, not less than 8 !"t in length for 5 gallon size treps,and not less than 10 feet for 15 gallon .,trees sizes W§aWnlido s Commercially soilfible tree rubber ties are to be used unless there is a heed for guy wires,: All trees tied intwr 6 ft - 01100 -top and bottom. Stakes will M be placed closer than 12. in chos.firom the top tie on the xtree trunk Stakes and tieAwi!l sono chadrid. 1;4ric occurs and shall be ken IStancims are to be removed fmrttedhately Whether they are in the Z -or on ground. ply fert1l"r within drip Ilre at least once or year (during the months Ade.i healthy color in all plants. P" Dtpprov,- Ill�iir should, at the 1, be a lislihoed.orgi6k !M-4 ratiq,with.-traqp.eIement. Contractor ec' IN r to the fertilizer . !a Districts With two. (2),wei*s n Prip c. Tjhnk If dp6r6it is required for tree pruning, Contraietor Will 'obtain a permit prior to commencement of work by Contractor. d. Tree Replacement All trees permanently damaged qed as a resuft of action or inaction by the contractor will bel . provided for Urldler..Siii�on 5 with the identical species oftree existing preOpuiiity'unless otherwise notified in writing by Special Districts. The need fqr and the size of replac ei will be e 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 Wanted trees are the -:responsibility of the Contractor to maintain and guarantee healthy e. Olive Tree Spraying Ornamental olive trees shall be sprayed to prevent fruit set by use of 'Maintain," "Floral" 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 I and May 10). Both spray applications shall ba put on using ng a power sprayer with a minimum of 150 p.s.L pressure. The Lanaicape Maintenance District's Tree Maintenance contractor will provide most t of the chemical applications to trees. If the landsdape 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 Tone 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 P[y9i;n�faTbrijm 'nq: All tree trimming/pruning will be done in accordance With the standards established hed 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 Bid # LMD-12-13-03 26 pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. "ted t IPM ' t a. Integrated Pest Management 1IPM1. Integra ,. pest managemen ( ) rs apes management strategy that focuses on Ibng-terrn'pFevention or suppression of pest problems.with minimum impact on human health, the environment, and non -target organisms: Preferred pest management techniques include encouraging naturally occurting biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adopting cultivating, pruning fertillzing, or irrigation practices that reduce pest problems; and changing the habdat to'make R rriibmpatibfe with Qegt development. Pesticides are used as a last rat dM when careful ni'onftoring indicates that they are needed according to pre -established guidelines. When treatments are necessary, the least toxic and most target -speck pesticides are chosen. Implementing an integrated pest management program requires a thorough understanding of pests, their life histories, envirohmental requirements; and natural enemies, as well`as establishmentof a regular systematic program for surveying pesii, their damage, and other evidence of their presence. IPM has been'mandated on Federal property since 1996 by Section 136r_1 ofTdie 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 Aevelop an IPM program for work covered by this statement of work *b. ` Chemical Application: All Work:iiivo , 09 mi the use of chemicals will be accomplishedby a State of California' Certified bir LUnsed j5est control operator. A written recommendation by a. person possessing lid Califoritfa Pest Control Advisor "License is required prior to chemical application. ro: perdits:. All chemicals requiring a special permit for use must be registered by the Contractor with the County'Agricufturel Commissioner's;Dffice and a permit obtained ith wa copy to Special' Districts, prior to use A`eopy of all fomis 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 notifiring 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 Bid # LMD-12-1303 27 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/Asohaft Median Strip MaintenanceGoniractor is responsible for weed and grass removal within the crack(s) on the asphalt, and stomped concrete median strip areas, if any, at all.trpes..: . c. Curb and Gutter Maintenance:.Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all Etjnes. d. Walkway and Driveway Maintenance Walkways, paseos and driveways, if any, will be cleaned immediately following mooring and edging and cleaned by use of power svu�epin9 of bl$wer equipment at a minimum of once perweek or, as needed. This includes removal of all foreign o�)eQfs'fraft surfaces suctl ae ` (1) -,-Gum,..:, (2) Arurtral feces, (3) Grease, (4) Paint, ; .. 45) Graffiti, (6) Glass agt.debns All walkway and driyoWay crag 9 end expansion /pmts s(lall be maintained weed and grass free at all tim1. es., e. 'Drain Maintenance: All drains and•catch basins shall be free ofsilt and other debris at all times. `" f: Removal of Leaves: Accumulationg:ofleaves that cannot be incorporated into mulch layers shalt be reproved and properly disposed of not less than once per week. 'The Contractor will be res—;insible for creating and implementing a written program to d vert 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. For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: httpl/www,irrigation.oro/gov/odf/IA BMP APRIL 2005:pdf. a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: (1) sprinkler heads, BW 9 LMD-12-13-03 28 C. or replacement) of all be responsible for immediate maintenance d. Ordinances: All materials and workmanship will<belin accordance with the applicable City Plumbing Ordinances. Where the provisionsof the specifications exceed such requirements, the specifications shall govern. e. ontrollers`. The contractor will be respJin slbie, for the cont?o( if Smart Water Application Technologies (SWAT) certified weather 6iii d cohtrollers or equivalent, controller programming through the contractors office via a daek top_ or any wireless computer, or hand held device. The LMD will provide a password for access. f. Inspections: Landscape Maintenance District Gonsultants/lnspectors will spot check controller schedules on each inspection of a district to assure compliance with Irrigation program standards. Contractor shall conduct a complete Irrigation By stem Inspectlort Tw 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 Clarda 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 (lo 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 Bid # LM612-1303 29 �tXastaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set A, forth by the service provider for each individual service area within a Landscape Maintenance *.District Zone, specifically water meter and/or point of connection. Failuretd'complywtth these`requirerrieMs will result in a probationary period of up t6.60 days to allow for corrective actions. Failure to comply with water budgets within thistime frame may lead =1 o monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any 'penalty" tier the City of Santa Clarita"is subjected to 23 it 14INTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE 23.01 Waikways and Service Roads All walkways and service roads„ if any, shall be maintained by,Contractor so as to keep the integrity of Itie'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,0 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 "' Iiardscaped area, or "rf 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 pasees within the contract boundaries at a minimutn'M once per Iweak oras necessary or requested by Special Districts. All -debris must be collected an1.d r bIM6v'ed. c. Disposal of debris by bknving into roadways, sidewalks a other aft�6"[$'pro hi'bited and may be cause for contract termination. . 23.02 Drainaee Systems: The following services shall be provided by Contractor at their ei pense`per Contract Agreemeht except `as otherwise provided for ' a. All LIVID area surface drains ("V ditches), shall be kept dear of,dabria at all times so that water will have an unimpeded passage to its outlet. Cont rectorwill not flush dirt or debris into the stormdrain system per the City's National Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. b. All LMD area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) c. Disposal of green waste or other debris into catch basins, drains or stormdrains is prohibited. Such action could result in termination of maintenance contract. 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www santa-darita come -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 Bid A LMD-12-13-03 30 ..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 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 C@ticiencies, except inthe.case cf aleaking valve, which must be repaired within 24 hours -..�Llawtn9nPtijlpabgn.,:.; _ . 25. GRAFFITI ERA= GATIQNAND.CQINTI#QL 25 01 ;-Contract« may be iespoinsibte to.renwye smalla!nqurd_s:of,g[ h (ii sed,piale size) as 26. 27. it appears upon. any of thevi i7istncts Inspect« w 11 tie inforpted of all greffdi:immedtafely upon discovery Contractor is iequired to input greffdr informaton into the City s n portin '*I tem at www sarita clarit2.com/e- `rafh 25.02 The'cattraotor may be required to remove small amounts of debris which would fit into a small pickup truck. In such case a dump fee maybe invoked to Special Distr cts. Removal of Iaroer. 64r vvatld be considered as an'additipnal work`,tteni and. subjea to the terms of section a. 2.5 03 SII mate0als and procetes used In grffifiti aricgtQn shall be noninjurious to surfaces and adlaeerd Drstnd RmPY and approved by CAL tIA Matenalr and processes used must #reapproved by LMD 04 uto NATURAL AREAS MAINTENANCE 26.01 Natural areas are open space areas that have mo usage ue to the sloping character of the land and the rugged landscape matedais`Ihat are native to the land. Contractor will provide penod� maintenance1., 1,according to routine sehedulmg; c4nsishng of debris removal as directed by :Special Districts SlikSbO AL 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 priorto planting. Plant size shall be 4 -inch pots when posaible. The price of the annual color plants plus no more than a 15% markup will be paid by the City; contractor, under the terms of this aorsement shall provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifications. Bid J! LMD-12-13-03 31 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shaft be used m Cage check accompanies bid. Accdmr ngthis Propog lis a'oartified�casti scheckpayapletotheorderoftheCitybfBarite Clarity ainouing not less than ten.perr Aril (1096) of the total am6unt bf the did. The proceetla of this check shall become the propertgtsaid AGENCY proljided this Proposal shall be axeptetl by Bald AGENCY through action of its legally constituted contracting authorfties,and the undersigned "shall fail to execute a contract and check shall be returned to the the Project Name: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONAS T-66, T 65A AND T-33 LIYID-12-1343 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 forth shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Bid 0 LMD-12-13-03 ff, PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that STAY GREEN, INC. as BIDDER, and AMCO Insurance Company , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten percent of amount bid dollars($ 10% ), 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 forthe above -stated project, N 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 17th day of October .20 12 BIDDER STAY GREEN, INC. 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 Departments most current list (Circular 570, as amended) and be authorized to transact business in the State where the project Is located. Btd • LMD-12.13.03 33 ACKNOWLEDGMENT State of California County of_ Ventura ) On October 17, 2012 before me, John Strum, Notary Public (insert name and title of the officer) personally appeared Carol Ann Strum who proved to m e on the basis of satisfactory evidence to be the person(4) whose name(0) is4 subscribed to the within instrument and acknowledged to m e that 1+e/she/theyexecuted the same in his/her/their authorized capacity(es), and that by4+is/her/their signatureW on the instrument the person— A, or the entity upon behalf of which the per son(g) 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. _ JOHN STRUM Commission M 1840823 a -r z _ Notary Public -California z vent County > M Comm. Expires Apr 13, 2013 r Signature (Seal) KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company, an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Allied Property and Casualty Insurance Company, an Iowa corporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the 'Company" and collectively as the "Companies,' each does hereby make, constitute and appoint: Cr/.eii]II:ttJ�E71 O:i9S NEWBURY PARK CA each in their individual capacity, its true and lawful attorney-in-fact, with full power and authorityto sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION FIVE HUNDRED THOUSAND AND NO/100 DOLLARS S 1,500,000.00 and to bind the Company thereby, as fully and to the same extent as 0 such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: 'RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -tact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnify, policies, contracts guaranteeing the fidelity of persons holding positionsof publicor privatetrust, and other writings obligatoryin nature that the business of the Company may require;and to modifyor revoke, with orwithout cause, any such appointmentor authorhy;provided, however,that the authortty granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company' -RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of affomey issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents " This pourer of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or ofher papers in connection with the operation of the business of the company in addition to the chairman of the b6ard,the chief executive officer, president, treasurer or secretary; provided, however, the signatureof any of them may be printed, angraved,or stamped on any approved document, contract, instrument; or other papers of the Company. IN WITNESS MER OF'," ffieC6mpany has caused this instrument to be sealed and duly attested by the signature of its officer the 11"' day of November 011 �y�.'�""; Gary A Douglas, President and Chief Operating OBicer of Nationwide Agribusiness Insurance Company r r••~6 tY�r^'v and Farmland Mutual Insurance Company; and Vice President of Nationwide Mutual Insurance Company, / 6• r ' SEAL. �. AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance �,t�'p%...-%-• Company ACKNOWLEDGMENT STATE OF IOWA, COUNTY OF POLK: ss % On this I I"' day of November 2011 , before me came the above-named off icerior the Companies aforesaid, ;SEAL g / gEpi to me personally known to be the officer described in and who executed the preceding instrument, and he m acknowledged the execution of the sae, and being by me duly sworn, deposes and says, that he is the �r•,ev. ' `1,�=� officer M the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies, and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Companies s SEAL «I a awr,vu 1�- 41,E .4 € mwallouridseei cpuazi zm+ Notary Public 14 we�.kiV My Commission Expires CERTIFICATE March 24, 2014 1, Robert W Homer III, Secretary of the Companies, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; thatthe resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Gary A. Douglas was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and the corporate seals and his signature as officer were dulyaffixed and subscribed to the said instrument bythe authorityof said boardof directors;andthe foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 17th day October 20 12 This Power of Attorney Expires 09/19114 BDJ 10 1 -11) 00 24550 ,,'? /` Secretary NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-6, T -65A AND T-33 LMD-12-13-03 City of Santa Clarifa, C ffomia TO BE EXECUTED BY EACH BIDDER OF A PRINCIE& OQ06CT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § Utr:G iiQtr 1,F vpQAmoA5 buc. I, being first duty sworn, depose and state that I am _ of _, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, parfnetithip, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder Or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in arty manner, directly or indirectly, sought by agreement, communication, or conference with anyone to 1bt the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of thebW price, or of that of any other bidder, or to secure any advantage against the public body awarding the 0or4det of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." L,_ Signature of bidder's representative making the statement FIFIAit State of California County of Subscribed and sworn to (or affirmed) before me on this � day ofCXGef�L , 20L by lewe RtVOA peresnall proved to me on the basis of satisfactory evidence to be the person who appeared before me. I RNA GRACE QUARTE Signatu<: j: �— (SFAL) re Commission 11958198 Notary Public - California Los Angeles County Lem Comm. Expires Nov 23.2015+ Bid # LMD42-13-03 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -66A AND T-33 LMD-12-13-03 City of Santa Clarita, CalUbmia 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 ortime for completion made pursuantto the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR' SURETY' Subscribed and sworn to this day of 2012. NOTARY PUBLIC Provide CONTRACTOR/SURETY name, address, and telephone number and the name, Bid t LMD-12-13-03 35 4. L title, address, and telephone number of authorized representative. Bid * LMD-12-13-D3 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T46A AND T-33 LMD-12-13-03 City of Santa Claidta, Califomia KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR AND _ _, as SURETY, are held and finny bound unto the City of Santa Clarita, as AGENCY, in the penal sum of ddt�� as t - of which sum, CONTRACTOR and SURETY agree to presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR hes been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, KCONTRACTOR or any subcontractor fails to pay for any labor or material of anyldrid used in the.performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR' SURETY` Subscribed and sworn to this NOTARY PUBLIC day of 2012. Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid C LMD-12-13-03 37 i SAMPLE CONTRACT MAINTENANCE AGREEMENT` :. BETWEEN THE CITY OF SANTA CLARITAAND Contract No., THIS MAINTENANCE AGREEMENT ("Agre&n6nC) 16 made ar&*Iteietj ho 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, belovr,, and' I ' * ' " B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this AgreehnW,'.6rlkl' ' C. As additional consideration, CITY egress 1bpeyCONTRACTOR ana basisanamount set forth inthe attached Exhibit" which is incorporated by reference, for CONTRACTOR's services. CITY will pity such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's Invoice. ` 2. TERM. The term of this Agreement will be frofi', 20 to 120 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 properto 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 wwm dir ca qov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. Bid 8 LMD-12-13-03 RI] 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 Verfiication 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 td perform suchservices or employment. " J;! 5 FAMIt:1A47Y V' M WIORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: L Thoroughly investigated and considered the scope of services to be performed; and A. Carefully considered how the services should be performed; and Bi. r - Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted With the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits (combined single) Commercial general liability: $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 1185 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 priorwritten 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).. , Bid # LMD-12-13-03 39 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 requirem d by City from time time. Insurance must be placed with insurers with` a current A.M. Best Company p y Ratin g egt]ivalent to gt;least a Rating bf'A:VIL° Certificate(s) must •' reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. E. F. tJvry r rw i vn Will rcywre atainsurer "q mouuy sucn Uenwwica w uCrore any ewcnpglwy wording stating khat failure di the mdorei to maG written notice'of cancellatjOnamp90ep fio obligation, and to delete ttiij word'endeavor+aith regard toi any notice prairiaktrts " Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance requiredby, 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 Agreen'ierit or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance penalty.„ 7 TIMEFOR PERFORMANCE. CONTRACTOR .'It pot perfdfiri any wgk u'rid ;ffi- is Agreement until: A. CONTRACTOR furnishes proof ofinsurarimasrequlieduri6r6li i lOofthis Agreement; and B. CITY glees IbNYfiACT012"A written Notice to Pi oeeeii. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. - 8. TERMINATIQW, A. CITY may terminate this Agreement at any time with or without cause B. CONTRACTOR may terminate this Agreement upon providing written noticeto 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 Bid # LMO-12-13-03 40 will indemnify QITYloranyjudgment,rendered againsttt or spy sums p@id out in settlement or costs incurred in defense otherwise. 4TRACTOR,:01TY and CONI and will hlivecontrol of all insurance, bonus By appear to give. CONTFOCTOR will act as an ter in.',which is it performed. rotheremployers while under I is hotientitled to participate in iploygea. Any provision in this to theletails of doing the work 2 will follow the direction of the CITYs to end resulfgf the work,oh ...-; . 11 NOTICES A. AifnopCesgNen,orroWredtbegiven pursuant tothis AgreementwllloInwhtingand may be given by personal delivery or by mail. Notice sent by mai will bi 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 learned 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 Nitrrit . 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. Bid i LMD-12-1303 41 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the'State'of California;'arid 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 ratifieation by the Santa Clar to 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,Jrlft.Bons described herein. This Agreement may be modified by written agreement. CITY's City Manager'may eiaecute any such amendment on behalf of CITY. 20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillaryto 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 ofthisAgreement 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, 406sion, 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 i LMD-12-13-03 42 )W WITNESS iAMEttEOF, the patties hi rn*. have mutod_this co -m e. t.ths:day artd year first. hoshabove written. FOR CONTRACTOR: , .... ; By DO NOT SIGN-.IMY " r Print N.ame & Title Date: ATTEST_ :. City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY 39 City Attorney Date: &d # LMD-12-13-03 43 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 DOCUMENTS CHECKLIST The fol"g documents are required to be completed and submitted by the Contractor at the Urites specified by an X opposite each title. If no column is marked, document will not be required. Bid Proposal (All Bidders) Bid # LMD-12-13-03 44 With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractor's License - license number will suffice X Bidders Bond X Non -Collusion Affidavit — must be notarized X List of Subcontractors — if none, write °n/a" X References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Required certificates/qualifications (as identified in solicitation) X Contract Agreement X Insurance Requirements— Return onlyifAwardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bid # LMD-12-13-03 44 Item Project Site No. dee.,sched�- BID SCHEDULE ANNUAL MAINTENANCE CONTRACT FOR LANDSCAP MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12.13-03 Monthly Total Maintenance Cost Annual cost 1. LMD Zone T65 2. LMD Zone T65A 3. --:LMD Zone T33 4. Total(Ib) Total bid amount, �*Nv Bld 9 LMO-12-13.03 a) d 9lP .DDx mos b) 35, .6D i a)xl2mos M %9i010•20 a) t •9PI- xl2nws b) W1' 11DRfo' i i 1U.M (place this notal on page one of the bid response) wally, In legibly Printed words: pa hllYlti1fG) �� 1�► + 1 k�urhv�rtdfed uv�d svc�een dotta►'s ani! duo c� 45 4�evi-�M X60 awawLf -- stay Green Inc. nrxs,�,rca�:n s ForAafn+:�nalL.mJv+pr.t'ere(ru October 26, 2012 City of Santa Clarita Mr. Darin Seegmiller 23920 Valencia Blvd, Suite 245 Santa Clarita, CA 91355 Bid# LMD 12-13-03 ZONES T-65, T -65A AND T-33 Dear Mr. Seegmiller, In the event of American Heritage being disqualified for LMD-12-13-03 for Zones T-65, T -65A and T-33, for not meeting industry standard pricing and for not being within competitive range of all the other bids submitted, Stay Green Inc. would like to implement the City of Santa Clarita Municipal Code (3.12.205 Support of Santa Clarita Business). Stay Green Inc. is prepared to match the second lowest pricing by Venco if awarded the city contracts and meet all the specifications required for landscape maintenance pursuant LMD-12-13-03 Zones T65, T65A and T33. LMD-12-13-03 Stay Green Inc. $137,081.00 Zones T-65, T -65A and T-33 Project Site Monthly Maintenance Cost Total Annual Cost LMD Zone T-65 $2,967.00 x l2mos $35,604.00 LMD Zone T -65A $6,972.92 xI2mos $83,675.00 LMD Zone T-33 $1,483.50 xl2mos $17,802.00 If you have any other questions or concerns regarding this matter please do not hesitate to contact us. Regards, Rene Rivera VP Operations Stay Green Inc. 26+415Sommn Cirdc, Sano C1x,� sta.grceaeom (4C-2-1 C-61 License M146620 Faa: (fi6l) ?05-2039 ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL Prldng and.Billing Schedule Detail Hourlylabor rates to'be Used in performing the work required.. in the specifications for annual landscape mainten6riae. These rates will not -be used in evaluating the bid, but shall be used in evaluating cost es6inates for '!addNlonal"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 Irrigation Laborer Landscape Laborer Hourly cost $40.00 per hour $30.00 per hour QAC/QAL Herbacide and Pesticide Applicator $30.00 per hour After hour emergency $65.00 per hour $45.00 per hour N/A Please note: pricing increase allowance will be according to Consumer Price Index (see Section A'Bid Instructions, Item #34) Please initial to verify acknowledgement of labor rates - � (initial) Bid 8 LMD-12-13-03 46 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING partlmaterial 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 A LMD-12-13-03 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 0'n t2 50 turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for O.02 1p 2D 6U shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, Ilk D2 irrigated slope irrigated maintenance. 4 One gallon (5) Five Installation of shrub, one (0 bb 50•t5�1 gallon container. 5 Five gallon (5) Five Installation of shrub, five 25 6� 125 S0 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'J�-� Bid A LMD-12-13-03 47 DESIGNATION OF+SUBCONTRACTORS ANNUAIIMAINTENi4NCE C¢NTRACT FOR ]I,pNpSCAPE f1lAl14TENAJl4&tkO06T46 T46AANS * 'LA(II7-�2 X3-03 City of Sarltw0an4iY:aiifomia Listed below are the'nwws and locations of tfili places of business of each subcontra vendor who will pe form woiii or labor or render service in excess of 1/2 of 1 percent of tete total bid: DBE status.,of firm, certifyinu aoency and annual Dross recelots ar contractor is oarticipatle� as a DBE The form MUST be returned with bid, filled in or i Subcontractors" if none will be used. Subcontractar ; ` ' itj CI of 5rm: )BE STATUS:Dollar Value of Work 111ing.Agency: Annual Gross Receipts: Location and Place of Bttsiness Bid Schedule Item Nos: Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / '" Phone ( ) Subcontractor DBE STATUS: Ap of firm: Certifying Agency: Dollar Value of Work Ann al Gross Receipts: Location and Ptace of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Bid # LMD-12-13-03 48 DESIGNATION OF SUBCONTRACTORS ANNUAL, MAINTENANCE --CONTRACT FOR LANDSCAPE MAINTENANCE _,0146 'E65, 7-65A AND T43 ':tt�YID12-13=03 City of Santa Clarita, California Subcontractor `pBE STATUS: Dollar Value of Work Ceitifying Agency: Annual Gross Receipts: ..'tiil 'Piaee'of urines§ ,;. Bid Schedule Nos: License No. Description of Work Liceluie No ` ' " '`' ` Exp. Date: ! / Phone( ) Subcontractor i DBE STATUS: Dollar Value of Work Age of firm: Cxrti in Annual Gross Recei ts: ' Location and Place of Business Subcontractor DBE STATUS: Age of firm: "'C&*Ing Agency: Dollar Value of Work Annua Gross Receipts: ' Location and Place of Business Bid Schedule Item Nos:: Description of Work License No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: Age of fu'm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Bid # LMD-12-13-03 49 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-65, T -65A AND T-33 LMD-12-13-03 City of Santa Clarita, CalNornia 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. mtdm Ckt6m o 7W-1 f4yA\J-201)1-t Name arYd Telephone Number of Person Familiar with Project -`A �;t k Anir.(,wal►U Awarye AMM trx2 2008 - WriP& Contract Type of Work Date Completed pAmount � ` 2. I.CJu.1 U In �1Q = G�YI�T'D (wrC'h, d.G�-e Name7and Address of Owner I Agency �Sm� Ccac��a�-a-0�5 Nam and Telephone Number of Person Familiar with Project -� Jq V QM401►! 1r� (V� Aatniftnce -QUITV 2DCSfli- Contract AmountType of Work Date Completed 3.A YLIia :76YIOS T21"T3 T439Jb Oadla Nam Address of Owner /Agency Y01VILMIr, } N09") -5 -um Name and Telephone Number of Person Familiar with Project 1 a., ou.Qnn,ucijln 1W511Xkg-OWce Zoog-cc�2rter� Contract Amount T e 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: av Nsaum-LQsloulCcleelc lnourelnce P c ,Inc. =DU `q,wm(1S2r,NeykLk!4 ftLt, c)q 9t.:3,20 %�q1� •ll�aD �rtav� ($ps)gg9 -1t i y- � Bid 0 LMD-12-13-03 50 Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign In .sheets �.�J.L�.-�l .otNrolc�te 2) In ft, Yee of 2010, what was the longest stretch of days worked without an accident lrfte Iant ioe`m$ tenance division? a. 3) Please provide any sustained complaints made to your company within the past four (4) years to Cal-Osha. a. IAr 4) Please provide any sustained complaints made to your company Within the past four (4) years to the Califomia State Contractor Board in regards to your C-27 license. a. 01A Bid ! LMD-12-13-03 til i els(jjsstay Green Inc. b G .g'r, re L1 a Fnr Prr feviar..r! l ,::.abe.rpr Srrritc. TAILGATE SAFETY MEETING SGI Meeting Record y Page/Pugina I of/de: 3 Date-% Fecha Hour / Hora: AM/F Department / Departamento: KV Meeting ryas cgadticted by La cGtant Clack / isatas Leon i Rufino Gomez Subjects Presented and Dllgea% etl or Accident apd Injuries Revue*!_ (Attach a copy) Tema resentodo discutido o Arcidente 3asstimadura'Revua4a Wfunte una co la) 01v Employee # NAME Sign ./ Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba jrr 4535. David, Pelayo Leon i E' 4567 Jose, Aguilera i 4613 Enrique, Pelayo 4679 Gerson, Aguirre 4��SaI k ✓l 4705 Francisco, S Cortes �ry L .:r.:'3: •' Y . i 4eAl �Q ESPANOL Todos los empleados firmames cenifican que ]a reunion hie malinda m Inglis o m Espanol. o usando ambos idiomas. para la perfecta corn• prensl6n de todos los pmsenms de los temas do sesuridad trarados. Queen Lada rcunidn SGI les mewerda que es aerie de Is nolstics de la emnresa Ilnar adels to u irnba'o rcsno sable ho esto r see a. Todos los empleadcri dejan constancia;imbidn que los conumidos de esta munidn son parte de la politica en materia de sceuridad de SCI t que fornumm pane de los test pen6dicos de naluaeidn del personal. ENGLISH: All the signaton emplo%ces carts(} that the meeting Ni as presented in English or. Spanish. or using both languages. for clear understanding of all treated subjects ofsecurul.. In all meetings SG remids them that it is vert of the colic of the cam van% to perform resnans'blc honest and sore I, ork. All the emplo%ees also put record that the contents afthis meeting are pan of the polio in the maner ofsecurz of SG and are pan of theperiodic wst of evaluation of Ume personnel. S63G 4�, �� 1 CJ0" 9I Q, f((� t y Mr Inc, t/ ,\ i� i� t Fnr Prrjl>,au �7"tan s�n(nx J'r,roirn C? a TAILGATE SAFETY MEETING $GI Meeting Record Pagelp>-king 3 oftide6 3 Employee # NAME S�glh ! Firine a- e .:> {- 599 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar 5223 . Ledrtma-Chatroa, Carlos 5239 Salvador, Alaniz 5252 Omar, Garcia 5300 Francisco, Mejia 5329 Efrain, Nava e. 5353 Lucio, Rodriguez Amable " L 5360 Alfredo, Benitez —V 5362 I Christian, D Monroy Garcia I al{JsI;4 '/! MtoJ ESPANOU Todos los empteados firmarites cenifcan que is reunion fix realirada en bigies is en Espan& o usando ambos idiomas. para la perfecta wm- pirnsion de mikes los timsentes de los temp de seguridad tratados. Que en India reunion SGI les recuerda que es parte de Its "lilies de la emnresa llesu r attelente on trabnin resoonsahle honesro c seffuro. Todos los empleados dejan cons micie tambien qua Ins conlenidos de esta reunion son pone de is politica en materia de seguridad de 501 y que formaren pane de los test paiodicos de naluacion del personal ENGLISH. Ail the signaton employees cenifc that the meeting isas presented in English or Spanish. or using both languages. for clear understmtdina orail treated subjects of secunn. In all meetings SGI remids them that it is Partafthe Policy oribe companyc2isivany to rerfarm rotions;bly.honest and safe li All the employees also put record that the coments ofthis meeting are part ofthe policy to the matter of serail) of SGI and arc pan of the periodic 1Ly1 of nmivation of the personnel g W` Stay Green Inco .� Fier Por,(iuinreJl nnrJ:aapo 5errire, TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina 3 of/de: 3 Employee # NAME Sign / Firme $406 Jose,S Herrera S SIS A 5471 Elias, Javier Juarez 5474 Alanis, Delfino - r 5485 Pelayo, Juan A ) U 4t m C l ut z) 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac 0 8� �e ► qra 5534 Protillo Salgado, Andres Avelino 5545 Albarado,Raul 5548 Perez Hector —401u 5570 Pelayo Velasco,Rosalio 1 5581 Edilberto Cortez Villa C 5609 Vazquez Jose Manuel ` 5733 Sergio Monroy 5732 Victor H. Aleala Reyes r 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera r—^ ESPANOL. Todos Ins empleados fvmantes cenifican que la reunion Cue rcalizada en Ingles o en Espadol. o usando ambos idiomas, para la perfecta conn prensida de lodes los presentes de los temas de seguridad vatados. Que en toda reunion SGI les recuevla que es mirre de la politica de la emnrm Ilerar adela to an tinabaic, rmpons2ble,h nesto -sego o. Todos los empInclos dejan constmicia tambien que los contenidos de esta reunion son parte de la polriica en materia de segurldad de SGI x que fomraran pane de los rest periodicos de esaluacion del personal. ENGLISH: All the signaton empl03 ees cenifi that the meeting r,n presented in English or Spanish. or using boli languages. for clear understanding of all vented subjects of security. In all meetings SGI remids them that it is pert or the oI' f the ompan to perform rmoonsibic honest and gar ,or All the unplgees also put record that the contents ofthrs meeting are part of the polio in the matter of securio of SGI and are pan of the periodic test of evaluation of We personnel SGL M Date , Depa, Meeti La ell S Te 3 f- f :! NOAt Stay reen Inc. 7Le siafsbq�L.ginin %ar Profei3lai"all:�iuifsrrpe S'en•int TAILGATE SAFETY MEETING aingRecord- Page/Pagina 1 of/de: 3 ?echa: Hour / Hora: 3oD AM/PD ment / Departamento: SCV g was conducted by e.fne dirigida pop Grant Clack / Lisa l pde0 /leezar GalU- )jests Presented and Discussed or Accident and (nijIn ea Reviewgd (Aftnch a copy) la presentado y. discutido o Accidente y Lasduiadurt Rmsadis (rlaj"nntte una copial e _lirarf .re=d.. /lac YY a a S iuggLTst[6n 1,Recommendation orAction Taken/ Sine ateffidad6a o Acc1 b Tomada Employee # NAME Sign / Firme. 7-1 4015 .A Wor, Hernandez 4432 x. Jose; A RomEro 4510Jose; Pelayo Lena . r 4524 Alejandro, Garcia de Alba David, Pelayo Leon 4567 Jose, Aguilera 4613 Enrique, Pelayo , Y k7 4679 Gerson, Aguirre AA 4705 Francisco, S Cortes ESPANOL: Todos los empleados finnumms cenifican quo to reunion flue malinda en Inglds o m Espanol, o usendo ambos nhomas, para Is perfecta com- prmsidn de todm los presemes de los lamas de segundad intados. Queen Coda reunion SGI ks recuerda que es parte de la nolitiea de to empress Ilevar etlelante un trebaio resnansabla honesto v seaorp. Todos los cmpleados dejan constancie tambien quo los contenidos de ma reunion son pane do la polHica en materia de-segurided de SGI y qua formoran parte de los test periddims de evaluation del personal ENGLISH: All the signatory employees certify that the meeting vms presented in ETRlish or Spanish, or using both languages, for clear understanding of all treated subjects of sccunsy. In all meetings SGI remids them that it Is pan of the Mice of the company to Perform responsible honest andsate a k All tire employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and am pan of the periodic test of evaluation of the personnel - - SGI Meeting Record Employee # ' "NAME: Sign I Firme 471} amin,GptiElrezRios j 01 4727 Miguel, Vargas A.ifios 4882 Vera-Mojica, Leonardo 4$44 Carrera Alfredo E. scobedo 5054 Jvah, Jose Uribe 4971 hidro Chavez (f 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar ;•.. �0 ��� 5683 Salvador Martinez 5239 Salvador, Alaniz l 5685 Guillermo Ochoa z -r 5300 Francisco, Mejis 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez 5362 Christian, D Monroy Garcia I / 0j ESPANOL: Todos Ws empleados f irmamcs ttnif can que la reunion rue realinda en Ingles o en Espj.'I, o usando ambos idiomas, para to perfecta tom. pmnsidn de todos las presentes de los temas de. segonclad sratados. Que en coda reunion SG les recuerda que es parte de Is aplitira de Is emorev Iterer adela to an trabatu ruponable, honesto v sewro. Todos las empieados dejan constancia tembian que los comenidos de uta reunion son pant do to politica m materia de seguridad de SGI y que formaran pane de los test pmodicos de evaivacidn del personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear undemanding of a:1 treated subjects of security. In all meetings 50I mmids them that it is part of the police of the companx to perform resnonsible, bonest and safe unrk. All the employees also put record that the contents of this meeting are pan of the policy in the matter cf security of SGI and are part of the periodic test of evaluation of the personnel. Stay Green Inc. �� 7fir NahvdLhnirr - ' ' y� /br Yrofusiaral L.uui.'c:re J'rrnirrs TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina 3 of/de: 3 ]Emplgyee # NAME S1gu / Firme 5406 Jose,S Herrera S G 5471 Elias, Javier Juarez 5474 Alanis, Delfino ^' 5485 Pelayo, Juan A J�� ko 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac 5534 Protillo Salgado, Andres Avelino nolr1°s 5545 Albarado ,Raul RQU VQ 5548 Perez,Hector Mfr ift1° 5570 Pelayo Velasco,Rosalio 1- 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel 7 n f e 5636 Miguel A Roman 5732 Victor H. Alcala Reyes / 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera . f 5841 Franklin Leon �el y; �� t 5843 Jose Luis Narravo ESPANOL: Todds los empieados firmantes certifican clue to reunion fue realizadu en Inglis o en Espanol, o usando ambos idiomas, para la perlecta com- prension de todos los presences de los temas de seguridad uatadas. Que en tads reunion SGI tis recuerda que as oarte de In polltice de to empress Ilevar adelante an trabaio resnonsable, honesty v sta tro. Todds Jos emplcados dejan constancia mmbidn que los comenidos de esta reunion son parte de la politica en materia de xguridad de SGI y qua formaran parte de los tat periodfccs de evaluation del personal. ENGLISH: All the signatory employees certify that the meeting was presented in Eirglish or Spanish, or using both languages. for clear undcrsmndina of ell treated subjects of security. In all meetings SGI remids them that it is part of the policy of the coni to nerrnrm responsible. honest and safe work. All the employees also put record that the contents of this meeting are pan of the policy in the matter ofsccurity of SGI and are part of the periodic lest of evaluation of the personnel. C, 4 n>r�fnrr a;n I _. Icor/arofessiaualLdrLwrpe Banker i I i ESPANOL: Todos los empleados firmantes certifican que la reunion cue realiaada en Inglis o an Espanol o usando anbos idioms, para In perferta conn. prensi6n de todos los presentes de los tems de seguridad uatados. Queen coda reunion SGI Ics recuerda que es parte de Is nolldca de Is empress Ilevsr adeta ate an traba[a resnonsabk, honeslo v seauro. Todos Ins empleados dejan constancia tambien que los contenidos de au reunion son parte de to politica en materia de seguridad de SGI y que fomwan pate de los test perifidicas de cyaluacion del personal. ENGLISH: All the signatory employees BeniO- that the meeting was presented in English or Spanish, or using both languages, for clear understanding craft treated subjects of security. In all meetings SQ]. rcmids them that it Is part of the nollcy of the comoanv to perform resnonsible, honest and safe work. All the employees also put record that the eohtents of this rtleeting are part of the policy in the maker of security of SG I and are pan of the periodic test of eyaluation of the personnel i SGI Meetine Record Stgy Green Inc. w the i,runil Chane Few P wj2.iott.d / andss ape Seivirei TAILGATE SAFETY MEETING Page/Pagina I of/de: 3 Date / Fecha: Hour I Hora: m AM/PM Department! Departamento: SCV 4015 17Z dor, Hernandez e 4432 Meeting'%% cQgt]neted.by J.A elsae :hie diri a" por Grant Claek / Isallaa Leon / Rufiao Goma11 ' .. Sub;etp.Prestanted and Discussed or Accident and Ioju Temf rtsentado discutido o Accidents .Lastimadura Rerisada esv4d(Attach a copy) lxajunte una co is " SugiWi 6n / Recommendation or Action Taken i Suji4iitiOlU ifiendadlii o Aceidn Totdiidi { e%d 4524 Alejandro, Garcia de Alba ESPANOL: Todos los empieades firmames ecnifiean que la munion rue realizada to Inglro o en Espalol, o usando ambos idiomas. para la perfecta eom- prensiun de todos los presences de los temas de seguddad tmtados. Que cn toda reuni6n SGI Its recuerda que es name de le nolidca de la emnresa llerar adelante un tnbain itsronsable, honesto v sesuro. Todos los corplendos dejan constancia tambien clue los contenides de ata mulmon son pane de In politica no materia de sesuridad de SGI > que formazan parte de los tat iieriodicos de ecaluaciiai del personal. ENGLISH: All the signatoo employees cenif% that the meeting was presented in English or Spanish. or using both languages. for clear understanding of all y treated subjects cfsecurin. In all meetings SGI remicis them that it ispart fths Iles of the campan,to ;arforwl runansible. honest and sore work. Ali the emplgtes also put record that the contents of this meeting are pan of the polis} in the ;natter of security of SGI and art par of the periodic mat of evaluation of the personnel. V NAME Stgn / Firma 4015 17Z dor, Hernandez e 4432 Jose, A Romero " Jose, Pelayo Leon { e%d 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon ILI 4567 Jose, Aguilera 4613 Enrique, Pelayo e 4679 Gerson, Aguirre4705 4SQ }1 /J ji Francisco, S Cortes ESPANOL: Todos los empieades firmames ecnifiean que la munion rue realizada to Inglro o en Espalol, o usando ambos idiomas. para la perfecta eom- prensiun de todos los presences de los temas de seguddad tmtados. Que cn toda reuni6n SGI Its recuerda que es name de le nolidca de la emnresa llerar adelante un tnbain itsronsable, honesto v sesuro. Todos los corplendos dejan constancia tambien clue los contenides de ata mulmon son pane de In politica no materia de sesuridad de SGI > que formazan parte de los tat iieriodicos de ecaluaciiai del personal. ENGLISH: All the signatoo employees cenif% that the meeting was presented in English or Spanish. or using both languages. for clear understanding of all y treated subjects cfsecurin. In all meetings SGI remicis them that it ispart fths Iles of the campan,to ;arforwl runansible. honest and sore work. Ali the emplgtes also put record that the contents of this meeting are pan of the polis} in the ;natter of security of SGI and art par of the periodic mat of evaluation of the personnel. V e. 4 f '4i Stay G --len Inc. . /ht l.rf.•n414baere Fiu:!'nfe: im+.r/l.:mrlsrupnS'rrricas TAILGATE SAFETY MEETING SGI Meeting Record %--,P age/ 6 ` 'na 2 of/de: 3 / s6$s..v//�Yr�nu Employee # 13 Benjamin, Glpt�lriz3ti17.. 44os 47i �„ Miguel, Vargas Mail os - 4082 Leonardo Vera=Mojica;77, ` .. Carrera AJfkvdo Eseobedo ... . Juan, Jose. ribe 5118 Alejandro, Corona .: 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar 5223 Ledema-Cisneros, Carlos 5239 Salvador, Alaniz d 5252 Omar, Garcia 5309 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez + 5362 Christian, D Monroy Garcia " dam ! U i ES AN L: T sus amp s fln es ewifiean que la munidn fue r a en Inales o. en Espahol. o usando ambos idiomm. para la perfecta svm. prensi'n de todos los presences de Ins ientas de sewridad tmtaclb Que en toda ¢un mSGI les recuerda que es parte de la nalilica de Is emnresa Ihsar ttdelante on tiaba'o msoonsable. honesto c seeuro. Tndos los empleados dejan eonstaneia lambim que los contenidos do ata reunion son pone de In politica en materia de seguridad de SGI y que formaran pane de los tat periodicos de es aluseun del personal. _ :ENGLISH: All the signalon. employees ceniA that the meeting was presented in English or Spanish. or using both languages. for dear understanding of all .treated subjects of security. In all meetings SGI remids them that it is part of the polies of the comnam to perform responsible, honest aad We work All the emplo, ees also put record that the contents of this meeting are part of the policy in the matter of securiI% of SGI and are pan of the periodic test of e aluation of the personnel. , V Stayr Green Inc. /LrCrnu.rl(buirr �kl 1'in� Pr�>Ma •iaa.rl /.utdsmpr Snriut TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina 3 of/de: 3 Employee # NAME Sign / Firme 506 Jose,S Herrera 5471 Elias, Javier Juarez 5474 Alanis, Delfino• 5485 Pelayo, Juan A 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac 5534 Protillo Salgado, Andres Avelino 5545 Albarado ,Rau! 5548 Perez,Heetor 5570 Pelayo Velasco,Rosalio 0 G 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel Q t 5733 Sergio Mouroy 5732 Victor H. Alcala Reyes 5752 Rafael Calles Jr. 5756 Oscar Gallegos bq, V 5757 Rene Mejia J 5758 Romerico Herrera S r• .n w VE _.y. -_ �fSPA.,: Todos los eN�plFedoames c)'nific� que Ia Pon c ali da rn(I tiles a en Espahoi. o usando ambos idiomas. pam la perfecta con. pmnsion de todos los present* de s iemas de segurided intrados. Que en toda reunion SCJ Itis recuerda que es parte de la politica de la empresa lit,* adelanre an tnbeio resnonsable, honesto r Mara. Todos los empleados dejan conswtcia tambien que los comenidos de e,la reunion son pane de It, politico en materia de segundad de SGI % que Itinnan pane de los test periodicos de c aluncion del personal. ENGLISH All the simaten emplosces cenifj that the meeting "as presented in English or Spanish. or using both languages. for clear understanding of all tmated subjects of secunt, In all meetings SGI remids them that it is part of the polirc of the eomnans to perform responsible. honest and safe pork Ali the emplo>ws also put record that the contents of this meeting are part of the polio in the matter of secure) of SGI and are pan of the periodic test of valuation of the personnel. ' Stay G een Inc. - hnr!§'nferinn.r!'I mrin.rj••: .SSvriva TA1J,,GATE SAFETY MEETING SGI Meeting Record Page/pagina 1 of/de: 2 Date ! Fecha: Hour / Hour... _ -P A _ M• Departmenti.pepartoWnto: ` SCV2 Hector Ramos Perez Meeting was conducted by La clase fue dirigida par Grant Clack I Steve Stele / Rafael Caballero Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) . Tema lDregentado y discutido.o Aecidente y Lastimadura Revisada JAdjunte una colds) t: k 42 T Tomada Sugesd6n / Recomen acidn OR Acci6n TTVO / Su ereucia / Reconundasid -o Aced 4873 ZA 5>�.pr✓r.r Employee NAME Sign / Firme 4435 Hector Ramos Perez 4592 Manuel Reyes 4602 Miguel Vasquez14 % 4873 Salvador Gabriel 5>�.pr✓r.r 4971 Isidro Chaves 5320 Juan Andrade 5412 Alfredo Mora 5413 Miguel Garcia `{; r e v Salvador Vasquez Martinez ESPANOL: Todae to.; cmplcndw liemantes cemfcan que In rcunism rue rralizadd a Inglcs o en Espeflol. o o4ndo umbos idtomas, qua Is perfecta com- p=sion do tadus los prr a rntes de los temas de seguridad tralddos. Queen coda rellnidn SGI to recuerda quc o Parte it la milhica do la emoresa Ilnar adclante un trabalo rrsonasable, honesto r seaurp. Todds Ias empleados d jan consmocia tembien quc ios camenidos de este reunion son pane do In politma en materia de stgundad de SGI y quit formaran pane de los test periddicos de evaluation del personal. ENGUSH Ail dhc signatory employees anify that the mteung was presented at English or Spanish, or using both languages. for clear understanding of all treated subjects of 5tturny. In all meetings SGI wands them that it is part of the policy of the Company to perform responsibly, honest and safe nark UI tht employees also put retard dtm the, contents of this meeting are pan or the policy in the manor of securtty of SGI and are pan of the periodic test of nal uaion of the pcnmnnd. - - n `staY Green Inc. "�y tms Pm/assinu.:llmulx.yu .Srrricer TAILGATE'S`AFEfiY 1VIEETING ``' SGi Meeting Record Page/pfigina 2 o1/de: 2 Employee -k NAME Sign / Fume 5594 Ram6n Caballero 5605 Jose Luis Perez 5643 Fidel Nunes Ff er— 1,x%1 5653 Jose angel J/ o S E /G 5654 Juan Hernandez r c+Y!-•`� 5672 Pablo B46za� 5741 Ramiro Esquevel V� 5786 Edgar Cordero, erw0 — �oyfiria 5788 Amadeo R Davila 5800 Anderson Lopez 5815 Alejandro v Rauqda 5816 Jose D. Rios 10-S Miguel Roman tJapa)eon Mu-wn lv-A.N1 ESPA,30L: Todds Ms purple s f ml s tcltil� ut la.ti�nUtn I r� ru�LAada en inglts a rn Espatol..a usondo ambos idianas. para la pertecm mm- prensgn tk lodes bs presenia de los temu do segundad rarados. Que en'oda reon" SGI bs rceuarda qu< es narle de lv oalli'n del n M bald r sable Ito_ n�to a Todos los empleados dajan cansmnc, lambicn qu<los cunlemdos do cera reunion son scgundad de SGI y qi fonnwan andpenicosevaacion dal persona!he sinvrolrlumdin English nr Spaning both burguagesPorekar uMrtandingSIidsfh!t(ce', also pug ended that rhe cS I ofthis meting are pan a the dm • m dm mat IWe hone5r and safe s, arA evvluarian ol'the paronncl P y ler ofsecml5 of $Gl and arc paq o(Ihe periodi<les'ol' in stay` Inc. �. N71!r Nanasr7%4inirr lrorPrnAauall.aaeLr xpa S'errins TAILGATE SAFETYMEETING SGI Meeting Record Page/pagina 1 of/de: 2 t Date —/Fe NAME Hour/ Hoar: Q,�Z754ITM D.epartmentl Depart mento: S02 �p Meeting was conducted by La ciase fue dirigida por Grant Clack / Steve Seele / RafaelCaballero Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentado y discut idO o Accadieie u(iy _Lastimadura R isada Ad•unte una co is 6 ' Miguel Visquez 1 Sugestion / Recotoendacidn OR Acei6n Taken / Su geregcla ! Recomeadaea6n o Acci6n Tonlads 4873 Salvador Gabriel" � Employee NAME Sign / Firme 4435 Hictor Ramos Perez �p 4592 Manuel Reyes 4602 Miguel Visquez 4873 Salvador Gabriel" � 4971 Isidro Chaves va- 5320 Juan Andrade 5412 Alfredo Mora 5413 Miguel Garcia ,n - Salvador Vasquez Martinez 9 USPANOL: I odus los empleadui linnarues conifcan que In reactor, fac realirada an Ingle, non Espafloh o usa ido ambos idiomas. pars, In perfecta mm• prensidn do Indus Ins pmsentcs de Ins tames de seguridad trasados. Que en lode reunion SGI les recmTds que n parte de toyalidcu de In ampresa Ileysr 'adelanlc on Irabnia resnnnsahk, humane v steerp. Todds los nnpleados dcjdn cansUncia n n titin que los cmitenidos de cstn rcunidn Wil pane do in politica cn materia do segnridad de SGI y que formaran parte do los test pai6dicos do c,,aluacion del personal. ENGLISH: All die signatory• employees cMift that the rmaing teas prosemed in Erptsh of Spanish. or using both heiguagcs. for dear understanding a' all Ihatad subjects of security, In all nscctln gs SGI remids them that itis Part of the no rcvpf the company to perform resnnnsibic. honest and sort % rrk. All die employees also pm (word that the contents of this marting are pan 'ofthe policy in the materufsccunty of SGI and are pan ol'the periodic ran of evaluation of dm personnel. ��zitay Pr Inc. vrr �uonrrl6iar \.! F'ur Prn%rsu ,roll ,rxrLaiyx: Smriccs TAILGATE SAFETY. MEETING SGI Meetirtg'Reeocd Page/p$gina 2 of/de: 2 Employee # NAME'. Jign /.-F irme 5434 .5477 54$0 Ski) $544 5564 5594 5605 5643 5653 5654 5672 5741 5786 5788 5800 Gabriel Trejo Navytrrete 9JJ Fidel Nunes ���/ ✓� vyG /�P Jose angel a.5 E fJii/ C67/ - !� Juan Rern6ndez t ry rr,�6�21 -Pablo Baltazar !/ Ramiro Esquevel Edgar Cordero v�L�> ela-1111L u Amadeo R Davila /gra A O 0 f- Oct Anderson Lopez 5815 Alejandro v Raunda Alu0V1d/o Ilavdq 5816 Jose D. Rios Miguel Roman 1A,19; 64,,r;A r ESPA&OL: 1'odos las cmpkados finTames cenifsan que to reunidn Iue molizada cn Inghms o en EsY-% is usando ambos idiomas. para haperfccla eom- prensidn da lidos ks pacentes de los minas do scguridad trmados. Queen todn reunidn SGl les mcuerdp que as Parte de to poli int de to emnrost Nevar dUcte to I nbaln snu W • hones , s e m. Todos lm empleadus dejan constancia tambiln que los conicmdos de ow 2unidn son pane de to politica at materia do seguridad de SCI y que fomiaran parte do los test pc: iddicos de evoluacidti del personal. - ENGLIStI: All the signatory employees certify Usas the meeting was presented in English or Spanish. orusing both langugges, for tins ondmionling of all trinud subjects of security, In all meetings SCI remids them that it is part Mthe nollrx of the tomnanv to tmrfurm responsible. honest and safe work. An {be tioptoym also put record that [tic nnarnts Pf this meeting arc port or the policy in the mane! ofsecnrity el'SGI and arc pan of the periodic tcgt of evaluation of ibc personnd. stay �re�n Inc. Ilse NgGmil Cluoisx - "' 'I••orMofeviwml L.mr(rutar Sen•ira TAILGATE SAFETY MEETING SGI Meeting Record Page/Pagina I of/de: 3 Hour / Horat (o v Departmept/Departamento: SCV Meeting vv�s condµcted by . La clabe,fue dirlj�Wla per grant Clack /Lisa Anderson / IS�Marde Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach'a copy) Tema lnesentado i discutido o Accidents y Lastimadura Revisada Ad unte uses co is Sugplitl6n / Recommendation or Action Taken / Sw' "!POip / Reeomegdpcfbp o Acci6n Tomada Egiployee# NAME' Sign./ Firme. 4015 Salvador, HernandezIwo f r 4432 Jose, A Romero 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon 0. 4567 Jose, Aguilera t 9 Yl 4613 Enrique, Pelayo 4679 Gerson, Aguirre 4705 Francisco, S Cortes ESPAPOL Todds Ins empleados firmantes certifican qua la munidn fue malizada en Ingles o an Espadol, o usando ambos idiomas, para la perfecta W m- prensi6n de todus los presentee de los lemas de sepridad tmtadas Queen toda munion SGI les recuerda que to Parte de Is oolldca de in emoresa llevar Adelante an trabalo remonssble, bonesto v senuro. Todos los empleados dejan constancia lambien que los comtenidmdc esta reunion son -parte de la politica en materia de seguridad de SGI y que fomteran pane de los tea periddicos de cvaluncion del personal. ENGLISH: A the signatory employees certify thatthe meeting was presented in Engiisp or Spanish, or using both languages, for clear understanding of all treated subjcets of security. In all meetings SGI remids them khat it is part of the nolicv of the comnan y to perform responsibig, honest and safe work. All the employees also put record that the contents of this meeting am pan of the policy in the maser of security of SGi and are part of the periodic test of evaluation of the personnel. stay �e�lnc, ` 7LeR.Ptur,tiGhara� . Fnr,Rn,/etsw„a1 t.'.tiinrsua�e Senvices TAILGATE SAFETY MEETING SCI Meeti4g Record Page/pilgitia 2 ofde:;3 RmplWyee # NAME 4713 $lajamtn, GladirrezRio$ i 4727 Miguel, Varus Mt444F ' ¢,.:'• 4882. Vera-Mojica, Leonardo 4&14 Carrera Aifivdq Fsctibedo 5054 - Juan, Jose Udl e 4971 Isidro Chavez S69 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar 5683 Salvador Martinez r 5239 . Salvador, Alaniz 1 5685 Guillermo Ochos 5300 Francisco, Mejia 5329 Efrain, Nava == 5353 Lucia, Rodriguez Amebic 5360 Alfredo, Benitez j; r � 5362 Christian, D Monroy Garcia 1 14rl/' ESPANOL: Todw los empieados firmantes certifiean que la reunion ruo realireda en prension de todos los presentes de los temas'de seguridad tratados. Queen tgda reimu adelante un "Intio resuonsable. boneslo r sefum. TWOS In$ cmpleades dejun rvr politics en mmcria de seguridad de STI ,v que fonneran parte Oe los test periodicos do ENGLISH: All the signatory employees certify that the mating was presented. in Ent treated subjects ofsecurity. In all meetings SGI remids them that it is part of the not All the employees also put record that the contents of this meeting are pert of the poli evaluation of the personnel o en Espadol, o usando =has idiomas, para la perfecta com- Ies «euerda que es parte de In politica de le emnresa Ilevar s tambidn que los comcmdos de este reunion son pane de Is scion dcl personal Spanish, or using both languages, for clear understanding orall he com emv to oerform responsible, honest nd safe work. te matter of security of SGI and are pan of the periodic test of i Stiayi�een Inc. %gti�auaxlCY�oire - - FnrProfe$ioxa!/ rxda•.:pe Snaires TAILGATE SAFETY MEETIN43 SGI Meeting Record Pagelp Bina 3 of/dee 3 Employee Si # NAME g Si n / Firme S401i Jose, S Herrera 7. 5471 R.s� Javier Suarez 5474 "1&,Delfuto %, f ^% 5985 Pelayo, Juan A $526 Magana-Lopez, Nicolas 552$ Pdayo, Jose Isaac 5534 Prdtille Salgado, Andres Avelino 5545 Albarado ,Raul - t $548 ` Perez,Hector Of +n} 5570 Pelayo Velasco,Roa o X581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel } 5636 Miguel A Roman 5732 Victor H. Alcala Reyes $752 5756 Oscar Gallegos Li 5757 Rene Mejia :5758 Romerico Herrera 5841 Franklin Leon 5843 Jose Luis Narravo -ESPANOL: Tortes los empleades finnanics certifican quo la rwni6n fue malinda on Ingles on Espanol, o usand�.ambos idiomas• para la perfecta can. . prension de todos.Ins presentes de, Ics temas de seguridad Invades. Quo on toda muni6n SGI les recuercia quo n rl rte de la politica dela empress liewr adelante on traboio responsable, hoaesto v seauro. Todos Ips emplesdos dejanconstancia tambien que los contemdos de ester reunion sod pane de la politica on materia de segurided de SGI yque formaran pane de los test pttibdicos de evaluaci6n del personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, err using both languages, for clear understanding of all treated subjects of security. In all meetings SGI remids them that it is of the oaliev of the wmpsnv to cerform resoonsibl honest - and safe work. All the employees also put record that the contents of this meeting are pan of the policy in the matter of security of SGI and are pert of the periodic tot of evaluation of the personnel. SGI Up .111, a clase in Subject Tema i $uegi Stay G�r+een Inc. _ 7gG Yainr..rf %Gnrae %nr Pro%rriou<ll anduspa Serricas TAILGATE SAFETY MEETING Record Page/Pigina 1 of/de: 4 e' Hour/Hora: AM/P11 / Dgpartamento .. SC..V dirigida- or Grant Clack / Lisa Anderson / Presented ii d'Dheusaed or Accident and Injurl.d Reviewed (Attach a copy) mntado y discutido o Accidente y Lastimadura Revuada (A�� ante una Copia titin / Recommendation or Action Taken / Sugerencia / Recomendad6o o Acci6u Tomada Employee # NAME Sign /Firma -,..: 41135 Salvador, Hernandez ' fffX' •� l! /Xe -.ems-•`-) 4432. Joie, A Romero '� 0 e l) o » ero 4520 Jose, Pelayo Leon r 1 / 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon Ili / s, 4567 Jose, Aguilera C 4613 Enrique, Pelayo 4679 Gerson, Aguirre 4705 Francisco, S Cortes 7101 RM ESPANOL: Todds los empleados f irrnames cenifican que la reunion flu realinda an Ingids o en Espsttd, o usando ambos idiomas; para Ia perfecta cam- proui6p de tpdos los,presenms do los temas do scguridad (ratados. Quc en toda reunion SGI Ies recuerda que es carte de le oolifica de la emoresa ilevar adelanae un 4eabaid respodsable, hooesto v sevum. Todos los empleados dejan crmstancia tambien que los contenidos de esta reunion son parte de Is politics en materia de seguridad de SGI v que formaran pane de los test peri6dicos dr evaluaci6n del personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding ofall treated subjects of security. In all meetings SGI remidsthem that it is part of the pokey of the company toverform responsible. honest and safe work. All the employees also Out record that the contents ofthis meeting are pan of the policy in the matter ofseounty of SGI and are pan of the periodic test of valuation of the personnel . �'Stray �►reen Inc. �® 7Ae A env.r/ CLoiae F'arPro�essimtal Lnndcc.rpe,Serrices SGI.11tTeetitog P Employee7i AN1 TAILGATE SAFETY MEETI'_; d Pagellpigina 2 oflde: 4 I MR 1113 Bpnjauun, Gutierrez Rios 4971 . .. 4727 Miguel, Vargas MuHos 4882 Ver} Mojica, Leonardo .4.944 Carrera Alfredo Escobedo I MR 5362 1 Christian, D Monroy Garcia ESPANOL: Todos los empleados firmanies cenifiean que la reunion fue realinda en Inglds o ca Espagol, o usando ambos idiomas. para Is perfecta cram• prension de lochs los pmenta de los temm de seguridad tralados. Que en Coda reunidn SGI Its rccuerda que a narte de la nolldca de la emnrcn Itevor adelante ao trahaio msnonuble. honesto v seeuro. Todds los cmpicados dejanconstuncia tambidn que los contenidos de esta reunion son parte de la politica on maleria de segucidad de SGI y que formaran parte de los lot periodicos de evaluation del personal. ENGLISH: All she signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all treated subjects of security. Inch mectines SGI remids them that it Is Part of the policy or the comnanv to perform responsible, honest and safe work. All the employees also put record that the contents ofthis meeting are part ofthe policy in the matter of security orsGl and are part of the periodic tat of valuation of the personnel SQS4 Jugn, Jose Uribe 4971 . .. Isidro Chavez 5199 Samuel Francisco, Romero Cruz 71-7 ;Tuna Molina Aguilar 5141 5653 Salvador Martinez 5239 Salvador, Alaniz 5685 Guillermo Ochoa 5300 Francisco, Mejia 5329 Efrain, Nava i 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez 5362 1 Christian, D Monroy Garcia ESPANOL: Todos los empleados firmanies cenifiean que la reunion fue realinda en Inglds o ca Espagol, o usando ambos idiomas. para Is perfecta cram• prension de lochs los pmenta de los temm de seguridad tralados. Que en Coda reunidn SGI Its rccuerda que a narte de la nolldca de la emnrcn Itevor adelante ao trahaio msnonuble. honesto v seeuro. Todds los cmpicados dejanconstuncia tambidn que los contenidos de esta reunion son parte de la politica on maleria de segucidad de SGI y que formaran parte de los lot periodicos de evaluation del personal. ENGLISH: All she signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all treated subjects of security. Inch mectines SGI remids them that it Is Part of the policy or the comnanv to perform responsible, honest and safe work. All the employees also put record that the contents ofthis meeting are part ofthe policy in the matter of security orsGl and are part of the periodic tat of valuation of the personnel The lemnilTJmicr TAILGATE SAFETY MEETING SGI Meeting Record ragdogina 3 oUde: 4 5526 5528 ftJuan A Magalka-Lopez, Nicolas Pelayo, Jose Isaac Protilto Salgado, An ;Karl Aibarado es Avelino 5548 PirezH ector 5570 Pelayi) VelascoRossilio 5581 - Edilberto Cortez Villa 5609 Vazquez Jose Manuel 5636 Miguel A Roman 5732 Victor H. Alcala Reyes 5756 Oscar Gallegos 5757 Rene Mcjia U-4 5758 Romerico Herrera 5841 Franklin Leon 5843 Jose Luis Narravo ESPANOL: Todos los empicados firmaracs; certifican qui la rotation fuc mlizada on Inglis o on EspaftoL o usiando ambos idiomw, para to perfecto conn- prionsi6n do [odes ]us promotes dc los ternas do segundad tratisdos. Que to toda reunion SGI les rccuerda clue cl patic do [a politico do In emoresa flevAr adelante an traWo responsiable, hotesto v segura. Todas los mpleadw dejan consmancia mrobien quo los conteniclas de esta reunion son parte do to politico en materia do wgundaid do SGI y quo formaran Pont de his test pen6chcos e cvaluwi6n del personal. ENGLISH: All the signatory employers ceni*, that the meeting was presented in i-P,,lish or Spanish, or using both languages. for clear understanding or all treated subjects of security. in all meetings SGI nimils; them thai, on, nart of the viler of The coarmany to perform rsirionsible, ho est and safe woG. All die employees also put record that the contents of this meeting are pan of the policy in the matter of security of SGI and we pan of the periodic test of evaluation of the personnel Stay green Inc. 7Le trarrasr/G'Loisr Fur!'�nfusioaa[/.mrLwsya Strrires TAILGATE SAFETY MEETING SGI Meeting Record Page/pfigina 4 oVde: 4 Employee # t4AME Sign / Firme 5857 C.4a.r Cartela i' 7 5858 10*1*0 $ilgado . 5859 Jose Cardoso ESPANOLTodos los empfeedos firmamcs wrtifian quc Is reunion foe malizada en Inglds o en Espadvl, o usando ambos tdiomas. pain la perfecta com. prension de todos los prescntts do los teman do seguridad tratados Que en Coda reunion SGI Its recuerda que rs IBM de la willika de Ia emp esa Ilrvxr adelante un trabala rearaooaable, honesto a seauro. Todos los empleados dejan constartcia tambien quc los contenidos de "to minion son pane de Its politica en materia de seguridad de SGI y quc formaran parte de los test periodicos de evaluacon dcl personal ENGLISH: All the signatory employees certify that the meeting Stas presented in English or Spanish, or using both languages, for clear understanding of all treated subjects of security. In all meetings Sol remids them dust it fel of the policy of the n to 12erlarni responsible,kigntit and SON work. All the employees also put record that the contents of this meeting arc part of the policy in the mater ofsecunty of SGI and are pan of the periodic tut of evaluation of the personnel Stay" Green Inc. !bf Natural (lwh e ' ^ F'nr Profcxaoa.rf landn:rpr S'rrrits TAILGATE SAFETY MEETING SGI Meeting Record Page/Pagina I of/de: 4 Date / Fecba: V / Hour/ Horn: .;:.: AM, ilepartu en / I)epa M. uto: I SCV Meeting was cop cted':by , La clam 1de dui por Grant Clack /Lisa Andgrson / Sgit e b P1e4enteil and Discussed or Accident in 4NpeisRgvIL' d .(Attach a copy) Team% .. , nta j ,.. dissutido_o,Accidente Lashmadura Revisadst Ad'unte una co is _ rem iZS . �.•H T ✓ cr�Ts' � i S7ti&tidh ! Recotnniendatlon or Action Taken / Sugerencia ! Reeonaendaelbe o Aeckin Tom>tda Eo►ployee /i NAME Sign / Firtne. 401 1. 5 Salvador, Hernandez 4432 Jose, A'Romero • 4520 3use ,"Pelayo Leon -cv n2c 4524 Alejandro, Garcia de Alba 4535 David; Pelayo Leon 4567 Jose, Aguilera i t. 4613 Enrique, Pelayo " 4679 Gerson, Aguirre (� _ /f( pe t41- (x, ,! �!�) Y j T �t 4705 Francisco, S Cortes L, J. ESPANOL: Todos los empkados firmantes certificai que la reunion fue malinda en Inglis o en Espadoi, o usando ambos idiomas, para la perfecta com- pression de todos los presentes de los temas de seguridad tratados. Queen toda reunion SGI les recuerda que es parte de In politica de Is empresa Ilevar adelente un trabaio responsible. honesto v seeuro. Todos los empleados dejan constancia umbidn que los contenidos de esla reunion son parte de Is politica en materia de seguridad de SGI y que formaran parte de los lest periodicos de evatuacidn del personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all treated subjects ofsecuriry. In all meetings SGI mmids them that it Is part of the adlev of the compaov to perform responsible. honest and safe work. All the employees also put record that the contents of this meeting am part of the policy in the matter of security of SGI and are pert of the periodic test of evaluation of the personnel 5362 1 Christian, D Monroy Garcia ESPANOL: Todos Jos,empleados firrnantes certifiean quo la mmi6n fue realizada en ingles o en Espaiml, o usando ambos idiomas, para la perfecta com- pmnsi6n de todos los presences do los Demes de segurided tratados. Que en toda munitm SGI les reeuerda que es parte de la politica de la em p resa llevar adelante on trabaio resnonsable honesto v seg -u o. Todos los empleados dejan constancia tannWn que los contenitim de esta reum6n son parte de la poldtca en materia de seguridad de SGI y que fopnaran parte de los test peritidicos de evaluzci6n del personal. ENGLISH: All the signatory employees certify that the Me xas presented in English or Spanish, or using both languages, for Clear understanding of all trcehd subjects of security, In all meetings SGI remids them that a j Dart of the policy of the compan • to Perform responsible honest ad safe work. All the employees also put record that the contents of this meeting are part OF the pol icv in the matter of security of sG I and are part of the periodic test of evaluatim of the personnel. SGI Meeting Record 4 w7m Inc./lx A.Nfrrir(CLfrirr FnrPrufec:iu»,rlLarrAsrrpr,tirvvirri TAILGATE SAFETY MEETING Pagelpagina 3..oVdee 4 Employee# N1►1![P .._ Sign'? Fume ; 505 Jose; Herrera , 5471 Etas, Javier Juarez 5474 Alanis, Delfino r r' r 54$5 Pelayo; Juan A +f2 5526 Magana-Lopez, NicolasAli r. 552.8 .. _ Pelayo, Jose Isaac :.. .. r ... C $ ;'. 5534 Profigo Salgado, Andres Avelino 5545 Albarado ,Raul - 5548 .. Pe rei,Hector �j e/ 6 U - eie 5570 Pelayo Velasco,Rosalio 'P 5581 EdilWrto Cortez Villa 5609 Vazquez Jose Manuel ' 5636 Miguel A Roman 5732 Victor H. Alcala Reyes Iry •�r 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera ! '' 5841 Franklin Leone, / 5843 Jose Luis Narravo LSPANOL: Todds los empleados firmmms cortifican que la reunidn fue realizada en Ingles u en Espadol, o usando ambos idiomas, para la perfecta wm- prensi6a de todos los preaentes de los temas de seguridad Irmadps. Queen tpda reunion SGI les recuerda que es parte de to ool'Nca de la emnresa lim ar adelente un tnbafo resnonuble honteto caro. Todds los emplezdos dejan constancia tambien que los commons de esta reunion son parte de la polinca en materia de seguridad de SGI y que formaran parte de los test periddicas de evalusci6n del personal. ENGLISH: All the simtatory empioyees certify that the meeting was presented in English or Spanish, of using both languages, for clear understanding of all Mated subjects ofaeeurfty. In all meetings SGI remids them that itis cart of the policy of the comnanv to dorm responsible honest and saf ork. All the employees also put record that Me contents of this meeting are part of tht policy in the matter of securitc of SGI and are part of the periodic test of evaluation of the personnel. 0 ;Stay r�+en Inc._ '�.~ 'TiieArtnuv/C(�oire ' F'nr Prvfcnionvllnsulxvpe Srrnicrs TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina 4 oflde: 4 ESPANOL: Todos los empleados firmantcs certificmt que la reunion fue realizada en Ingles o en.Espadol. o usanda ambos idiomas, pam In perfecta com- prension de Indus Ins presences de los temas de seguridad tratados. Que en to la reunidn SGIles recuerda que es Porte de la Politica de la emnresa Revsr adetante on tmbaio resnonsable, honesto y aware Todos los empleados dejan constancia tambren que los contenidos de esta reunion son parte de la politica en materia de seuridad de SGI y que fortnaraa parte do los test peiiddicos de evaluacidn del personal. ENGLISH: All die signatory employees certify that the meeting was presented in English or Spanish, or using both languages. for clear understanding of all ....treated subjects of security. In all meetings SGI remids them that it is part of the policy of the com any to perform responsible. honest and safe n ort.. All the employees also put record that the contents of this meeting we part of the policy in the matter of security of SGI and are part of the periodic test of evaluation of the personnel. g " u Ir y a.. tay ikn Inc. ,T�itCBain „ FarPrpfessiapefLaridarape.Services TAH,GATE SAFETY MEETING SGI Meeting �tecocd Page/Ptigina 1 oUde: 3 `r ' / F.'; -� Z.. Kolar / $orad �' "• : AM/PM D�pa�r�u!ipptu. - �3aic es La Njnae tue ding da por tyrant Clack / Isaias Leon / Rujlno ,Gomet preientea and Ifacneseil�Di Accitl�gnt •*d Ijgjuries Reviewed i�ttach s "P, ems reeeatado Y discntido o Atxfdente yp"dilln"i" 16 gds Ad urate lops eo la - Suggesti6n /Recommendation or Action Taken / Sageresets J $ecce' eedaci6n o Amba T,asllda . Employee 11NAME Sin /Fume Salvador, Hernandez% :. . AW 4432 .%gARolaero p C%XO'MCro 01 4520 doge, Pelayo Leon le 4524 Alejandro, Garcia de Alba 4535 David, Pelayo.Leon 4567 Jae, Agailers 4613 Enrique, Pelayo j. 4679 Gerson, irre 4705 Francisco, S Cortes `l ES : T os I leados 3'umemca cenifc que la mst6n fa mWizada en Ingles o en Espadol,-o usando ambos ubomat, para la perfecta com- pmnsi6n de todos los presentes de los temas de seguridsd tratados Que cc toda reum6n SGl Ica recucrda cue is parte d is oolfecn de h emoras Ilevar 'adehtnte on trabain mponsable. boacsto v se¢aro Todosios empleados dejan comutricia tambib r .e los comer idos de esta muni6n son pane de la politica en materia de segurid.�d deSl i , eformatan parte de los test pen6dicos de evaluscum de ward. ENGLISH: All the sign toffy mployeca sdfy that the meeting was presented in English or Spanish, o- using both languages, for clear understanding of all treated subjccts of sccurity. In all meetings SGT remids them that itis part of the policy of the pedgm responsible. honest sod sere work. All the employees also put record that the contents of this meeting we part of the rolicy in the m#* Commof*ccurity of SPI and are pert of the periodic rest of evaluation of the personnel. Alobol .. Is is 011111111, Stamen Inc. �ih�iril Choice For �Prof"i+sidaaQe Seruica TAi GATE SAFM MEETING SGI'Mee6ng Record Page/papinq 3 vftde: 3 Employee # NAM 5406 dose, S $errata � ^s 3 f t � 5471 5474 Alamos, Dellina / y .5485 Pelayo, d�pan A '" 1 " 5526 Magaoa-LOPII4 Nicol" 5.528 Pelsyo, dose Isaac e `' p G (j 5534 Protillo Salgado, Andrea Avelino :: .. A !�} ..5545 Albarado ,Raul t I � 5 8 Perezxector 55.70 Pelayo Velasco,Rosalio v 5 I Edilberto Cortez Villa 5604 Vazquez Jose Manuel ! 5933 Sergio M,)n •sy 5732 Victor K Alcala Reyes L ;5752. . lWael Calles Jr. 5756 Oscar Gallegos o' y 5757 Rene Mejia 5758 Romerico Herrera - Y "g'S'PAh/L los empleados fimuntes certifican que la reartidn fm realirada en Inglis o en Espddol, o�usan' tdo m16oa adtanas, Pan hh pe{ecu com- - piemidn de Was 6 preeseaties de los teras de seguridad tratados. Que en India rinmidn SGI in recuada que a parte Jt Is politics de Al emoraa Ilevar adelante an tribaio reaponsable honeatoy seearo. To" los epspleados dejan constancia tambien.que Jos Gunter idol do esta reunidn san parte de la politica en materia de seguridad de SGI y que formaran parte de los test periddias de evaluamdn del p rs..mal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanist wing bout languages, for clear understanding of all - treated subject of security. In all meetings SGI remids them that it is part of the policy of the eomu..nv to Perform raoonsible hopest and s2fe work. All the employees:adso put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part ofthe periodic test of evaluation of the personnel - TfieNadur"a!(.7wia - - For ProfessionalLandrrapeServicu TAU&4n SAFETY MEETING SGI Meeting Record Page "a 2 of/.d 3 $mployee # jij '.• k.'; c.. Sign /,F*77777777 4713Benjamfio, i tit Rios 1 >: ,,. 4727 Miguel, Vargas Mugos 4i�82 Vs�a-MQ)�, l,teopsyrilQ . -: v . 4844 Carrera Alfredo Eseobedo i 5054 Juan, Done Ui& m _ 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 • Juan Molina Aguilar; 5223 Wezma-Cisneros, Carlos S239 Salvador, Alaniz ell 5252 bmar, G•a: is 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable Alfredo, Benitez 5360 5362 Christian, D Mouroy Gamin l Al ESPAROL: Todos los empleados fiff" aNfican qua IA reunidn fife realizada en Inglis o m Espadol, o usando idiemas, para la pafecta Mtn- ., pression de todm los presents de los to de xgmdad tratados. Quo ed toga mmion SGI les reeuerda qm ea m m de Is oolltiea de Ia empress -lever *del ante un mabsio resoonsablc, honeato v smuro. Todos los empleados dejan cmrstancia tambiin que los contenidos de esta reunidn son parte de la politica an materia de seguridad de SGI y que fornwan pane ae ios test periddicos de evaluacion del personal. ENGLISH: All the. signatory employers ar* that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all treated subjects of security. In all meetings. SGI remids them that it is cart of the -,)play of the company to perform responsible honest and safe work, All the employees also put record that the contents of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of evaluation of the personnel - t - 7brN�itnrulCbbin ... -'For ProfissioxelLandstafe Serricar ^ TAILGATE SAFET'_' MEETING SGI Meeting Record Page/P3gioa 1 vei►aopent / Ipartamento: SCV i I 'a`se cQ?�luFted l�• .: ;.: �—l. Ls'� fne diiii�la Ix'' Grout Clack / Isa>tap Leon / RuSno `Gomez w Employee # NAME ... _.__...Sign Fume. 4015 Salvador, Hernandez Jose, A R aero 4432 , pSe O r''1 Ql"-O 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba Y David, Pelayo Leon 4567 Jose, Aguilera e 4613 Enrique, Pelayo f_hr e 4679 Gerson, Aguirre edS°h If 9U�r 4705 Francisco, S Cortes m .. ESPAiJOL: Tados los empleados firmames mrtidcm q la re On fue realizada en Inglis o m Espanol, o uamir)6afAbos idiomm' para la pafma wm- prensidn de tpdOY los,presegtm de los temas de saguridad tndados. Que an toda mmibn SO les recuarda out Parte de Ia amid" de Is emorcaa Ilevar adelaote nn tnbaio raooaxsbk- Yonnto v seearo, Todds los pnpleados dejan caatnnoia tpmbidn r, bs contenidas da eta tewtion son parte de la politic en materia de seguridr�d de Sl;� - a formarai parte de los test periddicos de evaluactdP de , .."mal. ENGLISH: qll tYe signatory enpbya":,.. • •.1y thrt the meeting wac presented m 6nglj{¢ i� Spanish, o using both languages, for clear understanding of all tremcdsubjects of security.:In alI meet. SGI rapids them thatit is Dart of the ooliav`attik eomtunv fo cerform rcs000sible, honest and safe work. -.:All the employees also put record that the contents of this meeting are partafthe faGa�y."i�I'_JUIe molter Of Security of SGI and arc part of the periodic test of evaluation of the personnel � .. ...... d =3en T. 1C. ,...r..A .... Sr :7 . .. � .. �: .'n.. Ferx*3yfvriorutjjindttape Serrrca TRIS GATE SARETY MEETING S61 Meeting Record Page/ptigina 2 oVde: 3 . V. 9300 Francisco, Mejia r 5329 Efrain, Nava 5353 Luclo, Rtnl: ;guez Amable 5360 Alfredo, Benitez A. : _ . A _ 5362 Christian, D Monroy Garcia �v os p s es ccrtifa:an qu 1 la reunion fire - i Lomas, pmuidn de todos los presentes de los kmas do . segun& tratadosQue en toda reunion $GI les recuerda que a oartc de le oolitica .ide4nte en trabaio resoo ble hoaest v . Todos los empleados dejan commncia umbitn q= los wntcnidos de ata mu politica m materia deseguridad de SGI y que formazan parte de los test periodicoe de evaluation del personal ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for cl 'treated subjects of security, m all meetings SGI remids them that it is Dart of the r}-olity of the comnanv to perform resoonsida t All the employees also put record that the cmnetw ofthis mating arc part of the policy in the matter of mcuriry of SGT and ere part avatuatioa ofthe personnel. :la peffecta oom- son .-P B ,;7�hili Rios 4727 117tiBuel, Vargas Milos X882 Vera=Moitca, Leonardo 4844 Hirers Alfredo Eacobedo 5054 Jpan, dee. tribe 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar L/ 5223. Ledezme-Cis eras, Carlos 5239 ' Salvador, Alaaiz f "'5152 Omar, Gc::1a . V. 9300 Francisco, Mejia r 5329 Efrain, Nava 5353 Luclo, Rtnl: ;guez Amable 5360 Alfredo, Benitez A. : _ . A _ 5362 Christian, D Monroy Garcia �v os p s es ccrtifa:an qu 1 la reunion fire - i Lomas, pmuidn de todos los presentes de los kmas do . segun& tratadosQue en toda reunion $GI les recuerda que a oartc de le oolitica .ide4nte en trabaio resoo ble hoaest v . Todos los empleados dejan commncia umbitn q= los wntcnidos de ata mu politica m materia deseguridad de SGI y que formazan parte de los test periodicoe de evaluation del personal ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for cl 'treated subjects of security, m all meetings SGI remids them that it is Dart of the r}-olity of the comnanv to perform resoonsida t All the employees also put record that the cmnetw ofthis mating arc part of the policy in the matter of mcuriry of SGT and ere part avatuatioa ofthe personnel. :la peffecta oom- son .-P Ste Green I nc. FuPfvSernices TAIiGATE FET: MEETING SGI Meeting Record PagelpJgina 3 of/de: 3 ,•: i; Employee # NAME $fin / Firma, 5406 JoseiS Herrera �.. 5471• Elias, Javier Juarez 5474 : .. Alaoea, Dcllino 5485 Pelayo, Juan A f 55 Magana-Lopez, Nicolas JVK3 .II//7;_.__ LL ' __ b L P& o IM ' ESPAIJ adw e os fi este tertifican quela reuniM realiuda en Inglis o en Espelol. o usando ambos idiomas• para la. perkula com- immston de htdos los premites de los terms de seguridad tratados. Que en toda reunion SGI les recuerda queer parte de to odlpea de m eipixesa Ilevar adelante un trabsio resoonsable bone=to v stento. Todos los empleados dejan %nstancia mmbiep que los contenidos de esta moi6n son parte de la politica en materia de seguridai de SGi . famuan parte de los test peri6dims de evaluacimi del p r. nal. ENGLISH: All the signatory employee c ttify that the meeting was presented in English or Spanist using both languages, for clear understanding of a .treated subjects of security. In all meetings SGI remids them that it if Part of the ndicv of the eomu_ev to perform responsible. honest and safe work. All the employees also put record that thee. contents. of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of evaluation of the personnel, 5528 Pela o Jose Isaac .;..y (� 5534 Protillo Salgado, Andrea Avelino 5545 Albarado Jtanl J' E -t U 5548 Perez,Heetor 5570 Pelayo Vel"co,Rosalio 5581 Edilberb ortez Vfa / 5609 Vazquez Jose Manuel 5733 Sergio Mtay.•sy 5732 Victor H. Alcala Reyes it 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia r- 5758 Romerico Herrera JVK3 .II//7;_.__ LL ' __ b L P& o IM ' ESPAIJ adw e os fi este tertifican quela reuniM realiuda en Inglis o en Espelol. o usando ambos idiomas• para la. perkula com- immston de htdos los premites de los terms de seguridad tratados. Que en toda reunion SGI les recuerda queer parte de to odlpea de m eipixesa Ilevar adelante un trabsio resoonsable bone=to v stento. Todos los empleados dejan %nstancia mmbiep que los contenidos de esta moi6n son parte de la politica en materia de seguridai de SGi . famuan parte de los test peri6dims de evaluacimi del p r. nal. ENGLISH: All the signatory employee c ttify that the meeting was presented in English or Spanist using both languages, for clear understanding of a .treated subjects of security. In all meetings SGI remids them that it if Part of the ndicv of the eomu_ev to perform responsible. honest and safe work. All the employees also put record that thee. contents. of this meeting are part of the policy in the matter of security of SGI and are part of the periodic test of evaluation of the personnel, d 7hFTr+Yrmri:�'.Ymiar ' . - ...-YnrAoferiional%:rnrt-u;speSmdcrs TAILGATE SAFETY MEETING Page/Pagina 1 of/de: 4 Department 1 Ilehpr;a .mento: SCV Meetingwascon" uctedliy. La clase fue dirig da por Grant Clack AL IsW*Mhia" I Employee # NAME F. 4. Sign 1 Firme. 4015I X. r, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba �r 4535 David, Pelayo Leon 4567 Jose, Aguilera 4613 Enrique, Pelayo / Me - 4679 Gerson, Aguirre 4705 Francisco, S Cortes C$pANOL: Indus los empleades limsatncs ecnirteen que In reunion rue malirada en Inglcs u en Espahol, o usando unions idiomas, parala perlecta com- prrnsion de todus los presenies de los temas de w undad trawdos. Quo en toda reunion SGI les rccucrda que es nano de la r"i6en de Ia emnre,a Ile, ur adelante on Irabairr resnonsable. honesm y seauro Todos los empleados dejancmhstancia tambien que los contenidos de esta reunion son pane de In politica en materia de seguridad de SGI y que formaran parte de los test periodicos de eyaluacion del personal. CNGLI511; All the signatory employees ceriffy that the ngeting was presented in English or Spanish, or using both languages, for clear understanding oral] stented subjects orse&1rihin all meltings'SO ¢raids than that it Is part of the Oier of the company to nerform resoonsible, honest and safe cork. All the employers also put record that the contents of this meeting are part ofthe policy in the matter of security of SGI and are part of the periodic test of "a]uation orthe personnel 533$ Pelayo, Jose Isaac . 5534 Protillq Salgado, Andres Avelino 5$45 Albarado,Raul j' 5348 Pe�'z,Hectgr pw_� Peiavn Velasco.Rosalio n . 87< 5581 Edilbcrto Cortez Villa 5609 Vazquez Jose Manuel 5636 Miguel A Roman 5732 Victor H. Alcals Reyes 5756 Oscar Gallegos 5757 Rene Mejia $758 Romerico Herrera 5841 Franklin Leon 5843 Jose Luis Narravo ESPANOL: Todos los empicados fimientes urIllman que is munidn rue realimcla en Ingids a en Espmml, o usando ambos idiomas. peva Is perfecta com- prcnsi6q do lOdos Ios presences de las temas de seguridad tratadoc. Que en coda reunion SGI les recuerda que cs Parte de Is Allica de la empress licyar Plante an trabaia resnonsablc honeslo v seaura. Todos los empleados dejan constancia tamblen quc Ins contenidos de esla munion son pone do la politica en materia de seguridad de SGI y que farmamn pane de los test peoodicos de evaluaeion del personal. ENGLISH: All the signatory employees cerci ry that the meeting aas premnmd in English or Spanish, or using both languages, for clear understanding or all treated subjects of security. In all meetings SGI remids them that it Is Part of the nrlicv of the comoan • to Perform resnooslble honest and safe work. All the employees also put record that die, contents of this meeting arc part of the policy infix matter Of security of SGI and are pun at rue penod¢ test of evaluation of the personnel, stay Green Inc. ire TAILGATE :IbrPro/apia.al/ rpdxtapa Serrirer TAILGATE SAFETY MEETING SGI Meeting Record Rage/pz3gi4a 2 of/de: 4 �PIaXE NAME Sign I Flume, 4844 CarreO* Alfredo Escobedo ESPANOL Todos los empleadms firmantes cenifican que la reunion rue mcdc ida en Inglis o en Esf • ` I. o usmdo ambos idiomm, para la perfecta com- prensi6n de todos los presentee de los temas de seguridad tratados. Queen Imdn reunion SGI lestem 0 que es guile de Is r alltica de la emnresa Ilevar adelanle un trabaio responsable. honesto y uauro. Todds b5 empleados dejan cahsrancie lambidi que los contenidos de esla munidn son pane de Ia politico en materia de seguridad de SGI } que forniaran pane de los lot periddicos de evaluacidn del personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding *rail treated subjects of security. In all meetings sGl ramids them that his pari of the oolic, of the company to perform rononsible, honest and safe n•nrh All the employees also put record that the contents of this meeting are pan of the policy in the matter of securely of SGI and are pan of the periodic tat of evaluation of the personnel. `- .5054: .` Juan;,[oseairibc . 4971 Isidro Chavez 5199 Samuel Francisco, Romero Cruz _...mac. .. __.;...., 5141 ., ...: Juan Molina Aguilar 5683 Salvador Martinez 5239 Salvador, Alan' 5685 Guillermo Ochoa 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez 5362 Christian, D Monroy Garcia ESPANOL Todos los empleadms firmantes cenifican que la reunion rue mcdc ida en Inglis o en Esf • ` I. o usmdo ambos idiomm, para la perfecta com- prensi6n de todos los presentee de los temas de seguridad tratados. Queen Imdn reunion SGI lestem 0 que es guile de Is r alltica de la emnresa Ilevar adelanle un trabaio responsable. honesto y uauro. Todds b5 empleados dejan cahsrancie lambidi que los contenidos de esla munidn son pane de Ia politico en materia de seguridad de SGI } que forniaran pane de los lot periddicos de evaluacidn del personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding *rail treated subjects of security. In all meetings sGl ramids them that his pari of the oolic, of the company to perform rononsible, honest and safe n•nrh All the employees also put record that the contents of this meeting are pan of the policy in the matter of securely of SGI and are pan of the periodic tat of evaluation of the personnel. F'ar pre�esriwsel7 n'aeL erre .S'uciar TAILGATE SAFETY MEETING SGI Meeting Record Pagelpigina 4 oUde: 4 ESPAROL: Todos los cmplmdos Grmwdcs cenifican que in reunion fue, realinda en Inglis o en Espaf :,, o monde ambos idiomm, para la perfecta com- prension de Was ba prnenan de los lemas de seguridad tralados. Que en toda reunion SGI les recu we es nnrte de to noliGea de la empress Ilevar adelante in tnbai0 resnonsable, honesty y seaaro. Todos los empleados dejan conslancia tambien que los contenidos de ata reonion son parte de la politica en materia de scgundad de SGI) que, Ponnaran pane de In test periodicos de eyalugcion del personal ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clew understanding of a(I treated subjects ofsecurity. In all meetings.SOLmmids them that it is Dan of the nolicv of the company to nerform responsible honest and safe work. All the emptoyea also put record that the contents of this meelas an pan of the policy in the maser of security of SGI and are pan of the periodic test of c.alualion of Ute personnel. D EXHIBIT B Provide,intormation on the certified arborist cFtprrlical applicator, irrigation specialist, crew foreman, nciutling name, certification and whether staff or subcontractor, 'Staff z) . Bid i LLM-12-13-M 62 Richard Angelo Stay Green lnc. STAFF QUALIFICATIONS Executive Chairman/Founder Pest Control Advisor ABDE73173 Richard Angelo Executive Chairman/Founder Qualified Applicators License 98566 Rene Rivera VP of Operations Qualified Applicators License 118964 Grant Clack Operations Manager Qualified Applicators License 126914 Jeff Norquist Operations Manager Qualified Applicators License 126918 Kevin Cawley Account Manager Qualified Applicators License 108212 John Barton Account Manager Qualified Applicators License 99677 Dave Colburn Production Manager Qualified Applicators License 126919 Adam Hall Business Developer Qualified Applicators License 122279 Leonardo Moran Wesley Heck Gerardo Gonzales Jorge Castaneda Rene Rivera Juan Hernandez Adam Hall Melissa Rodriguez Richard Angelo Richard Angelo Jose Romero Alejandro de Alba Francisco Cortes Leonardo Vera Samuel Romero Plant Health Care Spray Technician Qualified Applicators Licence 119089 Plant Health Care Spray Technician Qualified Applicators Certificate 91732 Plant Health Care Spray Technician Qualified Applicators Certificate 119271 Tree Care/Plant Health Care Operations Manager VP of Operations Business Developer Business Developer Business Developer Executive Chairman/Founder Executive Chairman/Founder Irrigation Technician Irrigation Technician Irrigation Technician Irrigation Technician Irrigation Technician Arborist WE -8703A Arborist WE -9328A Arborist WE -9628A Arborist WE -9301A Arborist WE -9346A California Landscape Technician Certified Water Auditor Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate .Stay Gi=n InG 26415 Sutnmit Cirde, Santa Clarita, CA 91350 • (800) 858-5508 • (661) 291-2800 - Fax: (661) 705-2089 w .smygrccnsom • C-27, C-61 License #346620 B U Z+ EXHIBIT C EQUIPMENT REQUIREMENTS' Additional equipment requirements for work within proposed Landscape Maintenance District./ or the ability to rent •v +I Grade Chipper • ' C on�Yne G el grade laipn; ,Wdh;muiching blade attachment suffice_ tIn #Oto cover large turf ..areas.. • Pr gper eggIpment required to Periaim'prunirig tasks including harp prdner k>QperS, saws;. Pole papers and chainsaws._.:, All' 6intenance supplies for proW equipment operation • Garden`Spading Forks - • Shovels • Rakes • Scoop Shovels • Safety equipment such as head, eye and ear protection, work boots. Body protectiortsuch,ds.chaps should also be used when operating chainsaws • Arrigation controller rei�Ofee and transmitters such as the Rain Master `Pro -Max.,_. • Altfhe required tools andequipmentto make minor and major imgahon repairs • All traffic controfsigns meohanieal acid stand alone, barricades cones vests all equipmegt and safety wear shall be Cal -OSHA approved' ` .: Bid • LMS -12-1M3 64 EXHIBIT D Item # Descn tion: .",. , `: `- J►�PROXIMATE s oars foots e. rtiatetl`auanfl f lmdated Land` "` e " '" ' "736,602 2Non-irri'ated Landscape __: 979,090 3 . 'Backflow , devices ......, ...., . .„ .. . 4 Jm n' controllers 5 5 Irti ,tion enclosures 5 Inventory List: T85A ' Item # Descn io6'" ' APPROXIMATE '6' ' uare foots a "' ' Estimateif'Ouantit 1 TWO 4.965 '2 Iro ated Landsca a "` "808,000'.' 3 Backflow devices 5 ` 4 Irrigation controllers 5 5 Irri ation enclosures 5 Inventory List: T33 Item # Description APPROXIMATE square footage Estimated Quantft 1 Turf 3,900 2 Irri ated Landscape 214,000 3 Backflow devices 4 4 Irri ation controllers 4 5 Irr ation enclosures 4 Bid # LMD-12-13-03 55 D 6 EXHIBIT E &d # LMD-12-13-03 Daily- Weekly —Moodily" r' - x y ti L i y f � X 4 rx :, ' � i i Q'. Ye a\y ♦xz� 5: t &d # LMD-12-13-03 OPERATIONS JAN FW MAR APR. MAY,, AIN ML Mw Pw"Cftw� E W�E*nmvl��PNWCWJ3 -'5fa+t YR lS LAM crwppmom Mapiwims-wetxmubhwq�* CA m rm Wj"1111 pp I so Raw-'~ Add Sol Amendmrft la Bft" Ptar"tt Periodic -0 EXHIBIT E1 Specialized Maintenance Program Reference Guide Semi-annual and Annual U gn } 2 P v'. W N iy7;' Sa: 6 w�eM' Y� mw � d4 MK LL 1 � a a F 0 Bid # LMO-12-13-03 58 Bid s udonz-13.03 59 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The rqn tunes/cycles will be a justed toll izc `cycle andspal 'methods on a daily basis to mazlmize soil percolation and consequently minimize nun off: B.Tht irri atuln controllers will be 1. ptog1.ammed to be on solelyduring nighttime, lower- . ,. tempdr`ature hots•, .... FALL - WINTER IRRIGATION SCHEDULE A. :As climatic: conditions become cooler, the irrigation schedule will,be correspondingly rteduCe& The run times/cycles/days will be decreased to levelsthat vill 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 irri 'on schedules will occur when water has been shut down due to con8tiuction by dcv It :rswhtch resit in above-notinel watering required to restore landscaping aPPearance to an acceptable level, B. Certain soil conditioris.may require. moCC'or legs watering. than the4iorm, resulting in variations in the schedule for specific stations on a controller. . C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fall, and Winter]. B. LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant oftlic results of those Ed•LMD-12.13-03 110: inspections. EXHIBIT E3 SUMMEfi IRRIGATION SCHEDULE (March 21 lZctol it �U2 A Shrub Bed. . 1 Spray Heads 4 mmutes per s4agon/per:cycIp 3 cycles der day, 5 days per week., 2. Stream Heads— l0 minutes'per station/* cycle, 3 cycles per. day, 5 days per week. 3. Stream Rotary —15 minutes per station/per cycle, 3 cycles per day, 3 days per week. B. Turf Areas x t i. Spray Heads-5.minutep perstation/per.cycle, 3 cycles per:day, 5 days per week. 2. Stream Rotary 180 (halt) -.15.mijiutes per station/pC!':OcIp, 3 cycles per day, 5 days pet week. 3. Stream Rotary 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 4.Gear Rotaryi80(half)=20 minutespeistattonlpercycle 3cyclesperdsy 5daysperweek 5. Gear Rotary 360 (full) = 40 minutes per station/pereycle, 3,dyclesper 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 2. Impart Heads 360 (full)— 30 tntnutes per station/per cycle 3. cyeles.per day, 5 days per week. 3. Spray Heads — 5 minutes per staYion7per cycle, 3 cycles per day, 5 days per week. WINTER IRRIGATION SCHEDULE (October'21 ."Arch 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. INSpE,,CTIONS Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each Bid $ LMD-12.13-03 61 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 f LMD-12-13-03 62 EXHIBIT E4 Preventative Disease Control Guide I. Olea Enropaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when %: to'/. of blooms are open. Second application to be done 7-10- days after the first application. IL Pyrus Kawakamii (Evergreen Pear) Fireblieht — Preventative Treatment Spray application to occur October 1 through mid-November. Fireblieht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut. III. Platanus (Sycamore) Anthracnose (Fireblieht) — Preventative Treatment This treatment would consist of two (2) applications and possibly a third application, depending on the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application — During the month of April, if there is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of a type approved by the County Agricultural Commissioner. Bid • LMD-12-13-03 63 EXHIBIT ES 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 mostjobs. 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. Week 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. MZ EXHIBIT F- ZONE MAPS 7p c G .•.,.Y.'. �. r. .. ,'k - 4ii�tUrifpru namnrwDmva 1.41 .�` ./.- •�{ � _ � } �. � ..` �� res a .r•f.r r y i h F �i'1 "� "f e• � q � r..er. Ate` .$� � 5 s-y'� r � 6y� • . bK..l� i�f 3: � •q ��Y:. � . r 'T' •�. 4f: ♦ F•:,. p� r � �, iii .s. ;'t r S r KF a�. ai'u�,�! '• 'Yi'l� I . { ZONE T -66A 67 a _.1 C, WOO ,.n EXHIBIT G 2012 HOLIDAY SCHEDULE HOLIDAY DATE CELEBRATED New Year's Day Sunday, Jafruary 1 (Observed Monday 1/2/12) Martin Luther King Day Monday, inuary 16 President's Day Morldal'r; February 2.0 Memprial Day iNQndpyr-May 28 IndependenceDay Lair. Day ' Yyednesday July 45,; Mondey;v'September $ Veteran's Day Sunday, November i1 (observed Monday 11/12/12) ThanksgivingDay Thun;day�.N 4mtier22 pay after Thanksgiving Friday, N6vopi"r.23 2D for Christmas Eve Monday; DeynlbeT 24 Christmas Day Tuesday,.Decembe[25 112 Day for New Year's EveMonday, DecernW 31 New Year's Day Tuesday; January t, 2013 If a holiday should fall on a:Saturday it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, itinil be celebrated the.fgilowing Monday. 99 ADDENDUM #1 For City of Santa;Clarita Invitation to Bid LMD-7243-03 ANNUAL MAINTENANCE Cf3NTRACT FOR LANDSCAPE MAINTENANCE Z..ON�$ T-45, T -65A AND T-33 October 4, 2012 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) 2864186. Who has the contract now? A. LMD Zone T65 - Rich Meier's Landscaping, Inc. LMD Zone T65A - Rich Meier's Landscaping, Inc. LMD Zone T33 - American Landscaping, Inc. pi011ywam,4'iWYI lO 03 12 Contract is representative Date Comp6AyName Bid* LMD-12-13-03 ADDENDUM #2 For.:. City.of;3sknta Ciarita Invitation to Bid UMD•12-13-03 ANNUAL MAINTENANCE CONTRACT FOR LANDSGApE MAINTENANCE ZONES T -6S1 TO AND T 4 OctotSer 171.262 This addendum mustbe Included with the bid response. If you have already submitted a. bid. you must tai an acWrowledgemen4 qi tfik addehdurh to Purchasing. If you wish ib reSuWit. you hlust also contact Purchasing by'faz and request the bM he retu,Mad, The taX ni mbar ip 1661)286:1186. 1. There appears to be a typo on the:web$ite release for the RFP. For the project duration it says "2 year plus 930 one year renewals'. Can you please clarify what that means? A. yes, this was a typing error. The term should read 02 year plus (3), one year renewals." 2. The Engineers Budget for T -65A appears to be bigger than the budget for T-65 even though it's almost half the size of T-65. Is that correct, or is it supposed to be the other way around? Please confirm. A. The bid has been reviewed with respect to this question and it was determined that the Engineer's Estimates for zones T65 and T65A are correct. Contractor's 'representative %fi- Gin 1 Vic - Compahy Name Bid* LMD-12-13-03, ADD2 10 aai12 Date 0 A Ae?`Rrr CERTIFICATE OF LIABILITY INSURANCE 1 IZ16 20 2 THI3 CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. IMPORTANT: N the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. It SUBROGATION IS WAIVER subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the eertl8cate holder In lieu of such endorsement(s). PROIDUoER _ o Elizabeth Ngo; CISR Landscape Contractors (Lic#0755906) PHOS - i (559)65II=3555 FAQ .c559l00asss luau rance Services, Inc. .en loisiuo.coon 1835 N. Fine: Avenue INsu AFFORDING COVERAGE NAIL If I-remo CA 93727 ,.,,I lu'rn..ARcfr Tnsneance Cninmenv 1150 lil Green, Inc. 26415 Stlf,mit Circle rnUQRAnr-Q rFR71FIGATE N"MRER-l2-13 11ka G'Auto REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF.INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITICN OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY: BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E(CLU SIONS AN D CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �FDUCYEXP m TYPE Of NSIMANCE City Of Santa Clarlta POLICY NIAIBE0. WO MW UNITS E Ngo, CISR/KSAENZ GENERAL LIABILITY EACH OCCURRENCE f 1,000,000 R oL IQ c ce f 100,000ACLAIMSMACE MERCVLGENERALLWBILf1Yrff— QOCCUR CPK00080204 /1/2012 /1/2013 MSD %—Peraonl 4 5,000 PERSONAL s ADV INJURY f 1,000,000 1X002,500 PD DED GENERAL AGGREGATE f 2.,000,000 GENL AGGREGATE LMR APPLIES PER: PRODUCTS-COMMPAGG f 2,000,000 f X POLICY P & LOC AUTOMOBILE LIABILITY EA a¢i0edUtUMII 1 1,000,00 BODILY INJURY p+x person) f A X PINY AUTO ALL DINNED M SCHEDULED ALTOS SND °H-0YWED It HIREDNJTOS X AUTOS E00080204 /1/2012 /1/2013 BOpILY WJURY UW eogaalf) f OPERTY f Per 1,000,000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE f 5,060,000 AGGREGATE f 5,000,000 A EXCESS LIAR CINMSIAPDE 0022100 /1/2012 /1/2013 DED I X I RETENTION i WORKERS COMPENSATION ANO EMPLOYERS' LIABILITYYINY ANY PRORAIRTOW ART1ERElEOJTIVE —I OFFICERVIEVEER EXCEXCLUDED?ILDE (MmaMePAM NM) NIA a w OTH- EL. EACH ACCENT i E L. DISEASE- EA EMPLOYEE f E.L. DISEASE -POLICY LMIT i It µµe bxnee under DESCRIPTDN OF CFERATONS I)OW DESCRIPTION OF OPERATIONBI LOCATIONS I VE ICLEf IAftCNACOR0101, AtldAlmsl Ren,nMe SCM"I, If mws 1pF0 If rscMm,e RE: Annual Maintenance Contract for Zones T-65, T -65A and T-33 Primary Insxance/Non Contributory Blanket Additional insured per attached OOGLO434000108 G CA20480299 City of Santa Clarita, its respective elected and appointed boards, officials, officers, agents, Employees and volunteers are named additional insured with respects to the operatims performed by the above mentioned job rain -m I annN ACORD 25 (2010/05) ® 1988-2010 ACORD CORPORATION. All rights reserved. INSD2512010051CI The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Santa Clarlta 23920 Valencia Blvd Suite #245 AUTHORIZED FEPRESEMATVE Santa Clarlta, CA 91355-2196 E Ngo, CISR/KSAENZ ACORD 25 (2010/05) ® 1988-2010 ACORD CORPORATION. All rights reserved. INSD2512010051CI The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED PROTECTION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM 1. SECTION II - WHO IS AN INSURED is amended to include as an insured any organization or person required to be named as an additional insured pursuant to a written contract or agreement. The insurance provided by this endorsement is subject to the following: a. This insurance does not apply to any person or organization not specifically approved by us as an additional insured. b. Any insurance afforded an additional insured under this endorsement shall not begin before the date that the person or organization is approved by us as an additional insured. c, ,The Limits of Insurance under this insurance, which are listed in the Declarations of this policy, shall not be increased, regardless of the number of additional insureds, or the limits specified in the contract or agreement. d. Any coverage that is not provided under an additional insured's liability insurance policy for your acts, errors, or omissions is also not provided under this Insurance. e. With respects to the additional insured, this insurance does not apply to: 1. "Property Damage" to "your product' arising out of it or any part of it. 2. "Property Damage" to "your work' arising out of it or any part of it and included in the "productsoompleted operations hazard". 3. Liability for "Property Damage" or °Bodily Injury' for ads, errors, omissions of an additional insured. f. If required under written contract, this insurance will apply to an additional insured as primary insurance and other insurance which may be available to such additional insured shall apply on an excess basis. g. If required by a written contract, we waive our right to recovery against any additional insured because of payments we make for injury or damage arising out of :your ongoing operations, or "your work" done under a contract with that additional insured and included in the "products completed operations hazard". All other terms and conditions of this Policy remain unchanged. Endorsement Number: WA Policy Number: LCPKGO080204 Named Insured: Stay Green, Inc. This endorsement is effective on the inception date of this policy unless otherwise stated herein. Endorsement Effective Date: 10-16-2012 00 GLD434 00 0108 Includes copyrighted material of Insurance Services Office, Inc Page 1 of I .with its permission POLICY NUMBER: LCPKG0080204 COMMERCIAL AUTO NAMED INSURED: Stay Green, Inc. CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY QSIGNATEp INSURED This endorsement modifies Insurance provided under the fob,": BUSINESS AUTOCOVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement This endorsement identifies persons) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form, This Endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 10-16-2012 Countersigned By 'rtUn. �— Named Insured: Stay Green, Inc. Authorized Representative) SCHEDULE Name of Person (s) or Organization (s): City of Santa Clarita, its respective elected and appointed boards, officials, officers, agents, Employees and volunteers With respects to work performed C? Annual Maintenance Contract for Zones T-65, T -65A and T-33 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured' under the Who Is An Insured Provision contained in Section If of the Coverage Form. CA 20 48 02 99 0 ISO Properties, Inc., 1998 Page 11 of 1 ❑ @7 A� O� CERTIFICATI: QLIA13ILITY INSURANCE 1oi 6 °°D THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORNIA" ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY; AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sh AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: ifthe certMcate twWr 1S an ADDITIONAL INSURED, the policyges) must be endorsed. H SUBROGATION IS WAIVED, subject to the terms and conditions of tha,pp(fqy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileu of such «61mt s . PRODUCER Landscape Contractors (L1ef6755906) Insurance seilFices, Inc. :1835 rT. ri1LO A►vitnue rreano ,- CA 85727 - CONTACTElizabeth Ngo-, CISR (559) 650-3555 N.J. (sss)eso-asse .engo@lcisinc.cofn INSVRE0.3AFFOR[XNGCOVEMGE - NAge 1881 INSURERA :National S=etV corporation 21881 Iwo", •. • . OUT 26415 B9ft'it circle Santa Clatita. CA 91350 INSURERa . INSURER D'. INsuaexE INSURERF; COVERAGES CERTIFICATE NUMBER:12.-13 WC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBEOR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSANDCONDTTICNS OF SUCH POLICIES. LIMITS SHOWN MA.YHAVE BEEN REDUCED BYPAID CLAIMS. LTR TYPE Of'e01URANCE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN - POPOLICYEXP IJCY"M PCIUCYERF MM LIMITS AUTIORIZEO REPRESEHrATIVE GENERAL LWBILITY COMMMCA GENERAL LINaLRY CIAIMSNME FlOCCUR E Ngo, CISR/&SAEN2 EACH OCCURRENCE f M S MED ENP y. n) i PERSONAL 6 ADV INURY 6 GENERAL AGGREGATE 6 GENt AGGREGATE POLICY LMRAPPLIES PER; PRO LOC PRODUCTS-COIAPIOP AGG 6 f ALnOMOBILE LIABILITY ANYAUTO AAUL UTOrED SCTOEIXIIID HIRED AUTOS NON-0VaJED AUTOS U1141 1 BOCILY IN,URY (Por minion) f BODILY M,URY(Per ssiar2) 6 f S UTOR$LA WB EXCESS LIA6 OCCt1R CWMSMADE EACH OCCURRENCE 6 AGGREGATE If DED I I RETENTION 6 f A WORKERS COMPENSATION ANDEMPLOYERS'UMIJ IITY AHI PROPRIETCRiPARTNEREOUDVE 0 OFTCERIhEM EUCLUDED9 pe"a"in NN) Il yysss, ;9noel Jor OESCRIP'N OF OPERATIONS below NIA 60999392 /1/2012 /1/2013 X�&YVATU- OTH- EL.EATTAGCIDEIrT $ 1 000 DOD E. L. DISEASE - EA EIMPLOYEE f 1,000,000 EL DISEASE -POLICY LMn f 1,000,000 DESCR"P OFOPERAMNSILOCATIONSIWHCLES(AaachACORDIDT,AOOMend ResmrkfS &We'if move"" it rspul") RE: Annual Maintenance Contract for Zones T-65, T -65A and T-33 CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010105) INS025 (]CIOM )aI ®1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City 01 Santa Clarity 23920 Valencia Blvd Suite #245 AUTIORIZEO REPRESEHrATIVE Santa Clarlta, CA 91355-2196 E Ngo, CISR/&SAEN2 ACORD 25 (2010105) INS025 (]CIOM )aI ®1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD } ) Ao S vn hSP4 5��t•'��e;A�i'3 "-. 'V��� iri>y�. � �` �i i.:�``z-. ��...��..-s" .." ' 3 \e•'�V•S��'yr � :J lst 6 �: i L �' f Y • A >. t x On e „a \is "'"'aw f 's v�JX f x�'•i�Nge,. f i E2\.$e. � .yy Y y� � e•Y� ;;:g :4 v,,, � $ s',�u �,- "F R." ki' s"m3Z-.5�✓yYv . ,-ai ,lp` "� i . t. 44 t; F, r. , FIRST AMENDMENT TO AGREEMENT NO. 12-00415 BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN, INC. Contract No. 12-00415-A THIS FIRST AMENDMENT ("Amendment") is made and entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation existing under the laws of California ("CITY"), and STAY GREEN, INC., ("CONTRACTOR'). 1. Pursuant to Section 2. TERM of Agreement No. 12-00415 ("Agreement"), amendment to section [new section; amendment to section] to read as follows: "The term of this Agreement will be from December 1, 2014, to November 30, 2015. The Agreement may be renewed upon mutual consent of the parties." 2. This Amendment may be executed in any number or counterparts, each of which will be an original, but all of which together constitutes one instrument executed on the same date. 3. Except as modified by this Amendment, all other terms and conditions of Agreement No. 12-00415 remain the same. [SIGNATURES ON NEXT PAGE] Revised 112011 Page I of 2 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: Lm Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Revised 1/2011 Page 2 of 2