HomeMy WebLinkAbout2014-06-10 - AGENDA REPORTS - LMD 13-14-52 ZONE 15 AND 16 (2)Agenda Item• $
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by:
DATE: June 10, 2014
Kevin Tonoian
SUBJECT: AWARD CONTRACT FOR BID NUMBER LMD-13-14-52 FOR
LANDSCAPE MAINTENANCE SERVICES IN LMD ZONE 15
(RIVER VILLAGE) AND ZONE 16 (VALENCIA INDUSTRIAL
CENTER/PUBLIC WORKS YARD)
DEPARTMENT: Administrative Services
RECOMMENDED ACTION
City Council:
1. Award a two-year maintenance service contract to Stay Green, Inc. to provide contractual
landscape maintenance for Landscape Maintenance District (LMD) Zones 15 (River Village)
and 16 (Valencia Industrial Center/Public Works Yard) in the annual amount of $82,548, and
authorize a contingency in the amount of $16,510, for a total two-year contract in an amount
not to exceed $198,116.
2. Authorize the City Manager or designee to execute all contracts and associated documents, or
modify the awards in the event issues of impossibility of performance arise, contingent upon
the appropriation of funds by the City Council in the annual budget for such Fiscal Year, and
execute all documents subject to City Attorney approval.
3. Direct staff to return to the Council prior to the conclusion of this two-year contract to
consider authorizing the City Manager or designee to execute up to three (3) annual renewal
options not to exceed the annual bid amount, plus Consumer Price Index (CPI) adjustments.
BACKGROUND
The City administers 54 financially independent zones within the Landscape Maintenance
District (LMD). In total, the LMD maintains approximately 1,200 landscaped acres, including
parkways, 9 parks, over 20 miles of paseos, 46 miles of landscaped medians, 30 bridges and
tunnels, and 60,000 trees. Landscape maintenance services for the City's LMD operation are
provided through contracts with private companies.
The City's Purchasing staff published bid number LMD-13-14-52 for the maintenance of LMD
Zones 15 and 16 on P1anetBids on April 4, 2014. Notification of the bid was sent to 162
vendors, including the Santa Clarita Valley Chamber of Commerce and Valley Industrial
Association, and was downloaded by 24 individual companies.
As a result of the bid process, five bids were received and opened by Purchasing staff on May 5,
2014. The results of the bid are shown below.
At the time of bid opening, the apparent lowest bid was submitted by American Heritage
Landscape. However, upon further evaluation staff determined that the bid submitted by Stay
Green, Inc., which is a local business and maintains their corporate headquarters in the
incorporated City, was within 10 percent of American Heritage Landscape's bid. Pursuant to the
Santa Clarita Municipal Code, Purchasing staff contacted Stay Green, Inc. and received a formal
written offer within 24 hours of the bid opening to match American Heritage Landscape's
proposal.
As the City Council is aware, Santa Clarita Municipal Code (S.C.M.C.) § 3.12.205 "Support of
Santa Clarita Businesses" states that the lowest bid or quote submitted by a Santa Clarita
business that is within 10 percent (10%) of the lowest bid or quote, whether or not that bidder is
the second lowest bidder, may be deemed to be the lowest bidder if the locally -based bidder
agrees to reduce its bid to match the bid or quote of the lowest bidder. As a result of their
decision to match the lowest responsive bid, staff is recommending award of bid number
LMD-13-14-52 to Stay Green, Inc.
LMD Zones 15 and 16 Landscape Maintenance Contract
City Council Meeting — June 10, 2014
BID
COMPANY
LOCATION
BID AMOUNT
Recommended
Stay Green, Inc.
Santa Clarita, CA
$
Bid 1
*82,548.00
$90,000
Bid 2
American Heritage
Canoga Park, CA
$ 82,548.00
Landscape
Bid 3
Oak Springs Nurse , Inc.
Santa Clarita, CA
$ 93,279.96
Bid 4
ValleyCrest Landscape
Thousand Oaks, CA
$ 98,883.12
Maintenance
Bid 5
1 Oakridge Landscape, Inc.
Santa Clarita, CA
$ 118,788.00
Pursuant to provisions of the Santa Clarita Municipal Code, this Santa Clarita business is
permitted to match the lower bid of a non -Santa Clarita business, because the bid of the
Santa Clarita business was within 10 percent of the bid of the non -Santa Clarita
business.
Bid number LMD-13-14-52 encompasses an updated scope of work in comparison to the existing
maintenance contract. This updated scope of work identifies non-scheduled work items,
previously paid as "extras" to the contract, which are now inclusive of the competitively awarded
base bid price. Examples of these items include labor for mulching and turf renovation, as well
oZ
as labor and materials for a specified amount of plant and tree replacements.
Based on experience and expenditure history, staff can forecast certain maintenance activities
and expenditures which are not a part of the routine monthly maintenance for each of the LMD
zones. The non-scheduled expenditures include repair activities due to damage or vandalism,
irrigation, and/or drainage repairs.
In consideration of the non -routine expenditures, staff is requesting authorization to increase the
total potential value of the Stay Green, Inc. annual contract by a contingency amount of $16,510.
It is important to note that hourly costs for unscheduled services are capped and not guaranteed
compensation under the terms of the recommended contract.
By authorizing contract expenditure authority beyond the base bid amount, the City Council is
taking action to ensure that LMD revenues generated by property owners are utilized in the most
cost-effective manner. Specifically, the City retains the discretion to authorize and compensate
the contractor for additional work once it has been reviewed by field inspectors and approved by
the LMD Administrator.
A thorough evaluation of the bids determined the proposal submitted by Stay Green, Inc. to be
the lowest, responsive, responsible bid. Special Districts staff conducted a due -diligence review
of Stay Green, Inc.'s professional references and determined their performance record meets the
City's high standards.
The presence of numerous and qualified vendors within the landscape industry has created an
environment where aggressively priced bids have become the norm. As a result, the City
continues to achieve cost reductions for landscape maintenance services through the competitive
bid process, securing lower annual maintenance costs and enabling the City to minimize future
maintenance cost increases.
ALTERNATIVE ACTIONS
1. Do not award contract to Stay Green, Inc.
2. Other action as determined by the City Council.
FISCAL IMPACT
There is no impact to the General Fund. Sufficient LMD funds were included as part of the
proposed Fiscal Year 2014-15 budget in the following accounts:
Zone 15 12533-5141.001,12533-5161.010
Zone 16 12534-5141.001, 12534-5161.010
ATTACHMENTS
Contract No. 14-00187 available in the City Clerk's Reading File
2
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
STAY GREEN, INC.
Contract No. 14-00187
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 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 July 1, 2014, to July 1, 202016. The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit "A."
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776,
CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's
Revised 8/2011 Page I of 7
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.dii-.ca.gov/Di-SR/PWD. A copy of the prevailing
rate of per diem wages must be posted at the job site.
B. If this contract is subject to state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, and the City's California
Department of Industrial Relations (DIR) approved Labor Compliance Program.
All covered work classifications required in performance of this contract will be
subject to prevailing wage provisions. The Contractors and its subcontractors shall
pay not less than the state wage rates. Contractor shall further adhere to the
requirements contained in the City of Santa Clarita's Labor Compliance Program.
A copy of the Labor Compliance Program is available for review upon request at
the Office of the City Clerk. All pertinent state statues and regulations, including,
but not limited to those referred to in this contract and in the City's Labor
Compliance Program, are incorporated herein as though set forth in their entirety.
Additionally, the Contractor is responsible for obtaining a current edition of all
applicable state statues and regulations and adhering to the latest editions of such.
C. Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act
(INA), which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only
persons who may legally work in the United States (i.e., citizens and nationals of
the U.S.) and aliens authorized to work in the U.S. The employer must verify the
identity and employment eligibility of anyone to be hired, which includes
completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is
not legally eligible to perform such services or employment.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
i. Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
Revised 8/2011 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:
Tyge 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:VU." 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 8/2011 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 Agreement be cancelled at any
point or to expiration of the policy, CONTRACTOR must notify City within 24
hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must
obtain replacement coverage that meets all contractual requirements within 10 days
of the prior insurer's issuance of notice of cancellation. CONTRACTOR must
ensure that there is no lapse in coverage.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
9. INDEMNIFICATION.
CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action,
damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of
the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or
should any claim be brought against it by suit or otherwise, arising out of performance by
CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend
CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any
judgment rendered against it or any sums paid out in settlement or costs incurred in defense
otherwise.
Revised 8/2011 Page 4 of 7
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR
will act as an independent contractor and will have control of all work and the manner in which is
it performed. CONTRACTOR will be free to contract for similar service to be performed for
other employers while under contract with CITY. CONTRACTOR is not an agent or employee of
CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits
CITY provides for its employees. Any provision in this Agreement that may appear to give CITY
the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of
control over the work means that CONTRACTOR will follow the direction of the CITY as to end
results of the work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail will
be addressed as follows:
To CITY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: 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 8/2011 Page 5 of 7
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a
waiver of any other provision, nor will such waiver constitute a continuing waiver.
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" that are not in conflict with
this Agreement, those terms are incorporated as if fully set forth above. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
Revised 8/2011 Page 6 of 7
(SIGNATURES ON NEXT PAGE)
Revised 812011 Page 7 of 7
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year
first hereinabove written.
FOR CONTRACTOR:
Im
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
City Attorney
Date:
Revised 82011 Page 8 of 7
EXHIBIT A
FOR PUBLICATION Friday, April 4, 2014
NOTICE INVITING BIDS
Bids must be received electronically before 11:00 AM on Monday, May 5, 2014, by the
Purchasing Agent of the City of Santa Clarita. Electronic bids may be viewed at:
httpi//www.planetbids,com/portal/portal.cfm?CompanvlD= 16840#
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
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. The
specifications in this notice shall be considered a part of any contract made pursuant thereto. There will
be a pre-bid meeting on Wednesday, April 16, 2014 at 8:00 AM at City Hall, 23920 Valencia Blvd., in
the Council Chambers to review the bid. This will coincide with the pre-bid meeting for LMD-13-14-53
as well. 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, CC=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 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://www.dir.ca.gov/dlsr/pwd. Future effective general prevailing wage
rates which have been predetermined and are on file with the California Department of Industrial
Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing
rate of per diem wages shall be posted at the job site.
Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor
Compliance Program, approved by the DIR for projects with a Bid Advertise Date of November 20, 2003
or later, and which will become part of the conformed documents. All pertinent California statutes and
regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are
incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is
responsible for obtaining a current edition of all California statutes and regulations and adhering to the
latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRs) with
the progress payment on at least monthly basis to the City. The specifications in this notice shall be
considered a part of any contract made pursuant thereto.
Purchasing
(661)286-4193
CITY OF SANTA CLARITA
BID # LMD-13-14-52
BID OPENING: May 5, 2014
The City of Santa Clarita invites electronically sealed bids for:
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
1. Electronic Bids must be ELECTRONICALLY received at:
hftp://www.planetbids.com/portal/portal.cfm?CompanyID=16840#
2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is
longer.
4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read
and understands the requirements contained on pages 1 to 49, Exhibits A to E, Zone maps and
separate Appendix C (Labor Compliance Program).
5. Bid Questions. Questions should be submitted electronically to:
http://www.planetbids com/portal/i)ortal.cfm?CompanvlD=16840#
The last day for questions will be 5:00 PM, April 24, 2014.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
7. Renewal and Pricing Adiustment. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to two times, in accordance with the terms of the contract. If not otherwise
stated, the contract may be renewed if the new pricing of the contract does not change more than
the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -
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.
Name (Print):
Email:
Address:
Company Phone No. City:
Bid # LMD-13-14-52
TABLE 8FCONTENTS
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 1$)
L&8U3^13^14^62
Section....... —............................ ... -------.... ...... ... --9aQe
Notice Inviting Bids .....................................
---------.,�--'
TableofContents .... ...............................................................................
2
Bid Instructions '—...-------------..---------
... 3
Administrative Specificobons—.................................................................
7
Bid Security Bond/Proposal Guarantee Bid Bond .................. .......................
J4
Faithful Performance Bond ......................................................................
38
Material Labor (Paymen1)Bond Zone T' 8---'--------.---'37
SampleContract .............. ....................................................................
3V
Documentation Checklist ........................................................................
44
BidSchedule ........................................................................................
45
Designation ufSubcontractors ...........................................
,.......... ...... 48
References..................................................... ......................................
5U
Exhibit AViolation Records —.----------------------51
Exhibit BGtoff .--------'--------------------.52
Exhibit CEquipment --.--.----------..................................
53
Exhibit DHoliday Schedule ......................... .............................................
54
Exhibit EInventory .................................... ............ ................
................ 55
ZoneMaps ........................................................... .................................
APPENDIX A Labor Compliance Program (separate attachment)
BID INSTRUCTIONS
Submitting Proposals. (a) The bid response must be ELECTRONICALLY submitted on this
form and include the notice, Request for Proposal Schedule, and all forms or information
included in or required by Section C, Specifications, (attachments accepted) (b) All
documentation of unit pricing or other cost breakdowns as outlined in this bid must be
submitted to support the total bid price. (c) Proposals/corrections received after the
closing time will not be opened. The City will not be responsible for bids not properly
marked and delivered. Upon award, all submissions become a matter of public record.
2. Currency. All references to dollar amounts in this solicitation and in vendor's response refer to
United States currency. Payments will be made in Unite States Currency.
3. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The
City has the option of accepting or rejecting any alternative bid.
4. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited
nature of our resources and the leadership role government agencies have, supports the
Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in
technology and industries occurring rapidly it is frequently difficult to be aware of the latest
innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products
which result in less energy usage, least impact on natural resources and greatest reuse of post-
industrial and post -consumer material. Bidders are strongly encouraged to offer products and
services meeting these criteria and point out those specific aspects or features in their bid. In
accordance with Public Contract Code 22152 bidders are required to certify in writing the
minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or
supplies, offered or sold.
5. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no
response to this bid.
6. Re action. The City reserves the right to reject any or all bids and to waive any informality in any
bid. The City may reject the bid of any bidder who has previously failed to perform properly, or
complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a
position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is
in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita.
7. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It
is the bidder's responsibility to contact the project manager, for public projects, or Purchasing
prior to submission of the bid to make certain the package is complete and all required addenda
are included. This information will be available from the City's website. Bidders are cautioned
against relying on verbal information in the preparation of bid responses. All official information
and guidance will be provided as part of this solicitation or written addenda.
8. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita
Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public
works, professional services or is federally funded. Qualifications of responsibility will be in
accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the
goods and/or services resulting from this solicitation. The City may make an award based on
partial items unless the bid submitted is marked "All or none." Where detailed specifications
and/or standards are provided the City considers them to be material and may accept or reject
deviations. The results of the bid will be posted on the City's website at www santa-
clarita corn/purchasing, normally within 24 hours.
Bid # LMD-1314-52
9. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this
bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of
exception to this clause in vendor's response will be considered agreement. However, the City of
Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not
obligated or liable for any action or debts that may arise out of such independently negotiated
"piggy -back" procurements.
10. Amendments. Any and all changes to this contract must be made in writing and agreed to by the
City. Performance by the contractor will be considered agreement with the terms of this contract.
11. Taxes Charges and Extras. (a) Bidder must show as a separate item California State Sales
and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation,
containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to
cooperate with the City in all matters of local taxation.
12. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay
period after receipt and acceptance of goods and/or services and upon using department
confirmation of such acceptance.
13. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be
received hereunder, is binding upon the City unless the City gave written consent before such
assignment.
14. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used,
the work to be performed by them, and total number of hours or percentage of time they will
spend on the project.
15. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the
purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor
Compliance Program is included herein as an informative reference for the successful bidder. It
does not require any completion prior to contract award but should be reviewed for all necessary
provisions and requirements.
16. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and
Nationality Act (INA) which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only persons who may
legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to
work in the U.S. The employer must verify the identity and employment eligibility of anyone to be
hired, which includes completing the Employment Eligibility Verification Form (1-9). The
Contractor shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is not legally
eligible to perform such services or employment.
17. Indemnification. The bidder is required to indemnify and hold the City harmless from and against
any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or
liability, arising out of any agreement entered into between the parties. Should the City be
named in any suit, or should any claim be brought against it by suit or otherwise, whether the
same be groundless or not, arising out of this Agreement, or its performance, the bidder must
defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the
City for any judgment rendered against it or any sums paid out in settlement or otherwise.
18. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the
amount of at least 10% of the total value of the bid OR 10 % of the value of the 1" year of service
for service bids, to guarantee that bidders will enter into contract to furnish goods or services
at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to
operate in the state of California. Likewise, a Performance Bond and/or Material and Labor
Bid # LMD-13-14-52 4
bonds shall be required of the successful bidder when stated in the specification (cash deposit,
certified or cashier's check or money order may be substituted in lieu of either bond).
Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd.,
Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words `BID BOND
FOR" and the bid #, "NO LATER THAN the bid due date and time, for the vendor to be
considered responsive.
19. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall
be provided by using an ACORD certificate of insurance and shall be provided prior to contract
signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa
Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of
$1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit
of $1,000,000), and Worker's Compensation (statutory requirement). For professional services,
Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be
cancelable or subject to reduction except upon thirty (30) days prior written notice to the City.
Specific insurance requirements will be set forth in any contract awarded to a bidder.
20. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will
be so designated. Bidder is responsible for inspecting and understanding the total scope of the
projects (i.e., specifications, quality, and quantity of work to be performed.)
21. Specifications. Materials differing from stated specifications may be considered, provided such
differences are clearly noted and described, and provided further that such articles are
considered by a City official to be in all essential respects in compliance with the specifications.
22. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in
describing any item contained in the proposal does not restrict bidders to the manufacturer or
specific article, this means is being used simply to indicate a quality and utility of the article
desired; but the goods on which bids are submitted must in all cases be equal in quality and utility
to those referred to. This exception applies solely to the material items in question and does not
supersede any other specifications or requirements cited. Documentation of equivalency must be
submitted with the bid. At a minimum the documentation must demonstrate equivalency in form,
fit, function, quality, performance and all other stated requirements. The City is final determiner of
equivalency. Exception is made on those items wherein identical supply has been determined a
necessity and the notation NO SUBSTITUTE has been used in the specification section.
23. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his
price or prices to others purchasing approximately the same quantities as contemplated by this
contract, the contract prices must be reduced accordingly, and the contractor/vendor will
immediately notify the Purchasing Agent, City of Santa Clarita.
24. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term
of this contract. The City does not pay "surcharges" of any type unless identified in the response
to this bid. All costs will be included in the pricing provided to the City.
25. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds
appropriated for the purpose of this agreement. All funds for payment after June 30 of the current
fiscal year are subject to City's legislative appropriation for this purpose. In the event the
governing body appropriating funds does not allocate sufficient funds for the next succeeding
fiscal year's payments. Then the affected deliveries/services may be (1) terminated without
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.
Bid # LMD-13-14.52
26. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting
from this bid, the vendor agrees that the City may procure the articles or services from other
sources and may deduct from the unpaid balance due the vendor, or collect against the bond or
surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be
considered the prevailing market price at the time such purchase is made.
27. Termination. The City may terminate any service or contract with or without cause either verbally
or in writing at any time without penalty.
28. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health
Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued
thereunder, and certifies that all items furnished under this bid will conform and comply with the
indemnity and hold harmless clause for all damages assessed against buyer as a result of
suppliers failure to comply with the Act and the standards issued thereunder and for the failure of
the items furnished under this order to so comply.
29. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor
to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or
otherwise were offered or given by the Contractor, or any agent or representative of the
Contractor, to any officer or employee of the City with a view toward securing an agreement or
securing favorable treatment with respect to the award or amending, or the making of any
determinations with respect to the performance of such agreement; provided, that the existence
of the facts upon which the City makes findings shall be in issue and may be reviewed in any
competent court. In the event of such termination, the City shall be entitled to pursue the same
remedies against the Contractor as the City could pursue in the event of default by the
Contractor.
30. Invoices. Invoices will be forwarded to
City of Santa Clarita
Accounts Payable
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the
terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever
is later.
Bid # LMD-13-14-52
C.
Introduction
SPECIFICATIONS
The City of Santa Clarita, Landscape Maintenance Districts (LMD) is soliciting sealed bids from
qualified landscape companies for landscape maintenance of two of the City's LMD Zones.
These zones will be arranged into two separate groups and awarded as two separate contracts.
The breakdown is as follows; LMD Zone 15 River Village and LMD Zone 16 Valencia
Industrial Center/Public Works Yard. 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 two all-inclusive
contracts for landscape maintenance. The area is approximately 59 acres for Zone 15 River
Village and 10 acres for Zone 16 Valencia Industrial Center/Public Works Yard. 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.
5,000 cubic yards), all fuel modification and weed abatement, fertilizer application, chemical
applications for weed abatement, litter pickup, doggie litter removal, trash bags removal and
replacement, turf aerification, turf renovation/verticutting, turf over -seeding, micro-nutrients/soil
amendments. All supplies and parts will be paid by the LMD at the Contractor's price plus a
maximum markup of 15%.
In keeping with State mandated diversion requirements, the LMD strives to exceed diversion
obligations to keep greenwaste from the landfills. The Contractor shall mulch and use on site 95%
of the greenwaste generated by referenced LMD Zone. Contractor requirements for this program
shall include a Vermeer 1500 chipper or equivalent for use on-site at a minimum of twice per
week. The contractor shall report the total tons of greenwaste generated and the number of tons
diverted from the landfill annually to the City's Environmental Services Office. The goal will be
95% diversion from this site.
The Contractor shall have a minimum of five years' experience in landscape maintenance
for areas fifty (50) acres or larger. (See References Sheets) The contractor shall have water
management and auditing personnel, (CLIA — Certified Landscape Irrigation Auditor). The
Contractor will be required to communicate work requests back and forth to LMD through desktop
computer, hand held device, or laptop. The Contractor is encouraged to provide copies of
awards, and recognitions received for landscaped maintenance excellence.
Refer to the following specifications for requirements at each location. The General Specification
section includes general and special conditions that shall apply to all jobsite locations. Also
included in this section are the Scope of Work instructions which more clearly define the services,
scheduling, or special circumstances for each location to be serviced.
The work required in this bid requires the payment of prevailing wages. Pursuant to Section 1773
of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work
is to be done have been determined by the Director of the California Department of Industrial
Relations. These wages are set forth in the General Prevailing Wage Rates for this project,
available from the California Department of Industrial Relations' Internet web site at
htto //www dir.ca.gov/dlsr/PWD. Future effective general prevailing wage rates which have been
predetermined and are on file with the California Department of Industrial Relations are
referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of
per diem wages shall be posted at the job site.
Bid # LMD-13-14-52
Contractor shall further adhere to the requirements contained in the City of Santa Clarke's Labor
Compliance Program, approved by the DIR for projects, and which will become part of the
conformed documents. All pertinent California statutes and regulations, including, but not limited
to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix
A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for
obtaining a current edition of all applicable Federal and California statutes and regulations and
adhering to the latest editions of such. Contractor shall submit certified copy of all Certified
Payroll Records (CPRS) with the progress payment on at least monthly basis to the City.
GENERAL REQUIREMENTS
1.01 The City of Santa Clarita is soliciting sealed bids from qualified landscape maintenance
companies for the ALL INCLUSIVE LABOR AND EQUIPMENT (See Exhibits B and C) under the
terms of this bid, to provide for maintenance of landscaped paseos, parkways, parks, medians
and various other locations throughout the City of Santa Clarita.
The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e.
Irrigation Specialist, Irrigation Assistant, and Foreman required to perform the landscaping
maintenance as set forth in these specifications all-inclusive labor and equipment. In keeping
with the highest standards of quality and performance maintenance of plant material, hardscape
(i.e.: sweeping or blowing down concrete and/or crack weed abatement) and irrigation systems
repairs. Maintenance of plant material shall include, but not be limited to: mowing, weed
abatement for fire clearance/fuel mod (100 feet from structures), trimming, edging, hand pruning,
fertilization, and aeration, application of pre -emergent herbicides, weed control, minor tree lifting,
dethatching, plant replacements, and cleanup of drainage systems. All mulch brought in by the
LIVID 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 Landscape Maintenance District (hereinafter defined as the LIVID) covered by this Agreement
shall be maintained at a crisp, clean level of appearance at California Landscape Contractors
Association (CLCA) Industry standards and all work shall be performed in a professional,
workmanlike manner using quality equipment and materials. Said areas shall be maintained to
provide the manpower necessary at the level of services provided for in these specifications at all
times.
1.02 City of Santa Clarita Landscape Maintenance District (LIVID) administration staff,
consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Special
Districts Administrator, Technology Services Manager or the Deputy City Manager or his qualified
representative, shall herein be described as'Special Districts.'
1.03 Contractor shall under the terms of this agreement provide the labor, materials, and
equipment necessary for the provision of grounds, irrigation and landscape maintenance
services.
The Premises shall be maintained with nothina but the highest of industry standards at no
less than the freauencies set forth herein.
1.04 Contractor is hereby hired and paid to render and provide all Inclusive labor and
equipment for landscape, grounds and irrigation maintenance services including, but not limited
to:
a. Turf mowing;
b. Edging;
c. 85% hand pruning and 15% mechanical;
Bid # LMD-13-14-52
d. Over -seeding;
e. Reseeding
f. Fertilization,
g. Aeration,
h. Verticutting;
i. Top dressing;
j. Irrigation, minor and major repairs, see sections 17 g.8 and 22.01 a -e;
k. Hand watering,
I. Bleeding of valves necessary during emergencies when automatic systems are not
functioning,
m. Pruning shrubs and trees;
n. Trimming and renovation of turf, shrub areas, and ground cover;
o. Disease control,
p. Tree maintenance, structural pruning per ANSI. Best Management Practices,
q. Maintenance of irrigation systems;
r. Mulching (City provided mulch); will be disbursed by the contractor at their
expense,
s. Manual weed abatement,
t. Chemical weed control,
u. Maintenance of fire protection / fuel modification of slope areas,
v. Marking underground irrigation lines and other LMD equipment upon Dig Alert
notification;
w. Artificial turf maintenance;
x Traffic control per (Watch manual) while working in the public right of way for
medians and parkways;
y. Litter pickup, doggie litter removal, trash bags removed and replaced from
containers (City provided doggie and trash bags);
z. Tennis court blowing and washing;
aa. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at as required.
bb. Hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement),
cc. Tree, shrub and groundcover replacement (up to specified amount)
The landscape areas includei irrigated and landscaped areas, fire protection slopes and natural
areas, paseos, shrubs, trees, ground cover and turf which may be irrigated by electrically
controlled automatic or manual systems.
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,
k. Streetscape furniture cleaning and pressure washing of walkways and
appurtenances.
Bid # LMD-13-14-52
Contractor may be required to modify or curtail specific tasks and operations within their
maintenance contract.
1.07 When notified of landscape or irrigation emergency during the hours and days of
maintenance service as identified in Section 9, the contractor shall respond by phone or radio to
the Landscape Maintenance District Monitor, Inspector and/or Special Districts Office within
fifteen (15) minutes of notification. When notified of an emergency outside of the normal hours
and days of maintenance service, the contractor has thirty minutes to respond by phone or radio
to the Landscape Maintenance District Monitor, Inspector and or Special Districts. If personnel
and equipment are necessary for the emergency, the contractor must have these resources
available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of
the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or
welfare of the public. See section 11.02 for consequences for failure to comply.
1.09 Contractor and employees shall at all times dress in a company uniform that identifies
their employer and exhibit good customer service to City staff, City contracted staff, residents,
and others throughout term of this contract. All communication will be professional in manner
between all parties. The Landscape Maintenance Districts may employ consulting Landscape
Maintenance Inspectors. These consultant monitors will be treated the same as other Special
District staff. Inappropriate communication and service may be cause for contract
termination.
1.10 The contractor is required to have a minimum of five (5) years' experience in the
landscape maintenance field. The contractor is required to have experience in the maintenance of
landscaped areas of forty (40) 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.
1.11 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.
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.
1.14 Contractor and employees are required to complete and pass, by start date of
contract. a SCRRA Third Party Construction and Utility Workers Safety Training Program if
the LMD Zone un for bid includes a SCRRA right of way.
Bid # LMD-13-14-52 10
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).
landscaped areas thereof.
2.03 Estimated square footages are provided by LMD for all areas to be maintained on the
attached Exhibit D (Inventory Lists). However, it is the responsibility of Contractor to verify by
inspection and observe the various area characteristics.
3. CERTIFICATIONS/REPORTS/RECORDS
3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing
Wage Certification Report which shall be made available to LMD concurrent with the monthly
invoicing. Contractor shall provide the required information in a form acceptable to Special
Districts. The City is requesting that one monthly bill be submitted by the contractor to Special
Districts for the maintenance. The monthly payment will not be made until such report is received
and approved by Special Districts. Vendor to provide sample of monthly bill with bid response.
3.02 Maintenance Function Report: Contractor shall maintain and keep current a report that
records when all Periodic. Seasonal, and Additional Work maintenance functions performed by
Contractor's personnel were completed. Said report shall be in a form and content acceptable to
Special Districts and will be made available to Special Districts upon request. The monthly
payment may not be made if such report is requested and not made available or is in a form that
is unacceptable to Special Districts.
3.03 Certification of Specialty Type Maintenance: When applicable, Contractor shall include
with the monthly invoice those specialty type maintenance items completed. The following
information shall include but not be limited to:
a. Quantity and complete description of all commercial and organic fertilizer(s) used.
b. Quantity and label description of all grass seed used.
c. Quantity and complete description of all soil amendments used.
d. A valid licensed California Pest Control 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.
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.
Bid # LMD-13-14-52 11
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. For material it shall be Contractor's cost plus no more than 15%. The contractor will
maintain and submit copies of invoices to demonstrate the contractors cost.
4.03 When a condition exists wherein there is imminent danger of injury to the public or
damage to property, Special Districts may verbally authorize the work to be performed upon
receiving a verbal estimate from Contractor. However, within 24 hours after receiving such verbal
authorization, Contractor shall submit a proposal to be approved by Special Districts.
4.04 All extra work shall commence on the specified date established, and Contractor shall
proceed diligently to complete said work within the time allotted. All invoices submitted by
Contractor for extra work shall include a detailed itemization of labor and/or materials.
4.05 All invoices submitted by the contractor for extra work shall include a detailed itemization
of labor and/or materials and specific zone(s) identified. All invoices for extra work and items
must be submitted biweekly to Special Districts.
5. CONTRACTOR'S LIABILITIES
5.01 All damages resulting from Contractor's operation within the LMD areas shall be repaired
or replaced at 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 Contractor's expense to
comply with the specific instructions of Special Districts.
b. Shrubs Minor damage may be corrected by appropriate pruning as required in
Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage
shall be corrected by removal of the damaged shrub and replacement to comply with
the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications.
c. Chemicals Any damage resulting from chemical operations, either spray -drift or
lateral -leaching shall be corrected in accordance with the aforementioned
maintenance practices. Any soil damaged from chemical application shall be
reconditioned or replaced.
Bid # LMD-13-14-52 12
6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS
6.01 Should any misunderstanding arise, Special Districts will interpret this Agreement. If the
Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with the
work in accordance with Special District's interpretation. Within 30 days after receipt of the
interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel
as provided hereinafter. The written request shall outline in detail the area of dispute.
6.02 The Disputes Review Panel will be appointed by Special Districts and will be composed
of not less than three (3) Qualified personnel or representatives having experience in the
administration of grounds maintenance contracts. The panel will convene within one (1) week of
appointment in order to hear all matters related to the dispute. The hearing will be informal and
formal rules of evidence will not apply. The Panel will submit its recommendation to Special
Districts for consideration, within one (1) week following the conclusion of the hearing. Special
Districts shall render an interpretation based upon review of the Panel's recommendation. Special
Districts' decision shall be final.
OFFICE OF INQUIRIES AND COMPLAINTS
7.01 Contractor shall at all times, have some responsible person(s) employed by the
Contractor to take the necessary action regarding all inquiries and complaints that may be
received from the Homeowners Associations, property owners, and tenants within said LIVID or
from Special Districts personnel, representatives or patrons using the facility. This person(s) shall
be reachable 24 hours per day. An answering service shall be considered an acceptable
substitute to full time coverage, provided Contractor is advised of any complaint within one (1)
hour of receipt of such complaint by the answering service. Neither answering machines nor
voicemail are acceptable. The telephone of said Contractor shall be on the exchange or
exchanges of said District(s) or a toll-free number, and in no case shall the people of said
District(s) be required to pay a toll charge to telephone said Contractor. During normal working
hours, Contractor's Foreman or an employee of Contractor, at the supervisory level, who is
responsible for providing maintenance services, shall be available for notification by telephone or
radio communication.
7.02 Whenever immediate action is required to prevent impending injury, death, or property
damage to the LIVID being maintained, Special Districts may authorize such action to be taken by
a third -party work force and shall charge the cost thereof as determined by the Administrator,
against the Contractor, or may deduct such cost from an amount due to Contractor from Special
Districts.
7.03 Contractor shall maintain a written log of all complaints, the date and time thereof, and
the action taken pursuant thereto or the reason for non -action. The log of complaints shall be
available for inspection by Special Districts at all reasonable times.
7.04 All complaints shall be addressed as soon as possible after notification; but in all cases
within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24
hours, Special Districts shall be noted immediately of the reason for not resolving the complaint
followed by a written report to Special Districts within five (5) days. If the complaints are not
resolved within the time specified or to the satisfaction of Special Districts, Special Districts may
correct the specific complaint and the total cost incurred will be deducted from the payments
owing to the Contractor from Special Districts.
Bid # LMD-13-14-52 13
8. SAFETY
8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to
meet all California Landscape Industry Standards for safe practices during the maintenance
operation for medians and parkways and to safely maintain stored equipment, machines, and
materials or other hazards consequential or related to the work; and agrees additionally to accept
the sole responsibility for complying with all local, City, State or other legal requirements including
but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL-O.S.H.A.
Safety Orders at all times so as to protect all persons, including Contractor's employees, agents
of the City, vendors, members of the public or others from foreseeable injury, or damage to their
property. Contractor shall inspect all potential hazards at the LMD areas covered by this
Agreement and keep a log indicating date inspected and action taken.
8.02 It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders
any portion of the LMD premises unsafe, as well as any unsafe practices occurring thereon.
Special Districts shall be notified immediately of any unsafe condition that requires major
correction. Contractor shall be responsible for making minor corrections including, but not limited
to:
a. filling holes in turf areas and paving;
b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence
of hazards;
c. replaces valve box covers so as to protect members of the public or others from
injury.
During hours of operations, Contractor shall obtain emergency medical care for any member of
the public who is in need thereof, because of illness or injury occurring on the premises.
Contractor shall cooperate fully with the City in the investigation of any accidental injury or death
occurring on the premises, including a complete written report thereof to Special Districts within
five (5) days following the occurrence.
8.03 Under the circumstance that landscape maintenance work be performed in a Caltrans
right of way; including but not limited to freeway onramps and off -ramps; the contractor shall
adhere to the safety requirements in the Caltrans Maintenance Manual/Protection of Workers at:
http://www.dotca.gov/hq/maint/manual/Chap 8 T9-T17.pdf
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 D). 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,
Bid # LMD-13-14-52 14
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 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 subs
from Planned performance. Said revisions shall be submitted to Special Districts for revi
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 Renovation/Verticutting;
d. Turf Reseeding;
e. Micro-Nutrients/Soil Amendments;
f. Spraying of Trees, Shrubs or Turf;
g. Aesthetic Tree and Shrubbery Pruning;
h. Preventative disease control;
i. Seasonal color. Transplanting small and medium sized plants;
j. Lane closures for median or parkway maintenance prior notification is required;
k. Fire protection of the natural slopes area maintenance. Contractor at his cost shall bt
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:
Bid # LMD-13-14-52 15
(1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet
from a dwelling or structure and all debris removed from the site.
(2) Dead wood from woody plants shall be trimmed when the area is
brushed. Apply water within the cleared zone only as needed during fire
season to maintain sufficient moisture content for sustenance of the
plants and to inhibit combustion. Remove all debris from this operation
off the LMD property. Weeding shall commence immediately following
the rainy season once the growth of weeds has reached a maximum of
12 inches in height or
(3) When the County Fire Marshall has determined that a fire hazard
condition exists. The required weeding shall be completed as soon as
possible following its commencement and shall be completed throughout
an LIVID within a maximum period of 30 days.
(4) Contractor shall be responsible for maintaining the brushed slope areas
throughout the year in accordance with the above -identified height of
weeds, dead wood removal and distance from dwellings or structures
requirements. This may require that certain areas will need additional
brushing as directed by the County Fire Marshall. If the Fire Marshall
determines additional brushing is necessary the contractor will be paid
additional compensation at the rate specified in the form of bid.
Contractor at his expense shall remove weeds to a distance of 30 feet
measured from any sidewalk adjacent to a fire protection area twice a
year.
Where reference is made to weeding, brushing, or clearing within 100 feet of a
structure, it is intended that the space between the structure and the private
property line is the responsibility of the owner of the property except where
Special Districts has accepted an easement to maintain a portion of the private
lot. As an example, assume a private residential lot has a depth of 100 feet, the
rear or side of which abuts a fire protection slope. Assume that the structure is
set back 20 feet from the property line abutting this slope. The Contractor's
responsibility is within the portion or balance of the 100 feet outside of the private
property boundary, or, in this case, 80 feet. However, Special Districts is
responsible for those areas where an easement has been accepted by Special
Districts over a portion of a private lot. Consult with Special Districts for any
questions regarding these areas.
The maintenance of the manufactured slopes requires that the planted slopes be
weeded on a regular basis throughout the year. Planted slopes which were not
hydroseeded shall be kept weed free at all times and the use of chemicals is
permitted. Planted slopes that were hydroseeded require weed removal by hand
as the use of chemicals is not permitted. The removal of weeds by hand shall be
performed each month from March through November during the term of the
maintenance contract. Contractor shall program the irrigation system to deliver
sufficient moisture within the root zone of trees and shrubs to sustain growth.
Contractor shall be responsible for any damage to slope areas caused by
excessive watering practices or to plant material caused by lack of water. Plants
and trees shall be fertilized in accordance with the requirements of Sections 18
and 19 of these Specifications
I. Other Items as Determined by Special Districts.
Bid # LIVID -1 3-14-52 16
11. CONTRACTOR'S STAFF
11.01 Contractor shall provide sufficient number of personnel to satisfy daily and/or weekly
requirements for high quality landscape maintenance. Contractor's staff MUST be employees of
the contractor except subcontractors identified in the response to this bid. Contractor must
perform all work in accordance with the specifications set forth herein. Contractor's employees,
whether assigned to any one Zone or as part of a crew serving any number of Zones shall include
at least one individual crew foreman who speaks and comprehends the English language.
11.02 Special Districts may at anytime give Contractor written notice to the effect that the
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 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
Bid # LMD-13-14-52 17
Control Operator's License and valid Pest Control Advisor's License, or a copy of said licenses
from a sub -contractor to Special Districts prior to using chemicals within the area.
15.02 A listing of proposed chemicals to be used including; commercial name, application rates,
and type of usage shall be submitted to Special Districts for approval. The listing will be
accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be
used in binder or booklet form. No work shall begin until written approval of use is obtained from
Special Districts. The contractor shall consider the effects chemical application has on the
environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be
effective in achieving the needed result.
15.03 Chemicals shall only be applied by those persons possessing the training in chemical
application or a valid California Applicator's Certificate. Application shall be in strict accordance
with all governing regulations.
15.04 Records of all operations stating dates, times, methods of application, chemical
formulations, applicators names and weather conditions shall be made and retained in an active
file for a minimum of three (3) years. Contractor shall provide a chemical use report and a copy
of the PCA recommendation to Special Districts for each application (site specific) made during
each month. This shall be in addition to the copy of the usage summary that is provided to the
Agricultural Commissioner.
15.05 All chemicals requiring a special permit for use must be registered with the County
Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts.
15.06 All regulations and safety precautions listed in the "Pesticide Information and Safety
Manual" published by the University of California shall be adhered to.
15.07 Chemicals shall be applied when air currents are still; preventing drifting onto adjacent
property and preventing any toxic exposure to persons whether or not they are in or near the area
of application.
16. STORAGE FACILITIES
16.01 Special Districts shall not provide any storage facilities for the Contractor. Any
Contractors storage facilities must be located outside of the boundaries of the Zone for which
landscape maintenance services are performed, unless Special Districts determines it would be
in the best interests of Special Districts to waive this restriction.
17. TURF CARE
17.01 Contractor shall perform the following services under the terms of this agreement;
a. Mowing:
Turf to be mowed with an adequately sharpened rotary or reel type mower
equipped with rollers, to ensure a smooth surface appearance without scalping.
(1)
All warm season grasses (Bermuda and St. Augustine) to be cut at ''/I
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
Bid # LMD-13-14-52
18
clipping removed to be properly disposed of in green waste containers
only.
(5) A mowing schedule will be established and maintained. This
schedule will provide that all areas will be mowed not less than once a
week during the summer, and once every two weeks during the winter.
This schedule will be submitted to Special Districts for approval. Refer to
items 1 and 2 in this section for turf length ranges.
b. Edging: With each mowing the edge of the grass along sidewalks, curbs, shrub,
flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and
shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks
of trees and away from the drip line of shrubs by use of power scythe, approved
chemicals, or small mowers as required. Trim around all sprinkler heads as
necessary in order to provide maximum water coverage. Edging will be done
concurrent with each mowing.
(1) The edge of the turf shall be trimmed around value boxes, meter boxes,
backflow devices, or any structures located within the turf areas.
(2) All turf edges are to be maintained to prevent grass invasion into
adjacent shrub, flower, and ground cover bed areas.
(3) All clippings shall be removed from site the same day area is edged.
(4) After mowing and edging is completed, all adjacent walkways are to be
swept clean by power blower or broom.
(5) Newly planted trees in lawn areas shall have tree guards installed if
necessary to avoid damage.
(6) Trees in lawn areas shall have a minimum of 14 to 24 inches mulched
clearance where applicable.
c. Weed Control: Control turf weeds as needed. Hand removal of noxious weeds or
grasses will be required as necessary. All mulch brought in by the 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. Hauling costs and dumping
fees are included in the contract and are to be performed at the contractor's sole
expense.
g. Top Dressing: Top dress all turf areas two (2) times annually, once in the spring and
once in the fall after seeding. The City of Santa Clarita will pay the contractors price
for the top dressing plus no more than a 15% mark up. The contractor shall provide
the labor to apply the top dress.
h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum
of four (4) times a year. All fertilizer used shall be granular. Fertilizer type can be
suggested by Contractor, determined by soil analysis or at the direction of Special
Districts. All turf areas fertilized shall be thoroughly irrigated immediately following
Bid # LMD-13-14-52 19
fertilization. Fertilizer applications must be approved by Special Districts prior to
application. The City of Santa Clarita will pay the contractors price for the fertilizer
plus no more than a 15% mark up. The contractor shall provide the labor to apply the
fertilizer.
Turf Reseeding: Contractor shall twice each year, once in the fall and once in the
spring, overseed all turf areas after verticutting (dethatching), aerification and
overseed all bare spots, as needed, throughout the remainder of the year to re-
establish turf to an acceptable quality. When Contractor 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. The City of Santa Clarita will pay the contractors price for the seed plus no
more than a 15% mark up. The contractor shall provide the labor to apply the seed.
Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and
reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet.
The seed used in over seeding or new turf establishment shall be approved by
LMD staff prior to installation. Typically, Fescue and Fescue blends are
required.
j. Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-6
inches in the late winter to early spring before growth resumes.
18. SHRUB AND GROUND COVER CARE
18.01 Contractor shall perform at his sole expense under the terms of this agreement the
following services:
Bid # LMD-13-14-52
a. Prunin : 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
ndustry as needed to maintain a healthy vigorous appearance and growth rate.
When ground covers and perennials have grown where they completely fill the space
in which they were planted and have started to deteriorate, i.e., less flowering, dying
out, smaller plants, they shall be renovated. (Renovation shall include removing said
plants, amending 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.
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. 5,000 cubic yards
annually)
(2) Hand removal
(3) Cultivation
(4) Chemical eradication using non -residual herbicides
f. Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or
dead shrubs and ground covers whose damage was a natural condition/causes, will
be replaced under the terms of "additional work" as described in Section 4 of this bid
document. All shrubs shall be guaranteed to live and remain in healthy condition for
no less than ninety (90) days from the date of acceptance of the job by the Special
Districts Administrator or qualified representative.
g. Fertilization: Apply balanced fertilizer two (2) times per year to provide a healthy
color in all plants with foliar feedings if applicable. The fertilizer shall be applied once
during the months of March or April and once during the months of September or
October. Contractor will cultivate around plants where needed. Fertilizer shall be
appropriate for plant type and season (time of year) and approved by LMD staff prior
to installation. The Contractor shall provide the Director with a fertilization schedule,
with two (2) weeks notification prior to the proposed fertilization.
h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency
situations where automatic systems are not functioning as required to maintain
adequate growth rate and appearance. Section 17, Paragraph g, concerning
irrigation practices shall apply to shrubs and ground covers.
i. Diversion requirements: In keeping with State mandated requirements, the LMD
strives to exceed diversion obligations to keep green waste from the landfills. The
Contractor shall mulch and use on site 95% of the green waste generated by above
referenced zones. Contractor requirements for this program shall include a Vermeer
1500 chipper or equivalent for use on site at a minimum of twice per week.
j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2 -
inch layer of mulch under all trees, shrubs and groundcovers and a minimum 3 -inch
layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be
k. Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-6
inches in the late winter to early spring before growth resumes.
19. 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
Bid # LMD-13-14-52 21
public sidewalks.
(3) Report insects and tree diseases to Special Districts Inspector.
(4) Stake and support all replacement trees and replace stakes which have
been broken or damaged on existing trees.
(5) Tree stakes shall be pentachloraphena treated pole pine, not less than 8
feet in length for 5 gallon size trees and not less than 10 feet for 15
gallon trees sizes (two per tree), no galvanized stakes.
(6) Commercially available tree rubber ties are to be used unless there is a
need for guy wires. All trees tied in two locations — top and bottom.
Stakes will not be placed closer than 12 inches from the top tie on the
tree trunk.
(7) Stakes and ties will be placed so no chafing of bark occurs and shall be
checked frequently and retied to prevent girdling.
(8) Broken branches are to be removed immediately whether they are in the
tree or on the ground.
b. Fertilization: Apply fertilizer within drip line at least once per year (during the months
of March or April) to provide a healthy color in all plants. Fertilizer should, at the
direction of LIVID, be a balanced organic 10-6-4 ratio with trace element. Contractor
shall provide Special Districts with two (2) weeks notification prior to the fertilizer
application.
c. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior
to commencement of work by Contractor.
d. Tree Replacement: All trees permanently damaged as a result of action or inaction
by the contractor will be replaced as provided for under Section 5 with the identical
species of tree existing previously, unless otherwise notified in writing by Special
Districts. The need for and the size of replacement will be determined by Special
Districts at the monthly maintenance inspection meeting or upon written notification.
Size of the replacement shall be of a like size. Substitutions will require prior written
approval by Special Districts. Original plans and specifications should be consulted
to insure correct identification of species. Upon notification, all newly planted
guarantee healthy establishment for a period of 90 days. If the landscape
contractor plants additional trees it will be considered "extra work cost."
e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by
use of "Maintain," "Floral" or other approved product/method. Two (2) applications
shall be required 7-10 days apart. The first application shall be applied when Y: 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".
f. Fireblight Treatment: Preventative Fireblight treatment for Pyrus Kawakamii to
consist of spray application between October 1 and mid-November. Post treatment
to consist of pruning out dead wood, sterilizing pruning tools after each cut.
Preventative Fireblight treatment for Platanus to consist of two applications and
possibly a third application, depending on the effectiveness of the previous
application. The first application shall occur in February, during the budding stage.
The second treatment shall occur in March, during the juvenile growth stage of the
leaf. The third application shall occur in April if there is evidence of blight after
Bid # LMD-13-14-52 22
mature growth of leaf. Materials used shall be of an approved type by the County
Agriculture Department. If the landscape contractor provides this service it will be
considered "extra work cost".
g. Oak Tree Pruning Permit: All cuts over 2 inches in diameter on Oak Trees will be
done by the Landscape Maintenance Tree Maintenance contractor. All other cuts on
Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per City
Municipal Code by the landscape contractor or their subcontractor. Special Districts
will procure Oak Tree Permits once work is approved.
h. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the
standards established by the International Society of Arboriculture (ISA) and ANSI
300 Best Management pruning practices.
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 136r1 of Title 7, United States Code, and is cited in Title 41 of the Code
of Federal Regulations (102-74.35) as a required service for agencies subject to the
authority of the General Services Administration. The Contractor will develop an IPM
program for work covered by this statement of work.
b. Chemical Application: All work involving the use of chemicals will be accomplished
by_a State of California Certified or Licensed pest control operator. A written
recommendation by a person possessing a valid California Pest Control Advisor
License is required prior to chemical application.
c. Permits: All chemicals requiring a special permit for use must be registered by the
Contractor with the County Agricultural Commissioner's Office and a permit obtained
with a copy to Special Districts, prior to use. A copy of all forms submitted to the
County Agricultural Commissioner shall be given to Special Districts on a timely
basis.
d. Compliance with Regulations: All regulations and safety precautions listed in the
"Pesticide Information and Safety Manual" published by the University of California
will be adhered to.
Bid # LMD-13-14-52 23
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. The contractor shall provide a
trash pickup schedule for the approval by Special Districts. The contractor shall pick
up trash and accumulated debris from site per contract, and clean trash receptacles
as needed. In addition, dog feces are also to be removed from the walkways located
within the Paseo system in the LIVID areas. The contractor shall fill all doggie bag
holders a minimum of twice a week (doggie bags provided by City).
b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and
grass removal within the crack(s) on the asphalt, and stamped concrete median strip
areas, if any, at all times.
c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and
grass from curb and gutter expansion joints at all times.
d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will
be cleaned immediately following mowing and edging and cleaned by use of power
sweeping or blower equipment at a minimum of once per week or as needed. This
includes removal of all foreign objects from surfaces such as.
(1)
Gum,
(2)
Animal feces,
(3)
Grease,
(4)
Paint,
(5)
Graffiti,
(6)
Glass and debris
All walkway and driveway cracks and expansion joints shall be maintained weed and
grass free at all times.
e. Drain Maintenance: All drains and catch basins shall be free of silt and other debris
at all times.
f. Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch
layers shall be removed and properly disposed of not less than once per week.
g. Diversion: The Contractor will be responsible for creating and implementing a written
program to divert all green waste from landfills. The program should include, but not
be limited to, mulching and composting. The contractor shall report the total tons of
green waste generated and the number of tons diverted from the landfill annually to
the City's Environmental Services Office. The goal will be at least 85% diversion.
Bid # LMD-13-14-52 24
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.
i. Freeway On-ramps/Off-ramps: The contractor shall provide trash pickup a minimum
of three (3) times per week. The contractor shall provide a trash pickup schedule for
approval by Special Districts. The contractor shall pick up trash and accumulated
debris from site per contract.
22. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR
All irrigation systems within the LMD areas designated in these specifications will be repaired and
maintained as required for operation by the Contractor at the sole expense of the Contractor
unless otherwise noted. Irrigation repairs, (not to include programming) are considered to be
additional work or "extras". For all irrigation repairs, Contractor to be reimbursed at no more than
a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of
Special District Staff. Failure to provide copies of invoices may result in delay of payments to
Contractor. The Contractor shall adhere to the Irrigation Association, Best Management
Practices (BMP'S) at:
http://www.irrigation.orcl/uploadedFiles/Resources/BMP Revised 12-2010.pdf
Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep
operable all irrigation equipment consisting of:
• Irrigation Programming
• Irrigation Station Identification/Location
• Irrigation Heads
• Remote Control Valves
• Flow Sensors
• Flow Sensor Programming
• PVC Piping (Including mainline and laterals)
• Quick Couplers
• Risers
• Swing Joints
• Check Valves
• Irrigation Booster Pumps
• Solar ControllersNalves
• Battery Operated ControllersNalves
• Valve Boxes, Quick Coupler Boxes, Etc.
• Irrigation Controller Programming and Setup
Bid # LMD-13-14-52 25
22.01 Controllers:
All controllers shall be adjusted as needed for optimum performance considering the
water requirements of each remote control valve (irrigation station). "Smart" or
"weather based" controllers shall be configured to water in the "AUTO MODE" or "ET
MODE" when available. Plant establishment periods do not apply to this requirement
and should be scheduled accordingly. Contractor is responsible for adjusting the
controller parameters/attributes in order to irrigate efficiently and each valve shall be
customized for the needs of the plant material. Excessive watering or excessive
runoff shall not be permitted.
2. The contractor will be responsible for the control of Smart Water Application
Technologies (SWAT) certified weather -based controllers or equivalent, controller
programming through the Contractors office via a desk top or any wireless computer,
or hand held device. The LIVID will provide a username/password for access.
3. Contractor will provide their own irrigation remote (receiver and transmitter) for control
of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other industry standard
controllers not listed. The City requires the Promax universal irrigation remote or other
"smart phone" technology for its use in field testing and operation of all irrigation
systems for the 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 may use this device in their inspections to
verify that irrigation systems are functioning properly. The bleeding of valves and
hand watering are to be used in emergency or testing situations, not for normal or day-
to-day inspections.
4. Consideration must be given to the soil conditions, seasonal temperatures, wind
conditions, slope, humidity, and the relationship of conditions which affect irrigation.
This may include daytime watering during winter weather to prevent icy conditions and
manual operation of the irrigation system during periods of windy or inclement
weather. During freezing and/or windy conditions, automatic irrigation shall be paused
until normal conditions exist. No watering medians in windy conditions, to avoid drift
and wetting vehicles.
5. Contractor shall be responsible for data input with regards to irrigation station
reference in the programming function of the central server or at the
controller. Example. Station 1 - SE Corner of parking lot, Turf NW of restroom,
Shrubs on large slope, etc.
6. In areas where wind creates problems of spraying water into private property or road
right-of-ways, the controllers shall be set to operate during the period of lowest wind
velocity which would normally occur at night (between the hours of 9:00 p.m. and 7:00
a. M.).
7. Contractor shall be responsible for monitoring all irrigation systems within the
jurisdiction of this Specification and correct for coverage, adjustment, clogging of lines,
and removal of obstacles, including plant materials which obstruct the
spray. Monitoring shall be scheduled for all systems at minimum 1x monthly.
Bid # LIVID -1 3-14-52 26
8 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).
9. Contractor is to maintain the watering schedule in "AUTO" mode which will equal the
evapotranspiration rate based on topography, soil type, plant material, season or
climatic factors. Contractor shall notify The City of Santa Clarita of any schedule
changes.
10. Contractor shall utilize "cycle & soak" in programming in order to eliminate excessive
run-off.
11. Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved by The City
of Santa Clarita.
12. When available, copies of controller maps shall be kept in enclosures at all times.
13. Contractor is responsible for maintenance of the interiors of controller enclosures and
shall be kept clean free of debris and pests, regardless of condition(s) at time of
contract award.
14. Contractor shall be responsible to notify The City of Santa Clarita of any additional
water requirements to the landscape which is outside of the "AUTO" scheduled
program application.
15. It is the responsibility of the Contractor to keep the plant material alive. If this requires
an extra application of irrigation water, the Contractor is to make the necessary
adjustments and immediately notify The City of Santa Clarita upon doing so.
16. Only The City of Santa Clarita staff, City Monitors, the Contractor Supervisor/
Foreman or Irrigation Technician will have access to all controllers. Enclosures will be
locked/padlocked at all times.
17 The Contractor shall test the soil in turf and groundcover areas and around all trees
and shrubs monthly or as necessary with soil probes to determine that the proper
amount of water is being applied at all times. This information should be used to adjust
watering times on the controller and supplemental hand or deep watering as
necessary.
18. The Contractor shall make adjustments to the water programs to compensate for
irrigation heads on each system, soil type and permeability, wind condition, orientation
to the sun, air temperature, season, and logistical considerations
19. Once the irrigation system has been adjusted to only irrigate the planting areas it was
designed to irrigate, the contractor shall then monitor the irrigation watering application
time to determine the length of time each system runs until irrigation runs off the
landscape area. This information will then be used to establish "cycle & soak"
parameters.
20. The maximum run time should then be set a minimum of one minute less than the
time it takes for run off to occur. This will establish the maximum run time for each
Bid # LMD-13-14-52 27
valve, with full sun exposure. Adjust valves with partial shade or full shade to have
less run time than the systems in full sun.
21. It is required that soil conditions be constantly monitored with a soil probe to insure
that over -saturation of the soil does not occur.
22. In addition to the soils condition, the individual plant material requirements must be
taken into account. As the plant material becomes established, a reduction in the
frequency of watering should be implemented to harden -off the plant material while
maintaining it in a healthy condition.
22.02 Operation of System:
1. As a standard practice, the Contractor shall formally acknowledge receipt of the
irrigation System within the first 60 days of the notice to proceed. It is the Contractors
responsibility to conduct a full scale irrigation audit/assessment to determine
deficiencies in the system and make recommendations for repair(s).
2. 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.
3. Irrigation system will be controlled by Contractor in such a way as not to cause an
excessively wet area which could interfere with the Contractor's ability to
mow/maintain landscaped areas.
4. All irrigation systems shall be personally inspected by Contractor a minimum of once
per month to verify effectiveness of sprinkler operation. The appropriate Irrigation
Inspection Form must be filled out per controller and submitted to The City of Santa
Clarita LIVID for review.
5. Contractor shall adjust and clean as necessary all sprinkler heads, valves and
pressure regulators to continue operation at maximum efficiency and performance.
6. All materials and workmanship will be in accordance with the City Plumbing
Ordinances iftwhen applicable.
7. Sprinkler heads in turf areas shall be kept clear of overgrowth, which may obstruct
maximum operation. No chemical spraying or growth inhibitors around head shall be
allowed.
8. Contractor shall be responsible for trimming plant material and making necessary
adjustments to riser heights as growth rates indicate.
9. Contractor shall be responsible for hand -watering any pots not provided with an
irrigation system to maintain plants and promote optimum growth.
Bid # LMD-13-14-52 28
10. Adjustments in operating pressure for spray and rotor type heads shall be followed per
manufacturer's recommendation to provide optimum efficiency unless instructed
otherwise by The City of Santa Clarita.
11. Contractor shall be required to walk each site upon request by The City of Santa
Clarita representative a minimum of one time per quarter to inspect the operation of
the irrigation system.
12. Plant damage or loss resulting from the failure to promptly report irrigation system
failure shall be considered Contractor negligence and such plant material shall be
repaired or replaced at Contractor expense.
13. All hand watering performed with a hose shall require the hose to have a flow control
that will allow the operator to turn the hose off between watering areas to minimize
any wasted water.
14. The Contractor shall be responsible for monitoring all project irrigation systems and
should correct coverage, head adjustments, clogged lines, loose staking of heads and
pipes, and obstacles which obstruct the spray. Make all necessary adjustments to
heads that spray onto roadways, walks, walls, and patio areas or out of intended area
of coverage. The Contractor shall clean and adjust sprinkler heads as needed for
proper coverage. Each system should be operated via remote control and observed
on a regular basis.
15. During extremely hot weather, long holiday periods, and during or following
breakdown of systems, the contractor should provide adequate personnel and
materials as required to adequately water all landscaped areas at no extra cost to The
City of Santa Clarita. When breakdowns or malfunctions exist, the contractor should
water manually by whatever means necessary to maintain all plant materials in a
healthy condition. Overly wet or dry conditions should not be permitted to develop.
16. Once a year, the contractor shall clean all controller cabinets and valve boxes, remove
intruding soil and replace gravel as needed.
17. Testing, certification and service of the backflow prevention devices on the irrigation
systems shall be done by a certified tester as provided by The City of Santa Clarita.
18. Contractor shall not repair, manipulate or remove backflow devices unless prior
authorization has been received by a City of Santa Clarita representative. However,
Contractor is permitted to make use of shutoff valves located on or near backflow
devices in the event of a mainline break and/or maintenance.
19. Contractor shall notify the LIVID office immediately should a backflow prevention
device malfunction occur.
20. Landscape Maintenance District Consultants/Inspectors/City staff will spot check
controller schedules on each inspection of a district to assure compliance with
irrigation program standards. Contractor shall conduct a complete irrigation system
inspection for each district at minimum of twice a year.
Bid # LMD-13-14-52 29
22.03 Repairs:
1. All pop-up heads should be assembled on triple swing joints.
2. When irrigation heads, risers, nozzles, etc. break, they will be replaced with like for
like irrigation heads. Uniformity is of the utmost importance.
3. All remote control valves shall be Superior 950DW brass valves unless other(s) are
accepted by LMD staff.
4. Contractor shall repair all leaking or defective valves immediately upon occurrence, or
within 24 hours following notification from LMD of such a deficiency.
5. Malfunctions of any nature which are deemed to be the fault of materials or
workmanship still covered under original installation guarantee shall be reported
immediately to The City of Santa Clarita.
6. Contractor shall submit itemized irrigation invoices for repairs, per LMD Zone on an as
needed basis.
7. Repair logs shall be maintained and will include date of repair, nature of repair, and
itemized list of materials for clarity. Site map/photo documentation to illustrate location
of repair, photo of site condition, and work completed shall be included with repair
log(s).
22.04 Conservation: The City of Santa Clarita will conduct monthly water management
meetings with the contractor to review all controllers with irregular usage and situations where
water consumption is excessively high. All plant stress or loss due to under -watering or over -
watering will demonstrate contractor neglect and cost to replace said material will be at
Contractor's sole expense.
The City of Santa Clarita will conduct monthly Water Management Meetings with the contractor to
review any penalty charges that were caused by the Contractor's inability to properly manage
water allocations, when applicable. The Contractor will be responsible for paying all water
penalties incurred on each water meter for all overages exceeding allocation established by the
respective water purveyor. The City of Santa Clarita may waive specific penalties at its sole
discretion.
The City of Santa Clarita takes Water Conservation very seriously and will not tolerate
mismanaged or neglected water delivery systems.
22.05 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).
Bid # LMD-13-14-52 30
Formula:
MAWA = (ETo) (0.62) [(0.7 x LA) + (0.3 x SLA)
MAWA = Maximum Applied Water Allowance (gallons per year)
ETo = Reference Evapotranspiration (inches per year)
0.62 = Conversion Factor (to gallons)
0.7 = ET Adjustment Factor (ETAF)
LA = Landscape area including SLA (square feet)
0.3 = Additional water allowance for SLA
SLA = Special landscape area (square feet)
When water budgets and/or tiered rate structures are enforced by individual water purveyors such
as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or
Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set
forth by the service provider for each individual service area within a Landscape Maintenance
District Zone, specifically water meter and/or point of connection.
Failure to comply with these requirements will result in a probationary period of up to 60 days to
allow for corrective actions. Failure to comply with water budgets within this time frame may lead
to monetary penalties up to the costs of the excessive use which exceeds the water budget(s),
efficient tier, or any "penalty' tier the City of Santa Clarita is subjected to.
23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE
SYSTEMS
23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be maintained
by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired
condition. The contractor may not use subcontractors not included with the bid submission without
the written approval of Special District Staff. Any unsafe condition of a walkway or service road
shall be reported immediately to the LMD Inspector or directly to the City.
a. Contractor may be responsible for total replacement or repair on walkways or any
hardscaped area, or if any plant damage occurs due to Contractor's negligence or by
accidental damage within his maintenance operation.
b. Contractor shall be responsible for sweeping/blowing all walkways and paseos within
the contract boundaries at a minimum of once per week or as necessary or as
requested by Special Districts. All debris must be collected and removed.
c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited
and may be cause for contract termination.
23.02 Drainage Systems: The following services shall be provided by Contractor at their
expense per Contract Agreement except as otherwise provided for:
a. All LMD area surface drains ("V" ditches), shall be kept clear of debris at all times so
that water will have an unimpeded passage to its outlet. Contractor will not flush dirt
or debris into the storm drain system per the City's National Pollutant Discharge
Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of
properly.
b. All 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
Storm drain system including the use of sand bags, straw bales or other Best
Management Practices (B.M.Ps)
Bid # LMD-13-14-52 31
c. Disposal of green waste or other debris into catch basins, drains or storm drains is
prohibited. Such action could result in termination of maintenance contract.
d. During periods of inclement weather, Contractor will provide inspections of the
property during regular assigned hours to prevent or minimize the possible damage
from inclement weather. Contractor shall report any storm damage to City LMD within
12 hours of occurrence. All storm damages must be photo documented prior to
removal or clean up. If remedial work is requested beyond scope of this contract, it
may be paid as extra work.
e. Contractor shall be responsible for periodic inspection of surface drains, v -ditches,
swales, etc. located within the landscaped areas. These drains shall be checked to
assure proper functioning prior to inclement weather. Contractor shall remove any
debris or vegetation that may accumulate at the inlet and prevent proper flow of
water.
24. MAINTENANCE INSPECTIONS
24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LMD
during daylight hours. Such inspection shall be both visual and operational. The operational
inspection shall include operation of all sprinklers, lighting and other mechanical systems to check
for proper operational condition and reliability. Contractor is required to input non -contractual
service request information into the City's reporting system at: www.santa-clarita com/e-service.
24.02 Monthly; meet on site with an authorized representative of Special Districts for a walk-
through inspection. Said meeting shall be at the convenience of Special Districts and may
include residents of the community. Special Districts may notify the appropriate local
representatives of the time and place of each walk-through inspection at least one (1) week prior
to such inspection. In addition, bi-weekly interim inspections may be made by Special Districts.
Any corrective work required as a result of a monthly inspection or any "interim" inspection by
Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working
days of the notification of deficiencies, except in the case of a leaking valve, which must be
repaired within 24 hours following notification.
25. GRAFFITI ERADICATION AND CONTROL
25.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size)
as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any
appurtenant structures or equipment within the areas under Contractor's maintenance. Special
Districts Inspector will be informed of all graffiti immediately upon discovery. Contractor is
required to input graffiti information into the City's reporting system at: www.santa-clarita.com/e-
aram.
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 LMD prior to use.
Bid # LMD-13-14-52 32
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 as needed 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 LMD areas weed -free and maintain
tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of
trees in street tree wells shall be in accordance with Section 19 or these Specifications.
29. NON LANDSCAPED MEDIANS & UNDEVELOPED MEDIANS
29.01 Contractor will provide periodic maintenance, according to routine maintenance
scheduling, consisting of debris removal, weed abatement and mulch application.
30.01 For the maintenance of future medians that have been accepted by the City, contractor to
provide a maintenance proposal for those areas to Special Districts with unit pricing based on the
LMD Additional Pricing Sheet #2 included in this bid.
31. PLANT REPLACEMENT
31.01 Contractor shall at his sole expense under the terms of this agreement provide:
labor and material for plant removal and replacement (per standard City Specifications
including tablets, amendments, tree stakes, tree ties, etc.) up to the following quantities:
(20) 24" box trees with (2) lodge pole stakes per tree
(40) 15 -gallon trees
(40) 15 -gallon shrubs,
• (500) 5 gallon shrubs,
(60) x36 flats groundcover annually.
All plant replacements made after the above quantities are met are considered to be
additional work or "extras".
Bid R LMD-13-14-52 33
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
NOTE: The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a `certified/cashier's check payable to the order of the City of
Santa Clarita for: dollars
($ ), this amount being not less than ten percent (10%) of the total amount of the
bid. The proceeds of this check shall become the property of said AGENCY provided this
Proposal shall be accepted by said AGENCY through action of its legally constituted contracting
authorities, and the undersigned shall fail to execute a contract and furnish the required bonds
within the stipulated time, otherwise, the check shall be returned to the undersigned.
Project Name:
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
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-13-14-52 34
PROPOSAL GUARANTEE
BID BOND
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as
BIDDER, and as SURETY, are
held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of
dollars ($ ), which is ten
percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the
payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by
these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to
submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is
accepted and the contract is awarded and entered into by BIDDER in the manner and time
specified, then this obligation shall be null and void, otherwise it shall remain in full force and
effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
day of 20_
BIDDER
SURETY*
Subscribed and sworn to this day of .20
NOTARY PUBLIC
*Provide BIDDER and SURETY name, address, and telephone number and the name, title,
address, and telephone number for authorized representative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State
where the project is located.
Bid # LMD-13-14-52 35
FAITHFUL PERFORMANCE BOND
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that ,
as CONTRACTOR, AND as
SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum
of dollars ($ ), which
is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of
which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these
presents. For service contracts of a continuing nature, the bond shall be in the amount equal to
the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the
annual value of such contract. The term of the bond shall cover the initial contract term.
Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each
subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been
awarded and is about to enter into the annexed Contract Agreement with AGENCY for the
above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the
contract documents in the manner and time specified therein, then this obligation shall be null and
void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any
alterations in the obligation or time for completion made pursuant to the terms of the contract
documents shall not in any way release either CONTRACTOR or SURETY, and notice of such
alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this
day of 2012.
CONTRACTOR*
SURETY*
Subscribed and sworn to this
2012.
NOTARY PUBLIC
day of
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
Bid # LMD-13-14-52 36
LABOR AND MATERIAL BOND
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that ,
as CONTRACTOR AND as
SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum
of dollars
($ ), which is one -hundred (100%) percent of the total amount for the above
stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound,
jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been
awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -
stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any
kind used in the performance of the work to be done under said contract, or fails to submit
amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY
will pay for the same in an amount not exceeding the sum set forth above, which amount shall
insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures;
provided that any alterations in the work to be done, materials to be furnished, or time for
completion made pursuant to the terms of the contract documents shall not in any way release
either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this
day of .2012.
CONTRACTOR*
SURETY*
Subscribed and sworn to this 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 # LMD-13-14-52 37
SAMPLE CONTRACT
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
Contract No.
THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of
20 , by and between the CITY OF SANTA CLARITA, a general law city and
municipal corporation ("CITY") and , a Corporation ("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE
OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and
conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an
amount set forth in the attached Exhibit " " which is incorporated by reference, for
CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty
(30) days after receiving CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from , 20 to 20 The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit "
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials, equipment,
printing, vehicles, transportation, office space and facilities, and all tests, testing and
analyses, calculation, and all other means whatsoever, except as herein otherwise
expressly specified to be furnished by CITY, necessary or proper to perform and
complete the work and provide the professional services required of CONTRACTOR by
this Agreement.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR
must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret
and implement any prevailing wage requirements and CONTRACTOR agrees to pay any
penalty or civil damages resulting from a violation of the prevailing wage laws. In
accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages
are available upon request from CITY's Engineering Division or the website for State of
Bid # LMD-13-14-52 38
California Prevailing Wage Determination at www.dir.ca.,qov/DLSR/PWD. A copy of the
prevailing rate of per diem wages must be posted at the job site.
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:
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.
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:
Tvoe 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.
Bid # LMD-1314-52 39
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 06 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement, endorsements
as required herein, and such other evidence of insurance or copies of policies as may be
reasonably required by City from time to time. Insurance must be placed with insurers
with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII."
Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any
cancellation of coverage. CONTRACTOR will require its insurer to modify such
certificates to delete any exculpatory wording stating that failure of the insurer to mail
written notice of cancellation imposes no obligation, and to delete the word "endeavor"
with regard to any notice provisions.
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required
by this Agreement, City may obtain such coverage at CONTRACTOR's expense and
deduct the cost of such insurance from payments due to CONTRACTOR under this
Agreement or terminate. In the alternative should CONTRACTOR fail to meet any of the
F.
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,
Bid # LMD-13-14-52 40
damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the
performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any
claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services
rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with
counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums
paid out in settlement or costs incurred in defense otherwise.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as
an independent contractor and will have control of all work and the manner in which is it performed.
CONTRACTOR will be free to contract for similar service to be performed for other employers while under
contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate
in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision
in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of
doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow
the direction of the CITY as to end results of the work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in writing and
may be given by personal delivery or by mail. Notice sent by mail will be addressed as
follows:
To CITY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: Name
Address
City
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.
Bid # LMD-13-14-52 41
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any
other provision, nor will such waiver constitute a continuing waiver.
18. INTERPRETATION. This Agreement was drafted in, and will be construed In accordance with the
laws of the State of California, and exclusive venue for any action involving this agreement will be in Los
Angeles County.
19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval
and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed
by the City Manager. The Parties represent and warrant that all necessary action has been taken by the
Parties to authorize the undersigned to execute this Agreement and to engage in the actions described
herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any
such amendment on behalf of CITY.
20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements
ancillary to this Agreement, and related documents to be entered into in connection with this Agreement
will be considered signed when the signature of a party is delivered by facsimile transmission. Such
facsimile signature will be treated in all respects as having the same effect as an original signature.
21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any
provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this
Agreement will govern and control.
22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only
and will not affect the interpretation of this Agreement.
23, FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion,
war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other
similar causes beyond the Parties' control, then the Agreement will immediately terminate without
obligation of either party to the other.
24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement
between CONTRACTOR and CITY respecting maintenance. To the extent that there are
additional terms and conditions contained in Exhibit " " that are not in conflict with this Agreement,
those terms are incorporated as if fully set forth above. There are no other understandings, terms or
other agreements expressed or implied, oral or written.
25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and
regulations including, without limitation, CITY's conflict of interest regulations.
(SIGNATURES ON NEXT PAGE)
Bid # LMD-1314-52 42
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first
hereinabove written.
FOR CONTRACTOR:
By: Sample Only Do Not Sign
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:
Bid # LMD-13-14-52 43
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
DOCUMENTS CHECKLIST
The following documents are required to be completed and submitted by the Contractor at the
times specified by an X opposite each title. If no column is marked, document will not be
required.
DO NOT send more information than is requested.
DO send the REQUESTED information.
With Bid Proposal (All Bidders)
Bid # LMD-13-14-52 44
With Agreement (Awardee only)
Prior to Starting Work (Awardee only)
X
Proposal — electronic
X
Proof of Contractor's License - license number will suffice
X
Bidder's Bond
X
List of Subcontractors — if none, write "n/a"
X
References
X
Initials Verification of Additional Pricing (approx. page 46)
X
Bid Schedule — Use the City supplied pricing page only
X
Exhibit A - Violation Records — must be completed
X
Exhibit B — Staff — must be completed
X
Required certificates/qualifications (as identified in solicitation
including but not limited to, License C27 and CLIA certification)
X
Contract Agreement
X
Insurance Requirements — Return only if Awardee
X
Bond for Faithful Performance
X
Payment Bond (for Labor and Material)
X
Certification of Public Liability and Property Damage Insurance
X
Certification of Worker's Compensation Insurance
X
Certification of Fire and Extended Coverage Insurance
X
Maintenance Meeting
X
Emergency Contact Information
Bid # LMD-13-14-52 44
BID SCHEDULE
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
Item Project Site
No.
LMD Zone 15
RIVER VILLAGE
LMD-13-14-52
Monthly Total
Maintenance Cost Annual cost
xl2mos
LMD Zone 16 x12mos =
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD
Total bid amount for items 1 and 2
Total bid amount in legibly printed words:
/annually
/annually
Bid # LMD-13-14-52 45
LMD ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL
Pricing and Billing Schedule Detail
Hourly labor rates to be used in performing the work required in the specifications for annual
landscape maintenance. These rates will not be used in evaluating the bid, but shall be used in
evaluating cost estimates for "additional' or "extra" work requested by the City under this
contract.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below:
Skill Level Hourly cost After hour emergency
Irrigation Laborer
$40.00 per hour $65.00 per hour
Landscape Laborer $30.00 per hour $45.00 per hour
QAC/QAL 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-13-14-52 46
LMD ADDITIONAL PRICING (SHEET #2)
Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates
will not be used in evaluating the bid, but may be used in evaluating cost estimates for
additional work requested by the City under this contract.
Bid # LMD-13-14-52 47
EXTENDED
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
PRICE
MEASURE
(unit price x
quantity)
1
Price for landscaped
median maintenance with
1 square foot
500 sq. ft.
turf.
2
Price for landscaped
median maintenance for
1 square foot
1000 sq. ft.
shrubs and ground cover.
3
Price for concrete median
maintenance.
1 square foot
500 sq. ft.
4
Price for landscaped,
irrigated slope
1 square foot
500 sq. ft.
maintenance.
Bid # LMD-13-14-52 47
DESIGNATION OF SUBCONTRACTORS
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 16) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-62
City of Santa Clarlts, 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 % of 1 percent of the prime
contractor's total bid: DBE status. age of firm, certifying aaencv and annual gross receipts are
required if sub contractor is particioating as a DBE. The form MUST be returned with bid, filled in or
annotated with "No Subcontractors" if none will be used.
Subcontractor DBE STATUS:
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date
Phone ( )
Subcontractor 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:
Bid # LMD-13-14-52 48
DESIGNATION OF SUBCONTRACTORS
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
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-13-14-52 49
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
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
3.
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
Bid # LMD-13-14-52 50
Exhibit A
Violation Records
1) The last six (6) months of tailgate safety meeting sign in sheets and topics
covered must be made available UPON REQUEST. (Do not send with bid at
this time.
2) In the year of 2010, what was the longest stretch of days worked without an
accident in the landscape maintenance division?
a.
3) Please provide any sustained complaints made to your company within the
past four (4) years to Cal -OSHA.
a.
4) Please provide any sustained complaints made to your company within the
past four (4) years to the California State Contractor Board in regards to your
C-27 license.
a.
Bid # LMD-13-14-52 51
f�ClT-iii-3
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 # LIVID -1 3-14-52 52
EXHIBIT C
EQUIPMENT REQUIREMENTS
Additional equipment requirements for work within proposed Landscape Maintenance District:/
or the ability to rent.
• Commercial Grade Chipper
• Commercial grade lawn mowers with mulching blade attachment, sufficient in size to
cover large turf areas
• Proper equipment required to perform pruning tasks including hand pruners, loppers,
saws, pole pruners and chainsaws
• All maintenance supplies for proper equipment operation
• Garden Spading Forks
• Shovels
• Rakes
• Scoop Shovels
• Safety equipment such as head, eye and ear protection, work boots. Body protection
such as chaps should also be used when operating chainsaws
• Irrigation controller remotes and transmitters such as the Rain Master Pro -Max
• All the required tools and equipment to make minor and major irrigation repairs
• All traffic control signs mechanical and stand alone, barricades, cones, vests all
equipment and safety wear shall be Cal -OSHA approved
Bid # LMD-13-14-52 53
EXHIBIT D
2014 Holiday Schedule
New Year's Day - Tuesday, January 1
Martin Luther King Day - Monday, January 20
President's Day - Monday, February 17
Memorial Day - Monday, May 26
Independence Day - Friday, July 4
Labor Day - Monday, September 1
Veteran's Day - Tuesday, November 11
Thanksgiving Day - Thursday, November 27
Day after Thanksgiving - Friday, November 28
1/2 Day for Christmas Eve - Wednesday, December 24
Christmas Day - Thursday, December 25
1/2 Day for New Year's Eve - Wednesday, December 31
New Year's Day - Thursday, January 1, 2015
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.
Sid # LMD-13-14-52 54
EXHIBIT E
GENERAL INVENTORY LISTS
Inventory List: Zone 15 RIVER VILLAGE
GENERAL — Weed control between sidewalk and trail
PARKWAY
• NEWHALL RANCH ROAD — South side approx. 200 ft. east of Bouquet Cyn. Rd. to Santa
Clarita Pkwy
• NEWHALL RANCH ROAD — South side from Santa Clarita Pkwy to small bridge with
aqueduct
• NEWHALL RANCH ROAD — North side from Bouquet Canyon to Golden Valley Road
• SANTA CLARITA PARKWAY — From Newhall Ranch Rd. to River Rock Way
LANDSCAPE PLANTER
• NEWHALL RANCH ROAD — North Side from Bouquet Cyn Rd. to approx. 267 ft. east of
Millhouse
• NEWHALL RANCH ROAD — South side from Santa Clarita Parkway to the small bridge with
aqueduct (both sides of bike trail)
• GOLDEN VALLEY ROAD — East Side triangle area just north of Valley Center Dr.
IRRIGATED SLOPE
• NEWHALL RANCH ROAD — Southwest corner of at Millhouse Dr. (Slope near catch basin)
IRRIGATED NATURAL SLOPE
• NEWHALL RANCH ROAD — North side Bouquet Canyon to Santa Clarita Pkwy.
NON -IRRIGATED SLOPE
• NEWHALL RANCH ROAD — North and South back side of white fence with Eucalyptus trees
FALLEN WARRIOR MEMORIAL BRIDGE AREA
• Northwest corner of Valley Center Dr. and Golden Valley Rd.
Bid # LMD-13-14-52 55
Approximate
Estimated
Item #
Description
Square
Quantity
Footage
Parkway
1
(Trees, Turf, Hedges, Shrubs,
4,700
Groundcover, and Mulch
Landscape Planter
2
(Trees, Turf, Hedges, Shrubs,
63,730
Groundcover, and Mulch
3
Irrigated Slope
88,370
Trees, Shrubs, V -Ditches as needed
4
Irrigated Natural Slope
1,784,020
(V -Ditches) as needed
5
Non -Irrigated Slopes
426,580
Ditches as needed
6
Fallen Warriors Mem. Bridge Area
4,700
DG, Shrubs, Hedges, Trees, Mulch
GENERAL — Weed control between sidewalk and trail
PARKWAY
• NEWHALL RANCH ROAD — South side approx. 200 ft. east of Bouquet Cyn. Rd. to Santa
Clarita Pkwy
• NEWHALL RANCH ROAD — South side from Santa Clarita Pkwy to small bridge with
aqueduct
• NEWHALL RANCH ROAD — North side from Bouquet Canyon to Golden Valley Road
• SANTA CLARITA PARKWAY — From Newhall Ranch Rd. to River Rock Way
LANDSCAPE PLANTER
• NEWHALL RANCH ROAD — North Side from Bouquet Cyn Rd. to approx. 267 ft. east of
Millhouse
• NEWHALL RANCH ROAD — South side from Santa Clarita Parkway to the small bridge with
aqueduct (both sides of bike trail)
• GOLDEN VALLEY ROAD — East Side triangle area just north of Valley Center Dr.
IRRIGATED SLOPE
• NEWHALL RANCH ROAD — Southwest corner of at Millhouse Dr. (Slope near catch basin)
IRRIGATED NATURAL SLOPE
• NEWHALL RANCH ROAD — North side Bouquet Canyon to Santa Clarita Pkwy.
NON -IRRIGATED SLOPE
• NEWHALL RANCH ROAD — North and South back side of white fence with Eucalyptus trees
FALLEN WARRIOR MEMORIAL BRIDGE AREA
• Northwest corner of Valley Center Dr. and Golden Valley Rd.
Bid # LMD-13-14-52 55
Inventory List: Zone 16 VALENCIA INDUSTRIAL CENTER
PARKWAY
• NEWHALL RANCH ROAD — North Side from Vanderbilt Wy. to Aurora Dr.
• NEWHALL RANCH ROAD — South Side from Vanderbilt Wy to Copper Hill Dr.
• NEWHALL RANCH ROAD — South Side from lodge pole fencing just east of Home Depot
Plaza to Ave. Tibbits
SIDE PANEL
• NEWHALL RANCH ROAD —South Side from lodge pole fencing just east of Home Depot
Plaza to Ave. Tibbits
• AVENUE TIBBITS —Anza Dr. to Flood Control Easement
MEDIANS
• AVENUE SCOTT — Rye Canyon Rd. to Ave. Tibbitts
• AVENUE TIBBITTS — Avenue Scott to Newhall Ranch Rd.
• DICKASON DRIVE — Newhall Ranch Rd. to Decoro Dr.
• DECORO DRIVE — Dickason Dr. to Copperstone Dr.
WITHIN THE BOUNDARIES OF THE ZONE
• Maintain all undeveloped medians for control of weeds.
Inventory List: Zone 16 PUBLIC WORKS YARD
Approximate
Estimated
Item #
Description
Square
Quantity
Footage
Quantity
1
Parkway
26,960
2
Groundcover, Trees)114,650
4,100
2
Side Panel
205,750
3
(Shrubs, Trees, Mulch)
2,800
3
Median Maintenance
70,940
(Shrubs, Trees, Mulch)
PARKWAY
• NEWHALL RANCH ROAD — North Side from Vanderbilt Wy. to Aurora Dr.
• NEWHALL RANCH ROAD — South Side from Vanderbilt Wy to Copper Hill Dr.
• NEWHALL RANCH ROAD — South Side from lodge pole fencing just east of Home Depot
Plaza to Ave. Tibbits
SIDE PANEL
• NEWHALL RANCH ROAD —South Side from lodge pole fencing just east of Home Depot
Plaza to Ave. Tibbits
• AVENUE TIBBITS —Anza Dr. to Flood Control Easement
MEDIANS
• AVENUE SCOTT — Rye Canyon Rd. to Ave. Tibbitts
• AVENUE TIBBITTS — Avenue Scott to Newhall Ranch Rd.
• DICKASON DRIVE — Newhall Ranch Rd. to Decoro Dr.
• DECORO DRIVE — Dickason Dr. to Copperstone Dr.
WITHIN THE BOUNDARIES OF THE ZONE
• Maintain all undeveloped medians for control of weeds.
Inventory List: Zone 16 PUBLIC WORKS YARD
TURF, PLANTER/MONUMENT PLANTER, CONCRETE WALKWAYS
• RYE CANYON ROAD — West side of building
• AVENUE STANFORD — South side of building
Bid # LMO-13-14-52 56
Approximate
Estimated
Item #
Description
Square
Footage
Quantity
1
Turf
26,960
2
Planter/Monument Planter
4,100
(Shrubs, Hedges, Mulch, Color)
3
Concrete Walkways
2,800
TURF, PLANTER/MONUMENT PLANTER, CONCRETE WALKWAYS
• RYE CANYON ROAD — West side of building
• AVENUE STANFORD — South side of building
Bid # LMO-13-14-52 56
ZONE MAPS
Bid # LMD-13-14-52 57
".f SANTA CLAMTA
LMD Zone 15
Part 1
LANDSCAPES
Legend
O LIVID Boundary
Parcel Outlines
Landscape Planter
Irrigated Slope
Irrigated Natural Slope
Parkway
re�wne tmn. mu.
an..�..a...,. d. w.e..w... =mow..
`""SANTA CLARITA
LMD Zone 15
Part 3
LANDSCAPES
Legend
O
LIVID Boundary
Parcel Outlines
— Landscape Planter
xewnnu xnno, Ao Fallen Warriors
Memorial Bridge
Non -Irrigated Slope
Irrigated Slope
Irrigated Natural Slope
Parkway
J
IPA
ou�
1
' ! o
ppp exwoonri q� e o
3 �vx
i i t
s
�' SEEvw N`� °e@ ' ..R.�wt. cwt. row•...ro. c.,ma.,..re...
UTM'�eNtl tM �,tP YM Sinwimw.w�emwv.uupewmry
�� llrvE PO
""°SANTA CLARITA
�\ LMD Zone 16
Part 1
o�`rvo LANDSCAPES
Valencia Industrial
Center
Legend
Parcel Outlines
N,�\ OLMD Boundary
_ 1 ggrvo`o"wY ! Median
w ' 3
Parkway
Side Panel
yvP ,. xrwxau garv�x qa
�01
c
°0
o<o F a
lbr�>$ NgNgM ?9 EFA EFWN°�4iY
\\�� Nps
� 1
,� 9f
O
9
90
S
�' / ��mtlen�n�xemlF�WaP
r�nvnmvwn emAWm
cyngm w,a At l [wq-f Is Nyxu.
N,pw,sn�e
MFNYIq GnM/
pr�a'wlb#V�w.Nmf_,�-xMwVJmx^Y�
q%p
1
kv*",,
41
ul�PO
e`iE StP
M9F�PoSq^
0
�ry1P (1PM
""dSANTA Ct.ARM
LMD Zone 16
Part 2
LANDSCAPES
Valencia Industrial
Center
Legend
OLMD Boundary
Parcel Outlines
4W Median
Parkway
Side Panel
W u e�`TM Wq�A�l4g4g1�KM_
u ygnwN
Aw�YWnY�4r Wry,yA
°P
gS ♦s�
MLL &
;$L
+���
P s
F
coVPtF oys
v
£ J ap
J
�
v,�`
el
n
4,
�9ae
M9F�PoSq^
0
�ry1P (1PM
""dSANTA Ct.ARM
LMD Zone 16
Part 2
LANDSCAPES
Valencia Industrial
Center
Legend
OLMD Boundary
Parcel Outlines
4W Median
Parkway
Side Panel
W u e�`TM Wq�A�l4g4g1�KM_
u ygnwN
Aw�YWnY�4r Wry,yA
` OSANTA CLARITA
LMD Zone 16
LANDSCAPES
Public Works
Yard
s
Legend
Parcel Outlines
OLMD Boundary
Planters
4JO concrete
Turf
murowo .�.
�vrei
W�wnuu.mu urvwn
vF9£
r.u.r....«,. w�wwrv• moo..,
ADDENDUM #1
For
City of Santa Clarita Invitation to Bid
LMD-13-14-52
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
April 19, 2014
This addendum must be acknowledged via Planet Bids and should be included with the bid
response.
There was a non -mandatory, pre-bid meeting on April 16, 2014 beginning at 8:00 AM. The
meeting was located at City Hall, 23920 Valencia Blvd., in the Council Chambers
Attending staff: Linda Kunishige, LMD Specialist (Project Manager), Wayne Smith, Street
Tree Specialist (Project Manager), Jason LaRiva (Project Development Coordinator, Mary
Alice Boxall, Labor compliance Specialist and Jennifer Killian, Buyer.
The following vendors were in attendance:
Brickman, Raitis Rasian
Marina, Efrain Lupercio
Oakridge Landscape, Inc., Andre Bouweraerts
Oak Springs Nursery Inc., Jose Luis Arredondo
Stay Green Inc., Bronwyn Sorenson and Caroline Najarian
ValleyCrest, Andrew Sanders
The following was reviewed:
• Awarding one contract for two separate LMD Zones (Zone 15 River Village and
Zone 16 Valencia Industrial Center/Public Works Yard)
Bid Instructions
Labor Compliance
Administrative Specifications
• Contract Term — Two Years with option for 3 additional 1 -year renewals
• General Requirements — Include all labor and equipment for an all-inclusive
contract. Highlighted items include
o Mulching
o Traffic Control
o Hardscape
o Tree, shrub and groundcover replacement (up to specified amount)
• Landscaped Areas to be Maintained —Contractor's responsibility to inspect areas,
bid accordingly, and accept as -is
Additional Work
Maintenance Schedules
Bid # LMD-13-14-53,ADD1
• Contractor's Staff
• Use of Chemicals
• Turf Care
o Mowing Schedule
o Turf Reseeding Process — All inclusive of labor
• Shrub and Ground Cover Care
o Mulch
• Tree Care
• General Clean -Up
• Water Management and Irrigation System Maintenance or Repair
• Non Landscaped Medians & Undeveloped Medians
• Plant Replacement — Labor and material included for specified amounts
Bid Schedule
LMD Additional Pricing Sheets
Revised/Addendum Items — Released via Addendum
• Revised Exhibit E, Zone 15, General Inventory List, Irrigated Slope
• Revised LMD Zone 15 Map, Part 2 and Part 3
Contractor's representative Date
Company Name
Bid # LMD-13-14-53,ADD1
EXHIBIT E- REVISED
GENERAL INVENTORY LISTS
Inventory List: Zone 15 RIVER VILLAGE
GENERAL — Weed control between sidewalk and trail
PARKWAY
• NEWHALL RANCH ROAD — South side approx 200 ft east of Bouquet Cyn. Rd. to Santa Clarita
Pkwy
• NEWHALL RANCH ROAD — South side from Santa Clarita Pkwy to small bridge with aqueduct
• NEWHALL RANCH ROAD — North side from Bouquet Canyon to Golden Valley Road
• SANTA CLARITA PARKWAY — From Newhall Ranch Rd. to River Rock Way
LANDSCAPE PLANTER
• NEWHALL RANCH ROAD — North side from Bouquet Cyn Rd. to approx. 267ft. east of
Millhouse
• NEWHALL RANCH ROAD — South side from Santa Clarita Parkway to the small bridge with
aqueduct (both sides of bike trail)
• GOLDEN VALLEY ROAD — East Side triangle area just north of Valley Center Dr.
IRRIGATED SLOPE
• NEWHALL RANCH ROAD — Southwest corner of at Millhouse Dr. (Slope near catch basin)
• NEWHALL RANCH ROAD — Back side of hill on the south side of Newhall Ranch Rd. past
Santa Clarita Pkwy., just before the DWP bridge (cannot be seen from Newhall Ranch Rd
IRRIGATED NATURAL SLOPE
• NEWHALL RANCH ROAD — North side Bouquet Canyon to Santa Clarita Pkwy.
NON -IRRIGATED SLOPE
• NEWHALL RANCH ROAD — North and South back side of white fence with Eucalyptus trees
FALLEN WARRIOR MEMORIAL BRIDGE AREA
• Northwest corner of Valley Center Dr. and Golden Valley Rd.
Approximate
Estimated
Item #
Description
Square
Quantity
Footage
Parkway
1
(Trees, Turf, Hedges, Shrubs,
4,700
Groundcover, and Mulch
Landscape Planter
2
(Trees, Turf, Hedges, Shrubs,
63,730
Groundcover, and Mulch
3
Irrigated Slope
88,370
Trees, Shrubs, V -Ditches as needed
4
Irrigated Natural Slope
1,784,020
Ditches as needed
5
Non -Irrigated Slopes
426,580
Ditches as needed
6
Fallen Warriors Mem. Bridge Area
4,700
DG, Shrubs, Hedges, Trees, Mulch
GENERAL — Weed control between sidewalk and trail
PARKWAY
• NEWHALL RANCH ROAD — South side approx 200 ft east of Bouquet Cyn. Rd. to Santa Clarita
Pkwy
• NEWHALL RANCH ROAD — South side from Santa Clarita Pkwy to small bridge with aqueduct
• NEWHALL RANCH ROAD — North side from Bouquet Canyon to Golden Valley Road
• SANTA CLARITA PARKWAY — From Newhall Ranch Rd. to River Rock Way
LANDSCAPE PLANTER
• NEWHALL RANCH ROAD — North side from Bouquet Cyn Rd. to approx. 267ft. east of
Millhouse
• NEWHALL RANCH ROAD — South side from Santa Clarita Parkway to the small bridge with
aqueduct (both sides of bike trail)
• GOLDEN VALLEY ROAD — East Side triangle area just north of Valley Center Dr.
IRRIGATED SLOPE
• NEWHALL RANCH ROAD — Southwest corner of at Millhouse Dr. (Slope near catch basin)
• NEWHALL RANCH ROAD — Back side of hill on the south side of Newhall Ranch Rd. past
Santa Clarita Pkwy., just before the DWP bridge (cannot be seen from Newhall Ranch Rd
IRRIGATED NATURAL SLOPE
• NEWHALL RANCH ROAD — North side Bouquet Canyon to Santa Clarita Pkwy.
NON -IRRIGATED SLOPE
• NEWHALL RANCH ROAD — North and South back side of white fence with Eucalyptus trees
FALLEN WARRIOR MEMORIAL BRIDGE AREA
• Northwest corner of Valley Center Dr. and Golden Valley Rd.
v. oevw oo-
SANTA CLARITA
LMD Zone 15
Part 2
LANDSCAPES
Legend
Parcel Outlines
OLMD Boundary
- Landscape Planter
Non -Irrigated Slope
Irrigated Slope
ry �„ Irrigated Natural Slope
Parkway
fA exuRwR�U+M
� F
Q � GR/JIU OMSOq 3
3a
4MPlIGH�>I
3 �#
q4
a
a n�a
p NR�ARR Ci a�[
4 EO
�sw
dLLP�
R9k` 'rM1'ryGsn 41 u�OnirrwsynW r•aro��. c..mra u.rn�.
N �
b _
�ql �JMG � £ ve�vawlliQyl.�W_�lyn_MYr�p�r�
`'""SANTA CLARMA
LMD Zone 15
Part 3
LANDSCAPES
Legend
OLIVID Boundary
Parcel Outlines
• Landscape Planter
Fallen Warriors
Memorial Bridge
Non -Irrigated Slope
Irrigated Slope
Irrigated Natural Slope
Parkway
ooa
OP\f"
6PYIe OPR pq
P
3
IH"
oP
�Nhy
? G6
5
pkv
0
5 F
W �
��"'
y.
�
s�ye'M� �
awrcw•.w. m.. u.ww... •.Pw..
'^n<nan
*" �M'
...ins P..wiw•�....n
c
EXHIBIT B
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # LMD-13-14-52
BID OPENING: May 5, 2014
The City of Santa Clarita invites electronically sealed bids for:
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13.14-52
1. Electronic Bids must be ELECTRONICALLY received at'.
http://www.planetbids.com/portal/portal cfm?Company]D=16840#
2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is
longer.
4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read
and understands the requirements contained on pages 1 to 49, Exhibits A to E, Zone maps and
separate Appendix C (Labor Compliance Program).
5 Bid Questions. Questions should be submitted electronically to:
T(o.1/www.planetbids.com/portal/portal.cfm?CompanvlD=16840#
The last day for questions will be 5:00 PM, April 24, 2014.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
7. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to two times, in accordance with the terms of the contract. If not otherwise
stated, the contract may be renewed if the new pricing of the contract does not change more than
the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -
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.
Name (Print): KVf-I M4,�j=_L0 Company:<T6� C1iKr-i.-.f1 TMG.
Email.fANCTELOv eTi4YGtPPEtj.c2-4odress: 2&-1c SUMMIT Ct LE:
Company Phone No., (peel - 9 I -TOO City: C - A911&
State/Zip: 9 ( 3F570
Bid # LMD-13-14-52
PROPOSAL GUARANTEE
BID BOND
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTERIPUBLIC WORKS YARD (ZONE 16)
LMO-13.14.52
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that Stay Green, Inc. ,as
BIDDER, and Nationwide Mutual 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 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 farce and
effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
30th day of April , 2014
SURETY- Nationwide Mutual Insurance Company
Bye
Shauna Lucero, Attomey-In-Fact
Subs i this day of _ 20_
NOTARY PUBLIC
SEE ATTACHED CALIFORNIA NOTARYACKNO
'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 ✓i LMD•13.1452 35
SURETY.
BIDDER: Nationwide Mutual Insurance Company
Stay Green, Inc. P,O Box 1820
26415 Summit Circle LaMese, CA 91944-1820
Santa Clarite, CA 91350 800-822-3666
800-858-5505
ACKNOWLEDGMENT
State of California
County of Fresno )
On 30 a0\y before me, Pamela Severson, Notary Public
(insert name and title of the officer)
personally appeared Shauna Lucero
who proved to me on the basis of satisfactory evidence to be the personN whose nameN is/ace
subscribed to the within instrument and acknowledged to me thatlhe/she/they executed the same in
tlic/her/their authorized capacity(iK, and that by hig/her/thejr signature(t-),on the instrument the
person(, or the entity upon behalf of which the personKacted, 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. PAMELA UVE11"
_ COMM. 01932672
NonPublic • Ca ft"s
resno County
p C 1 Con. Expm r, 15, 2015)
Signature p1,,,,,_JZ_ J��s-cam— (Seal)
RE: S ?"A LjrCen
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 2633390
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint. —Shauna Lucero—
as their true and lawful Affomey(s) in�Fad, to make, execute, deliver and acknowledge, for and on behalf of said corporations, m sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto mid Atomey(s}inFacl Nt power and authority to do and to perform every ad necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and rawocation, and all of the ads of said Altomey(s)-in-Fad. pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimde under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chaimnt of the Board, the President Executive Vice-president, Senior Vice -President a any Vice President of the
corpaato is be, and that each of Nem hereby is, authorized to execute this Power ofAftorney, qualifying the ataney(s) named in the Paver 01 Attorney to execute, m behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to atat the execution of my such Power of Ataney;
RESOLVED. FURTHER, that the signatures of such officers may be affixed to any such Paver of Attorney or to any certificate rNall thereto by husimile, and my such
Pacer of Ataney a certlicate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with fesped to any bead, undertaking
a contract of suretyship to which It Is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have mvaredy mud thea presents to be signed by
Nor respective o�fdcem;annd,aftestedbyJtheir respective Secretary a Assistant Secretary this May 23, 2013.
By. �� ,%�°tiy ,AN0 j"" PANY
Daniel Young, Senna Vice-president f, 'P�0pj`• : wA 2CwOpPOq
4 F %% f 9
> m( OCT.C • i 2— OCT. 5 O T
BY regg N. Ke-Presitlmt ;O X 1936 }'A? i p
'•.O,p.,,/OWN,..+�e"{ Z d,4/FOPS` +
Stale of Catfanie * *`
County of Orange "
On May 23.2013 before me, _ Gine L Gamer Notary Public _
Date Here Insert Name and Title of the Officer
personally appeared - Daniel Young and GreggN. Okura
Name(s) of Signer(s)
who proved to me m the basis of satisfactory evidence to be the permits) whose name(s) Were subscribed to
the within instrument and acknowledged to me that hafsheAhey executed the same in nlsflerfhelr authorized
capadty(iea), and that by histherflhar sgnalum(s) on the instrument the person(s), or the entry upon behalf of
GINA I. GARNER which the persm(s) acted, executed the instrument,fi,.,... .... COMM. # 2021213
NOTARY PUBLIC CALIFORNIA I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
,m. ORANGE COLW Y $ true and cared.
My -earn - - -Eby 18, 2017 re
WITNESS my hand and official areal.
Place Notary Seal Above Signature____.__
Gina L. Gamer, Notary Pubic
CERTIFICATE
The undersigned, as Secretary orAssistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Paver of Atomey remains In full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of
mid corporations set faith in the Power of Attorney are in force as of the date of this Certificate.
This Certificate is executed in the City of Irma, California, this 30th day of April . 2014 .
By:
Mark J. Lansdon, Assistant Secretary
04380(Rev05113)
BID SCHEDULE
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD•13-14-52
Item Project Site Monthly
No. Maintenance Cost
1. LMD Zone 15 ey0a. x12mos
RIVER VILLAGE
Total
Annual cost
`ice • /annually
Qo
2 LMD Zone 16 3, 5 co• x12mos= � �DUO• !annually
VALENCIA INDUSTR� CENTER/PUBLIC WORKS YARD
Total bid amount for items 1 and 2 $ 41 &7 oyv,
Total bid amount in legibly printed words:
7f/ousN�oues�zo
Bld # LMD-13-14-52 45
LMD ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL
Pricing and Billing Schedule Detail
Hourly labor rates to be used in performing the work required in the specifications for annual
landscape maintenance. These rates will not be used in evaluating the bid, but shall be used in
evaluating cost estimates for "additional' or "extra" work requested by the City under this
contract.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below:
Skill Level Hourly cost After hour emergency
Irrigation Laborer $40.00 per hour $65.00 per hour
Landscape Laborer $30.00 per hour $45.00 per hour
QAC/QAL 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 -_qaL (initial)
Bid # LMD-93 14-52 46
LMD ADDITIONAL PRICING (SHEET #21
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-13-14-52 47
EXTENDED
LINE
DESCRIPTION
UNIT OF
UNIT PRICE
QUANTITY
PRICE
MEASURE
(unit price x
uantit
1
Price for landscaped
median maintenance with
1 square foot
0.0 25
500 sq. ft.
17,
turf.
2
Price for landscaped
median maintenance for
1 square foot
�( 0.0 2
1000 sq. ft.
Ir; ZO. 570
shrubs and ground cover.
f(
3
Price for concrete median
maintenance.
1 square foot
f D. 0 Z
500 sq. ft.
10. 00
4
Price for landscaped,
irrigated slope
1 square foot
It 0.0 2
500 sq. ft.
Ik 10. 00
maintenance.
fl
I/
Bid # LMD-13-14-52 47
DESIGNATION OF SUBCONTRACTORS
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTERIPUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
City of Santa Clarita, California
Subcontractor DBE STATUS:
Age of firm: Certifying 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:
of Work
Subcontractor
Age of firm:
DBE STATUS:
Certifying A enc :
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Bid Schedule Item Nos:
Description of Work
of Work
License No.
Exp. Date: ! !
Phone ( )
Subcontractor
Age of firm:
DBE STATUS:
Certifyi22 Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
�4-
Bid Schedule Item Nos:Description
of Work
_
License No. I
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: / / =one( )
Bid A LMD-13-14-52 49
DESIGNATION OF SUBCONTRACTORS
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
LMD-13-14-52
City of Santa Clarlta, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and
vendor who will perform work or labor or render service in excess of '/z 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
if none will be used.
Subcontractor
Age of firm:
DBE STATUS:
Certifyi22 Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Na
Bid Schedule Item Nos:
Description of Work
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
Age of firm:
DBE STATUS:
Certifyi92 Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
b
Bid Schedule Item Nos:
I
Description of Work
License No.
License No.
Exp. Date: !
Phone ( )
Subcontractor
Age of firm:
DBE STATUS:
Certifyi22 Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Bid # LMD•13,14,52 48
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTERIPUBLIC WORKS YARD (ZONE 16)
LMDA 3-14-52
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. (rIE T; N�t4iIPIDCn� G1T"( Gr- S,Ar-lTA C1 Amt r1
Name and Address of Owner I Agency
a
3.
COS -
0
0 -
0 �2. La�As� ?-cc) 6— 0rdo'
me
20, 7 00. pO
—0-
I) 25s_
'?(D02- OIVSoi v
200?— 20 11
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
'G+ A4U HA LUC'P- n LC'fS/OAK efc'� FK 1NsuR NcF- 4� NGY.11
Bid # LMO-13-14-52 50
Exhibit A
Violation Records
1) The last six (6) months of tailgate safety meeting sign in sheets and topics
covered must be made available UPON REQUEST. (Do not send with bid at
this time.
2) In the year of 2010, what was the longest stretch of days worked without an
accident in the landscape maintenance division?
a.
3) Please provide any sustained complaints made to your company within the
past four (4) years to Cal -OSHA.
4) Please provide any sustained complaints made to your company within the
past four (4) years to the California State Contractor Board in regards to your
C-27 license.
a.
Bid # LMD-13-14-52 51
EXHIBIT B
Provide information on the certified arborist, chemical applicator, irrigation specialist, crew
foreman, including name, certification and whether staff or subcontractor.
Staff
Bid 0 LMD13-14.52 52
Stay]]Greenlnc.
v GThym�n,JGu up�lmn.�
STAFF QUALIFICATIONS
*'"Copies of these licences can be provided upon request"
Name Title I Certification
Richard Angelo Executive Chairman/Founder Pest Control Advisor ABDE73173
Richard Angelo
Executive Chairman/Founder
Qualified Applicators License
98566
Grant Clack
Operations Manager
Qualified Applicators License
126914
Jeff Norquist
Operations Manager
Qualified Applicators License
126918
John Barton
Account Manager
Qualified Applicators License
99677
Dave Colburn
Account Manager
Qualified Applicators License
126919
Adam Hall
Production Manager
Qualified Applicators License
122279
Leonardo Medina
Plant Health Care Spray Technician
Qualified Applicators Licence
114921
Gerardo Gonzales
Plant Health Care Spray Technician
Qualified Applicators Certificate
119271
Jorge Donapetry
Human Resources Manager
TCIA Certified Tree Care Safety Professional
1322
Jorge Castaneda
Operations Manager
ISA Certified Arborist
WE -8703A
Adam Hall
Production Manager
ISA Certified Arborist
WE -9301A
Melissa Rodriguez
Business Developer
ISA Certified Arborist
WE -9346A
Steve Seely
Operations Manager
ISA Certified Arborist
WE -10138A
Gabriel Castaneda
Crew Leader
ISA Certified Tree Worker
Silvestre Quintana
Crew Leader
ISA Certified Tree Worker
Ignacio Natera
Production Manager
ISA Certified Tree Worker
Ignacio Natera
Production Manager
Certified Line Clearance Tree Trimmer
Luis Quintanilla
Crew Leader
Certified Line Clearance Tree Trimmer
Richard Angelo
Executive Chairman/Founder
California Landscape Technician
Richard Angelo
Executive Chairman/Founder
Certified CLIA Water Auditor
Austin Woodworth
Account Manager
Certified CLIA Water Auditor
Jose Romero
Irrigation Technician
Irrigation Technician Certificate
Alejandro de Alba
Irrigation Technician
Irrigation Technician Certificate
Francisco Cortes
Irrigation Technician
Irrigation Technician Certificate
Leonardo Vera
Irrigation Technician
Irrigation Technician Certificate
Samuel Romero
Irrigation Technician
Irrigation Technician Certificate
Stay Gm.. Inc.
26415 Summit Circle, Santa Clann, CA 91350 • (800)859 5508 • (661) 291-2800 • Fax: (6611'05 2089
auw.aayg+eem<om • C27. C 61 Liornm.346620 B
FTA7■14211911111JjEl
For
City of Santa Clarita Invitation to Bid
LMD-13-14-52
ANNUAL LANDSCAPE MAINTENANCE FOR: RIVER VILLAGE (ZONE 15) AND
VALENCIA INDUSTRIAL CENTER/PUBLIC WORKS YARD (ZONE 16)
April 19, 2014
This addendum must be acknowledged via Planet Bids and should be included with the bid
response.
There was a non -mandatory, pre-bid meeting on April 16, 2014 beginning at 8:00 AM. The
meeting was located at City Hall, 23920 Valencia Blvd., in the Council Chambers
Attending staff: Linda Kunishige, LMD Specialist (Project Manager), Wayne Smith, Street
Tree Specialist (Project Manager), Jason LaRiva (Project Development Coordinator, Mary
Alice Boxall, Labor compliance Specialist and Jennifer Killian, Buyer.
The following vendors were in attendance:
Brickman, Raitis Rasian
Marina, Efrain Lupercio
Oakridge Landscape, Inc., Andre Bouweraerts
Oak Springs Nursery Inc., Jose Luis Arredondo
Stay Green Inc., Bronwyn Sorenson and Caroline Najarian
ValleyCrest, Andrew Sanders
The following was reviewed:
• Awarding one contract for two separate LMD Zones (Zone 15 River Village and
Zone 16 Valencia Industrial Center/Public Works Yard)
Bid Instructions
Labor Compliance
Administrative Specifications
• Contract Term - Two Years with option for 3 additional 1 -year renewals
• General Requirements - Include all labor and equipment for an all-inclusive
contract. Highlighted items include
o Mulching
o Traffic Control
o Hardscape
o Tree, shrub and groundcover replacement (up to specified amount)
• Landscaped Areas to be Maintained- Contractor's responsibility to inspect areas,
bid accordingly, and accept as -is
• Additional Work
Maintenance Schedules
Bid # LMD-13-14-53,ADD1 1
• Contractor's Staff
Use of Chemicals
Turf Care
o Mowing Schedule
Turf Reseeding Process - All inclusive of labor
Shrub and Ground Cover Care
Mulch
• Tree Care
• General Clean -Up
• Water Management and Irrigation System Maintenance or Repair
• Non Landscaped Medians 8 Undeveloped Medians
• Plant Replacement - Labor and material included for specified amounts
Bid Schedule
LMD Additional Pricing Sheets
Revised/Addendum Items - Released via Addendum
• Revised Exhibit E, Zone 15, General Inventory List, Irrigated Slope
• Revised LMD Zone 15 Map, Part 2 and Pari 3
_ P2
Contr resentative
Companyamid e
Bid W LMD-13-14-57 ADDI
0102 20/x/
Date
State California
CONTRACTORS STATE LICENSE BOARD'�
ACTIVE LICENSE
CCK
Addn
.,... 346620 CORP
STAY - GREEN INC
.>,. C27 C61 /D49
hrm
12/31/2014 www.csib.ca.gov
CERTIFICATE OF LIABILITY INSURANCE,,,,,,, I K,l�IA
THIS CERTIFICATE IS 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
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
PROOUCER Locklon Insurance Brokers, LLC
725 S. Figueroa Street, 35th FI.
CA License #OF ] 5767
Los Angeles CA 90017
(213) 689-0065
INSURER A:
1362683 Stay Green, Inc.
26415 Summit Cir.
Santa Clarity CA 91350
rnvcneccR cTAC_D51 &CDTIFIrATF M"UMVD- nut sisn RFVlRION NUMRFR, xxxxxxx
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 MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTRINSR
TYPE Of INSURANCE
ADG
SUM I
POLICY NUMBER
MOY EFF
WLOOY E%P
LIARS
Evidence of Insurance
GENERAL LABILITY
MERCIAL GENERAILy IA&LNY
CLWMU
SADE OCCUR
NOT APPLICABLEEACH
OCCURRENCE a XXXXXXX
DAMAGE TO RENTED
PREMISES IS, outuMe S xxxxxxx
m
MED EXP lAryon
PERSONAL a ADV INJURY S xxxxxxx
GENERAL AO GREGATE { xxxxxxx
GENL AGGREGATE LIMIT APPLIES PER:
POLICY PRO- La
PRODUCTS- OMPIOP AGOxxxxxxx
S
AUTOMOBILE LIABILITY
ANY AUTO
AULOWNEO ^uTOWLEO
AUTOS
NON -OWNED
HIRED AUTOS AUTOS
NOT APPLICABLE
COMBINED
O BIEenl) 5 xxxxxxx
BODILY INJURY Pawn) S XXMXXX
BODILY INJURY RY Per.ctlEwl
PROPERTY DAMAGE S XXXXXXX
s xxxxxxx
UMBRELLA UAB
EXCESS LAB
OCCUR
CWMS4 AOE
NOT APPLICABLE
EACH OCCURRENCE S xxxxxxx
AGGREGATE f
DEO RETENTIONS
S xxxxxxx
A
WORKERS COMPENSATION YIN
ANO EMPLOYERS' LIABILITY
OFYERA.EE'TOMP RTNEMOTECIRME �
CMBER
(Mend.mnNK)
II mv. EF\Gib uwa
pESC IPTION OF OPERAT IONS Its,
NIA
N
WC➢171959
2/12914
21I12D1$
x TORY LIMIT ER
E.L EACH ACCIDENT {
E.LDISEASE- EAEMPLOYE S 1,000,000
E DISEASE -POLICY OMIT I S 1,000,000
DESCRIPTION OF OPEMTONS I LOCATIONS I VEHICLES (AIMch ACORD 101, AENII.mi Rems as Scm4.N, II man.m..IS nqui,edI
Re: All landscape operations performed by or on behalfof the Named Insured.
AQv1fU 20(LOT URI In.ACUNUn.m..1. l.a. a.,.91,r.reP m.,..., A1-1 wI.PP-Ao 11, '..,..., I -.,.—„a ,, ...... . �„
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
12815250
AUTHORIZED REPRESENTATIVE
Evidence of Insurance
AQv1fU 20(LOT URI In.ACUNUn.m..1. l.a. a.,.91,r.reP m.,..., A1-1 wI.PP-Ao 11, '..,..., I -.,.—„a ,, ...... . �„
CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE 15 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.
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
PRODUCER
Landscape Contractors (Lic#0755906)
Insurance Services, Inc.
1835 N. Fine Avenue
Fresno CA 93727
NSURED
Stay Green, Inc.
1yE^" Elizabeth Ngo, CISR
P"9'§_ .__. (559) 650-3555 I FM „ us9AR Isco -3559 �I
26415 SUlmlit Circle IINSURERE: I I
Santa Clari to CA 91350 INSURER':
COVERAGES [FRTIFIOATF0JHMRFRLI3-14 Pkv G At. REVISION NIIMRFR-
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 YINICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS.
TSR
TYPE OF INSURANCE
AUTHORIZED REPRESENTATIVE
POLICY NUMBER
MMI
1 Y1'I
UMTS
GENERAL LAWL"
EACH OCCURRENCE 1 DOO,000
A
X COMMERM GENERAL LIABILITY
CVJMSMADE a] OCCUR
4CPrAC080205
/1/2013
9/1/2014
PRM o $ 100,00
MED EXP (Any one peaon) s 5,000
PERSONAL B ADV INLAY S 1,000,000
X 02,500 PD DIED
GENERAL AGGREGATE s 2,000,000
GENT AGGREGATE
LIMIT APPLIES PER
PRODUCTS - COMP/OP AGG $ 2,000 000
X POLICY
PR LOC
S
AUTOMOBILE
LIABILITY'
1.000-000
BODILY NJIIRY Pe PeYml $
A
X
AMLL TO
ALTOS ED ASUTOED
CPKG0030205
/1/2013
/1/2014
BOpILY INJURY Ape S ,,wn $
X
IAUTOS X AUTOSEO
HIM
RED
P s
ufd'w4Pry4 maprsl 4 11000,00
UMBRELLA LUB
OCCUR
EACH OCCURRENCE i
AGGREGATE s
EXCESS LIAR
CLAIMS -MADE
DED I I RETENTION 6
s
"MIRs COMPENSATION
AT - H-
AND EMPLOYER! LIABILITY YIN
ANT PROPRIETOR,PARTNERIEAEQInVE
EL EACH ACCIDENT $
OFFICERAAEMBEi EXCLUDED!
NIA
EL DaEASE - EA EMPLOYEE s
(MFnitey In NH)
II44ee5 Ms.. LIMar
DESCRIPTION OF OPERATIONS beII
EL DISEASE - POLICY LMIT s
OESCOPTION OF OPERATIONS I LOCATIONS I VEHICLES tAOSph ACORG 10/, Addeo" lbmrrlu Sde4Vlo, if mm. pegs M rreAr�
RE: All landscape operations performed by or on behalf of the named insured'.Y4. •r Proof of Insurance
only*ta4r4*MA
rorrn FlreTF Mnl nPO -AMrFI I AnnN
ACORD 25 (2010/05) O 1988.2010 ACORD CORPORATION. All rights reserved.
INS025 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
*At**Assn•+sproof Of ZnsuraDce44aa4 A,rAaa♦
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
E Ngo, CISR/ASAENZ
ACORD 25 (2010/05) O 1988.2010 ACORD CORPORATION. All rights reserved.
INS025 The ACORD name and logo are registered marks of ACORD