Loading...
HomeMy WebLinkAbout2014-09-09 - AGENDA REPORTS - LMD CONTR 12-00322 AND 12-0032 (5)Agenda Item: 7 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR City Manager Approval: �Ic% Item to be presented by: Kevin Tonoian DATE: September 9, 2014 SUBJECT: RENEWAL OF LANDSCAPE MAINTENANCE DISTRICT CONTRACTS 12-00322 AND 12-00323 DEPARTMENT: Administrative Services RECOMMENDED ACTION City Council: Approve the first renewal option for landscape services under contract 12-00322 to Stay Green, Inc. for landscape maintenance services for Landscape Maintenance District (LMD) Zones T2 (Old Orchard), T3 (Valencia Hills), T4 (Valencia Meadows), T5 (Valencia Glen), T6 (Valencia South Valley), and T7 (Valencia Central & North Valley) in the amount of $221,169; include a Consumer Price Index request of 0.54 percent, equaling $1,195; and authorize a contingency amount of $66,709 for a total annual amount not to exceed $289,073. 2. Approve the first renewal option for landscape services under contract 12-00323 to Stay Green, Inc. for landscape maintenance services for LMD Zone T 17 (Rainbow Glen) in the amount of $10,140; include a Consumer Price Index request of 0.54 percent equaling $55; and authorize a contingency amount of $2,500 for a total annual amount not to exceed $12,695. 3. Authorize the City Manager or designee to execute all contracts and associated documents, 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. 4. Direct staff to return to the Council prior to the conclusion of this first option year to consider authorizing the City Manager or designee to execute up to two remaining annual renewal options not to exceed the annual bid amount, plus Consumer Price Index (CPI) adjustments. f tl CJI �I�t i`' BACKGROUND In 2012, Contract Numbers 12-00322 and 12-00323 were competitively bid and awarded to the lowest, responsive, responsible bidder by an action of the City Council. The term of both contracts is two years, plus three, one-year renewal options. The landscape maintenance services contracts provide services to the following seven LMD zones: Zones T2 (Old Orchard), T3 (Valencia Hills), T4 (Valencia Meadows), T5 (Valencia Glen), T6 (Valencia South Valley), T7 (Valencia Central & North Valley), and Zone T17 (Rainbow Glen). In response to a request for enhanced landscape amenities from the Old Orchard Condominium Homeowners Association, the annual maintenance contract for LMD Zone T2 was increased by $205 a month or $2,460 a year. Similarly, the ongoing maintenance of a new decomposed granite trail recently constructed along Tourney Road adjacent to the CalArts Campus has increased the annual maintenance contract for LMD Zone T4 by $225 a month or $2,709 a year. The updated contract costs are reflected in the chart below. Additionally, a staff review of actual expenditures for each of the contracts for the past two years has determined the contingency component of each of these recommended contracts may be reduced. Staff recommends reducing the approved contingency amounts for contract 12-00322 by $82,291, and contract 12-00323 by $2,500, as reflected in the chart which follows. Contract Company LMD 2012 2012 2014 2014 Year -One Contract No. Zone(s) Annual Contin- Annual Contin- Renewal Base gency Base gency (Recommended) Amount Contract (w/CPn Stay T2, T3, 12-00322 Green, T4, T5, $216,000 $149,000 $222,364 $66,709 $289,073 Inc. T6, T7 Stay 12-00323 Green, T17 $ 10,140 $ 5,000 $ 10,195 $ 2,500 $ 12,695 Inc. Stay Green, Inc. continues to perform in a manner which is reflective of the City's high -maintenance standards established under the terms and performance specifications of their contracts. Further, based on recent bid results for other LMD maintenance contracts, staff believes the pricing associated with the renewal option is still competitive within this service sector. Therefore, in consideration of these factors, staff recommends executing the first-year renewal option for each of the contracts. ALTERNATIVE ACTIONS 1. Direct staff to re -bid the contracts. 2. Other action as determined by the City Council. 2 FISCAL IMPACT There is no fiscal impact to the General Fund with this action. Funding to support the two contracts has been appropriated by the City Council in the Fiscal Year 2014-15 Budget within the accounts listed below. Zone T2 12502-5161.010 and 12502-5141.001 Zone T3 12503-5161.010 and 12503-5141.001 Zone T4 12504-5161.010 and 12504-5141.001 Zone T5 12505-5161.010 and 12505-5141.001 Zone T6 12506-5161.010 and 12506-5141.001 Zone T7 12507-5161.010 and 12507-5141.001 Zone T17 12511-5161.010 and 12508-5141.001 ATTACHMENTS Contract 12-00322-A Contract 12-00323-A Contract 12-00322 available in the City Clerk's Reading File Contract 12-00323 available in the City Clerk's Reading File 3 FIRST AMENDMENT TO AGREEMENT NO. 12-00322 BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN, INC. Contract No. 12-00322-A THIS FIRST AMENDMENT ("Amendment") is made and entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation existing under the laws of California ("CITY"), and STAY GREEN, INC. ("CONTRACTOR"). I. Pursuant to Section 2. TERM of Agreement No. 12-00322 ("Agreement"), amendment to section [new section; amendment to section] to read as follows: "The term of this Agreement will be from October 1, 2014 to September 30, 2015. The Agreement may be renewed upon mutual consent of the parties." 2. This Amendment may be executed in any number or counterparts, each of which will be an original, but all of which together constitutes one instrument executed on the same date. 3. Except as modified by this Amendment, all other terms and conditions of Agreement No. 12-00322 remain the same. [SIGNATURES ON NEXT PAGE] Revised 112011 Page 1 of 2 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY Lm City Attorney Date: Revised 12011 Page 2 of 2 -5- FIRST AMENDMENT TO AGREEMENT NO. 12-00323 BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN, INC. Contract No. 12-00323-A THIS FIRST AMENDMENT ("Amendment") is made and entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation existing under the laws of California ("CITY"), and STAY GREEN, INC. ("CONTRACTOR"). 1. Pursuant to Section 2. TERM of Agreement No. 12-00323 ("Agreement"), amendment to section [new section; amendment to section] to read as follows: "The term of this Agreement will be from October 1, 2014 to September 30, 2015. The Agreement may be renewed upon mutual consent of the parties." 2. This Amendment may be executed in any number or counterparts, each of which will be an original, but all of which together constitutes one instrument executed on the same date. 3. Except as modified by this Amendment, all other terms and conditions of Agreement No. 12-00323 remain the same. [SIGNATURES ON NEXT PAGE] Revised 1/2011 Page 1 of 2 I IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: al Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Revised 12011 Page 2 of 2 n/ MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN INC. Contract No. 12-00322 THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this I X6y of ,`�wAe",.),c 20_Q�_, by and between the CITY OF SANTA CLARITA, a general law city and mun rpal 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 October 1, 2012, to September 30, 2014, The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit "A." B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's Revised 82011 Page 1 of 7 responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. B. If this contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. ffiC. 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. Rcvised 82011 Page 2 of 7 B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Me of Insurance Commercial general liability: Business automobile liability Workers compensation Limits (combined sinele) $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording 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 307 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 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 8a011 Page /of7 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 9/2011 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 and B" that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. 25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Revised M011 Page 6 of 7 (SIGNATURES ON NEXT PAGE) Revised 82011 PW 7 of 7 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRALTO .� By: r J�LX �.EFI.mTiO.JS /" /A.VFSE.P Print Name & Title Date: 10//02 —7 FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By: City Manager Date: `I- 13, /) ATTEST: By: P4 y, /%City Clerk Date: q- 1-7 -- ( Z - APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: ityC yA rn y Date: Revised 8/2011 Page 8 of 7 �U. FOR PUBLICATION TWO TIMES Friday, June 22, 2012 Wednesday, June 27, 2012 NOTICE INVITING BIDS Sealed bids must be received tqfgm 11:00 AM on Tuesday, July 24, 2012, by the Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355-2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 304 for the purchase of: LMD-11-12-43 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-2, T-3, T-4, T-5, T-6 AND T-7. Specifications for this bid may be downloaded from the City's Purchasing website at www.santa- clarita.comlpurchasing. Specifications may also be picked up at the City of Santa Glarus, Purchasing Division, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355.2196. Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on Tuesday, July 10, 2012 at 9:00 AM beginning at City Hail, 23920 Valencia Blvd., in the Council chambers to review the bid. After the review vendors will be given the opportunity to assess the zones. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. This work Is estimated at $400,000.00, annually. This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections 1770, 1771.5, 1773, 1778 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 http7/hvww.dir.ca.gov/disr/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) 286-4183 CITY OF SANTA CLARITA INVITATION FOR BID BID # LMD-11-12-43 BID OPENING: July 24, 2012, 11:00 AM The City of Santa Clarita invites sealed bids for: Terms of payment: Delivery: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-2, T-3, T-4, T-5, T-6 AND T-7. Subtotal US$ Sales or Use Tax (8.75%): US$ TOTAL: US$ _ 1. Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 245 Santa Clarita, CA 91355-2196 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer. 4. Bids must be on this Bid form and signed by the vendor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 67, Exhibits A to G and separate Appendix C (Labor Compliance Program). 5. The last day for questions will be 5:00 PM, July 17, 2012. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, July 10, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Council Chambers, Santa Clarita, CA. All Interested vendors are strongly encouraged to attend. BIDDER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned agrees to furnish the commodity or service stipulated on this bid as stated above. Company_ Name (Print) Company Phone No.: Bid # LMD-11-12-43 Address: Signature: Title of Person Signing Bid, TABLE OF CONTENTS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7. LMD-11-12-43 Section. ............................................................................................ Page NoticeInviting Bids................................................................................ Invitationto Bid.....................................................................................1 Tableof Contents..................................................................................2 BidInstructions.....................................................................................3 Termsand Conditions............................................................................7 Administrative Specifications...................................................................10 Bid Security Bond/Proposal Guarantee Bid Bond........................................32 Non Collusion Affidavit............................................................................34 Faithful Performance Bond......................................................................35 Material Labor (Payment) Bond Zone T-18 ..................................................36 SampleContract....................................................................................37 Documentation Checklist.........................................................................43 BidSchedule...........................................................................................44 Designation of Subcontractors..................................................................47 References..............................................................................................49 Exhibit A Violation Records...................................................................... 50 Exhibit B Staff........................................................................................51 Exhibit C Equipment Requirements...........................................................52 Exhibit D Parks Inventory .........................................................................53 Exhibit E, E1 -E5 Maintenance Program Guide.............................................56 Exhibit F Transit Facility Location Map........................................................62 Exhibit G Holiday Schedule.......................................................................61 Exhibit H Home Owner Association List.......................................................64 APPENDIX A Labor Compliance Program (separate attachment) Bid # LMD-11-1243 2 A. BID INSTRUCTIONS Submitting Proposals. (a) The bid response must be submitted on this form and include the notice, Request for Proposal Schedule, and all forms or information included in or required by Section C, Specifications, (attachments accepted), original and one copy in a sealed envelope with the wording "Bid", bid number and closing date marked on the outside. (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (c) Proposals/corrections received after the closing time will not be opened. The City will not be responsible for bids not properly marked and delivered. Upon award, all submissions become a matter of public record. 2. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3. Currency. All references to dollar amounts in this solicitation and in vendor's response refer to United States currency. Payments will be made in Unite States Currency. 4. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City has the option of accepting or rejecting any alternative bid. 5. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post-industrial and post -consumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 6. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 7. Redaction. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 8. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will also be available from the City's website if the bid was downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. 9. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works, professional services or is federally funded. Qualifications of responsibility will be in accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the goods and/or services resulting from this solicitation. The City may make an award based on partial items unless the bid submitted is marked "All or none." Where detailed specifications and/or standards are provided the City considers them to be material and may accept or reject deviations. The results of the bid will be posted on the City's website at www.santa-clarita.com/purchasing normally within 24 hours. Bid # LMD-11-12-03 BID INSTRUCTIONS (continued) 10. Cooperative Bidding. Other public agencies may be extended the opportunityto purchase off this bid with the agreement of the successful vendors) and the City of Santa Clarita. The lack of exception to this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy-back" procurements. 11. Amendments. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor will be considered agreement with the terms of this contract. 12. Taxes. Charges and Extras. (a) Bidder must show as a separate item California State Sales and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 13. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 14. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 15. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. 16. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor Compliance Program is included herein as an informative reference for the successful bidder. It does not require any completion prior to contract award but should be reviewed for all necessary provisions and requirements. 17. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 18. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the bidder must defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. 19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid to guarantee that bidders will enter into contract to furnish goods at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Bid # LMD-11-12-43 BID INSTRUCTIONS (continued) 20. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided prior to contract signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement). For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 21. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 22. Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 24. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. 25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay "surcharges" of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. 26. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with or without cause either verbally or in writing at any time without penalty. Bid # SMD -11-12-43 (continued) 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. Contract delivery must begin not later than fifteen (15) calendar days from receipt of order. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, and site of user division. 32. Invoices. Invoices will be forwarded to City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to ikillian(d)Santa-clarita.com . They may also be faxed on letterhead to (661) 286-4186 or sent on letterhead to: City of Santa Clarita Purchasing Department 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 The last day for questions will be July 17, 2012 before 5:00 PM 34. Renewal and Pricing Adiustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid # LMb-11-12-43 B. TERMS AND CONDITIONS The solicitation, bidder's response and the Purchase Order (and Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the "goods'). Time is of the essence. Shipment and Inspection. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendor's skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder. Remedies. In the event of vendor's breach of this Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City bylaw: (a) require vendor to repair or replace such goods, and upon vendor's failure or refusal to do so, repair or replace the same at vendor's expense: (b) reject any shipment or delivery containing defective or nonconforming goods and return for credit or replacement at vendor's option; said return to be made at vendor's cost and risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as vendor's repudiation of this Contract. In the event of City's breach hereunder, vendor's exclusive remedy shall be vendor's recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5. Force Majeure. For the purposes of this Contract, an event of "force majeure" shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an Bid # LMD-11-12-43 event of force majeure. The party affected by a force majeure event shall give notice thereof to the other party within ten days following the occurrence thereof and shall apprise the other party of the probable extent to which the affected party will be unable to perform or will be delayed in performing its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the other party prompt notice when that has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the force majeure condition exists, after which the parties' performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's declaration of a force majeure event which prevents its full and/or timely delivery of goods hereunder, City may, at its option and without liability (a) require vendor to apportion among its customers the goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute goods from other sources in which event this contract shall be deemed modified to eliminate vendor's obligation to sell and City's obligation to purchase such substituted goods. After cessation of a force majeure event declared by vendor, vendor shall, at City's option but not otherwise, be obligated to deliver goods not delivered during the force majeure event. After cessation of a force majeure event declared by City, neither party shall be obligated to deliver or purchase goods not so delivered and purchased during the force majeure period. 6. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend such suit and shall indemnify and save and hold City harmless from and against all claims, damages, losses, demands, costs and expenses (including attorney's fees) in connection with such suit or threatened suit. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance underthis Contract, including, without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity Clause prescribed by Executive Order 11246 dated September 24, 1965 as amended, and any rules, regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnify and save and hold City from and against any and all claims, damages, demands, costs and losses which the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold hereunder will comply with and conform in every respect to the standards applicable to the use of such goods under the Williams -Steiger Occupational Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any clause required by any law, ordinance, rule or regulation to be included in a contract of the type evidenced by this document shall be deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed material/services and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8. Reports, Artwork. Designs etc.: (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by signing the contract. Such works and the like shall not be used by vendor in the conduct of any business with any third party without the City's written consent. Bid # LMD-11-1243 (c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other properties furnished by City or specifically paid for by City shall be City's property. Any such property shall be used only in filling orders from City and may on demand be removed by City without charge. Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to the same while in vendor's custody. Vendor shall at its cost store and maintain all such property in good condition and repair. City makes no warranties of any nature with respect to any property it may furnish to vendor hereunder. 9. Governing Law. The Purchase Order and this Contract between the parties evidenced hereby shall be deemed to be made in the State of California and shall in all respects be construed and governed by the laws of that state. 10. Miscellaneous. (a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of any other such term, condition or provision, nor shall such waiver be deemed a waiver of a subsequent breach of the same term, condition or provision. (b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made by City on this Contract or any other forms delivered to vendor shall be subject to correction. (c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers and unit prices shall hold over extended prices. (d) City may, upon notice of vendor and without liability to City, cancel this Contract and any outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder, at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take possession of all or substantially all of vendor's assets, (B) vendor makes a general assignment for the benefit of creditors, or (C) any action or proceeding is commenced by or against vendor under any insolvency or bankruptcy act, or under any other statute or regulation having as its purpose the protection of creditors, or (D) vendor becomes insolvent or commits an act of bankruptcy. If an event described in (2) of this section occurs. City may at City's sole election pay vendor its actual out-of-pocket costs to date of cancellation, as approved by City, in which event the goods shall be the property of City and vendor shall safely hold the same subject to receipt of City's shipping instructions. it. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a specific office at the Vendor's place of business. 12. Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid # LMD-11-12-43 C. ADMINISTRATIVE SPECIFICATIONS Introduction The City of Santa Clarita, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified landscape companies for landscape maintenance of the City's LMD Zones T-2, T-3, T-0, T-5, T-6 and T-7. This contract shall run for two (2) years with the option for three (3) additional one (1) year renewals. The City requires the landscape contractor to include all labor and equipment for an all inclusive contract for landscape maintenance of approximately 51 (landscaped) acres. The landscape maintenance bid shall be all inclusive for labor hours and equipment, meaning: Contractor shall at his cost provide all the labor and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. Including and not limited to irrigation repairs minor and major, annual color replacement, shrub, tree, and groundcover planting, spreading mulch (approx 800 cubic yards per year), all fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal, trash bags removal and replacement, turf aerification, turf renovation/verticutting, turf over -seeding, micro-nutrients/sail amendments. All supplies and parts will be paid by the LMD at the Contractor's price plus a maximum markup of 15%. In keeping with State mandated diversion requirements, the LMD strives to exceed diversion obligations to keep greenwaste from the landfills. The Contractor shall mulch and use on site 95% of the greenwaste generated by referenced LMD Zone. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on-site at a minimum of twice per week. The contractor shall report the total tons of greenwaste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be 95% diversion from this site. The Contractor shall have a minimum of five years experience in landscape maintenance for areas ten acres or larger. (See References Sheets) The contractor shall have water management and auditing personnel, (CLIA). The Contractor will be required to communicate work requests track 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 ail jobsite locations. Also included in this section are the Scope of Work instructions which more clearly define the services, scheduling, or special circumstances for each location to be serviced. The work required in this bid requires the payment of prevailing wages. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at htto://www.dir.ca.gov/dlsr/PWD. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix Bid # LMD-11.12-43 10 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 Ciarita. 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 Engineer's estimate for this work is approximately: $400,000/yr The Landscape Maintenance District (hereinafter defined as the LIVID) covered by this Agreement shall be maintained at a crisp, clean level of appearance at 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 nothing but the highest of industry standards at no less than the frequencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Turf mowing; b. Edging; c. 85% hand pruning and 15% mechanical; d. Over -seeding; e. Reseeding f. Fertilization; Bid # LMD-11-12-43 11 g. Aeration; h. Verticutting; I. Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a -e; j. Hand watering; k. Bleeding of valves necessary during emergencies when automatic systems are not functioning; I. Pruning shrubs and trees; m. Trimming and renovation of turf, shrub areas, and ground cover; n. Disease control; o. Tree maintenance; structural pruning per ANSI. Best Management Practices; p. Maintenance of irrigation systems; q. Mulching (City provided mulch): will be disbursed by the contractor at their expense; r. Manual weed abatement; s. Chemical weed control; t. Maintenance of fire protection / fuel modification of slope areas; u. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); y. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 "Maintenance Program Guide", Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas; shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment; shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair; c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and crete rail; i. Artificial turf installation; I. Integrated pest management / Chemical applications to trees; k. Streetscape furniture cleaning and pressure washing of walkways and appurtenances. Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. Bid # LMD-11-12-43 12 1.07 When notified of landscape or irrigation emergency during the hours and days of maintenance service as Identified in Section 9, the contractor shall respond by phone or radio to the Landscape Maintenance District Monitor, Inspector and/or Special Districts Office within fifteen (15) minutes of notification. When notified of an emergency outside of the normal hours and days of maintenance service, the contractor has thirty minutes to respond by phone or radio to the Landscape Maintenance District Monitor, Inspector and or Special Districts. If personnel and equipment are necessary for the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02 for consequences for failure to comply. 1.08 to basic public works standards of working attire. These are basically: uniforms (matching 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 1.09 The contractor is required to have a minimum of five (5) years experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, Weather -Trak and LEIT irrigation control systems and equipment. Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor must identify a staff member who is a certified landscape irrigation auditor (CLIA). The bidder will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held with bid submission. 1.13 The contractor will be required to obtain and pay for any permits that may be required for the performance of any tasks under this contract with the exception of oak tree permits. 2. LANDSCAPED AREAS TO BE MAINTAINED Bid # LMD-11-12-03 13 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 footacies are provided by LMD for all areas to be maintained on the attached Exhibit D (Inventory Lists) However, it is the responsibility of Contractor to verify by inspection and observe the various area characteristics. 3. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to LMD concurrent with the monthly invoicing. Contractor shall provide the required information in a form acceptable to Special Districts. The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the maintenance. The monthly payment will not be made until such report is received and approved by Special Districts. Vendor to provide sample of monthly bill with bid response. 3.02 Maintenance Function Report: Contractor shall maintain and keep current a report that records when all Periodic, Seasonal, and Additional Work maintenance functions performed by Contractor's personnel were completed. Said report shall be in a form and content acceptable to Special Districts and will be made available to Special Districts upon request. The monthly payment may not be made if such report is requested and not made available or is in a form that is unacceptable to Special Districts. 3.03 Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a. Quantity and complete description of all commercial and organic fertilizer(s) used. b. Quantity and label description of all grass seed used. c. Quantity and complete description of all soil amendments used. d. A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 3.04 Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet. 3.05 Violation Records: The awarded contractor shall not have two (2) or more Cal-Osha sustained complaints or four (4) or more California State Contractor Board sustained complaints within the past four (4) years. A bid response from the awarded vendor that does not meet these requirements may be considered a non-responsive bid, and the City of Santa Clarita will proceed to the next lowest bidder. Please supply this information on Exhibit A, Violation Records. 4. ADDITIONAL WORK 4.01 Special Districts may arrange for additional Contractor personnel to cover additional work needed due to extraordinary incidents such as vandalism, Acts of Nature or third party negligence for which Contractor will be compensated. Regularly occurring "bad weather" is not considered an Bid # LMD-11-12A3 14 Act of Nature for the purposes of this contract. 4.02 Prior to Performing any extra work. Contractor shall prepare and submit a written description of the work with an estimate including the hours and skill level of labor and a list of materials. No work shall commence without the written authorization from Special Districts. Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet #1 (see page 45). For material it shall be Contractor's cost plus no more than 15%. The contractor will maintain and submit copies of invoices to demonstrate the contractors cost. 4.03 When a condition exists wherein there is imminent danger of injury to the public or damage to property, Special Districts may verbally authorize the work to be performed upon receiving a verbal estimate from Contractor. However, within 24 hours after receiving such verbal authorization, Contractor shall submit a proposal to be approved by Special Districts. 4.04 All extra work shall commence on the specified date established, and Contractor shall proceed diligently to complete said work within the time allotted. All invoices submitted by Contractor for extra work shall include a detailed itemization of labor and/or materials. 4.05 All invoices submitted by the contractor for extra work shall include a detailed itemization of labor and/or materials and specific zone(s) identified. All invoices for extra work and items must be submitted biweekly to Special Districts. 6. CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractor's operation within the LIVID areas shall be repaired or replaced at Contractor's expense within 48 hours. 5.02 All such repairs or replacements shall be completed within the following time limits. 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 speck instructions of Special Districts. b. Shrubs Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 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 Bid # LMD-11-12A3 15 as provided hereinafter. The written request shall outline in detail the area of dispute. 6.02 The Disputes Review Panel will be appointed by Special Districts and will be composed of not less than three (3) Qualified personnel or representatives having experience in the administration of grounds maintenance contracts. The panel will convene within one (1) week of appointment in order to hear all matters related to the dispute. The hearing will be informal and formal rules of evidence will not apply. The Panel will submit its recommendation to Special Districts for consideration, within one (1) week following the conclusion of the hearing. Special Districts shall render an interpretation based upon review of the Panel's recommendation. Special Districts' decision shall be final. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 Contractor shall at all times, have some responsible person(s) employed by the Contractor to take the necessary action regarding all inquiries and complaints that may be received from the Homeowners Associations, property owners, and tenants within said LIVID or from Special Districts personnel, representatives or patrons using the facility. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the answering service. Neither answering machines nor voicemail are acceptable. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, Contractor's Foreman or an employee of Contractor, at the supervisory level, who is responsible for providing maintenance services, shall be available for notification by telephone or radio communication. 7.02 Whenever immediate action is required to prevent impending injury, death, or property damage to the LIVID being maintained, Special Districts may authorize such action to be taken by a third -party work force and shall charge the cost thereof as determined by the Administrator, against the Contractor, or may deduct such cost from an amount due to Contractor from Special Districts. 7.03 Contractor shall maintain a written log of all complaints, the date and time thereof, and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be available for inspection by Special Districts at all reasonable times. 7.04 All complaints shall be addressed as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours, Special Districts shall be notified immediately of the reason for not resolving the complaint followed by a written report to Special Districts within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Special Districts, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet all California Landscape Industry Standards for safe practices during the maintenance operation for medians and parkways and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all local, City, State or other legal requirements including but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL-O.S.H.A. Safety Orders at all times so as to protect all persons, including Contractor's employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. Contractor shall inspect all potential hazards at the LIVID areas covered by this Bid # LMD-11-12-43 16 it 10. Agreement and keep a log indicating date inspected and action taken. 8.02 It shall be Contractor's responsibility to inspect, and identify, any conditions) that renders any portion of the LMD premises unsafe, as well as any unsafe practices occurring thereon. Special Districts shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including, but not limited to: a. filling holes in turf areas and paving; b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards; c. replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. HOURS AND DAYS OF MAINTENANCE SERVICES 9.01 The hours of maintenance service shall be 7:00 a.m. to 3:30 p.m. on those days maintenance is to be provided pursuant to the work schedule approved in advance by Special Districts. No work will be performed on City Legal Holidays unless authorized by Special Districts Administration in advance. (Exhibit 1) Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita. 9.02 Contractor shall provide on-site staffing to perform the required maintenance to meet required California Industry Standards anytime between Monday through Friday. However, if the contractor can accomplish the same work using the same amount of hours in a shorter service schedule, then the Special Districts Division can modify their maintenance schedule. Alternate days or any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the Special Districts Division. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. MAINTENANCE SCHEDULES 10.01 set on an annual calendar We the day of the week, morning, Said work schedule shall be for the required functions by 10.02 Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to Special Districts for review, and if Bid # LMD-11-12-43 17 appropriate, approval, within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate Contractor's responsibility in complying with the requirements to notify Special Districts for maintenance. 10.04 Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and time of all maintenance operations. a. Fertilization; b. Turf Aerification; c. Turf RenovationNerticutting; d. Turf Reseeding; e. Micro-Nutrients/Soil Amendments; f. Spraying of Trees, Shrubs or Turf; g. Aesthetic Tree and Shrubbery Pruning; h. Preventative disease control; i. Seasonal color. Transplanting small and medium sized plants; j. Lane closures for median or parkway maintenance prior notification is required; k. Fire protection of the natural slopes area maintenance. Contractor at his cost shall b requirements pursuant to County fire code. These slope areas are hillside areas and are designed to meet the Los Angeles County Ordinances for fire retardation. These areas generally occur in sloping terrain with gradients ranging 10 percent to 100 percent. Slopes are either manufactured or natural. The natural slopes have been brushed to remove certain plant materials. Manufactured slopes have been hydromulched or planted in accordance with applicable County Ordinances. Use of these areas by the residents should be minimal. Contractor shall perform, under the terms of this agreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: (1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the LIVID property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout 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. Bid # LMD-11-12-03 18 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 Other Items as Determined by Special Districts. 10.05 Said maintenance services shall be performed in compliance with the Maintenance Program (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient number of personnel to satisfy daily and/or weekly reauirements for high quality landscape maintenance. Contractor's staff MUST be employees of the contractor except subcontractors identified in the response to this bid. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the interest of the public using the premises, Contractor shall meet with representatives of Special Districts to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure 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. Bid # LMD-11-12-43 19 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13. UTILITIES 13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Contractor will be required to manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain storm and/or watering the day after rain and/or watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14. NON-INTERFERENCE 14.01 Contractor shall not interfere with the public use of the LMD areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. is. USE OF CHEMICALS 15.01 At the contractor's expense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's License and valid Pest Control Advisor's License, or a copy of said licenses from a sub -contractor to Special Districts prior to using chemicals within the area. 15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be used in binder or booklet form. No work shall begin until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical application has on the environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result. 15.03 Chemicals shall only be applied by those persons possessing the training in chemical application or a valid California Applicator's Certificate. Application shall be in strict accordance with all governing regulations. 15.04 Records of all operations stating dates, times, methods of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active 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. Bid # LMD-11-12-43 20 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 1/2 inch through 1 inch height throughout the year. Subject to change. (2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 '/z inch and 2'/: inches during April through November, and at 2 inches during December to March of each year. Subject to change. (3) The mowing heights may be adjusted by Special Districts during periods of renovation. (4) Unless mulching mowers are used; all grass clippings will be collected and removed from the site on the same day the area is mowed. All clipping removed to be properly disposed of in green waste containers only. (5) A mowing schedule will be established and maintained. This schedule will provide that all areas will be mowed not less than once a week during the summer, and once every two weeks during the winter. This schedule will be submitted to Special Districts for approval. Refer to items 1 and 2 in this section for turf length ranges. In. 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 Bid # LMD-11-1243 21 clearance where applicable. c. Weed Control: Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibits E -E5). Hand removal of noxious weeds or grasses will be required as necessary. All mulch brought in by the LIVID will be disbursed by the contractor on site to control weed growth. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Aerate all turf by using Y: -inch tines, removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch spacing once over. Special Districts is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Equipment will consist of standard renovating or vertical mowing types. Special Districts is to be notified at least two (2) weeks prior to the exact date of renovation. a. Irrigation: Irrigation, including hand watering and bleeding of valves during an emergency situation as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Special Districts with a written winter and summer irrigation schedule in accordance with the recommendations on Exhibits E -E5 (Irrigation Program) provided for this purpose. Special Districts shall have the ability to change the irrigation schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: (1) Consideration must be given to the soil conditions, seasonal temperatures wind conditions humidity, minimizing runoff, and the relationship of conditions which affect day and night watering. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation will be discontinued. No watering medians in windy conditions, to avoid drift and wetting vehicles. (2) In areas where wind creates problems of spraying water into private property or road right-of-ways, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) Contractor shall be responsible for monitoring all irrigation systems withi materials which obstruct the spray. Monitoring shall be spelled out for all systems to be at least 1 x monthly. (4) Check systems, as needed, for optimum performance and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted) within the LIVID areas covered under this Agreement. Bid # LMD-11.1243 22 (5) All controllers shall be adjusted as needed for optimum Performance considering the water requirements of each remote control valve (sprinkler station). "Smart" or "weather based" shall be customized for the needs of the plant material. Excessive watering or excessive runoff shall not be permitted. (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow all turf. (7) Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are functioning Properly. (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LETT (solar), WeatherTrak or other controllers not listed. The City requires the Promax universal remote irrigation control unit for its use in field testing and operation of all irrigation systems for the LIVID areas. Use of this device will conserve water consumption, provide for more cost effective maintenance of irrigation systems, and assure all parties concerned that the automatic system is operating at maximum efficiency. Special Districts' inspectors will use this device in their inspections to verify that irrigation systems are functioning properly. The bleeding of valves and hand watering are to be used in emergency or testing situations. h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application. The City of Santa Clarita will pay the contractors price for the fertilizer plus no more than a 15% mark up. The contractor shall Drovide the labor to ayoly the fertilizer. i. Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots, as needed, throughout the remainder of the year to re-establish turf to an acceptable quality. (See Exhibit E -E5). When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of %- 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. Bid # LIVID -1 1-12-43 23 Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in over seeding or new turf establishment shall be approved by LMD staff prior to installation. Typically, Fescue and Fescue blends are required. 18. SHRUB AND GROUND COVER CARE 18.01 Contractor shall perform at his sole expense under the terms of this agreement the following services: a. Pruning: Manually select prune shrubbery throughout the year to encourage healthy growth habits, and to encourage growth to the natural shape of the plant according to its species and appearance with the exception of roses, which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. Pruning is not done during flowering, during new growth emerging or during the hottest time of the year (July -August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimming: Restrict growth of shrubbery and ground cover to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts. c. Renovation: Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated. (Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate.) d. Disease and Insect Control: Maintain free of disease and insects and treat when needed pursuant to Section 20. e. Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods for control shall incorporate the following: (1) Mulch application to 3" laver maximum (approx 1600 cubic Yards/year (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 Bid # LIVID -1 1-124324 to installation. The Contractor shall provide the Director with a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization. h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices shall apply to shrubs and ground covers. i. Diversion requirements: In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 95% of the green waste generated by T-46 Northbridge. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on site at a minimum of twice per week. j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2 - inch layer of mulch under all trees, shrubs and groundcovers and a minimum 3 -inch layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be disbursed with the above specifications by the contractor who will provide the labor his expense. 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) All trees 12' (feet) tall or less shall be maintained free of all dead, diseased and damaged branches back to the point of breaking as per contract. Wound dressings are never used on any tree pruning cuts. All sucker growth is to be removed from trees as it occurs. (2) Maintain an 8 -foot clearance for branches overhanging walks, 8 -foot for public sidewalks. (3) Report insects and tree diseases to Special Districts Inspector. (4) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees. (5) Tree stakes shall be pentachloraphena treated pole pine, not less than 8 feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon trees sizes (two per tree), no galvanized stakes. (6) Commercially available tree rubber ties are to be used unless there is a need for guy wires. All trees tied in two locations —top and bottom. Stakes will not be placed closer than 12 inches from the top tie on the tree trunk. (7) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. (8) Broken branches are to be removed immediately whether they are in the tree or on the ground. b. Fertilization: Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of LMD, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Special Districts with two (2) weeks notification prior to the fertilizer application. c. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to Bid # LMD-11-1243 25 commencement of work by Contractor d. Tree Replacement: All trees permanently damaged as a result of action or inaction by the contractor will be replaced as provided for under Section 5 with the identical species of tree existing previously, unless otherwise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size. Substitutions will require prior written approval by Special Districts. Original plans and specifications should be consulted to insure correct identification of species. All newly planted trees are the responsibility of the Contractor to maintain and guarantee healthy establishment. e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use of "Maintain," "Florel" or other approved product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when 1/2 to % of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. The Landscape Maintenance District's Tree Maintenance contractor will provide most of the chemical applications to trees. If the landscape contractor provides this service it will be considered "extra work cost" (refer to Exhibit E -E5). f. Oak Tree Pruning Permit: All cuts over 2 inches in diameter on Oak Trees will be done by the Landscape Maintenance Tree Maintenance contractor. All other cuts on Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per City Municipal Code by the landscape contractor or their subcontractor. Special Districts will procure Oak Tree Permits once work is approved. g. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 20.01 Special Districts will provide the materials (Biological Insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non -target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are used as a last resort when careful monitoring indicates that they are needed according to pre -established guidelines. When treatments are necessary, the least toxic and most target -specific pesticides are chosen. Implementing an integrated pest management program requires a thorough understanding of pests, their life histories, environmental requirements, and natural enemies, as well as establishment of a regular, systematic program for surveying pests, their damage, and other evidence of their presence. IPM has been mandated on Federal property since 1996 by Section 136r_1 of Title 7, United States Code, and is cited in Title 41 of the Code of Federal Regulations (102-74.35) as a required service for agencies subject to the authority of the General Services Administration. The Contractor will develop an IPM program for work covered by this statement of work. Bid # LMD-11-12413 26 b. Chemical Application: All work involving the use of chemicals will be accomplished by a State of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c. Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California will be adhered to. e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by Trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 21. GENERAL CLEAN-UP 21.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal/Receptacles: The contractor shall empty all trash cans and replace all trash bags a minimum of three (3) times per week (trash bags provided by City). The contractor shall provide a trash pick up schedule for the approval by Special Districts. The contractor shall pick up trash and accumulated debris from site per contract, and clean trash receptacles as needed. In addition, dog feces are also to be removed from the walkways located within the Paseo system in the 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 Bid # LMD-11-1243 27 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. 22. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 22.01 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: hftp://www.irrigation.om/gov/pdf/IA BMP APRIL 2005 odf. a. Scooe of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: (1) sprinkler heads, (2) valves, (3) PVC piping, (4) quick couplers, (5) risers, (6) automatic and battery powered controllers, (7) valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation. c. Extent of Responsibility: Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at d. Ordinances: All materials and workmanship will be in accordance with the applicable City Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. e. Controllers: The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather -based controllers or equivalent, controller programming through the contractors office via a desk top or any wireless computer, or hand held device. The LIVID will provide a password for access. f. Inspections: Landscape Maintenance District Consultants/Inspectors will spot check Bid # LMD-11-12-43 28 controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system Inspection for each district at minimum of twice a year. 22.02 Water Budgets - In order to ensure efficient and responsible water management with regards to landscape irrigation, the City of Santa Clarita Special Districts office requires the following: When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). Formula: MAWA = (ETo) (0.62) ((0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any "penalty" tier the City of Santa Clarita is subjected to. 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS 23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission without the written approval of Special District Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LMD Inspector or directly to the City. 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 ("W 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 Bid # LMD-11-1243 29 or debris into the stormdrain system per the City's National Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. b. All LIVID area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) c. Disposal of green waste or other debris into catch basins, drains or stormdrains is prohibited. Such action could result in termination of maintenance contract. 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www.santa-clarita.com/e-service. 24.02 Monthly; meet on site with an authorized representative of Special Districts for a walk- through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, 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- rg affiti. 25.02 The contractor may be required to remove small amounts of debris which would fit into a small pick up truck. In such cases the dump fee may be invoiced to Special Districts. Removal of larger items would be considered as an "additional work" item and subject to the terms of Section 4. 25.03 All materials and processes used in graffiti eradication shall be non -injurious to surfaces and adjacent District property and approved by CAL -OSHA. Materials and processes used must be approved by LIVID prior to use. 26. NATURAL AREAS MAINTENANCE 26.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of debris removal as directed by Special Districts. Bid # LIVID -1 1-1243 30 27. SEASONAL COLOR AREAS 27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October, March, and June with appropriate varieties for each season to be approved by Special Districts prior to planting. Plant size shall be 4 -inch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by the City; contractor, under the terms of this agreement shall Provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LMD areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifications. Bid # LMD-11-12A3 31 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 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-11-1243 32 PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T4, T-5, T-6 AND T-7 LMD-11-1243 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as BIDDER, and . as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ). which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of , 20_. SURETY* Subscribed and sworn to this day of .20 . NOTARY PUBLIC *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Departments most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid # LMD-11-12-03 33 NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T4, T-5, T-6 AND T-7 LMD-11-12-43 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § I, being first duly sworn, depose and state that I am _ of _, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Signature of bidder's representative making the statement JURAT State of California County of Subscribed and sworn to (or affirmed) before me on this day of 20_, MIA personally known to me or proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. (SEAL) Signature Bid # LMD-11-12-03 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-6, T-6 AND T-7 LMD-11-12-43 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 Cladta, 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 underthe contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR' SURETY" Subscribed and sworn to this NOTARY PUBLIC day of , 2012. Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-11-12-03 35 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T4, T-6, T-6 AND T-7 LMD-11-1243 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTORAND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and 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-11-12-43 36 SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No. THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and , a Corporation ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an amount set forth in the attached Exhibit " which is incorporated by reference, for CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's invoice. 2. TERM. The term of this Agreement will be from 20 to 20 The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit " B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination atwww.dir.ca.gov/DLSR/PWD. Acopy ofthe prevailing rate ofper them wages must be posted at the job site. Bid # LIVID -1 1-12-43 37 B. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed; and Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits (combined single) Commercial general liability: $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 1185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required Bid # LMD-11-1243 38 herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "AMI." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor' with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative. should CONTRACTOR fail to meet any of the insurance requirements under this agreement. City may cancel the Agreement immediately with no penalty. 11 contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for anyjudgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Bid # LMD-11-12-43 39 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Name Address City B. When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the Bid # LMD-11-12-43 40 City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. 20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other. 24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there are additional terms and conditions contained in Exhibit " " that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. 25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. (SIGNATURES ON NEXT PAGE) Bid # LMD-11-12-43 41 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: DO NOT SIGN — COPY ONLY Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Bid # LMD-11-1243 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 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. DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractor's License - license number will suffice X Bidder's Bond X Non -Collusion Affidavit — must be notarized X List of Subcontractors — if none, write "n/a" X References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Required certificates/qualifications (as identified in solicitation) X Contract Agreement X Insurance Requirements — Return only ifAwardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bid # LIVID -1 1-12-43 43 BID SCHEDULE Annual Landscape Maintenance LMD Zones T-2, T-3, T-4, T-5, T-6, T-7 LMD-11-12-43 Item Project Site Monthly Total No. Maintenance Cost Annual cost 1. LMD Zone T-2 a) x12mos b) 2. LMD Zone T-3 a) x12mos b) 3. LMD Zone T-4 a) xl2mos b) 4. LMD Zone T-5 a) x12mos b) 5. LMD Zone T-6 a) x12mos b) 6. LMD Zone T-7 a) x12mos b) 7. Total (add lines 1 b through 6b) $ (place this total on page one of the bid response) Total bid amount, annually, in legibly printed words: Bid # LMD-11-12-43 44 ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications for annual landscape maintenance. These rates will not be used in evaluating the bid, but shall be used in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract. Extra/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-11-12-43 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid # LMD-11-1243 46 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x quantity) 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope maintenance. 4 One gallon (5) Five Installation of shrub, one gallon container. 5 Five gallon (5) Five Installation of shrub, five gallon container. 6 24 inch box (2)Two Installation of tree - 24 tree inch box container. 7 15 gallon tree (2) Two Installation of tree -15 gallon container Bid # LMD-11-1243 46 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of/z of 1 percent of the prime contractors total bid: DBE status. ane of firm. certifying agency and annual gross receipts are required If sub contractor Is participating as a DBE. The form MUST be returned with bid, filled in or annotated with "No Subcontractors' if none will be used. Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work Bid Schedule Item Nos: Description of Work Phone ( ) License No. Exp. Date: / Phone ( ) Subcontractor Age of firm: DBE STATUS: Dollar Value of Work Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Bid # LMD-11-1243 47 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LM D-11-12-43 City of Santa Clarita, California Subcontractor Age of firm: DBE STATUS: Dollar Value of Work Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone( 1 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 ( ) Bid # LMD-11-12-43 48 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 2. 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid # LMD-11-12-43 49 Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. 2) In the year of 2010, what was the longest stretch of days worked without an accident in the landscape maintenance division? a. 3) Please provide any sustained complaints made to your company within the past 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-11-12-43 50 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Bid # LMD-11-1243 51 EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District:/ or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, toppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters such as the Rain Master Pro -Max • All the required tools and equipment to make minor and major irrigation repairs • All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shall be Cal-Osha approved Bid # LMD-11-12-43 52 EXHIBIT D Inventory List for LMD Zones T-2, T-3, T-4, T-5, T-6, T-7 Inventory List: T-2 Item # Descr tion APPROXIMATE square footage Estimated Quantity 1 Turf 126,709 2 Annuals 41 3 Shrub beds 138,129 4 Slope areas 16,533 5 Weed abatement areas 0- 6 Cement benches 8 7 Brick benches 12 8 Paseo walkways 87,783 9 Paseo Lights 78 10 Backflow devices 12 11 Irrigation controllers 11 12 Controller enclosures 6 13 Cement trash receptacles 4 14 Tunnels Rotella Rondell 2 15 Monument signs 4 16 Seed Bums 1 17 Trees 560 Inventory List: T-3 Item # Description APPROXIMATE square footage Estimated Quantity 1 Turf 97,880 2 Annuals 10 3 Shrub beds 17,237 4 Slope areas 240,473 5 Weed abatement areas 0 6 Cement benches 8 7 Brick benches 9 8 Paseo walkways 43,4134 9 Paseo Lights 27 10 Backflow devices 9 11 Irrigation controllers 10 12 Controller enclosures 8 13 Cement trash receptacles 6 14 Tunnels 1 15Seed Bums 2 16 Trees 460 Bid # LMD-11-12-43 53 Inventory List: T-4 Item # Description APPROXIMATE square footage Estimated Quantity 1 Turf 114,551 2 Annuals 0 3 Shrub beds 84,191 4 Slope areas 0 5 Weed abatement areas 0 6 Cement benches 0 1 7 Wooden benches 3 8 Paseo walkways 76,008 9 Paseo Lights 29 10 Backflow devices 8 11 Irrigation controllers 11 12 Controller enclosures 11 13 Cement trash receptacles 10 14Brid e / Lights %/3 15 Seed Bums 1 16 Trees 372 Inventory List: T-5 Item # Description APPROXIMATE square footage Estimated Quantity 1 Turf 211,454 2 Annuals 0 3 Shrub beds 20,506 4 Slope areas 12,746 5 Weed abatement areas 0 6 Cement benches 0 7 Brick benches 0 8 Paseo walkways 43,484 9 Paseo Lights 46 10 Backflow devices 16 11 Irrigation controllers 18 12 Controller enclosures 18 13 Cement trash receptacles 10 14 Tunnels / Lights 1/2 / 9 15 Seed Bums 3 16 Trees 346 17 Paseo Bridge / Li hts 1/2/3 18 Monument signs 3 Bid i LMD-11-12-43 54 Inventory List: T-6 Item # Description APPROXIMATE square footage Estimated Quantity 1 Turf 3,057 2 Annuals 0 3 Shrub beds 84,162 4 Slope areas 17,857 5 Weed abatement areas 0 6 Cement benches 0 5/7 7 Brick benches 0 8 Paseo walkways 42,990 Lin. Ft. 3,635 9 Paseo Lights 43 10 Backflow devices 4 11 Irrigation controllers 7 12 Controller enclosures 4 13 Cement trash receptacles 0 14 Tunnels / Lights Y: / 9 15 Seed Bums 6 16 Trees 259 17 Paseo Bridge / Lights 1 18 Monument signs 0 Inventory List: T-7 Item # Description APPROXIMATE square footage Estimated QuantitV 1 Turf 252,970 2 Annuals 505 3 Shrub beds 230,474 4 Slope areas 136,133 5 Weed abatement areas 0 6 Cement benches / Tables 5/7 7 Bike racks 6 8 Paseo walkwa s 196,618 Lin. Ft. 16,677 9 Paseo Lights 225 10 Backflow devices 14 11 Irrigation controllers 17 12 Controller enclosures 14 13 Cement trash receptacles 3 14 Park / Playgrounds 1 and 2 /15 Basketball Courts 1 16 Monument signs 7 17 Paseo Bridge / Lights 3 '/ 18 Trees 1,051 19 Drinking fountains 1 20 Vita Courses 5 Bid # LMD-11-12-43 55 EXHIBIT E Specialized Maintenance Program Reference Guide Daily — Weekly — Monthly Bid # LMO-11-12<3 56 BIS■tnil IU111111 B1I1111 3 a t a o 4 91111 R as#� a, 1*4111MAIN9111111 ' 8sA11= § � s E �, a w ff a Bid # LMO-11-12<3 56 BIS■tnil IU111111 B1I1111 8111111 91111 a, 1*4111MAIN9111111 Bid # LMO-11-12<3 56 EXHIBIT E1 Specialized Maintenance Program Reference Guide Semi-annual and Annual Bid # LMD-11-12-43 57 �U ;!!moi!!!;' ■��:�■11111 ■I�IIBII�II� 0111■1��11� Bid # LMD-11-12-43 57 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only — actual irrigation needs shall be based on plant requirements) SPRING - SUMMER IRRIGATION SCHEDULE A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The run times/cycles will be adjusted to utilize `cycle and soak' methods on a daily basis to maximize soil percolation and consequently minimize run-off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower - temperature hours. FALL - WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will be programmed to be on solely during daylight, non -frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fall, and Winter]. B. LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant of the results of those inspections. BW * LMD-11.12-43 58 EXHIBIT E3 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only — actual irrieation needs shall be based on plant requirements) Special Districts Irrigation Program — Summer & Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 — October 20) A. Shrub Beds 1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads —10 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. B. Turf Areas 1. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Rotary 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 4. Gear Rotary 180 (half) —20 minutes per station/per cycle, 3 cycles per day, 5 days per week. 5. Gear Rotary 360 (full) —40 minutes per station/per cycle, 3 cycles per day, 5 days per week. C. Planted Slopes 1. Impact Heads 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Impact Heads 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. WINTER IRRIGATION SCHEDULE (October 21 — March 20) As the climatic conditions become cooler, the watering schedule will be reduced. The time elements will remain the same, but the number of cycles and number of days will be reduced to 3 days or less per week. VARIATION OF IRRIGATION SCHEDULES A. Variations of the schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require additional watering, resulting in variations in the schedule for specific stations on a controller. C. Private contractor is responsible to make adjustments as needed to maintain acceptable appearance at all times. INSPECTIONS Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at a minimum of twice a year. Bid 0 LIVID -1 1-12-43 59 EXHIBIT E4 Preventative Disease Control Guide 1. Olea Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when '/2 to'/. of blooms are open. Second application to be done 7-10- days after the first application. 11. Pyrus Kawakamii (Evergreen Pear) Firebliaht — Preventative Treatment Spray application to occur October I through mid-November. Fireblieht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut. 111. Platanus (Sycamore) Anthracnose (Firebliaht) — Preventative Treatment This treatment would consist of two (2) applications and possibly a third application, depending on the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application — During the month of April, if there is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of type approved by the County Agricultural Commissioner. Bid # LMD-11-12-43 60 EXHIBIT ES Artificial Turf Maintenance Taking care of your new artificial lawn With synthetic grass you will never have to mow, water or fertilize your lawn ever again. However, you will have times when you will want to clean the artificial turf fibers or need to clear off fallen leaves in the fall. Unfortunately, your new green synthetic lawn can't solve all of your lawn maintenance issues. Washing Artificial Grass; While Synthetic lawn does not require routine lawn maintenance, you will need to clean it periodically to maintain its appearance. Depending on how your lawn is used and whether you have a pet, you may need to wash your lawn more or less often. A cleaning detergent can be used if needed to remove pet wastes or oxidation from nearby sprinklers. We recommend cleaners like Agent Orange or Simple Green for most jobs. For sprinkler oxidation we find CLR works the best. Simply spray down the lawn as if you were hosing down a driveway or patio. If using cleaners, apply in problem areas and let it sit for several minutes. When ready, simply rinse off cleaner. a Simply spray off lawn like you were hosing down a driveway or patio. a Cleaning detergents may be used if necessary. Blowing Off Lawn; To remove leaves and other debris, it is best to use a power blower. While a plastic leaf rake will not hurt the turf fibers, using one of these rakes can break up the leaves making it tougher to remove from the fibers. Start from one side of your lawn and blow off any leaves or debris. Sweep up after you have removed the debris and discard. a Using a power blower is the easiest way to remove leaves and debris. a Using plastic rakes can break up leaves making it hard to remove from fibers. Weekly Remove leaves and trash. Hand pull weeds. Spot clean spills. Month Check seams and report failures. Brush the surface to redistribute infill and maintain vertical fibers. Annually; Top dress with infill. Treat moss, mold and algae. 61 T-2 EXHIBIT F - ZONE MAPS f Na' Y T-3 J 63 i J 63 H .A n,. "59.'VIA (a.%Rl IA ® Landscape Maintenance District Zone T4 I'r IrtyMM l�tlt,M IMga� 3y, )W N � 1 tMpBwyvY aaM la �l� � illy �. �` • Vis. e e ♦si ssr ems♦ •!t ��� �o IIS, e�4's�*� R �ts'y*ipAsyars �'®ewes n�' yi�i ,fsr �� a �♦ s . s♦ �� yllOr � ���s' se':'', '6` sr�s�#'�. � •r � �•�!*`i� � I ' : �~1` ��s ' b� • '� a < ` e4�r m 8-1 n _y�4*,� ,'any �`�~_. r ��y�a`\ ■ � 7 �. � `., on!y . !i yi11y i .i'!�� 9a r' EXHIBIT G 2012 HOLIDAY SCHEDULE HOLIDAY New Year's Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Day after Thanksgiving 1/2 Day for Christmas Eve Christmas Day 1/2 Day for New Year's Eve New Year's Day DATE CELEBRATED Sunday, January 1 (Observed Monday 1/2/12) Monday, January 16 Monday, February 20 Monday, May 28 Wednesday, July 4 Monday, September 3 Sunday, November 11 (observed Monday 11/12/12) Thursday, November 22 Friday, November 23 Monday, December 24 Tuesday, December 25 Monday, December 31 Tuesday, January 1, 2013 If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. [:1:1 EXHIBIT H Home Owners Association List Zone Zone Name Association Name T-2 Old Orchard Valencia Old Orchard I and II 25051 Avenida Rotella Santa Clarita, CA 91355 T-3 Valencia Hills T-4 Valencia Meadows Valencia Hills HOA 24060 Oakvale Drive Santa Clarita, CA 91355 IMPT, T-5 Valencia Glen N/A T-6 South Valley Valencia South Valley HOA P.O. Box 802227 Santa Clarita, CA 91355 T-7 Central and North Valley Valencia Valley Central and North Valley HOA. P.O. Box 55099 Santa Clarita, CA 9138 M ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-11-12-43 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-2, T-3, T-4, T-5, T-6 AND T-7 June 29, 2012 This addendum must be included with the bid response. If you have already submitted a bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also contact Purchasing by fax and request the bid be returned. The fax number is (661) 2864186. Please note, for informational purposes: the Pre-bid meeting for this bid and bid #LMD- 11-12-44 are being combined and will be on the same date, time and place: July 10, 2012 at 9:00 AM at City Hall in the Council Chambers. Can you please provide the current contractors monthly charges just labor parts not including any material part for above landscape maintenance contract? A. The current monthly charge for the maintenance of these areas is $33,400 total per month. Contractor's representative Date Company Name Bid # LMD-11-12-03, ADD #1 ADDENDUM #2 For City of Santa Clarita Invitation to Bid LMD-11-12-43 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-2, T-3, T-4, T-5, T-6 AND T-7 July 12, 2012 This addendum must be included with the bid response. If you have already submitted a bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also contact Purchasing by fax and request the bid be returned. The fax number is (661) 286-4186. A Pre-bid meeting was held for this bid and bid #LMD-11-12-44 combined, on July 10, 2012 at 9:00 AM at City Hall in the Council Chambers. Staff attendees were: Darin Seegmiller, Project Manager Mary Alice Boxall, Labor Compliance Specialist Jennifer Killian, Buyer Vendors attending: ISS Grounds Control, Brendon O'Steen Marina, Efrain Lupercio Oakridge landscape Inc., Hopi Williams -Roark Oak Springs Nursery Inc., Jose Luis Arredondo Parkwood Landscape Maintenance, Inc., David Stein Valley Crest, Jacob Lott and Joe Weintraub Venco Western, Inc., Rob Archer Mary Alice Boxall discussed generalities of the Labor Compliance Program. Darin Seegmiller went over some points which may be found in the specifications (Section "C") in the bid: • Zones T2 through T7 are approximately 51 acres total • This bid is for maintenance of slopes, side panels and a lot of paseos • There is a park in Zone T7 • All areas are utilized heavily by the public, especially paseos • In general- • Changes have been made to "extras" - a lot of work is no longer "extra" but should be included in the bid pricing like Mulch labor o Language has been modified on "Emergency" call outs Bid # LMD-11-12-43, ADD #2 o Inventory lists are estimates only: bidding vendors are responsible for checking areas o New water budget o Went over all exhibits • A boundary map for ALL of the Landscape Maintenance Districts will be made available upon request, via e-mail and in pdf. version. Contact jkillianasanta- clarita.com 1. Who are the current contractors? A. Stay Green, Inc. 2. What are the current contract amounts? A. Zone T2 - $62,341.92 Zone T3 - $60,414.96 Zone T4 - $58,077.00 Zone T5 - $69,889.08 Zone T6 - $40,268.04 Zone T7 - $109,809.00 Contractor's representative Company Name Date Bid # LMD-11-12-43. ADD #2 2 FOR P.VLJC10kTION TWO TIMES Friday, June 22, 2012 Oil Wednesday, June 27, 2012 0 NOTICE INVITING BIDS Sealed bids must be received before 11:00 AM on Tuesday, July 24, 2012, by the Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355-2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 304 for the purchase of: LMD-11-12-43 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-2, T-3, T-4, T-5, T-6 AND T-7. Specifications for this bid may be downloaded from the City's Purchasing website at www.santa- clarita.com/ourchasing. Specifications may also be picked up at the City of Santa Clarita, Purchasing Division, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355-2196. Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on Tuesday, July 10, 2012 at 9:00 AM beginning at City Hall, 23920 Valencia Blvd., in the Council chambers to review the bid. After the review vendors will be given the opportunity to assess the zones. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. This work is estimated at $400,000.00, annually. 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:/twww.dir.ca.gov/dlsr/owd. 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 edifion 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) 286-4183 In CITY OF SANTA CLARITA INVITATION FOR BID BID # LMD-11-12-43 BID OPENING: July 24, 2012, 11:00 AM The City of Santa Clarita invites sealed bids for: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-2, T-3, T-4, T-5, T-6 AND T-7. Terms of payment: NO -30 Subtotal US$ all 1000. G0 �1 Delivery: Wo 1"� NITS Sales or Use Tax (8.75%): US$ TOTAL: US$ akU 1 t7JD , M 1. Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 245 Santa Clarita. CA 91355-2196 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Biddershall honor bid prices for ninety (90) days orforthe stated contract period, whichever is longer. 4. Bids must be on this Bid form and signed by the vendor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 67, Exhibits A to G and separate Appendix C (Labor Compliance Program), 5. The last day for questions will be 5:00 PM, July 17, 2012. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, July 10, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Council Chambers, Santa Clarita, CA. All interested vendors are strongly encouraged to attend. BIDDER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned agrees to furnish the commodity or service stipulated on this bid as stated above. Company:SQgnQ..Q,17WIC Address:2UUSNVQ1NAbW AnIAUG /digl3s) Name (P0r[t)7(5yn 6C11tC_ Signature Company Phone No.( Title of Personlgnng Bid om-iop1'w11lacpt Bid # LMD-11-12-43 TABLE OF CONTENTS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7. LMD-11-1=2-43 Section............................................................................................. Page NoticeInviting Bids................................................................................ Invitationto Bid................................:....................................................1 Tableof Contents..................................................................................2 BidInstructions.....................................................................................3 Terms and Conditions.........................._.................................................7 Administrative Specifications ...................................................................10 Bid Security Bond/Proposal Guarantee Bid Bond........................................32 V Non Collusion Affidavit............................................................................34 Faithful Performance Bond......................................................................35 Material Labor (Payment) Bond Zone T-18 ..................................................36 SampleContract....................................................................................37 Documentation Checklist.........................................................................43 BidSchedule...........................................................................................44 Designation of Subcontractors..................................................................47 References..............................................................................................49 Exhibit A Violation Records...................................................................... 50 ExhibitB Staff........................................................................................51 Exhibit C Equipment Requirements...........................................................52 Exhibit D Parks Inventory .........................................................................53 Exhibit E, E1 -E5 Maintenance Program Guide.............................................56 Exhibit F Transit Facility Location Map........................................................62 Exhibit G Holiday Schedule.......................................................................61 Exhibit H Home Owner Association List.......................................................64 APPENDIX A Labor Compliance Program (separate attachment) Bid # LMD-11-12-43 2 A. BID INSTRUCTIONS Submitting Proposals. (a) The bid response must be submitted on this form and include the notice, Request for Proposal Schedule, and all•,forms or information included in or required by Section C, Specifications, (attachments accepted) original and one copy ina sealed envelope with the wording "Bid", bid number grid closing date marked.on the outside. (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid most be submitted to support the total bid price. (c) Proposals/corrections received after the closing time will not be opened. The City will not be responsible for bids not properly marked and delivered. Upon award, all submissions become a matter of public record. 2. Preparation. All proposals must be typed or written in black ink, except signatures, Errors maybe crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3. Currency. All references to dollar amounts in this solicitation and in vendors response refer to United States currency. Payments will be made in Unite States Currency. 4. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City has the option of accepting or rejecting any alternative bid. 5. Environmentally Preferable Purchasing. The City of Santa Clarke, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post-industrial and post -consumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 6. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 7. Rejection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidderwho is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 8. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will also be available from the City's website if the bid was downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. 9. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarke 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 %+Avw santa-ciarita corn/purchasing normally within 24 hours. Bid # LMD-11-12-43 BID INSTRUCTIONS (continued) 10. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy -back" procurements. 11. Amendments. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor will be considered agreement with the terms of this contract. 12. Taxes. Charges and Extras. (a) Bidder must show as a separate item California State Sales and/or Use Tax..,(b) The City is exempt from Federal Excise Tax. (c) Charges for trar<sportaticn, containers, packing, etc. will not be paid unless specified in bid. Contractodyendor agrees to cooperate with the City in all matters of local taxation. 13. Payment. (a) Bidder shall state payMgnt terms offered. (b) Payment will be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 14. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 15. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. 16. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor Compliance Program is included herein as an informative reference for the successful bidder. It does not require any completion prior to contract award but should be reviewed for all necessary provisions and requirements. 17. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally wofk in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility, of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 18. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or othefwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the bidder must defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. 19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid to guarantee that bidders will enter into contract to furnish goods at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). aid 9 LMp-11-12-43 BID INSTRUCTIONS (continued) 20. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided prior to contract signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita, as an additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement). For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 21. On -Site Insoebtion. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 22. Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders to the manufactureror specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids are submitted must in all cases'be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is trade on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 24. Price Reductions. If at anytime during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita 25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay"surcharges" of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. 26. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with or without cause either verbally or in writing at any time without penalty. Bid # LMD-11-12-43 BID INSTRUCTIONS (continued) 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided;,lhat the. existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. Contract delivery must begin not later than fifteen (15) calendar days from receipt of order. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, and site of user division. 32. Invoices. Invoices will be forwarded to City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to killian Santa-clarita.com . They may also be faxed on letterhead to (661) 286-4186 or sent on letterhead to: City of Santa Clarita Purchasing Department 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 The last day for questions will be July 17, 2012 before 5:00 PM 34. Renewal and Pricing Adiustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior tothe expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid # LMD-11-12-43 B. TERMS AND CONDITIONS The solicitation, bidders response and the Purchase Order (and Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the "goods"). Time is of the essence. Shipment and Inspection. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendors place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by Virtue of such defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of toss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specked, then, when the goods are delivered to the City.. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. Warranties. Vendorwarrants to and covenants with the City as follows: vendorwill deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendors skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder. 4. Remedies. In the event of vendors breach of this Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City by law: (a) require vendorto repair or replace such goods, and upon vendors failure or refusal to do so, repairor replace the same at vendors expense: (b) reject any shipment or delivery containing defective or nonconforming goods and return for credit or replacement at vendors option; said return to be made at vendor's cost and risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as vendor's repudiation of this Contract. In the event of City's breach hereunder, vendors exclusive remedy shall be vendor's recovery of the goods orthe purchase price payable for goods shipped prior to such breach. 5. Force Maieure. For the purposes of this Contract, an event of "force majeure" shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an Bid 9 LMD-11-12-43 event of force majeure. The party affected by a force majeure event shall give notice thereof to the other party within ten days following the occurrence thereof and shall apprise the other party of the probable extent to which the affected party will be unable to perform orwill be delayed in performing its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the other party prompt notice whenthat has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the force majeure condition exists, after which the parties' performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's declaration of a force majeure event which prevents its full and/or timely delivery of goods hereunder, City may, at its option. and without liability (a) require vendor to apportion among its customers the goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute goods'from other sources in which event this contract shall be deemed modified to eliminate vendoes obligation to sell and City's obligation to purchase such substituted goods. After ce's'sation of a force majeure event declared by vendor, vendor shall, at City's option but not otherwise-. be obligated'to deliver goods not delivered during the force majeure event. After cessation of a force majeure event declared by City, neither party shall be obligated to deliver or purchase goods not so delivered and purchased during the force majeure period. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend such suit and shall indemnify and save and hold City harmless from and against all claims, damages, losses, demands, costs and expenses (including attorney's fees) in connection with such suit or threatened suit. Comoliance with Law. Vendor warrants that it will comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance under this Contract, including, without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity Clause prescribed by Executive Order 11246 dated September 24,1965 as amended, and any rules, regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnify and save and hold City from and against any and all claims, damages, demands, costs and losses which the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold hereunder will comply with and conform in every respect to the standards applicable to the use of such goods under the Williams -Steiger Occupational Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any clause required by any law, ordinance, rule or regulation to be included in a contract of the type evidenced by this document shall be deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed material/services and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8. Reports, Artwork. Designs etc.: (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by signing the contract. Such works and the like shall not be used by vendor in the conduct of any business with any third party without the City's written consent. Bid # LMD-11-12-43 (c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other properties furnished by City or specifically paid for by City shall be City's property. Any such property shall be used only in filling orders from City and may on demand be removed by City without charge. Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to the same while in vendor's custody. Vendor shall at its cost store and maintain all such property in good condition and repair. City makes no warranties of any nature with respect to any property it may furnish to vendor hereunder. 9. Governing Law. The Purchase. Order and this Contract between the parties evidenced hereby shall be deemed to be made in the State of California and shall in all respects be construed and governed by the laws of that state. 10. Miscellaneous. (a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of any other such term, condition or provision, nor shall such waiver be deemed a waiver of a subsequent breach of the same term, condition or provision. (b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made by City on this Contract or any other forms delivered to vendor shall be subject to correction. (c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers and unit prices shall hold over extended prices. (d) City may, upon notice of vendor and without liability to City, cancel this Contract and any outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder, at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take possession of all or substantially all of vendors assets, (B) vendor makes a general assignment for the benefit of creditors, or (C) any action or proceeding is commenced by or against vendor under any insolvency or bankruptcy act, or under any other statute or regulation having as its purpose the protection of creditors, or (D) vendor becomes insolvent or commits an act of bankruptcy. If an event described in (2) of this section occurs. City may at City's sole election pay vendor its actual out-of-pocket costs to date of cancellation, as approved by City, in which event the goods shall be the property of City and vendor shall safely hold the same subject to receipt of City's shipping instructions. 11. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a. specific office at the Vendors place of business. 12. Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid # LMO-11-12-43 C. ADMINISTRATIVE SPECIFICATIONS Introduction The City of Santa Cladta, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified landscape companies for landscape maintenance of the City's LMD Zones T-2, T-3, T-4, T-5, T-6 and T-7. This contract shall run for two (2) years with the option for three (3) additional one (1) year renewals: " The City requires the landscape contractor to include all labor and equipment for an all inclusive contract for landscape maintenance of approximately 51 (landscaped) acres. The landscape maintenance bid shall be'all inclusivefor 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 mipoi and major, annual color replacement, "shrub tree and groundcover planting, spreading mulch approz B00 t cubic yards per year) alluel modification and weed abatement, fertilizer application, chemical applications for weed aba4errl`nt, litter pickup, doggie litter removal, trash bags removal and replacement„tu'rf aerificatiturf renovation/vert_icutting, turf over-seeding,,mjcro nutrients/soil amendments' All supplies and parts will be paid by the LMD at the Cori4ractor'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 1560 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 forareas ten acres or Larger. (See References Sheets) The contractor shall have water management and auditing personnel, (CLIA). The Contractor will be required to communicate work requests back and forth to LMD through desktop computer, hand held device, or laptop. The Contractor is encouraged to provide copies of awards, and recognitions received for landscaped maintenance excellence. Refer to the following specifications for requirements at each location. The General Specification section includes general and special conditions that shall apply to all jobsite locations. Also included in this section are the Scope of Work instructions which more clearly define the services, scheduling, or special circumstances for each location to be serviced. The work required in this bid requires the payment of prevailing wages. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at httoJ/www dir.ca.gov/dlsr/PWD. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix Bid # LMD-11-12-43 10 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 SantaClarita 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 materi�s, tools,, services and special skills, i.e. Irrigation. Specialist, Irrigation Assistant, and Foreman r iqU red to perform the landscaping maintenance_as set forth in these specifications all inclusive labor and equipment. Inkeeping with the Filghest standards of quality and performance maintenance of plant material, hardsoape (i.e.: sweeping or blowing down concrete and/or crack weed eiiatement) and irrigation systems repairs. Maintenance of p'Iant material shall include, but not be limited to: mov ring, weed abatement for fire clearance/fuel mod (100 feet from structures), trimming, edging, hand pruning, fertilization, and aeration, application of pre -emergent herbicides, weed corjtrol, mirao(tree lifting, dethatching, plant replacements, and cleanup of drainage systems. All miilCfi brought in_by the LMD will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free and in a state of good plant health. • The Engineer's estimate for this work Is approximately: $400,000/yr The Landscape Maintenance District (hereinafter defined as the LIVID) covered by this Agreement shall be maintained at a crisp, clean level of appearance at 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 nothing but the highest of industry standards at no less than the frequencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Turf mowing; b. Edging; c. 85% hand pruning and 15% mechanical; d. Over -seeding; e. Reseeding f. Fertilization; Bid # LMD-1 t-1243 11 g. Aeration; h. Verticutting; i. Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a -e; j. Hand watering; k. Bleeding of valves necessary during emergencies when automatic systems are not functioning; I. Pruning shrubs and trees; m. Trimming and renovation of turf, shrub areas, and ground cover; n. Disease control; o. Tree -maintenance; structural pruning per ANSI. Best Management Practices; p. Maintenance of irrigation systems; q. Mulching ICity Provided mulch): will be disbursed by the contractor at their :expense v,-� s , r. ° Manual w6ed abatement; s.. ,Chemical N¢ed control; t. •Mainten;3nce.of fire pfotection [ fuel -moliifiogtion of slope areas; u Atlarkjng underground irrigatiofllines and other LMD equipment upon Dig Alert frlotification; ` v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags); y. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 "Maintenance Program Guide", Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas; fire protection slopes and natural areas; shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment, shrub, turf, and ground cover installation; b. Irrigation system refurbishment or repair; c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and trete rail; i. Artificial turf installation; j. Integrated pest management / Chemical applications to trees; k. Streetscape furniture cleaning and pressure washing of walkways and appurtenances. Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. Bid # LIVID -1 1-12-4312 of 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,$pecial Districts Office within fifteen (15) minutes of notification. When notified of an emergency outside.o_ f 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 necessaryfor the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02 for consequences for failure to comply. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting. Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 1.09 The contractor is required to have a minimum of five (5) years experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, Weather -Trak and LEFT irrigation control systems and equipment. Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor must identify a staff member who is a certified landscape irrigation auditor (CLIA). The bidder will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held with bid submission. 1.13 The contractor will be required to obtain and pay for any permits that may be required for the performance of any tasks under this contract with the exception of oak tree permits. 2. LANDSCAPED AREAS TO BE MAINTAINED Bid R LMD-11-12-43 13 3. I 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. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailind Wade Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to LMD concutrent 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 iMll.not be made until such report is received and approved by Special Districts. Vendor to provide sample of monthly bill with bid response. 3.02 Maintenance Function Report: Contractor shall maintain and keep current a report that records when all Periodic, Seasonal, and Additional Work maintenance functions performed by Contractor's personnel were completed. Said report shall be in a form and content acceptable to Special Districts and will be made available to Special Districts upon request. The monthly payment may not be made if such report is requested and not made available or is in a form that is unacceptable to Special Districts. 3.03 Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a. Quantity and complete description of all commercial and organic fertilizer(s) used. b. Quantity and label description of all grass seed used. c. Quantity and complete description of all soil amendments used. d. A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 3.04 Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet. 3.05 Violation Records: The awarded contractor shall not have two (2) or more Cal-Osha sustained complaints or four (4) or more California State Contractor Board sustained complaints within the past four (4) years. A bid response from the awarded vendor that does not meet these requirements may be considered a non-responsive bid, and the City of Santa Clanta will proceed to the next lowest bidder. Please supply this information on Exhibit A, Violation Records. 4. ADDITIONAL WORK 4.01 Special Districts may arrange for additional Contractor personnel to cover additional work needed due to extraordinary incidents such as vandalism, Acts of Nature or third party negligence for which Contractor will be compensated. Regularly occurring "bad weather' is not considered an Bid # LMD-11-12-43 14 Il [Kohl Costs for additional work shall not exceed the labor. rate identified on the Additional Pricing Sheet #1 (see page 45j: For material it shall;be Contractors cost plus 'no -more than 15°h. 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 ager 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 itemizaiion of labor and/ar materials. 4.05 All invoices submitted by the contractor for extra work shall include a detailed itemization of labor and/or materials and speck 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 Contractors operation within the LIVID 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. S. 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 Bid # LMD-11-12-43 15 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 he 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 -off any bomptaint within one (1) hour of receipt of such complaint by the answering service. Neither answering machines nor i 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 nonaction. The log of complaints shall be available for inspection by Special Districts at all reasonable times. I 7.04 All complaints shall be addressed as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours, Special Districts shall be notified immediately of the reason for not resolving the complaint followed by a written report to Special Districts within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Special Districts, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet all California Landscape Industry Standards for safe practices during the maintenance operation for medians and parkways and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept 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 Contractors employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. Contractor shall inspect all potential hazards at the LIVID areas covered by this Bid # LMD-11-12-43 16 .1 8.02 It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders any portion of the LMD premises unsafe, as well as any unsafe practices occurring thereon. Special Districts shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including, but not limited to: a. filling holes in turf areas and paving; b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards; c. replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. 9. HOURS AND DAYS OF MAINTENANCE SERVICES 9.01 The hours of maintenance service shall be 7:00 a,m. to 3:30 p.m. on those days maintenance is to be provided pursuant to the work schedule approved in advance by Special Districts. No work will be performed on City Legal Holidays unless authorized by Special Districts Administration in advance. (Exhibit 1) Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita. 9.02 Contractor shall provide on-site staffing to perform the required maintenance to meet required California Industry Standards anytime between Monday through Friday. However, if the contractor can accomplish the same work using the same amount of hours in a shorter service schedule, then the Special Districts Division can modify their maintenance schedule. Alternate days or any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the Special Districts Division. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 10. MAINTENANCE SCHEDULES 10.01 Contractor shall within ten (10) days after the effective date of this Agreement, submit a premises work schedule to Special Districts for review and approval. Said work schedule shall be set on an annual calendar identifying and delineating the time frames for the required functions by the day of the week, morning, and afternoon. 10.02 Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to Special Districts for review, and if Bid # LMD-11-12-43 17 10.03 The above provisions are not construed to eliminate Contractors 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 ReilbvationNerticutting; d. 'Turf Reseeding: - e. Micrb=Nutrients/Soil Arriendmefits; f. SprayingbfTrees,`Shrubs'OfTurf-, 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°siopes area maintenance. Contractor at his cost shall h 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 f 0 percent.to 100 percent. Slopes are either manufactured or natural.. The natural slopes have been brushed to remove certain plant materials. Manufactured slopes have been hydromulched or planted in accordance with applicable County Ordinances. Use of these areas by the residents should be minimal. Contractor shall perform, under the terms of this agreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: (1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling of structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the LIVID property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists: The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout an LIVID within a maximum period of 30 days. (4) Contractor shall be responsible for maintaining the brushed slope areas throughout the year in accordance with the above -identified height of 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. Bid 0 LMD-11-12-43 18 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 pf 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 manufacturgd slopes requires that the planted slopes be weeded on a regular basis thropghout the year. Planted slopes which were not hyilroseeded shall be kept greed free, at all times and the,Nse of chemicals is permitted. Plantedslopes 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. Contactor shall be responsible for any damage to slope areas caused by excessive watering practices or to plant material caused by lack of water. Plants and trees shall be fertilized in accordance with the requirements of Sections 18 and 19 of these Specifications I. Other Items as Determined by Special Districts. 10.05 Said maintenance services shall be performed in compliance with the Maintenance Program (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall orovide 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. Contractors employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the interest of the public using the premises, Contractor shall meet with representatives of Special Districts to consider the appropriate course of altion 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. Bid # LIVID -1 1-12-43 19 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13. UTILITIES 13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Confractor 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 atter rain and/or watering during -a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14. NON-INTERFERENCE 14.01 Contractor shall not interfere with the public use of the LMD areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 1s. USE OF CHEMICALS 15.01 At the contractors expense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control 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. BW # LMD-11-12-43 20 15.05 All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts. 15.06 All regulations and safety precautions listed in the "Pesticide Information and Safety Manual' published by the University of California shall be adhered to. 15.07 Chemicals shall be applied when air currents are still; preventing drifting onto adjacent property and preventing any toxic exposure to persons whether or not they are in or near the area of application. 16. STORAGE FACILITIES 16.01 Special Districts shall not provide any storage facilities for. the Contractor. Any Contractors storage facilities must be located outside of the boundaries of the Zone for which landscape maintenance services are performed, unless Special Districts determines it would be in the best interests of Special Districts to waive this restriction. 17. TURF CARE 17.01 Contractor shall perform the following services under the terms of this agreement; a. Mowing: Turf to be mowed with an adequately sharpened rotary or reel type mower equipped with rollers, to ensure a smooth surface appearance without scalping. (1) All warm season grasses (Bermuda and St. Augustine) to be cut at'/ inch through 1 inch height throughout the year. Subject to change. (2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 % inch and 2 Y: inches during April through November, and at 2 inches during December to March of each year. Subject to change. (3) The mowing heights may be adjusted by Special Districts during periods of renovation. (4) Unless mulching mowers are used; all grass clippings will be collected and removed from the site on the same day the area is mowed. All clipping removed to be properly disposed of in green waste containers only. (5) A mowing schedule will be established and maintained. This schedule will provide that all areas will be mowed not less than once a week during the summer, and once every two weeks during the winter. This schedule will be submitted to Special Districts for approval. Refer to items 1 and 2 in this section for turf length ranges. b. Edging: With each mowing. the edge of the grass along sidewalks, curbs, shrub, flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. (1) The edge of the turf shall be trimmed around value boxes, meter boxes, backflow devices, or any structures located within the turf areas. (2) All turf edges are to be maintained to prevent grass invasion into adjacent shrub, flower, and ground cover bed areas. (3) All clippings shall be removed from site the same day area is edged. (4) After mowing and edging is completed, all adjacent walkways are to be 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 Bid # LMO-11-12-43 21 clearance where applicable c. Weed Control: Control turf weeds as needed and in accordance with the specialized maintenance.program.(Exhibits E -E5). Hand removal of noxious weeds or grasses will be required as necessary. All mulch brought in by the LIVID will be disbursed by the contractor pn site to control weed growth.' A. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur.,. ..,,•' ;:.,; e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Aerate all turf by using''% -inch tines, removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch spacing once over. Special Districts is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Equipment will consist of standard renovating or vertical mowing types. Special Districts is to be notified at least two (2) weeks prior to the exact date of renovation. a. Irrigation: Irrigation, including hand watering and bleeding of valves during an emergency situation as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Special Districts with a written winter and summer irrigation schedule in accordance with the recommendations on Exhibits E -E5 (Irrigation Program) provided for this purpose. Special Districts shall have the ability to change the irrigation schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: (1) Consideration must be given to the soil conditions seasonal the irrigation will be discontinued. No' to avoid drift and wetting vehicles. L nay ano wont watering. i ms may :r weather to prevent icy conditions i system during periods of windy or ind/or windy conditions, automatic tering medians in windy conditions, (2) In areas where wind creates problems of spraying water into private property or road right-of-ways, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) systems to be at least 1 x Monitoring shall be spelled out for all (4) Check systems, as needed, for optimum performance and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted) within the LIVID areas covered under this Agreement. Bid # LMD-11-12-43 22 (5) (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow all turf. (7) Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are functioning properly. (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other controllers not listed. The City requires the Promax universal remote irrigation control unit for its use in field testing and operation of all irrigation systems for the LIVID areas. Use of this device will conserve water consumption, provide for more cost effective maintenance of irrigation systems, and assure all parties concerned that the automatic system is operating at maximum efficiency. Special Districts' inspectors will use this device in their inspections to verify that irrigation systems are functioning properly. The bleeding of valves and hand watering are to be used in emergency or testing situations. h. Fertilization Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application. The City of Santa Clarita will pay the contractors price for the fertilizer plus no more than -a 15% mark up. The contractor shall provide the labor to apply the fertilizer. i. Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots, as needed, throughout the remainder of the year to re-establish turf to an acceptable quality. (See Exhibit E -E5). When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of Y44- 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. Bid * LMD-11-12-43 23 Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in over seeding or new turf establishment shall be approved by LMD staff,prior to installation, Typically, Fescue and Fescue blends are required. 18. SHRUB AND GROUND COVER CARE 18.01 Contractor shall perform at his sole expense under the terms of this agreement the following services: a. ' Pruning: ManuallV 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 deadwood, -weak, diseased, insect infested and damaged limbs at all times. Remove ail'clippings the same day shrubbery is pruned. Pruning isnot done during towering, during new growth ernergirig or during the hottest time of the year (July -August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimming: Restrict growth of shrubbery and ground cover to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts. c. Renovation: Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in Which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated, (Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate.) d. Disease and Insect Control: Maintain free of disease and insects and treat when needed pursuant to Section 20. e. Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods for control shall incorporate the following: (1) Mulch application to 3" laver maximum (aporox 1600 cubic yardsiyear (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 Bid # LMO-11-12-43 24 to,installation. The Contractor shall provide the Director with a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization. h. IrrI etioh: Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not functioriing as required to maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices shall apply to shrubs and ground covers.. ; . i. . Diversion requirements: In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 95% of the green waste generated by T-46 Northbridge,, Contractor requirements for this program shall ipclude 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- inchlayer 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 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) All trees 12' (feet) tall or less shall be maintained free of all dead, diseased and damaged branches back to the point of breaking as per contract. Wound dressings are never used on any tree pruning cuts. All sucker growth is to be removed from trees as it occurs. (2) Maintain an 8 -foot clearance for branches overhanging walks, 8 -foot for public sidewalks. (3) Report insects and tree diseases to Special Districts Inspector. (4) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees. (5) Tree stakes shall be pentachloraphena treated pole pine, not less than a feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon trees sizes (two per tree), no galvanised stakes. (6) Commercially available tree rubber ties are to be used unless there is a need for guy wires. All trees tied in two locations — top and bottom. Stakes will not be placed closer than 12 inches from the top tie on the tree trunk. (7) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. (8) Broken branches are to be removed immediately whether they are in the tree or on the ground. b. Fertilization: Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of LMD, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Special Districts with two (2) weeks notification prior to the fertilizer application. c. Permits: If a permit is required for tree pruning. Contractor wjll obtain a permit prior to Bid # LMD-11-12-43 25 commencement of work by Contractor. d. Tree Reolacemenf: All trees permanently damaged as a.result of action or inaction by the contractor will be replaced is provided for under Section 5 with the identical species of tree existing pr'e'viously,unless othervvise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the.monthly xmaiintenance inspection meeting or1. upon written notification. Size 9f the replacement shall be ofta tike size Substitutions will require prior written a prpvN by Special Districts On(�7�mal plans and speafi4ioris should be consulted to • i ,iro rnmurr iAcnl,i;r�iinn of enema All ..A.nd e. Olibe TreeZOAJvin0 t Ornamerltal'oljve` trees shall'be sprayed to prevent fruit set by use of "Maintain," "Floral" or other approved product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when 1/2 to % of the olive blooms are open (sometimebetween April 1 and May 10). Both spray applications she]! be 018t on usibg'a poWersprayer with a miriiMum of 150 p.s.i. -pressure.;' The Landscape Maintenance District's Tree Maintenance contractor will provide mbtt of the chemical applicatiohd to trees. If the laridsbape contractor provides this service it W11 be considered "extra udork cost" (refer to Exhibit E -E5). ak Tree Pruning Permit: Ail cots over 2 inches in diameter an Oak Trees will be f. O done by the Landscape Maintenance Tree Maintenance can£ractor. All other cuts on Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per City Municipal Code by the landscape contractor or their subcontractor. Special Districts will procure Oak Tree Permits once work is approved. g. Tree PruninglTrimminc: All tree trimming/piUning 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 P.EST.MANAGEMENT (I.P.M.) 20.01 Special Districts will provide`the' materials (Biological insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non -target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are used as a last resort when careful monitoring indicates that they are needed according to pre -established guidelines. When treatments are necessary, the least toxic and most target -specific pesticides are chosen. Implementing an integrated pest management program requires a thorough understanding of pests, their life histories, environmental requirements, and natural enemies, as well as establishment of a regular, systematic program for surveying pests, their damage, and other evidence of their presence. IPM has been mandated on Federal property since 1996 by Section 136r 1 of Title 7, United States Code, and is cited in Title 41 of the Code 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. Bid # LMD-11-12-43 26 b. Chemical Application: All work involving the use of chemicals will be accomplished by a State of California Ceilified or Licensed pest control operator. A written recommendation by a person possessing_ a valid Calffomia Pest Control Advisor License is required nor`to chemical application. c. Permits. AhIchemicafs'reguiring a.'specjal permit for use mu'st.be registered by the Contracfor with the CORAlfq Agricultural Commissioner'sO ,ffice and a permit obtained With Aopyld tpeciahDIstricts, prior to Ow A copy of all forms submitted to the Count/AgriculturafCommis' drshall'be given to offal Districts on a timely basis. d. Compliance with Regulations: All regulations and sA e"iei8kitions listed in the 'Pesticide Information. and Safety,Manual' published_ by Pe University of California .w.ill,be.adhered to. , ::.44 e. Pest Control: Control,of ground. squirrels, gophers, grid other burrowing rodents by trapping and/or eradication will be::provided by Special. Districts. Contractor is not resportsible,for this service. Whenever holes.arevisible 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'notifyingSpecial Districts upon detecting a need for rodent control. 21. GENERAL CLEAN-UP 21.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal/Receptacles: The contractor shall empty all trash cans and replace all trash bags a minimum of three (3) times per week (trash bags provided by City). The contractor shall provide a trash pick up schedule for the approval by Special Districts. The contractor shall pick up trash and accumulated "debris from site per contract, and clean trash receptacles as needed. In addition, dog feces are also to be removed from the walkways located within the Paseo system in the LIVID areas. The contractor shall fill all doggie bag holders a minimum of twice a week (doggie bags provided by City). b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and grass removal within the crack(s) on the asphalt, and stamped concrete median strip areas, if any, at all times. c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surface's such as: (1) Gum, (2) Animal feces, (3) Grease, (4) Paint, (5) Graffiti, (6) Glass and debris Bid # LMD-11-12-43 27 I 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. t. 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'landfili annually to the City's Environmental Services Office. The goal will be at least 85% diversion. 22. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 22.01 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: httr).Hw,jvw.irriaation.oralaov/odf/IA BMP APRIL 2005.odf. a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of. (1) sprinkler heads, (2) valves, (3) PVC piping, (4) quick couplers, (5) risers, (6) automatic and battery powered controllers, (7) valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation. c. Extent of Responsibility: Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at d. Ordinances: All materials and workmanship will be in accordance with the applicable City Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. e. Controllers: The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather -based controllers or equivalent, controller programming through the contractors office via a desk top or any wireless computer, or hand held device. The LIVID will provide a password for access. f. Inspections: Landscape Maintenance District Consultants/Inspectors will spot check Bid # LMD-11-12-43 28 controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at minimum of twice a year. 22.02 Water Budgets - In order to ensure efficient and responsible water management with regards to landscape irrigation, the City of Santa Clarita Special Districts office requires the following: When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). Formula: MAWA = (ETo) (0.62) [(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration, (inches per year) 0.62 = Conversion Factor (to gallons) 6.7 = 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 Bid # LMD-11-12-43 29 b. All LIVID area sub -surface drains (except storm drains), if any, shall be periodically gushed with water to avoid build-up of silt and debris:All inlets to sub -surface drains shall be kept clear of leaves;'paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) c. Disposal of green waste or other debris into catch basins, drains orstormdrains is prohibited. Such action could result in termination of maintenance contract. 24. MAINTENANCE INSPE%CTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www.santa-clanta coni/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-ciarita come- ; raffiti. 25.02 The contractor may be required to remove small amounts of debris which would fit into a small pick up truck. In such cases the dump fee may be invoiced to Special Districts. Removal of larger items would be considered as an "additional work" item and subject to the terms of Section 4. 25.03 All materials and processes used in graffiti eradication shall be non -injurious to surfaces and adjacent District property and approved by CAL -OSHA. Materials and processes used must be approved by LIVID prior to use. 26. NATURAL AREAS MAINTENANCE 26.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of debris removal as directed by Special Districts. Bid # LMD-11-12-43 30 27 28. SEASONAL COLOR AREAS 27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October, March, and June with appropriatewarieties for each season to be approved by Special Districts prior to planting. Plant size shalt be 4 -inch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by the City; contractor, under the terms of this aqreement shall orovide the labor. - 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 theseSpecifications. Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifica'tio'ns. Bid 0 LMD-11-12-43 31 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a'certifiedlcashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 1 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-11-12-43 32 PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE z6NES: T 2, T-3, T-4, T-5, T-6 AND T4 LMD-11-12-43 City of Santa Clarita, California I KNOW ALL MEN BY THESE PRESENTS that STAY GREEN, INC. as BIDDER, and AMCO Insurance ComUany as SURETY, are held and fiirnly bound unto the City' of Santa 'Clarita, as AGENCY, in the penal sum of Ten percent of amount bid dollAfs($ 106 ),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. j THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for: fheabove=stated' project, if said bid is rejected, or �f said Bid is accepted and the contract is awarded and eri1ered into by'BIDDER in the an manner d bme 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 19th day of July 20 12 RinnrR STAY GREEN, INC. SURETY* AMCO Insurance Company Carol Ann Strum, Attorney—in—fact Subscribed and sworn to this day of 20` NOTARY PUBLIC *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Departments most current list (Circular 570, as amended) and be authorized to transact business in the Statewhere the project is located. Bid 91M0-11-12-43 33 NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES 3 § I, being first duty sworn, depose and state that I am of , the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or Indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the, bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or -sham bid." Signature of bidders representative making the statement JURAT State of California County of l t90 Pe�1GE1S Subscribed and sworn to (or affirmed) before me on this 17,40 day of : , 201Y Y by &tA+< proved to me on the basis of satisfactory evidence to be the person who appeared before me. LORNA BRACE QUARTE C " Commission M 1958198 ��pp� (SEAL) NotaryPublic- California Signature{"— �) _ . "' Los Angeles County Comm. Wriss Nov 23, 2015 Bid # LMD-11-12-43 34 State of California County of __ On July 19, 2012 ACKNOWLEDGMENT before me, John Strum, Notary Public (insert name and title of the officer) personally appeared Carol Ann Strum who proved to m e on the basis of satisfactory evidence to be the person(A whose name(M is/are— subscribed to the within instrument and acknowledged to m e that4le/she/they executed the same in Dais/her/their authorized capacity(es , and that by4q 6/her/tteir signature(,) on the instrument the person), or the entity upon behalf of which the per son(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. JOHN STRUM +q[� Commission # 1840823 z ,i}® Notary Public • California z Ventura County My Comm. Expires Apr 13, 2013 r Signature (Seal) KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company, an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Allied Property and Casualty Insurance Company, an Iowa corporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the 'Company" and collectively as the "Companies," each does hereby make, constitute and appoint: CAROL ANN STRUM NEWBURY PARK CA j each in their individual capaaly, its true and lawful attorney -in -tact, with full powerand authorityto sign.seal, and execute on its behalf any and all bonds and undertakings and other obligatory instruments of similar nature, in penalties not exceedingthe sum of ONE MILLION FIVE HUNDRED THOUSAND AND NO/100 DOLLARS S 1,500,000.00 and to bind the Company thereby, as fully andto the same extent as if such instruments were signed bythe duly authorized officers of the Company; and effects of laic i Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company. and k authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums. undertakings, recognizances. transterE contracts of indemnify, policies, contracts guaranteeing the fidelity of persons holding positionsof public or privatatrust, and other writings obligatoryin nature that th• business of the Companymay require:and to modifyor revoke, with orwilhout cause. any such appointmentor aulhority:provided, however.thatthe authoritygrante hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authorityto exemte and deliver any and all such documents and to bind the Comoan subjectto lheterms andlimitations ofthe powerof attorneyissued tothem, andtoaffixlheseal of the Companythereto;provided, however, that said seal shallnotbb necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. i Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approve - documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addhion to the chairman of the board.the chiE executive officer. president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved. or stamped on any approved documea contract, instrument. or other papers of the Company. t IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the I I' day of November. 2011 a Gary A. Douglas. President and Chief Operating Off icer of Nationwide Agribusiness Insurance Companl L• S f .t •r•n••v -1 and Farmland Mutual Insurance Company: and Vice President of Nationwide Mutual Insurance Company f •SEATAMCO Insurance Company. Allied Property and Casualty Insurance Company, and Depositors Insurance .-0 / Company ACKNOWLEDGMENT V rXSy �X. STATE OFIOWA, COUNTY OF POI.K: ss p fps: w•+.•u {t Onthis ite dayot November. 2011, beforeme came the above-named office rfor the Companies aforesaid iJ EAt�a PE: SEAL%g� to me personally kown to b ne the officer described in and who executed the preceding instrument, and he ;r�ty,M: acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the +e•� 1111 %X* officer of the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the Ur+++p. �.►�\R authority, and direction of said Companies. SEAL e Ali SEALi• € o-xaNma%isai 4i •.,�,��i '` bmmlManwnNt iRiN j �a= yax wca,n.X+mnEw..ava:r :a+ Notary Public My Commission Expires CERTIFICATE March 24, 2014 I, Robert W Horner III, Secretary of the Companies, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the ' Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Gary A. Douglas was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and the corporate seals and his signature as officer were duly alfixed and subscribed to the said instrument by the authorityof said board of directors: and The foregoing power of attorney is still in full force and effect. !IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 19th day of July 20 12 This Power of Attorney Expires_ 09119114 BOJ 1 (11-11)00 24550 7 Secretary FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 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 underthe contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day 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-11-12-43 35 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTOR AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR` SURETY' Subscribed and sworn to this NOTARY PUBLIC day of 2012. Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid S LIVID -1 1-12-4336 SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA =RITA 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 generallaw city and municipal corporation ('CITY") and a Corporation ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an amount set forth in' the attached Exhibit ° " which is incorporated by reference, for CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's invoice. 2. TERM. The term of this Agreement will be from 20 to .20 The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit' B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at-www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. BM # LMD-11-12-43 37 B. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: L Thoroughly investigated and considered the scope of services to be performed; and ii. Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and.is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown .conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits (combined single) Commercial general liability: $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required Bid # LMO-11-1249 38 E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to,meet anv of the insurance F. 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under, this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause. B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for anyjudgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Bid # LMD-11-12-43 39 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Name Address City 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. 1 S. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the Bid # LMD-11-12-43 40 City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. 20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23. FORCEMAJEURE. 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 C LMO-11-12-43 41 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: DO NOT SIGN — COPY ONLY Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Bid 0 LMD-11-12-43 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 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. DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) Bid 9 LMD-11-12-43 43 With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractors License - license number will suffice X Bidder's Bond X Non -Collusion Affidavit — must be notarized X List of Subcontractors — if none, write "n/a" X References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff— must be completed X Required certificateslqualifications (as identified in solicitation) X Contract Agreement X Insurance Requirements — Return only if Awardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bid 9 LMD-11-12-43 43 i BID SCHEDULE Annual Landscape Maintenance LMD Zones T-2, T-3, T-4, T-5, T-6, T-7 LMD-11.12.43 Item Project Site No. Monthly Total Maintenance Cost Annual cost 1. LMD Zone T-2 a) 2 %A x12mos b)13gLi Lf 0 , W 2. LMD Zone T-3 a) DkW-x12mos b)*3a140,6V 3. LMD Zone T-4 a)IT�'��'� x12mos b)*L52i4Xo.ab 4. LMD Zone T-5 a)j310110.6Dx12mos b)t3�ii'do'crO 5. LMD Zone T-6 a)*'I.,"V'� x12mos 6. LMD Zone T-7 a) 1y1TU Dxl2mos b) ia5%i320•tn1 7. Total (add lines 1 b through 6b) $ OW P W D X V (place this total on page one of the bid response) Total bid amount, annually, in legibly printed words: f %1Y1G�Pt�1 Stx{e�n Bid # LMD-11-1243 44 ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications for annual landscape maintenance. These rates will not be used in evaluating the bid, but shall be used in evaluating cost estimates for "additional" or "extra" work requested by the City under this I contract. i Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Irrigation Laborer i Landscape Laborer Hourly cost $40.00 per hour $30.00 per hour QAC/QAL Herbacide and Pesticide Applicator $30.00 per hour After hour emergency $65.00 per hour $45.00 per hour N/A Please note: pricing increase allowance will be according to Consumer Price Index (see t Section A, "Bid Instructions, Item #34) i n Please initial to verify acknowledgement of labor rates - Yr (initial) Bid # LMD-11-12-43 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid # LMD-11-1243 46 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x uanti 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with 0.25 lana turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for Q •OZ *Po. co shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope 1* 0 .02 w my maintenance. 4 One gallon (5) Five Installation of shrub, one u gallon container. 'p . 5 Five gallon (5) Five Installation of shrub, five gallon container. 125.170 6 24 inch box (2) Two Installation of tree - 24 tree 6"0 inch box container. . 170 Z 7 15 gallon tree (2) Two Installation of tree -15 �S0 .-DO ( � . cel gallon container Bid # LMD-11-1243 46 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of/] of 1 percent of the prime contractor's total bid: DBE status, age of firm, certifying agency and annual gross receipts are required if sub contractor is participating as a DBE. The form MUST be returned with bid, filled in or annotated with "No none will be used. Subcontractor Age of firm: DBE STATUS: Certifying A en : Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work Bid Schedule Item Nos: Description of Work phone ( ) 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 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-11-12-43 47 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 City of Santa C/arita, California Subcontractor DBE STATUS: of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: -Age Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Description of Work 1 Bid Schedule Item Nos: Description of Work License No. 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-11-12-43 48 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-2, T-3, T-4, T-5, T-6 AND T-7 LMD-11-12-43 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. c�5arc�aru. 2�np��dYGlan�m 12oo�-t WIPSucIM-M1 1 MPHR el 2M-,?oi2 3. ( C X} i UUy1wYLL I I l �1yU tA(W 11 1K_! U-4 w Name and Address of Owner / Agency yV1 ko Wog1-t (UUQ a10-929CA Name and Telephone Number of Person Familiar with Project �} �1� - ►o�c gnwUal6v� Lp�Iq,Xc�CMs�>.n�C1clnce XDi -aoDq Contract Amount Type o 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: I P K (UlMOIS U0 "guo c l o LPS03 6wg �1e�Doitia �aakl��li o (M)" -01L- �-ax Bid # LMD-11-12-43 49 Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. 5� o2�1�U�d 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. rlA i 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. N Bid # LMO-11-12-43 50 I 'Stay Yen Inc. T6tNafr 'Lioyrr - For lsrofrirlonal /rnd+rapeServirn TAILGATE SAFEV.! MEETING SGI Meeting Record � - Page/Pagiaa I ollde: 3 Date /,Paths; — /f Hour/ Hors- ors:Department/ Department/Departamento: SCV 4015 Salvador, Hernandez Jose, A Rn aero Meeting was condiicled 1• La close fue diriA; Por Grant Clack / Issias Leon / Minn Gomez Subjects Presented and Discussed or Accident and Injuries ReviewgA,(Attach a copy) Tema'"resentsdo 'discutido o Accidente- Las timaduri Revisada ju'Ate Una co la Jose, Pelayo Leon la ' e +•� Supeestt6n / Recommendation or Actio Taken / Sugereac a / Recumendscidn o Acrl6a Tomadu 4' o 4524 Q Employee q NAME Sign/ Firme. 4015 Salvador, Hernandez Jose, A Rn aero 4432 4520 Jose, Pelayo Leon 0--itv:? 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon bj .'tli Ll tri) 4567 Jose, Aguilers v A1 x_- 4613 Enrique, Pelayo irl . 4679 Gerson, Aguirre 4705 Francisco, S Cortes y n ESPAaOL: Todos los empleados firman n artillon que la muni6n fue mnliaada en Inglo o en Espsaal, o usando ambos :diomu, pare la perfecta com- prensitin de Todos los presentee de los temas de sagundad betados. Que en was muni6n SGI In mcuerds Due 0 vartt de to oalldea de la emoresa 11"ar adelante on trabsia resoeusible hoar go v feeuro. Todos los empleedos dcjm mmlv�Na wnbitn t a las cankoidos de aero reuni6n son pane de Is politica en mete ie de segurid. d de SOF a fannamn putt de los lest ped6dicos de evaluation de sinal. ENGLISH: All the signatory employe., a tify that the meeting was presented in English or Spanish, u: Was bath Imgusges, for clear understanding of all Vested subjects ufseeunry. In all meetings SGI remids them that it is part or the noggy of the comoany to serform resaaulble bgrint and safe work All the employee also put record that the contents of this meeting are part afthe policy in the mann or security of SGI and are pen ofthe periodic test of evaluation of the penannel. WFarPrqfi2;*!' tay CJreean T.11ce al7 nnilscape Serriaf TAILGATE SAFETY MEETING SGI Meeting Record " Page/p6gina 2 of/de: 3 Employee 0 NAME Sign /:Firnie 4713 Benlamin. 4'gh4rrez was 4777 Miguel, VOrgas Muiios 4882 Vera-Mojica,Leonardo 4844 Camera Alfredo Escobedo 5054 Juan, Jose Uribe 5118 Alejandro, Corona" ` =/ 5199 Samuel Francisco, Romero Cruz /1l�l;L 5141 Juan Molina Aguilar 5223 Ledezma-Cisneras, Carlos 5239 Salvador, Alaniz Fx / rt^ i• 5252 Omar, Qi. ;,a 5 5300 Francisco, Mejia 5329 Efrain, Nava 1% 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez 5362 Christina, D Monroy Garcia /i r ESPAAOL: Todos los empleadas firmentes cenlrwan que In reuni6n the Melinda an Ingles o an &pattol• o mando ambos idimllm, pma Is perfecta cam- l prensidn de Was Ins ptcsentu de Itn amu de seguridd o-rudos. Que an rude reuni6n 301 les recuerde que • rt de ta onlldca de Is emurm Ran adelnm on tnhdo ccsaamable. honesty r feaurg. Todas Im empleados dejan Commucle uunbita que los contenidos de este reuni6n son parte de le politics an meluis de uguddd de SOI y que Ibrtneran parte de los lest peri6dicos de evaluscidn del personal. ENGLISH: All the signatory employees certify Net the meeting was presented in English or Spanish, or ming both languagesfor clear undemanding of all vetted subjects of security. In all meetings Sal amids them that it r• call ofth I' or the core Ant rf of161e. hoeest and sere work All the employees also put record that the contents of this meeting are pan or the policy in the matter of security of SGI and are pan of the periodic test of cvalmtian ofthe personnel. :E Stay QreenInc, 27ie A4pnu/Giaia PorPro(essiorra'fL d2ceseS•erri, TAILGATE SAFETI MEETING SGI Meeting Record Page/pagina 3 of/de: 3 Employee # NAME - ,91gn TFirme 'SK - 'al, 540ti Jose, S Herrera -: .. p'. 6S 63471 ="s, jil3uarei _: a: . 5474 'Atoms, MI. Ino v r` .. 'J rwo $485 Pelsyo, Juan A . 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac .i U. atai'p 5534 Protillo Salgado, Andres Avelino 5545 k arigai ,Raul IV A f> 5548 Perez,Hector (i 5570 Pelayo Velasco,Rosalle 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel # i f 71f 1 5733 SerUio M•rr )y x f 'l; -,' 5732 Victor H. Alesh Reyes r, 5752 Rafael Calles Jr. it 5756 Oscar Gallegos (� 5757 Rene Mill 5758 Romerico Herrera ESPAPOL: Todds los empleados firmanos cenifican qua la muni6n fate malitsds an Inglis o an Esp dlel. a Ovando umbos idlarrons, pan la perfect, com- prenstdn de lodos los pretenles de las tcmas de seguridad tratados. Que cn lade reunion SGI Its recucrda qua at name de Is coling dela emorese Ilevsr ad tante uo Inbata resoonuble hooesto v uauro. TWOS los empleados dejhn wnslancis umbien cut los contenidos de ata muni6n son pane de Is 001 in eh materia de seguridod de SGI y que formation pane do los test pc i6dicos de avaluacift del pnonal. ENGLISHiAll the signatory employees cenily that the meeting was presented in English or Spuiisl wing both langusgs. for clear understanding or all trained subjects of security. In all meetings 501 maids them that it - rI of the oollev of the cbm Y,j, to Perform ruoonsible, honest and sale work All the employes also put record that the contenn of this meeting us pan of the policy in the matter of security of SGI and are part of the periodic test of evaluation of dm personnel. 4WRay-Gl%9e-tiInc. ThsNtsninJ l.horu Forl+rofwanallandrrapc Services TAILGATE SAFET`_' 41ME SGI Meeting Record I Page/Pd9ina 1 of/de: 3 Date ! Feeha: _ $our 1 Hora; y Department/ Departamento: SCV Jose, A Rot aero Meeting was conducted 1* La clase fue dirigide por Grant Clack / Isaias Leon / Subjects Presented and Discussed or Accident send Injuries Reviewed(Attacha copy) Tema preseitsdo y discutido o Accidente y Lastimadura Revisada Ad'urite uns'eo la iia, Ur, s UI Al S kus W4 C018 WC -OA 4A. tl-11244 l ¢KS aw ;LAAc— Suggestion'/ Recommendation or Action Taken / Sugel encia l Recue endacion o Accion Tomada O voL 4524 Alejandro, Garcia de Alba Employee k NAME Sign / Firme. 4015 Salvador, Hernandez Jose, A Rot aero 4432 4520 Jose, Pelayo Leon O voL 4524 Alejandro, Garcia de Alba l 4535 David, Pelayo Leon 4567 Jose, Aguilera 4613 Enrique, Pelayo 1'q ry - 4b79 Gerson, Aguirre 4705 Francisco, S Cortes /GGYLG ESPAFIGL: Tedos los MOtradus nrrhum n c011501171 slue Ie Multi& Rte r%WiZMds m Inglis c m Espmtol, o usmWo umbos idiomas, para Is perfccu com- prensidn de todos los presences de Iso a amass de segundad tra den os, Que mda rmunidrt Sol Iq iecuerda que es rt d 1 solfria d L• m n sdelaate us orl raoonasbtk boonmyyeegp. Tedm los empleados dejsn oun tancis tmnbidn a los mntrnldm de esu reuidn son parte de is polltims m mWeria de seguridrd de SGT a IbMU rat parte de Iso ta[ penddicm de evalumidn de . . "at. ENGLISH: All the slgnuorymplo*i .adty dw the meeting war presented in English or Spanish.. using both languages, for clear undersurnding of ill treated subjects of security, In all meetings SGI =Ids them that h istart of the adky of the mat"By to Nrfom Rolutills h o t ' ure work All the enploYeea also put record that the con rnu of this meeting ae part of the rrltry in the menu of secant, of SGI end ae pat of the periodic tat of evaluation of the personnel. L CM ty �uiioiia(landiraye,crry;ces z T GATE SAFETY MEETING SGI Meeting Record Pagdpdgina "2 00de: 3 ate... Employee # NAME: sign pFirme Y 4713 h,..... .. mtn, ft`ntlErrez Rios .. .. 4727 Migaol, Vargas Muilos f,. 4882 Vera-Mojics, Leonardo 4844 Carrera Alfredo Escobedo .'vT 5034 Juan, Jose Uribe 5118 l lajandro, Corona 5199 Samuel Francisco, Romero Cruz" 5141 Juan Molina Aguilar 1A. _, w ; v r✓ , la.1 `AA 5223 1 g0ezm4-Cisneros, Carlos 5239 Salvador, Alaniz-- 5252 Omar, Gu.:ea Z 5300 Francisco, Mejis 5329 Efrain, Nava — — - -� 5353 Lu'c16,1odriguez Amable - 5360 AlfredoMealtez 5362 Christian, D Monroy Garcia /l7 1 ESpANGL: Todds los empleadaa AananW eeMflomt que Ie reunidn Ase rtalluda en Inglk o en Espanol, o usando embosIdiamas; pan h perfeW pmssidn de todos Iw ptestgas, de los lanes de seguridad t+mados. Queen 10(14 rtunidn SGI IaeN rated da que a mre d(t oin de -invivoi ll�r adelanse untiaMla sena lite Iraoasa v H nn Tpdm los empleados dejen cauuncia tmnbiM que los watmldos &mu munidnwn pm do le pullsia w mtleris de segmided da SGI Y que fosmmm Wilt de las las paiddioos doenlucidn del personal. - - ENGLISH: ASI the signatury emplgyw certify thin the meeting wile prgented in English a Spanish, or using hath lenguaga, for dw undersmnding of all nased subjects of security''ln all matinp SGI mid, than'tlut it (• mn of she nolicv of the mmruov to errfarm hnvo �� �.........w .,e. All she"einplti �ew i1w put redard Nat the wntenis ofthis mewing = part of dK policy in the trona of swunry of sGI end art part of she petiodc ¢u of eveluesion oftie personnel. ;2 -c;, -Stay Cx�n enc. nll�u obi boi,:e .. --:;i:•. , .-.-ForProfetiicxa/LandneP.' Sereirn TAILGATE SAFETY MEETING SGI Meeting Record Pagelpigina 3 of/de: 3 Employee M . NAME . _ _ __ kip/ Firme 5406 Jose, S Herrera _,. 5471 Elias Javier Juarez 5474 Alanis, Deliino 5485 Pelayo, Juan A 5526 ' bjj pna-Lopez, Nicolas 5528 Pelayo,:loseIsaac 5534 Pro'dllo Salgado, Andres Avelino �Qlres 5545 Albarado ,Raul 5548 Perez,Hector 5570 Pelayo Velasco,Rosalio S u' 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel Serpo Man: sy Victor H. Alcala Reyes y Rafael Calles Jr. .,; M5756 Oscar GallegosAwl Rene MejiaRomerico Herrera ESPANOL. Todds Iw ampleados finnsu es ea tifiction qua Is munWo fue resfimda an Ingl6s o an Espefial, o usmdo ambos idianuss, pva la perfecu mm- Mnsidn de todm los psesenta de las acus de segundad lrstatIM, Quo an Coda munl6n SGI lea mcdada quo ayarte dela oblltlea de 4 enoceu Mawr adclante o o tnbalo restsoosahfa Ismesso r sumo. Todds Iw empleadoa dejen ,ons uncia uunbisn qua los con2nidos de este muni6n on pane de Is polltiu an materia de seguridad de SGI y qua (gmamn pane de los lestpai6diws do evalutl6on del p� tsnwl. ENGLISH: All the signatory employees moofy that the mating was ptimsed inFstglbll m Spatula! king bods lmguyes, flat class undasunding of alt heated subjects of security. In all vistedngs SGI retnids digin that It N wrt of the'41, of the eamu..ev to perform resooadblo booat and are work All the employm also put record that the contemn of this meeting as pert of the policy in the matter of security of SGI and w pert of the periodic test of evaluation of One petwnnel. b t., r Iwlip ay Green Inc. a /iH A!!:e M1IX For Impfesrien.dIAndsrppe Services TAILGATE SAFETY MEETING SGI Meeting Record Page/PAgina 1 of/de: 3 Date'Y'Feel5e: - _ Hour / Horn: AMJPM Department / D ar!4ment9: CV 4432 Jose, A Romero Meeting was'bbndue"ted by La chase fue dirigida por Grant Clack / Isaias Leon / Rullno Gomez te copy) «bje4cts Presenand Discussed or Accident and Injuries Reviewed (Atkaeb a Temaresent'ado y diiscutido o Accidente y Ligation adura Revgsada Ad'unte una ca is ,v to `.• �, P .. , 4524 Alejandro, Garcia de Alba Suggelld6p / Recommendation or Action Taken / Sugerenela / Recomendecidn o Acei6n Tomada t Employee 4 NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero .O' (x¢r0 4526 Jose, Pelayo Leon f 4524 Alejandro, Garcia de Alba t 4535 pavid, Pelayo Leon 4567 Jose, Aguilera 4613 Enrique, Pelayo f 4679 Gerson, Aguirre 4705 Francisco, S Cortes ESPANOL Todos los empleados fiamntes certificart qua is reunion The reelaadi en Ingles o an Espithol, o usanda ambos idiomas, para to perfects cam. prernuin de lodos los presnnte_s de las temas de se lundad tratados Quc an tads reunion SGI les rewerdp qua es parte de To itaffics de Is emorost Hasar ,deflate an Trabaio ro,omable honesto v imuro Todos los empleados dejan comtancia Huth en qua los mntenidGs de esia reunion son parse de la poli ica an materia de seguridad de SGI yqua formation parte de las test periodieos de eviduacion del personal ENGLISH. All the signatory employees certify that The meeting wa presented in English or Spanish, or using both languages, for clear understanding of al: Treated subjects or security In all meaungs SGI remids them that it is part or the policy of The tommins, to actritatibl himirsi and We "ork All the employees also put record that The contents ofthis meeting are part of the policy in The maser of security of SGI end are part or the periodic test of evaluatiun of the personnel. A tay A SeenInc. z.~ 7Le Ahnei`I„CGdirFnr Prn�rsrion.i(lnndsiaPe Srrvirrs TAILGATE SAFETY MEETING SGI Meeting Record Pege/pllginI a 2_of/de ;3 . Employee p NAME Sig» l;FiFme_ 4713 Benjamin, Gud6rrez Rios �a ,> V%Afl 4727 Miguel, Vargas Mu`liio's ! v 7 ' 4882 Vera-Mojica, Leonardo 4844 Carrera Alfredo Escobedo 2 5054 Juan, Jose Uribe t ^ 5118 Alejandro, Corona J ` 99 Samuel Francisco, Romero Cruz 41 P51 Juan Molina Aguilar23 Ledezme-Cisneros, Carlos 39 Salvador, Alaniz 5252 Omar, Garcia �A1A A✓ 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez1Y I ekl� �! 5362 Christian, D Mooroy Garcia 6 ESPANOL: Todus Ins emplcados firrnantes certillcan que la reunidn Poe realimida en Ingles o en Espadol, o usando ambos idiamas, para la perfeam com- prension de lodos los praenles de los Iemu de seguridod imados. Que en lode reunidn SGI Ics recuada que es name de la politics de Is emoresa Ilevar n adelante on tbalo rasuoaable, hpoestb v neuro. Toros los empleadas dejan constancia lambien que los crinumidos de este reunidn son pane de In politica co materia de seguridad de SGI y que romsaran pane de los test periddicos de evaluacidn dcl personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, far clear understanding of all treated subjects ofsecunty. In all meetings 501 remids them that his part or the pollcv of the company to perform responsible. honest and safe work. All the employees also put record that the contents of this meeting are pan of the policy in the mener or security aFSG I and are pan of the periodic test of evaluation or the personnel. Stay Gr er Ine, ,g',y}'t ILa n„rmatCH, ?ie ViJ for PafernanalLm,drrrtpe S'era•kcs TAILGATE SAFETY MEETING SGI Meeting Record Page/pAgina 3 of/de: 3 Employee # NAME Sign / Flme ” 5406 Jose,,S, Herrera_ 5471 Elias, Javier harez 5474 Alauis, Uelfno°V(9 t � r r. 5485 " ` Pelayo, Juan A — r 5526 Mageua-Lopez, Nicolas 5528 Pelayo, Jose Isaac .03e l a� 5534 Protillo Salgado, Andres Avelino 5545 Albarado ,Raul 5548 $erez,Hector 5570 Pelayo Velasco,Rosalio �0 �a �; 0 A7 ,Fi 26 5581 Edilberto Cortez Villa fy, 5609 Vazquez Jose Manuel 5733 Sergio Monroy 5732 Victor H. Alcala Reyes 5752 Rafael Calles Jr, ,r 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera / 5667 05— ESI AANOL: Todds los emplafdOs frmanles testi quota munidn Poe reolizeda en ingles o en Espadol, o badndo am os3 3orFes4la pertec c R- prension de todos Its presences de los temps de segundad manados. Qua an toda reunion SOI Ics reeuerda qua ee parte dela polldca do la emorese Ilevar adelante on trabaio responsible, hanestu v se¢ura. Todas los empleados dejan consumcia tambien que los cammilos de este reunion son pane de Is politica en malaria de seguridod de SGI y qua formaran pane de las lest periodicos de evoluscidn del personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all treated subjects ofsecmity. In all meetings SGI remids them that it is part of the oolicv of the company to perform resoonaible, honest and sale work All the employees also put record that the contents of this meeting ere pen of the policy in the master of security of 5Gl and are pert of Ne periodic test of evaluation of the personnel. y S, ta Green Inc. - rssionasaraldscape Far Prnfrnim+al rrtnAsraPe Srruiret TAILGATE SAFETY MEETING SGI Meeting Record Page/Pggina 1 of/de: 3 Date/ Fecha: ,`� Hour / Hora: AM/PM Department,! Departamento; 5C 4015 Salvador, Hernandez 4432 Jose, A Romero / Meeting was cdtiducied by La clase fue dirigida por Grant Clack / Isaias Leon / Rurfmo Gomez Subjects Presented and Discussed or Accident and Injuries, Reviewed (Attach a copy) Tema presentadli y discutido o Accidente y Lastimadura Revisada Adjunte una co is 4524 Alejandro, Garcia de Alba Y Suggestift / Recommendation or Action Tak / Sugerencia / Recomendaelibn o AM& Tomada t 4535 Employee # NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero / 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba t 4535 David, Pelayo Leon 4567 Jose, Agullera 4613 Enrique, Pelayo e. eiQ/ 4679 Gerson, Aguirre 4705 Francisco, S Cortes til ESPMOL: Todds los empleados firmenles cenifiean qua Is reunidn fuc rcalimda en Inglds o en Espadol, o usandu =has Idiomas, para Is perfecta com. prensidn de lodos los presenics de los Iemat de seguridad urination. Que an lade reunion SGI les recuerdu clue as osrted Is polliles de In ensuress lays adr:1.me on trabaia rnnonsoble, honesto v smuro. Todos los empleados dejon constancis tambidn que las contenidos de esu reunion son pane de Is pal iticaen mamrin de Sagan dad de SGI y cut Fortson pane de los test periddieos de eaaluscion del personal. ENGLISH: All the signatory employees certify that the mewing was presented in English or Spanish, or using bath languages, for clear understanding of oil Vented subjects of security. In an meetings SGI remids them that it IS sort of the policy of The company to perform responsible, honest and safe work All the employees also put record that the contents of this meeting are par of the policy in the maser of security of SGI and are pen of the periodic test or eraloacanofthe personnel. 0W„ 00 5ta Greeri Inc �� ylfie s\'star x[Cboice For- Ptafrssiarall andicape Services TAILGATE SAFETY MEETING SGI Meeting Record .. -a::.; Page/pegina 3 of/de: 3 Employee # .NAME. Sign / Firme $406. Jose, S `Hg"era GS P SJ1 H• 5471- Glias, Javier Juarez 547 ,.'Eelay AIanis.: elfino tel., ,luanA ILu 7 5$26 Wagana-l;opez, Nicolas c 5528 Pel syusJose Isaac 5534 Protillo Salgado, Andres Avelino F 5545 Albarado,Raul V 5548 Perez,Hector 5570 Pelayo Velasco,Rosalio Q 5581 Edilbertd Cortez Villa l 5609 Vazquez Jose Manuel As VI I d 5733 Sergio Monroy 5732 VictoF H. Alcala Reyes 5752 Rafael Calles Jr. 5756 Oscar Gallegos - 5757 Rene Mejia lie 7 5758Romerico Herrera 66 V(, Li cr- ESPAaOL tidos los empleados ftrmantes certifman que Is reunion rut realizeda an Inglis a an EspaTol, a usando embus idiamas, pare to perfecta rom. prtnsi6n de lodes las preientes de los temes de seguridad pamdos. Qua an rode reuniiin SGI Its recuezdo qua as aero: de Is nolldes de Is emdrese Ilevar sdelanle up tnbvld respon36ble hunesto v stuuro. Todos las empleados dejan consnneia tunbien que las eenlenidos de este reunidn son pasta do la frailties an materia de seguridad de SGI y qua formaran pone de los lest periddiece de eyaluati6n del personal. ENGLISH: All the signatory employees cenify that she meeting was presented in English or Spanish, or using both languages. for clew understanding of all treated subjects of security. In slt meetings SGI remids Nem that it is Part of the policy of the company to perform responsible, honest and safe nark All the employees also put record that the contents of this meeting are pan of the policy in the matter or security of SUI and are pan of the penodte tell of tyalumion of Ne personnel. Inc. '§ Stay Green Ilx s\ rrirmYCDoire Fin' Prnfesnonnl LnudsLrhr Seraias TAILGATE SAFETY MEETING SGI Meeting Record Page/pagma 2 of/de: 3 Employee q NAME Sign/ Firme 4713 Benjamin, Gutifrrez Rios �U M i. 4727 Miguel, Vargas Munos 4882 Vera-Mojica, Leonardo Oh 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Aleniz 5252 5300 Francisco, Mejia % 5329 Efrain, Nava ' 5353 Lucio, Rodriguez Amable r — 5360 Alfredo, Benitez ' I �" 5362 Christian, D Mouroy Garcia m7'� (lam ESPAROL: Todos los empleados fissnames cenificen que In reunidn fine realizeda en Inglis a en Fspmlol, o usando ambos idiomas, para In perfecta com- pression de iodos Ios presences de los temas de seguridad tntados. Que en Coda reunion SGI les recuada que es pane dela omidea de la empress Ilevar adelonte an transit, resnpbaable. honesty v neuro. Todos los emplwdos dejan consiancia tambien que las comcnitim de este muniat son pane dela politica m materin de segundad de SGI y que farmunn pane de Ips lest periddicos de evaluackm del personal. ENGLISH: All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for clear understanding of ell treated subjects of security In all meetings SGI remids them that it is part of the policy of the company to perform responsible, honest and aft work. All the employees also put mmrd that the contents ofthis meeting are pan of the policy in the matter of security of SCI and are pan of the periodic lest of evaluation of the personnel Y fit �y �eANN Stay Green Inc. d'°`%�ilGrA mmt/Gliwtt for Prnfestid"'d rndusNr Semites TAILGATE SAFETY MEETING SGI Meeting Record Page/Pigina I oVde: 3 Date /'Fecbe: — Hour / Hora: ( AM/PM Department / Departamento: SCV 4432 Jose, A Romero Meeting was conducted by La apse fue dirigida pot i. ,t Grant Clack / Isaias Leon / Rufinoopigz .- Subjects Pres pted and Discussed or Accident and Injuries'Reviewed (Attach a copy) Tema resentaraq Y discutido o Accidente y Lastimaduri Redlsala"(Ad'dute' una co is Ao e . U4 eS" L1 ex 44 - Sag'-'"16n/ReeommendatlonerAction ke tSugerencie Reco adaei600Aeei6o'Toma a n iP 4535 David, Pelayo Leon Employee # NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon C7S n Pn1CyU � i 4524 Alejandro, Garcia de Alba n iP 4535 David, Pelayo Leon l 4567 Jose, Aguilera t 4613 Enrique, Pelayo 6 4679 Gerson, Aguirre ��ySoh gvi%/' 4705 Francisco, S Cortes 1 ?01) ESPAFIOL: Todos los empleados flrmantes « nifican que la muni6n Poe realizada en Ingles a en Espanol, o usmdo ambos idiomm, para la perfecta com- pmnsi6n de Todos los pfescntes de los semns de segundad irstados. Que m coda munidn SGI les reouerda que es parte de la nollyea de leemaresa Ilevar adelaom an trabaio resoonsable, honwo v s,%t Todos los empleados dejan oonstancia tumbidn qualm contenidat de este rauni6n son pane de Is polidca an materia de segundad de 501 y que formumn pane de las test peri6dicas de eyaluaci6n del personal. ENGLISH: All the signatory employees cenilj" that the meeting was presented in English or Spanish, or using both languages, for clear understanding of all treated subjects of security. In all meetings SGI mmids them that it is Pert of the aolky of the company to oerforn responsible, honest and safe warp. All the employees also put record that the contents of this mectinrs are pan of the policy in the mover ofseeurity pf SGI and are part of the periodic test of evaluation of the personnel kit, :Stay GrSejlnc. y /Ls llrlund L?itii[r - hnr Prvfrrrpor!!rzmina(x Servicer TAILGATE SAFETY MEETING SGI Meeting Record Page/pfigina 3 of/de:3 Employee # NAME j Sign (Fume 5406 Jose,'S-Herrera °"' �1 5471 Elias, Javier Juarez , "-5474 Alauis, Delfino ^ �` 5485 Pelayo) Juan A p�ll6t, t 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac S &14) 5534 Protillo Salgado, Andres Avelinoj�s 5545 Albarado,Raul qct'\\/(Jcfcz�o 5548 Perez;Hector KL Pi- ICZ- 5570 Pelayo Velasco,Rosalio knaVo 5581 Edilbeito Cortez Villa 6N 5609 Vazquez Jose Manuel 8 5733 Sergio Mouroy 5732 Victor H. Alcala Reyes 1 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera y l . VI r <c✓ yL l�uG�c ESPANOL Todos los empleadas fhrmantes ceteifican quo to reumon fere realizada en Inglis con Espanol, o usanda rumbas idiomes, para la perfecto com- prenstdn de Was los presences de Jos loran de seguridad transits. Queen will reunion SGI la recumda que or parte de la potidca de Is emorese It ever adelonnc un hnbaio Mountable, hanesto . meura Todos las empleadas dejan constancia iombidn que tot; comcnidas de esta reunion son pane do Is politico en materia de segurtdad de SGI l quo formarin pane de los test periddicas de evaluation del personal. ENGLISH: All the signatory employees cenity that she meeting was presented in English or Spanish, or using both languai far clear understanding ofall treated subjects of security. In all meetings SGI remids them that it Is part of nhe ostlev or the company to serfann rr wwiblr, honest and rare xorh All the employees also put record that the mnlrnts of this meeting arc pan of the policy in the matter or xeurity of SG I and arc pan of the periodic test of evaluation of the personnel. I I Stay Green Inc. a /hr Alrrmwl Chokes F'm Pn f i+iun../ I mrdic"Pe Sr W'. TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina 2 of/de: 3 Employee # NAME Sign / Firme' ' 4'13 . RpLijamin.VlatikrrezRios11 4727' " . Miguel; Q lis Mutdi IK; 4882 Vera-Mojics,L'eonardo -- 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe U 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar I�O� l 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz t 5252 Omar, Garcia 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable ` 5360 Alfredo, Benitez / 7 C 5362 Christian, D 6•lonroy Garcia �7/W c� ESPANOL: Todos las empleados finnenles cenificen que la rcunidn fue realimda en Inglis o m Espadol, o usando ambos (dtomas. para perfe-a com- promion deludes los pretsentes de los tens de seguridad wwados. Que m toda reunidn SGI les rccuerda quc es oarte la of r I r a Ikvar adelsate on trabsio resoonsable. honesm s seauro. Todds los empleados dcjan constancia lambidn que los contanidos de tesla reunion s p pane do la polltica en materia de seguridad de SGI y que formaran pane de las test periddicas de evaluacion del personal. ENGLISH: All the sigtalop empto) ees certify that the metering uas preserved in English or Spanish, or using both languages, for clear understanding of all heated subjects of security In all meetings SGI ramids them that it Is part of the oollcv of the cam naay to perform responsible, honest and sore wor5. All the emplosms also put record char rhe contents of this meeting are pan of the pulicl in the matter of security of SGI and are pan a( the periodic Les( of evaluation of the personnel 'WIN1� eta green Inc. A Stay Green rq it L'Gnim Yin l'rrfenrsinua(L.inrLeyre.S'rrrires TAILGATE SAFETY MEETING SCI Meeting Record PagelPagina 1 of/de: 3 Date/ Feeha:Hour / Hora: AM/PM , Department / Departamento: SCYI Salvador, Hernandez 4432 Jose, A Romero Meeting was conducted by La clase fue dirigida.por, Grant Clack I Isaias Leon 1 Ruiino Gomez Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentado y discutido o Accidente y Lastimaduref Revisada Ad'drite unit copia) Nv _ 'Q l _ Suggestion / Recommendation or Action Taken/ Sugereneia / Recomendacidn a Accien Tomada 4535 I Employee 9 NAME Sign / Firm e. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon r c,�S�i�e%Y h eco 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon 4567 Jose, Aguilera 4613 Enrique, Pelayo 4679 Gerson, Aguirre J 4705 Francisco, S Cortes d ESPANOL: Todos los empleados firmames cenifican que la reunion fuc rcalizada en Ingids o en Espanol. o usando ambos idiurme. para to pert cu com. prension de todos los presences de las temas de seguridod tnandos. Que en toda reunion SGI Its rccuerdo que es aerie de is noliticx de In emnresx Ilesar ndelante on trabnio resnomable. honesto v m2uro- Todos los empleudos dejan a manna trmb!en que los contenidos do esus reunion son pone de to politico an mmcria de seguridad de SGI y que formamn pane do los test periddkus da evahmcion del personal. ENGLISH: All (he signatory employees cunify that the meeting wm presented in English or Spanish. or using both languages. far clear understanding of aft trtmed subjects of security. In all meetings SGI remids them that it is part of the Policy of the company to perform responsible. huriest and 5grenmi N! du employees also put record that the contents of this meeting are pan of the policy in the matter ofsecurity al'SGI and are pan of the periodic test of evaluation critic personnel. Stay,, Inc. !!re V rhnv! Ulnar !m Pm(enuma!! amtn.rpe 5rnmres TAILGATE SAFETY MEETP. SGI Meeting Record :y. Pagelp'agina 2 of/de: 3 Employee# NAME Sign/Firma 4713 Ben'amm, Gutierrez Rios - � 4727 Miguel, Vargas Mullos A % 4882 Vera-Mojica, Leonardo 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz P-"/1 6 5141 Juan Molina Aguilar 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz � G 5252 Omar, Garcia 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez 5362 Christian D Monroy Garcia 61-- ! ESPANOk Todas las empkadas fimmntes cemfimn clue la reunidn fee malrzada en Iraids a en Espanol, o match ambos idmmas, pore la periecm com. pmnsidn de codas los presences do los comas de seguridad uredos. Queen coda reunion 50I les recuerda clue or I " e i es y r adelonte m fro Wig resndnsable. honeste v se¢uro. Tados' los emplcados dejam mnstanciu mmbin que tete comanidos de catn munidn sen parte de In patine en materia de seguddad de SGI y que farmoran parte d: las test periddicos do evolm it n del personal. ENGLISH: All the signatory employees ceniry that the meeting was presented in English a Spanish, or using both languages, for clear understanding of all treated stibice s of security. In all meetings SGI remids them that it is part of the nalk% of the company to perform rc. n sibl honest and •-re %- k All the employees also put recoil that tin contents or thm meeting arc pan or the palic5 in the molter orsecuriq of SGI and are pan of the penot is test of :valualionafthe personnel - y�\ Stay Gree h 1.nc. m 7(IC �!/IIT II �-yl/all••• i Fur lin/euinnall.u+eL•�os(rc Srrrimi TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina 3 of/de: 3 Employee it NAME Sign /Firma 5406 Jose, S •Herrera f 'V 5471 Elias; Javier Juarez 5474 Aianis, Delt-Lno 5485 Pelayo, Juan A Lr el a V7 f2ely, !% 5526 Magana-Lopez, Nicolas �:1: _ i 5528 Pelayo, Jose Isaac jo5e x le to y'O 5534 Protillo Salgado, Andres Avelino 5545 Albarudo,Raul 2 ,V 5548 Perez,Hector WL 5570 Pelayo Velasco,Rosalio i0 U 5581 Edilberto Cortez Villa /rra; 5609 Vazquez Jose Manuel 5733 Sergio Monroy 5732 Victor H. Alcala Reyes 5752 Rafael Calles Jr. /] q 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera L'SPANOL. ludo: los emplendas fimmmca ccnifican que In reunion Fuc (cailzadu an Inglis o cn Espalol.ousmdo ambos idiumxs, parala perfecto earn pscnsmn de Vedas los inewntes do his lamas do scguridad trundles. One at India reunion SGI Is recuerdu quc es Parted e In nulii en de In emnresu Ile, ar adclante un trubu to resnonsable. honesto r scauro. Todas los cmplzndos dejnn c nstancin lomblcn clue los conwiticios de csta reunion son pane do In politica cn nuteno de sesundad de 5 0 y qua 1'ormomn pone de los test periodicos ck evaluaciat del personal. I= NG L1511 All the signs n) emplalces certify that the meeting wu presented in English or Spanish• at using both languages. for clear ondetstonding ufall treated subjects of security In all meetings SGI tumids Them that it Is sort orth I' f th (a Perform u , ihie honest it safe nark All the amplos cos also put record that the contents of this meeting are part of the policy in the mmtter of security of SGI and are pan of die periadic test or aaluanon nfthe remand Stay Greeff Inc. U�r.\Lnar.rf Lamin hie Pnfv:rm�.J /,uu(re.qu.lrrria: TAILGATE SAFETY MEETING SGI Meeting Record Page/Pagina 1 oVde: 3 Date/;Fecha: 4 ."3--, 'i� Hour/Hors: 00 M Department / Departamento: SCV 4432 Jose, A Romero 4520 Meeting was ponductewd by La close rue dgigida par Grant Clack/ Isaias Leon / Ru_fino Gomez Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema r'e3 nlado 'di9cutido o Accidents y La§timadura Revisada Ad•unte una co is Alejandro, Garcia de Alba n Ira el ' 4535 Su geatl6n {Recommendation or Action Taken I Su erencia I Recofnendacidn is kccl6n Tomada , 4567 Jose,'Aguilera Employee # NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon i SeL 6 4524 --027 Alejandro, Garcia de Alba n Ira el ' 4535 David, Pelayo Leon 4567 Jose,'Aguilera 4613 Enrique, Pelayo I tee - IL 4679 Gerson, Aguirre 4�rsoh Agv/` 4705 Francisco, S Cortes ESPAIiOL' Todos los empleados firmantes « ni hcan que la reunion rue realirada en Ingles a in Espanol. o usando ambos tdiomas. pore Its perfecto cam. preasson de lodes los presences de los (emas de segurid ad tmtados. Queen lode reunion SGI Ies recuerda que es oa rse de la Polldra de In empress Iles ar idelante un trabaio resppn able, honesto s se pro. Todos los empleados dejen cnmtancia tambien que JOS conuenidos de este reunion son Pant de la politipoen mmeria de seguridad de SGI ) que fomsaran pane do los lest pviddices do oaluncion del personal. ENGLISH: All the signeton emplosets ceniO that the meeting seas presented in English or Spanish, or using hoth languages. for clear understanding of all treated suhjetts orsecurit} In all meetings SGI mmids chem that it Is Part of the policy of the moans to Perform resoonsibly.ha nt andef rk All the employees also put record that the contents of this meeting ere pen of the poliq in the miner or seeune, of SGI and we pan ordte periodic test or evaluation orthe perunncl W,15 a� Stay Green Inc. 0��! r /hr \ mr .rl! nrrcr F,,, 14,r�i:: M:edl niirltr.rpr.lerrnrc, TAILGATE SAFETY MEETING T SGI Meeting Record `Page/pagina 2 oVde: 3 Employee # NAME Sign /.Firme 4713 Benjamin, Gutierrez Rios 4727 Miguel, Yargits Wing .J 4882 Vera-Mojica,Leonardo 4844 Carrera Alfredo Eicobedo "" 7 5054 Juan, Jose Uribe , U, 5118 5199 Samuel Francisco, Romero Cruz \ 5141 Juan Molina Aguilar IVXk Adv,112(21 5223 Ledezma-Cisneros, Carlos 5239 Salvador Alaniz 42 5252 G lsfvareea-- --�� 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable If 5360 Alfredo, Benitez 5362 Christian, D Monroy Garcia V" ESPANOL: T•ados los empleudos fiman¢s cerlifican que In reunibn Poe reahaado en miles o en Espodol. o usmdo ambos idiomas. para to perfecta com- prensidn de todos los pmsentrs de los temz de seguridad vatados Queen Coda reunion SGI les recuerda quc es Dark de to PoIllica d la emoes Uttar odelantr on trabam. resoonsable honesto s scouro. Todos los empleedos dejan consmncia tambien que las comenidos de sm muni6n son pane de to politico en matoria de segundad de SGI yclue formaran pant de los test penddicos do es aluoci6n del personal. ENGLISH: All the signator) emplo7 ees x0i6 that the meelme m presented in Enaluh or Spanish. or using both languages, for clear understanding of ell treated subjects orsecurip In all meetings SGI remids them that it Is part of the lc or the com Pon v to Perforsa respons]bl h at and safe ss orb All use empty}ees also put record that the comms of this machng are pan of she pohq in the moxa of security of SGI and ars pan or the periodic ust of stunt ion of the personnel Stay Gree -n Inc. 'r}a! For Pi»lc+vnr,_,17:nrdrt�ipe.Ytra•iraa TAILGATE SAFETY MEETING SGI Meeting Record Page/paging 3 odder 3 Employee 8 NAME " Sign l Firnic" 5406 Jose, $.Herrera 5471` Elias, Javier Juarez 5474 ". , Alaulsq Delfino JIr 0, s, i -5485 Pelayo, Juan A ') 5526 Magana-Lopez, Nicolas 5528 Pelayo;JoseIsaac Off'. a� -5534 Prohllo Salgado, Andres Avelino 5545 Albarado,Raul 5548 Perez,Hector 5570 Pelayo Velasco,Rosalio r~ 5581 Edilberto Cortez Villa y 5609 Vazquez Jose Manuel 5733 Sergio Monroy 5732 Victor H. Alcala Reyes 5752 Rafael Calks Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera ESPAWL: Todas los empleados fumantes cenitican que In reunion Poe malizada en Ingles o to Espadol. o usanda ambus idiamas, plum In perfecta cam- prensiAn de tactics los presemes de los temas de seguridad Irelados. Que entads reum6n SG In recuerdn que es parte de In nolldce de In emaresn [lei ar idelmnle on Ira bolo usoansable. hanesm v seeuro Tadas las empleados dejan constancio lambien que las comenidos dents reunion son pane do la politica en materm de seguridad de SGI y que fonnaran pane de las test periodical ice evaluation del petsohdl. ENGLISH: All the signator) employees cenify shat the meeting was presented in English or Spanish, or using both languages. for clear understand ma of all (rented subjects a(securit). In all meetings SG mmids them Ilmt it Is part of the pallet or the earn pan s to perform responsible, honest mJ safe xor4 All the emplo)ees also pm record that d¢ cameras arthis meeting ase port or the policy in the matter of security of SGI and are pan of the periadtc lest at evaluation ofthe personnel $ stay Green Ince Na \ Itrrlf twice G�`�/ry l'r,fc...fi ;i d'.iud.er/n 5rnvu• TAILGATE SAFETY MEETING SGI Meeting Record Page/Pfigina i of/de: 3 :_- - Date I Fecha: — Hour I Horn: AM/PM Department / Dep'arfameuto: SCV 4015 Salvador, Hernandez 4432 Jose, A Romero Meeting was conducted by La close foe dirigida por 5.-, , " Grant Clack / Isaias Leon ! Ruflno Gomez - Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema nresentko`y discutido o Accidente y Lastimadura Revisada Ad unte una co is 01v p 4524 Alejandro, Garcia de Alba Suggestion / Recommendation or Action Taken / Sugerencla / Recomendeeihn o Accidn Tomada �' r' Employee k NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba �' r' 4535 David, Pelayo Leon 4567 Jose, Aguilera 4613 Enrique, Pelayo fr � 4679 Genson, Aguirre 4�f Soti !1 v� 4705 Francisco, S Cortes ){ L• l % 1F�- r e.�' ESPANOLTodos las empleados Amasses ani lican que In reunion fie realizada en Ingles o en Espanol. o usando embus idiomns. para to perfecto mm- prensidnde lodes los pretenses de las Emus do segurided Iralados. Que" toda reunion SGI les reeucrda que as parse de to polltiea de le emoresa Ilcsar adelenm no hnbato resnonsabir hodesta s sesuro. Todos los empleados dcjan corsstoncia tombien que las comenidos de esta reunidn son parte do la politica en materia de segundad de SGI ) que fommmn pane de los test periddieos de es aluacidn del personal. ENGLISH: All the signaton empio)ees certih that the meeting pas presented in English or Spanish. or using both Imposes. for clear understanding or all treated subjecu of secunn In all meetings SGI remids them thus is is art n The Iics of thet e r responsible, n n are pork All the emplo)ces also put record that the canem s of this nseeting are pan of the pchc% in he maser of securm of SGI and ire pan of Circ periodic test of evaluation of the personnel I I , , t I I t., StayGe-ewlnc. ll,, \ren ,l r ),mire hrz Pn!bre: m::.,l / :..dugs, Serrnn TAILGATE SAFETY MEETING SGI Meeting Record Page/pAgina 2 of/de: 3 Employee N NAME Sign / Firme 4713 I3e'htaamfn, Gutierrez Rios 4727 igugl, Vargas Mutios 4882 Vera-Mojica, Leonardo 4844 Carrera Alfredo Escobedo - 5054 Juan,.JoseUribe 5118 Alejandro, Corona 519 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz 5252 Omar, Garcia 5300 Francisco, tVIejia i 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable - L 5360 Alfredo, Benitez si - 5362 Christian, D Monroy Garcia 4KSrjj17 n ro ESPA&0L: Todos los empleodos firmmnes cenifiican quc to munidn Poe realizada on Inglis o m Espadol, o usando ambos idiomos. pare In perrecia com- prensidn de todos los Presenles de las remas de sepridad tratados. Quo on lode reunion SGIles recuerda que es_parte de le noll+ica de la emorese Ite,ar adelanle on Inbolo musmsibic jmnnto, siiuro- Tudor los empleadas dejan consmncia tambien que las codtenidos de esia reu nm son pone de Is politica est materia de seguridad de SGI I quo formuen pane de los lest periddicm de c+aluacidn del personal. ENGLISH: All the sig.alon employees « nih lI n the meeting was presented in English or Spanish. or using both languages. far clear understanding or all trealyd objects ofsecurin. In all meetings SGI remids them that it is Part of the Pnikr or the eompanr to nerrorm resnonsible honest and sere nnrk All the emplo, ms also put record that the contents of this meeting are pan of the pohc, to the matter of securit} or SGI and ore pan or the penodtc n it or esaloalian of the personnel. Stay Green Inc. 4�rJ /hr l.rhe.rl (hn,rr .. !m Prrr(r•v: i.::ldurL, n(r, 1.rn.n TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina 3 of/de: 3 Employee # NAME Sip,/ Firme 5406 Jose, S I 7Herrera 5471 Elias, Javier Juarez r. 5474 Alanis, Delfino r ` f 5485 Pelayo,Juan A CI6X<7 �lCty� 5526M3agana-Lopez, Nicolas 5528 Pelayo, Jose Isaac J o+se Sa ct p 5534 Protillo Salgado, Andres Avelino /w(e5 5545 Albarado,Raul V , 5548 Pelrez,Hector ( r 5570 Pelayo Velasco,Rosalio I 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel ' 5733 Sergio Mouroy 5732 Victor H. Alcala Reyes l �{ 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera -� 1 LJwr•vZ'r— r o ESPANOLTodos las emplcadas firmantes cenirican qua to reunion Poe realizada a, Ingles o en Espadal. a usanda ambos idioms. parah, perfecta com. prensian de todos los presentes de los tem s de seauridad peados. Queen Coda reunion SGI its recuerda true as pane de is nal l licit de la emprrsa Ileiia r odelanse on tnbalo mountable. honesto r seauro. Todos los empieados dejan mossmicin mmbien qua los cooanidos de estu reunion son pane de to politica en nia trin de segundad de SGI s que formamn pane de los lest periodieot de etalunaon del persons). ENGLISH: All the slgnmon employees cenil} that the meeting as presented in English or Spanish. or using both Ianauages. for dear understanding or all treated subjects ofsecurit? In all meetings SGI remids Nem that it Is part of the nollrt or the tampon, to perform responsible honest and safe norp All the tmplo)eet also put record that ils contents of This meeting are pan of the palic? in the miner ofsecuriq or SGI and are pan of tire penodic lest of es alumion of the personnel SGI Meeting Record t Stay,Green rinc. 9Le A shms/,CLnrrr. ' J-nr Prn%rnfnnal Laulsciyi 5'nricrs TAILGATE SAFETY MEETING Page/Pagina 1 of/de: 3 Date / Fecha: — Hour/ Hors: (WeD AM/PM DeparimenO Departamento: SCV 4015 Salvador, Hernandez 4432 Meeting was conducted by Le clase fue dir gidq por Grant Clack / Lisa Anderson / Eleazar G'allnedo Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema resentado discutido o Accidente Lastittiadu7a'Re�isada Aa'uu€e arta cd'ia �. 4520 — egg sti6n / (�ecommTendetion or Action nken / SugereAcia I Becomee dac 6n a Acckin Tomada O it(� r J / /I 4524 Employee t1 NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero G 4520 Jose, Pelayo Leon �• "' O it(� r J / /I 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon 4567 Jose, Aguilera c 4613 Enrique, Pelayo 4679 Gerson, Aguirre 4705 Francisco, S Cortes ESPANOL Todos las empleados rimenicS ecnibcan quc in reuni6n Fin, rcaloada on Inglis o en Espaaal, o usando ambos idtomas, pare la perfecta mm. pmmi6n de lodos los presences de los temps de seguridad iratados. Que en Ioda munidn SGI les recuerda quc m pert d I Iflide la a sa II e odelaate on trahalo resnonssble, haneslo v scouro. Todas los empleados dejan constancia umbidn true los conlenidos de esta muni6n son parte do la politico on mmeris de segunded de SOI y quo fonnaran pane de los test peri6dieos de evalu"Idh del personal. ENGLISH: All the signatory employees certify Ihat the mating seas presented in Etiahsh or Spanish, or using bath languages, for clear understanding of all treated subjects orsecurity. In ell meetings SGI remids them that It Is Part of the Ruder of The coronary in Perform— responsible. horucal a nd 921fe work921f All the employees also put record that the contents orthis meeting on, part or the policy in the matter of security of SGI and arc pan of the periodic Ito of evaluation of the personnel - L Stay Greed Inc. TGu\:rtum7Cbnite �y Fpr R•n(nsimral l..vuLanpc S'rrrices� TAILGATE SAFETY MEETING ( C SG] Meeting Record :.Rage/pligina 2•of/de; 3 Employee ,='NAME SignefFirme 4713 Benjamin,Gutderrezltios 1 114 .f . 4727 Miguel, Vargas WOWS 4882 Vera Mopa;Leonardo a` 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uri be 4971 Isidro Chavez v 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar a /LIO 119 5683 Salvador Martinez 1f Q 5239 Salvador, Alaniz 5685 Guillermo Ochoa 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable r_ 5360 Alfredo, Benitez 5362 Christian, D Monroy Garcia 46TW Y&to) ESPAAOL: Todas los empleados rim areas cenifican qua la reunion flue realranda an Inglis o en Esp,.d:1, o usando ambos idiamas, pare It perfectA com- prcmion de rodos los presences de los tennis de segudded trotudos. Queen todo reunion SGI Its fecuerda que es Parte dela nolllica de In emnrm Ilev it adelaale an srabalu resoonseble, honesto v seauro. Todos los tmplcados dejao cansigneia membicn qua los comemdos de ism reunidn son parte de to politica an materia do seguridad de SGI y que formaran pane de los last periodicus de evaluxion del personal. ENGLISH. All the signatory employees certify that the meeting was presented in English or Spanish, or using both languages, for cigar undemanding orall treated subjects of security. In all meetings SGI remids them that it is Ann of the nollcv of the company to Perform responsible. honest and safe pork. All the employees also put record that the contents of this meeting are pan ofthe policy in the matter of security orSGl and are part of dm periodic test of evoluuion of the personnel Stay Green Inc. ,�� 7be \�aA,ral G%uim � pnr pro%pinna//..uubctpc 3arrieer TAILGATE SAFETY MEETING SGI Meeting Record Page/pilgina 3 of/de: 3 Employee # NAME Sign / Firme 5406 Jose,S Herrera S L VA !471 Elias, Javiei Juarez 547:1 Alanis, Delfino 5485 Pelayo, Juan A .. 3;- 1)_ Ir 5526 11jagaua-Lopez, Nicolas 5528 Pelayo, Jose -Isaac ;: 5534 Prot9llo Salgado, Agdres Avelino n�rPS 5545 Albarado,Raul RGu 5548 Perez,Hector 5570 Pelayo Velasco,Rosalioen \ \ 5581 Edilherto Cortez Villa 5609 Vazquez Jose Manuel e 5636 Miguel A Roman 5732 Victor H. Alcala Reyes ri' 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia �. v-- 5758 Romerico Herrera 5841 Franklin Leon r/t a %L 6l , 5843 Jose Luis Narravo carnnv,_: i uuus ms empicaoos nrmames cnmcan que m reunrda [ue rtHtpaba en Inglis o en Espadol, o usando embus idiomas. pard Is perfecta cum- prensuct dr lodos los preserves de los temps de segurided Imtades. Que m coda reunidn SGI Its recuerda que 21 partgdeI politics dela empress Ilev adelaaIca Ira train resnonsable, honesto v seeore. Todds los empleados dejan conslmoaa lambien que Ips contenidos de esla reu bn son parte the In politics en maleria de segurldad de SGI y que fomtamn pane de las lest periddicos do evalt ncida del personal. ENGLISH: All the signatory employees certify that the meeting was presented in Axiish or Spanish, or using both languages, for clear undenlandmg or all treated suhjects of security In all meetings SGI remids &em that it is part of the nonev of the company to fierfarm Etsponsible,hangli, and safe k All the employees also put record that the contents urthis meeting are pan orlhe policy in the matter of security orSGI and are part critic periodic lest of evaluntioo of the personnel I/ E Stay Green' Inc. li,lin-P.. e.d! .iadir,r/m :rrrins TAILGATE SAFETY MEETING SGI Meeting Record Page/Pfigina I of/de: 3 Date /Fecha: L3 Z Hour / Hora: m AM/Phi Department / Departamento: SCV Salvador, Hernandez 4432 Jose, A Romero 4520 Meeting was conducted by La ciase fue dirigida por Grant Clack / Isaias Leon I ROW) Gomez Subjects Presented and Tema resentado discutido Discussed or Accident and Injuries Reviewed (Attach a copy) o Accidente Lastimadura Revisada Ad'unte una co is 4535 David, Pelayo Leon Suggestion / Recommendation or Action Taken / Sugerencia I Recomendaei6n o Acci6n Tomada - Th -Sa it Jose, Aguilera Cr i /%1c✓J� a f/ Sm2t I=CZA Employee H NAME Sign t Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon 1 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon 4567 Jose, Aguilera / 4613 Enrique, Pelayo 4 4679 Gerson, Aguirre i rl 4705 Francisco, S Cortes ESPANOL. Todos las empleados fimrames ce¢ifcar que I. reunion rue realrzuda en inv_les o en Espat o usondo ambos idwmr: para In perfecta eom- prension de Iodos los rimsentes de los comas de seguridad imtodos. Q" m soda reumdn SGI Its recuerda qua es name de la Willett de It emnresa Mesar adclanic un Inbalit responsible.horiesto e tieguro. Todos los empleados dejan cansmndu tanbifn que las canenidos de esm reunion on pane de to public. en materia do eegunded de SGI l clue formaran pane de las test detiudicos de es uluaciun del pernmal. ENGLISH: All tire sigtnmq canpluyees cenih that the meelina tsar presented in English or Spanish. or using both languages. for clear understandina oral treated subjects of securin. In all meetings SGI temids diem that it Is on rf of the I' f the company in performible, honest and a f ,s art, All the emplalees also pat record that the contents of this meeting are port or the polmy in the mover or securitY of SGI and are pan or the periodic test of evaluation of the personnel I I i I s A 6, eta Gee Inc. ae •6' !La \:il:nulY.`wrr • tin'Nrn�r+. insJl.aarlxnrpc.im•ins TAILGATE SAFETY MEETING SGI Meeting Record Page/pfigms 2 of/de: 3 Employee t✓ NAME ._ - -- n / Firir#e Son „.. .s., 4713 Bee oafn, Gutibrrez Rios 4127 Miguel, Vargas Muaos44 t =„ Ij 4$82 Vera-Mojica, Leonardo 4844 Carrera Alfredo Escobedo 5059 Juan, Jose Uribe ^ ; 5118 Alejandro, Corona r � 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar -- r, 5223 Ledezma-Cisneros, Carlos 5239 Salvador;Alaniz 5252 Omar, Garcia 5300 Francisco, Will 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez ! 5362 Christian, D Monroy Garcia ESPANOL: TadpKos empl<a s lrmantes ttrt to reunidn Poe rte m en logics o en Espanol. a usando ambos idiomas. para to perfecta com- prension de Insists Ins presences de Ips somas de seguridad tramdos. Que en dodo reun-SGI tes recuerda que eaParte de Is Politica de Is emnresa Ilerar ' aU I 1 -t b bl h est v scours, Todos Ips empleados dejan conamncia tambitn que los conlenidos de esla reunion son pane de In polniea en malaria dt seguridad de SGI yquc formmun pane de los test periudicos de evaluation del personal. ENGLISH: All the signaton employees ceniQ• that the nseetine was presented in English or Spanish. or using both languages. for clear understanding ofall treated subjects ofucuriq. In all meetings SGI masids them Ihm it Is parf9f the noir, of the an, t f m esno 'W h---, rid of - All the emplo,ces also put record that the contents alibis meeting. art pan of the police in the maner of mcuriq• of SGI and art pan of the periodic test of C' aluntion of the personnel ' (Stay Green Inc. hu I'nfu.im:,il l.mdudpr ].n:: r. TAILGATE SAFETY MEETING SGI Meeting Record Pagelpagina 3 of/de: 3 , t Employee # NAME Sign / Firme 5406 Jose, S Herrera IT 54 v n Pit 5471 -Elias, Javier Juarez 5474 Alanis, Delfina 5485 Felayo, Juan A - L C 5526 Magana-Lopez, Nicolas 5528 Pelayo; Jose Isaac +J 5534 Protillo Salgado, Andres Avelino 5545 Albarado ,Raul 5548 Per'ez,Hector 5570 Pelayo Velasco,Rosalio o u 5581 Edilberto Cortez Villa i� y 5609 Vazquez Jose Manuel t t 5733 Sergio Monroy 5732 Victor H. Alcala Reyes 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera ��{{,�tt t /Vr'�,� � SP u L Tidos los 411 alo7fiptt¢tpu ofnificdn que to rionYue,K'r Ba 2n Imes o an Espadal, a usando ambos Idlomas. pan to perfecto com- prension de tados las presentee alk tamps de segunded traindos. Qua en tido reunion'SGl les recuerda que es perm ele la politica de Is emnresa liver adelana On Ira all, rnnanseble, honesto a seeuro_ Todos las empleados dejan cnntancia umbien que los conmmdas de esta reunion son pane the In polmca en malena de segundad de SGI y qur fom,atap pane de los test periddicos de esatuacion dcl personal ENGLISH NI she signaton emplapees certify that the meeting uas presented in English or Spanish. or using bath languages. for clear undersmndtug of all treated subjects orsecuriq In all meetings SGI ramids them that it is part or th Pollf the commu% to performIbla, honest and f t, All the employees also put record that the contents of this meeting are pan of the policy in du matter of saurity of SGI and On, pan of the periodic test al' n alualion of the personnel I EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. staff 1> (wee oh'�o�red � 2) 3) 4) 5) 6) 7) 8) 9) 10) Bid # LMD-11-12-43 51 Richard Angelo Richard Angelo Rene Rivera Grant Clack Jeff Norquist Kevin Cawley John Barton Dave Colbum Adam Hall Leonardo Moran Wesley Heck Gerardo Gonzales Jorge Castaneda Rene Rivera Juan Hernandez Adam Hall Melissa Rodriguez Richard Angelo Richard Angelo Jose Romero Alejandro de Alba Francisco Cortes I Leonardo Vera ( Samuel Romero y e $tay Green Inc. )b..N,m.Jf3.ke -...FxPn/Fv,im ([.nx4.npSmWe STAFF QUALIFICATIONS Executive Chairman/Founder Executive Chairman/Founder VP of Operations Operations Manager Operations Manager Account Manager Account Manager Production Manager Business Developer Pest Control Advisor ABDE73173 Qualified Applicators License 98566 Qualified Applicators License 118964 Qualified Applicators License 126914 Qualified Applicators License 126918 Qualified Applicators License 108212 Qualified Applicators License 99677 Qualified Applicators License 126919 Qualified Applicators License 122279 Plant Health Care Spray Technician Qualified Applicators Licence 119089 Plant Health Care Spray Technician Qualified Applicators Certificate 91732 Plant Health Care Spray Technician Qualified Applicators Certificate 119271 Tree Care/Plant Health Care Operations Manager Arborist WE -8703A VP of Operations Arborist WE -9328A Business Developer Arborist WE -9628A Business Developer Arborist WE -9301 A Business Developer Arborist WE -9346A Executive Chairman/Founder Executive Chairman/Founder Imgation Technician Irrigation Technician Irrigation Technician Irrigation Technician Irrigation Technician California Landscape Technician Certified Water Auditor Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Stay Green Inc. 26415 Sammie Cirde, Sones Clack , CA 91350 • (800) 858-5508 • (6C• 1) 291-2800 • Fax: (661) 705-2089 awwscaygceaemm • C-27, C 61 Lkanee 4346620 0 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-11-12-43 52 EXHIBIT D Inventory List for LMD Zones T-2, T-3, T-4, T-5, T-6, T-7 Inventory List: T-2 Item # Description APPROXIMATE square footage Estimated Quantity Estimated Quantity 1 ' Turf 126,709 97,880 2 Annuals " 41 10 -3 Shrub"beds * A ... 138,129 ; 4 Sb "e are'a's.- __ _ ... '16,533- 16 533.5 240.473 -5 " We€d abatement areas 0-- "'-6 0 -6 Cement benches ....... 7 Brickberichsie Brick benches K ,, :12 8 Paseowalkwa"s -87,783 43,484 9 Passeb Li ht6l " Paseo Lights ryx 78 10 Backflowdevices Backflow devices =... .-]2 11 Irri-ation controllers ation controllers 11 12 Controller enclosures Controller enclosures 6 13 Cement trash receptacles Cement trash receptacles 4 14 1 Tunnels Rotella Rondell Tunnels 2 15 Monument signs Seed Bums 4 16 Seed Bums Trees 1" "* 17 Trees 560 Inventory List: T-3 Item # Description APPROXIMATE square footage Estimated Quantity 1 Turf 97,880 2 Annuals 10 3 Shrub beds 17,237 -4 Slope areas 240.473 - - 5 Weed abatement areas 0 6 Cement benches 8 7 Brick benches 9 8 Paseo walkways 43,484 9 Paseo Lights 27 10 Backflow devices 9 11irri ation controllers 10 12 Controller enclosures 8 13 Cement trash receptacles 6 14 Tunnels 1 15 Seed Bums 2 16 Trees 460 Bid # LMD-11-12-43 53 Inventory List: T-4 Item # Description APPROXIMATE square footage Estimated Quantic 1 Turf 114,551 2 Annuals 0 3 Shrub beds 84,191 _- 4 -Slo e; areas _- Y 0 5 Weed abatement areas 0 6 Cement benches 0 7 .. Wooden benches 8 Paseo walkways 76,008, 9 Paseo Lights '.-. _ K'- 29 10— Backflow devices. ""` 4e8 _ 11 Irrigation controllers 18 12 Controller enclosures ¢:11` - 13 Cement trash Tece tacles 10 14BdO e / Lights h P3 .. 15 Seed Bums A' 16 1 Trees i "372' Inventory List: T-5 Item # Description APPROXIMATE square footage Estimated Quanti 1 Turf 211,454 2 Annuals 0 3 Shrub beds 20,506 4 Slope areas 12,746 5 Weed abatement areas 0 6 Cement benches 0 7 Brick benches 0 8 Paseo walkways 43-1484 9 Paseo Lights 46 10 Backflow devices 16 11 Irrigation controllers 18 12 Controller enclosures 18 13 Cement trash receptacles 10 14 Tunnels / Lights h / 9 15 Seed Bums 3 16 Trees i 346 17 Paseo Bridge / Lights %/3 18 Monument signs 3 Bid * LMD-11-12-43 54 I Inventory List: T-6 Item # Description APPROXIMATE square footage Estimated Quandt 1 1 Turf 3,057 Annuals 2 Annuals0,-•,, I 3 Shrub beds 230,474 3 Shrub beds Slope areas 841621- QWV,A� 4 Slope areas 1 TS 5 -7, 6 5 Weed abatement areas A 5/7 W ft 4 MA - Bike racks 6 Cement benches' 8 Paseo walkways 196,618 7 Brick benches t-wai.4- Paseo Lights -0 8 Paseo walkways A f,�'.A 42vQ9(Y-'.#rW;W --o Lin.'Ft.3,635 9 Paseo Liqhts 17 X -41 43 10 Backflow devices -7� 13 Cement trash receptacles 4 11 Irrigation controllers Park / Playgrounds 1 and 2 12 Controller enclosures - r= 4S, 4 13 Cement trash receptacles 7 17 0 14 Tunnels / Uqhts 18 Trees %/9 15 Speed Bumps Drinking fountains 6 16 Trees 5 259 17 Paseo Bridqe / Lights -71, F i 18 Monument signs4�vva� 1. - 0 Inventory List: T-7 Item # Description -APPROXIMATE sicluare footage Estimated Quantity 1 Turf 252,970 2, 2 Annuals 505'q- 3 Shrub beds 230,474 4 Slope areas 136,133 33 5 Weed abatement areas 6 Cement benches / Tables 2 5/7 7 Bike racks 0 .1. 6 8 Paseo walkways 196,618 Lin. Ft. 16,677 9 Paseo Lights 225 10 Backflow devices 14 11 Irrigation controllers 17 12 Controller enclosures 14 13 Cement trash receptacles 3 14 Park / Playgrounds 1 and 2 /15 Basketball Courts 1 16 Monument signs 7 17 Paseo Bridge / Lights 31/2 18 Trees 1,051 19 Drinking fountains 1 20 Vita Courses 5 Bid# LMD-11-12-43 55 EXHIBIT E Specialized Maintenance Program Reference Guide Daily — Weekly — Monthly UFFEDUEN UFFIRUE 0 X11 X11 Bid # LMD-11-12-43 56 EXHIBIT E1 Specialized Maintenance Program Reference Guide Sehii'annual and Annual Bid # LMD-11-12-43 57 His 11O 1 a11��.■11.1 U111111111111 ii BEAR El 111111 0 El I, E I pill D1111YI.ii1 Bid # LMD-11-12-43 57 EXHIBIT,E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only—actual irrigation needs shall be based on plant requirements) SPRING - SUMMER IRRIGATION SCHEDULE , A. As climatic conditionsbedome warmer, the increased. The run timjes/cycles will be adju daily basis to maximize soil,percolation ani t t B. The irrigation controllers will temperature hours. tion schedule will be,. correspondingly o` utilize' :cycle and soak' methods on a ;equ�ntl"y, minimize *n -off, lie op solely during %ighttime, lower - 1 FALL - WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be'correspondingly reduced. The run times/cycles%days will be"decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will bg programmed to be on solely during daylight, non -frost threat, hours. The contractor will schedule the_ir_rigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fall, and Winter]. B. LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant of the results of those inspections. Bid S LMD-11-12-43 58 EXHIBIT E3 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only — actual irrigation needs shall be based on plant requirements) Special Districts Irrigation Program — Summer & Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 — October 20) A. Shrub Beds 1. Spray Heads 4'minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads — 10 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary — 15 minutes per station/per cycle, 3 cycles pet day, 5 dayls per week. B. Turf Areas 1. Spray Heads — 5 minutes per station/per cycle, 3 cycles pet day, 5 days per week. 2. Stream Rotary 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary 360 (full) — 30 minutes per station/per cycle, 3 cycles p6r day, 5 days per week. 4- Gear Rotary 180 (half) —20 minutes per station/per cycle, 3 cycles pet' day, 5 days per week. 5. Gear Rotary 360 (full)— 40 minutes perstation/per cycle, 3 cycles per day, 5 days per week. C. Planted Slopes 1. Impact Heads 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Impact Heads 360 (fill) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. WINTER IRRIGATION SCHEDULE (October 21 — March 20) As the climatic conditions become cooler, the watering schedule will be reduced. The time elements will remain the same, but the number of cycles and number of days will be reduced to 3 days or less per week. VARIATION OF IRRIGATION SCHEDULES A. Variations of the schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require additional watering, resulting in variations in the schedule for specific stations on a controller. C. Private contractor is responsible to make adjustments as needed to maintain acceptable appearance at all times. INSPECTIONS Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at a minimum of twice a year. Bid # LMD-11-12-43 59 EXHIBIT E4 Preventative Disease Control Guide I. Olen Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when %: to of blooms are open. Second application to be done 7-10- days after the first application. II. Pyrus Kswakamii (Evergreen Pear) Fireblieht —Preventative Treatment Spray application to occur October I through mid-November. Fireblieht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut. III. Platanus (Sycamore) Anthracnose (Fireblieht) — Preventative Treatment This treatment would consist of two (2) applications and possibly a third application, depending on the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application— During the month of April, if there is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of atype approved by the County Agricultural Commissioner. Bid # LMD-11-12-43 60 EXHIBIT E5 Artificial Turf Maintenance Taking care of your new artificial lawn With synthetic grass you will never have to mow, water or fertilize your lawn ever again. However, you will have times when you will want to clean the artificial turf fibers or need to clean off fallen leaves in the fall. Unfortunately, your new green synthetic lawn can't solve all of your lawn maintenance issues. Washing Artificial Grass; While Synthetic lawn does not require routine lawn maintenance, you will need to cle4 it periodically to maintain its appearance. Depending on how your lawn is used and whether you have a pet, you may need to wash your lawn more or less often. A cleaning detergent can be used if needed to remove pet wastes or oxidation from nearby sprinklers. We recommend cleaners like Agent Orange or Simple Green for most jobs. For sprinkler oxidation we End CLR works the best. Simply spray down the lawn as if you were hosing down a driveway or patio. If using cleaners, apply in problem areas and let it sit for several minutes. When ready, simply rinse off cleaner. Simply spray off lawn like you were hosing down a driveway or patio. Cleaning detergents may be used if necessary. Blowing Off Lawn; To remove leaves and other debris, it is best to use a power blower. While a plastic leaf rake will not hurt the turf fibers, using one of these rakes can break up the leaves making it tougher to remove from the fibers. Start from one side of your lawn and blow off any leaves or debris. Sweep up after you have removed the debris and discard. • Using a power blower is the easiest way to remove leaves and debris. • Using plastic rakes can break up leaves making it hard to remove from fibers. Weekly, Remove leaves and trash. Hand pull weeds. Spot clean spills. Monthly; Check seams and report failures. Brush the surface to redistribute infill and maintain vertical fibers. Annually; Top dress with infill. Treat moss, mold and algae. 61 T-2 EX IBIT F - ZONE MAPS 62 T-3 63 iQ 'SANTA CLARMA 4 - Lan` itio'eMaintenanceDietrict Zone 74 Lopnd �C_y� � .� .. L♦r✓Wrl�rl��S�]W Y.R� ti :,Mw Zone Ts L".w �l W 0, V<l : 00*— WfA 11 Landscape —I-.- r- P.— rl P ^ rte^ V� P— F— P--" P--" r.-Mll F--" ria ----4 --" r- P.— rl P ^ rte^ V� P— F— P--" P--" r.-Mll F--" ria ----4 --" r S+w LL.wS"Mp/u9 GWl ..rt i { V IL Mq{Otv �eMl.HVW,l M.6u1 ROM1. pu98BI l LlauoZ ipuls44aweualu!eWade3spue7 KLIN6'TJ VJ.Mrspia.. `.'��. ..... ti Fr \, C \ > a„r EXHIBIT G 2012 HOLIDAY SCHEDULE HOLIDAY New Year's Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Vdieran's Day Thanksgiving Day Day after Thanksgiving 112 Day for Christmas Eve Christmas Day 1/2 Day for New Year's Eve New Year's Day DATE CELEBRATED Sunday, January 1 (Observed Monday 112/12) Monday, January 16 Monday, February 20 Monday, May 28 Wednesday, July 4 Monday, September 3 Sunday, November 11 (observed Monday 11/12/12) Thursday, November 22 Friday, November 23 Monday, December 24 Tuesday, December 25 Monday, December 31 Tuesday, January 1, 2013 If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. f3 Zone Zone Name T-2 Old Orchard T-3 Valencia Hills T-4 T-5 T-6 T-7 EXHIBIT H Home Owners Association List Association Name Valencia Old Orchard I and II 25051 Avenida Rotella Santa Clarita, CA 91355 Valencia Hills HOA 24060 Oakvale Drive Santa Clarita, CA 91355 Valencia Meadows N/A Valencia Glen N/A South Valley Valencia South Valley HOA P.O. Box 802227 Santa Clarita, CA 91355 Central and North Valley Valencia Valley Central and North Valley HOA. P.O. Box 55099 Santa Clarita, CA 9138 ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-11-12-43 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-2, T-3, T-4, T-5, T-6 AND T-7 June 29, 2012 This addendum must be included with the bid response. If you have already submitted a bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also contact Purchasing by fax and request the bid be returned. The fax number is (661) 286-4186. Please note, for informational purposes: the Pre-bid meeting for this bid and bid #LMD- 11.12-44 are being combined and will be on the same date, time and place: July 10, 2012 at 9:00 AM at City Hall in the Council Chambers. 1. Can you please provide the current contractors monthly charges just labor parts not including any material part for above landscape maintenance contract? A. The current monthly charge for the maintenance of these areas is $33,400 total per month. Contractor's representative Date sfiac� l Vic Company Name Bid # LMD-11-12-43, ADD #1 ADDENDUM #2 For City of Santa Clarita Invitation to Bid LMD-11-12-43 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-2, T-3, T-4, T-5, T-6 AND T-7 July 12, 2012 This addendum must be included with the bid response. If you have already submitted a bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also contact Purchasing by fax and request the bid be returned. The fax number is (661) 286-4186. A Pre-bid meeting was held for this bid and bid #LMD-11.12-44 combined, on July 10, 2012 at 9:00 AM at City Hall in the Council Chambers. Staff attendees were: Darin Seegmiller, Project Manager Mary Alice Boxall, Labor Compliance Specialist Jennifer Killian, Buyer Vendors attending: ISS Grounds Control, Brendon O'Steen Marina, Efrain Lupercio Oakridge landscape Inc., Hopi Williams -Roark Oak Springs Nursery Inc., Jose Luis Arredondo Parkwood Landscape Maintenance, Inc., David Stein Valley Crest, Jacob Lott and Joe Weintraub Venco Western, Inc., Rob Archer Mary Alice Boxall discussed generalities of the Labor Compliance Program. Darin Seegmiller went over some points which may be found in the specifications (Section "C') in the bid: • Zones T2 through T7 are approximately 51 acres total • This bid is for maintenance of slopes, side panels and a lot of paseos • There is a park in Zone T7 • All areas are utilized heavily by the public, especially paseos • In general- • Changes have been made to "extras" — a lot of work is no longer "extra" but should be included in the bid pricing like Mulch labor o Language has been modified on "Emergency" call outs Bid # LMD-11-1233, ADD #2 o Inventory lists are estimates only: bidding vendors are responsible for checking areas o New water budget o Went overall exhibits • A boundary map for ALL of the Landscape Maintenance Districts will be made available upon request, via e-mail and in pdf. version. Contact ikillian(a)santa- clarita.com 1. Who are the current contractors? A. Stay Green, Inc. 2. What are the current contract amounts? A. Zone T2 - $62,341.92 Zone T3 - $60,414.96 Zone T4 - $58,077.00 Zone T5 - $69,889.08 Zone T6 - $40,268.04 Zone T7 - $109,809.00 Contractor's representative lit �XCww � rt, Company arae 7I2q ) rz Date Bid # LMD-11-1243, ADD #2 2 `'✓ CERTIFICATE OF LIABILITY INSURANCE �i18/2 12 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 411SUy1NCE,;�0E5 NOT CONSTITUTE,A CONTRACT ,BETWEEN .THE ISSUINgj.INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THCERTIFICATE ERTIFICATE HOLDER. _ IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must he endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in fin of such endoirlements.*Wu c71# .""�-'. rI�'S `z+ PRODUCER Elizabeth Ngo, CISR Landscape Contractors (Lic#0755906) PHOW (Air.11Q. END:(559)650-3555 - AI( .Issa>Eeo-Dsse I Insurance Services, Inc. . engo8lcisinc.com 1835 N. Size Avenue I"URERIS) AFFORDING COVERAGE - MICI Fresno CA 93727 _.: NeURERA )ARCH Insurancen _ 1150 I 1�D MISURERS Firemana.,Fund -Ins Cc 21873 Stay Green, Inc. IIeuRERc;' MATURER D : 26415 SuD it Circle we~e: Santa Clarita CA 91350 IMURERF: COVERAGES r'_ CERTIFICATE NUMBER:11-12 pkg:IS„Autc, .._ :`R ..,T REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE.BEEN"JSSUED TO THE.NSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WiICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED_BV THE P , ICIES. ESCRI ED HEREIN 5 SUBJECT TO ALL THE TERMS, ACORD 25 (2010105) 01998-2010 ACORD CORPORATION. All rights reserved. INS020 i2OIr45101 The ACORD name and logo are CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE-3EENRE000ED BY PADCLAIMS.;`f IN WPE OF IwSUOWCE ACCORDANCE WITH THE POLICY PROVISIONS. 23920 Valencia Blvd Suite #245 POLICY NUN MWSEFF.' MMII� LATIN OENEML LNEILRY E Ngo, CISR/KSAENZ EA OCCURRENCE f 1,000,000 Er— 'Ei OCTAMWETOMENTER9nL9 { 100,000 A X COMMERCPL GENEPlL LIaBLITY CL SMADE nX OCCUR CPKGGGS0203 /1/2011 /1/2012 MEO EXP (AmU ane n) S 5,000 PERSONAL B ADV IN.URY $ 1,000,000 X $2,500 PD DED GENERAL AGGREGATE $ 2,000,000 GENA AOMEGATE1; APPLESPER- PRODUCTS-CCMPUOPAGG f 2,000,000 X POLICY PRO LOC S AUTO MOBILE LIABILITY a N1 11000.00 BODILY NJURY IPer orum) S A RMYAUTO �005MIED SSC EDULED CPEG0080203 /1/2011 /1/2012GODLY N.A1RY (Der a¢IdNA) { HIRED PATIOS X NO�V1Nm ROPER E f PPyMOMI Urb.Mmotmrt $ 1,000.0001 X U BRBIA LIAR X OCCIFt EACH OCCURRENCE f 10, 000, 000 AGGREGATE f 10,000,000 $ EXCESS UAB CLMMSMADE D X TI 00-000-5762-5139 /1/2011 /1/2012 WORIDA9 corEN 7101a V.CSTATU- CTH- LAaT, AIDEYPLOV6re'UABAUIY YIN AHr PWJFR ErCP.PMT*RIEXEOU"V ❑ OFr1CF*mI,m H)EXCLtDEOa (M.MM.ryM N11 N/A E L EAKH ACCIDENT $ EL DISEASE-E^.EMPLOYE i II FSeez. tlescnM,md.r DESCRIPTKr1 OF OPERA.TDNS Eebvr EL DISEASE -POCKY LMIT $ OESCRIPTIGN OF OPEMHONSI LOCATIONS I VEHICLES (Attach ACOM 101, Addltbne R.marl a Sch.dule, In mar. ous 1. r"Wred) RE: Annual Maintenance Contract for Landscape Maintenance Zones T-2, T-3, T-4, T-5, T-6 and T-7 - Bid 0 IZM-11-12-43 primary Insurance/Non Contributory Blanket Additional insured per attached OOGLO434000108 i CA20480299 City of Santa Clarita, its respective elected and appointed boards, officials, officers, agents, Employees and volunteers are named additional insured with respects to the operations performed by the above mentioned job THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE.BEEN"JSSUED TO THE.NSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WiICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED_BV THE P , ICIES. ESCRI ED HEREIN 5 SUBJECT TO ALL THE TERMS, ACORD 25 (2010105) 01998-2010 ACORD CORPORATION. All rights reserved. INS020 i2OIr45101 The ACORD name and logo are CERTIFICATE HOLDER CANCELLATION registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED W City of Santa Clarita ACCORDANCE WITH THE POLICY PROVISIONS. 23920 Valencia Blvd Suite #245 AUTHORIZED REPRESEHTADVE Santa Clarita, CA 91355-2196 E Ngo, CISR/KSAENZ registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL JNS%Uf ED PROTECTION ENDORSE.NltENT This endorsement rhodifiea insurance prcrA*,, under the following: COMMERCIAL GENtk& LIABIdW COVERAGE FORM SECTION II - WHO -IS M INSURED is amended to include as an insured any organization or'p6rso'ii'"iequiFed to be named as an additional insured pursuant to a written contract or agreement. The insurance provided by this endorsement is subject to the following: a «This insurance does not apply to any person ,or organization not specifically `'approved byvs as an add iion,a insured. b. Any irjsurance afforded an additional jnsured under this endorsement shall not begin,bggp -the date that the person or organization is approved by us as an additional insured. c. ,The Limits of Insurance under this insurance, which are listed in the Declarations of this policy, shall not be increased, regardless of the number of additional insureds, or the limits specified in the contract or agreement. d. Any coverage that is not provided under an additional insured's liability insurance policy for your acts, errors, or omissions is also not provided under this insurance. e. With respects to the additional insured, this insurance does not apply to: 1. "Property Damage" to "your product" arising out of it or any part of it 2. "Property Damage" to "your world arising out of it or any part of it and included in the :products -completed operations hazard". 3. Liability for "Property Damage" or Bodily Injury" for ads, errors, omissions of an additional insured. f. If required under written contract, this insurance will apply to an additional insured as primary insurance and other insurance which may be available to such additional insured shall apply on an excess basis. g. If required by a written contract, we waive our right to recovery against any additional insured because of payments we make for injury or damage arising out of :your ongoing operations, or "your work" done under a contract with that additional insured and included in the "products completed operations hazard". All other terms and conditions of this Policy remain unchanged. Endorsement Number: NIA Policy Number: LCPKGO080203 Named Insured: Stay Green, Inc. This endorsement is effective on the inception date of this policy unless otherwise stated herein. Endorsement Effective Date: 07-18-2012 00 GLO434 00 0108 Includes copyrighted material of Insurance Services Office, Inc Page 1 of 1 .with its permission POLICY NUMBER: LCPKG0WW03 NAMED INSURED:- Stay Green; -Inc. COMMERCIAL AUTO CA 20 48 02 99 THIS'ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement�modifies insurance provided under the following: BUSINESSAUTO('.OVERAGE FORM _GARAGE COVERAGE FORM t MOYOR CARRIER COVERAGE FORM, TRUCKERSCOVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement This'@ndorsemer��uttldenes Orson(s) or o5garltzatiogsj-who are "insureds:',under the Whb Is. Aq"sured Provision of thei'Mrage F,onn. This eiiaorsement does not.alter coverage provided in the Coverage Form This Endorsement changes the policy effecfive on the inception date of the policy unless another date is indicated below. Endorsement Effective: 07-18-2012 Countersigned By. Named Insured: Insured: Stay Green, Inc. Authorized Representative) SCHEDULE Name of Person (s) or Organization (s): City of Santa Clarita, its respective elected and appointed boards, officials, officers, agents, employees and volunteers With respects to work performed by or on by behalf of the named insttred @ Annual Maintenance Contract for Landscape Maintenance Zones T- 2, T-3, T-4, T-5, T-6 and T-7 — Bid # LMD-11-12-43 (If no entry appears above, information required to complete this endorsementwill be shown in the Declarations as applicable to this endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 © ISO Properties. Inc, 1998 Page 1 of 1 0 ACORU `�. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOmYVI 7/13/2D12 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 REPRESENTATIVE OR PRODUOER, AND THE CERTIFICATE HOLDER.' - ' . I 'Y -' n PRODUCER Landscape Contractors (Lic#0755906) Insurance Services, Inc. 1835 N. Fine Avenue Fresno CA 93727 NTA NAME:CT Elizabeth Ngo, CISR ACORU `�. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOmYVI 7/13/2D12 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 REPRESENTATIVE OR PRODUOER, AND THE CERTIFICATE HOLDER.' - ' . I 'Y -' IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. U SUBROGATION IS WAIVED, subject to the terns and conditions of the policy, certain policies maf moire in 9gdors�enf, A dkirient on this certificate does not center dphts to the certificate holder In Ileu of such endorsemed(s). - . ' - ' - PRODUCER Landscape Contractors (Lic#0755906) Insurance Services, Inc. 1835 N. Fine Avenue Fresno CA 93727 NTA NAME:CT Elizabeth Ngo, CISR PHO1'� n. (559) 650-3555 -. issslfso-3sse L .engoillaisine.aom -- .RNs EI s AFFORDING COVERAGE NINE INSURERA Vatiofi3l' Surety corpdration 21981 INSURED•. Stay Green, Inc. 26415 Summit Circle Santa Clarita CA 91350 - - . INSURER B: - INeuftEac: INSURERD: If1SURERE: INSUPERF: 1 COVERAGES CERTIFICATE NUMBER:12-13 WC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUREDNAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER .DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BEISSUEDOR MAY PERTAIN, THE INSURANCE AFFORDED 8Y'iHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS. NSR TR TYPE OF NSU PNCE ADDL9 NSR POLICY NUMBER POLEYEFF MMIDDIY POLICY EXP MMI umrs GENERAL LMBILITY COMMERCwL GENERAL L"ILITY OW SALALE ❑ OCNR Santa Clarita, CA 91355-2196 E Ngo, CISR/RSAENZ EACH OtCIRRENCE f PREMISES o tTarlta S MCDf (my on,) f PERSONAL 4 ADV NJJRY f GENERAL AIDGREGATE f GENL AGGREGATE POLICY LIMIT APPLIES PER r7PRO- LOC PRODUCTS-COMPIOPAGG L f AUTOMOBAE LIABILITY ANY AUTO ALL OWNED SLTIfDOLED AUTOS ALTOS HIRED AUTOS NDIWOW�ED AUTOS SODILY INJURY IPr DNsanl f EODILY INJURY (Pe Tca0er41 f %ROP TY DAMAGE f P recr� f UMBRELLA LMBOCCUR EXCESSUAB CIPIASl,MDE FA OCCURRENCE f AGGREGATE f LED I I RETENTIONS A WORRERSCOMPENSAIION AND EMPLOYERS' LIABILITY ANYPROFMITTOR,PARTNEREEOJTIVE YIN OFFICERINEMBER E)CLJDEW (MendNM In NH) 1�1ya;desaAbe uMer LESCRIPTICN OF OPERATIONS Dabs NIA NC 80999392 /1/2012 - /1/2013 X WCyTPTII OTH- El EACH ACCIDENT f 1,000,000 EL DISEASE - EA EMPLOYEE It 1,000,000 EL DISEASE POLICY LMR f 11000,000 DES CRPTIONOFOPERArONSILOCATIONSIVEHICLES(AIMeh ACORO101,AddtMntl Remmka Sch Ws.Ifmxespace Mrequired) RE: Annual Maintenance Contract for Landscape Maintenance Zones T-2, T-3, T-4, T-5, T-6 and T-7 - Sid # LHD-11-12-43 CERTIFICATE HOLDER CANCELLATION �. ACORD 25 (2010105) ®1988-2010 ACORD CORPORATION. All rights reserved. INS025eoloo5lnl The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Santa Clarita 23920 Valencia Blvd Suite #245 ALRIHORIZED REPRESENTATIVE Santa Clarita, CA 91355-2196 E Ngo, CISR/RSAENZ ACORD 25 (2010105) ®1988-2010 ACORD CORPORATION. All rights reserved. INS025eoloo5lnl The ACORD name and logo are registered marks of ACORD NAIJ pr" CE P Tal"" � .a .�+u. t Y pY d G yi, ga a y n� Mk MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND STAY GREEN, INC. Contract No. 12-00323 THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this 01!� day of 20fa, , by and between the CITY OF SANTA CLARITA, a general law city and mum rpal 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 October 1, 2012, to September 30, 2014. The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit "A." B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's Revised 82011 Page t.of 7 responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PVID. 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. 9-.C. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: i. Thoroughly investigated and considered the scope of services to be performed; and ii. Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. Revised 812011 Page 2 of 7 B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Commercial general liability: Business automobile liability Workers compensation Limits (combined single) $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 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:VIL" Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance Revised &7011 Pap 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. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy. CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore. CONTRACTOR must obtain replacement coveraee 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 8201 I 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 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 8201 I 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 waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. 20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other. 24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting landscape maintenance. To the extent that there are additional terms and conditions contained in Exhibit "A and B" that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. 25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Revised 812011 Page 6 of 7 (SIGNATURES ON NEXT PAGE) Revised 8/2011 Page 7 of 7 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTO By: 4-- 4.1T 6?10g'K Print Name & Title Date: 9 /dIIa FOR CITY OF SANTA CLARITA: KENNETH RPUULSKAM/PP, CITY MANAGER 4,141 —Z - City Manager Date: 19.13112 -- ATTEST: X3112— ATTEST: By: .C... 4��-City Cierk Date: 4-- J -� I -L- APPROVED APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY La Date: Revised 8/2011 Page 8 of 7 FOR PUBLICATION TWO TIMES Friday, June 29, 2012 Wednesday, July 4, 2012 NOTICE INVITING BIDS Sealed bids must be received before 11:00 AM on Tuesday. July 31, 2012, by the Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355-2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 304 for the purchase of: LMD-11-12-44 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-8 AND T-17 Specifications for this bid may be downloaded from the City's Purchasing website at www.santa- ciadta.com/purchasing. Specifications may also be picked up at the City of Santa Clarita, Purchasing Division, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355-2196. Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on Tuesday, Jury 10, 2012 at 9:00 AM beginning at City Hall, 23920 Valencia Blvd., in the Council Chambers to review the bid. After the review vendors will be given the opportunity to assess the zones. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specked license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. This work is estimated at: LMD Zone T8 - $350,000/yr LMD Zone T17 - $15,300/yr This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections 1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.diT.ca.gov/dlsr/vwd. 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 Clanta's Labor Compliance Program, approved by the DIR for projects with a Bid Advertise Date of November 20, 2003 or later, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRS) with the progress payment on at least monthly basis to the City. The specifications in this notice shall be considered a part of any contract made pursuant thereto. Purchasing 661-286-4183 CITY OF SANTA CLARITA INVITATION FOR BID BID # LMD-11-12-44 BID OPENING: July 31, 2012, 11:00 AM The City of Santa Clarita invites sealed bids for: Terms of payment: Delivery: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-8 AND T-17 Subtotal US$ Sales or Use Tax (8.75%): US$ TOTAL: US$ 1. Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 245 Santa Clarita, CA 91355-2196 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days orforthe stated contract period, whichever is longer. 4. Bids must be on this Bid form and signed by the vendor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 67, Exhibits A to G and separate Appendix C (Labor Compliance Program). 5. The last day for questions will be 5:00 PM, July 23, 2012. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, July 10, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Council Chambers, Santa Clarita, CA. All interested vendors are strongly encouraged to attend. Please note: this is the SAME pre-bid meeting day, time and place as for bid #LMD-11-12-43. They are purposefully being combined. BIDDER TO READ I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned agrees to furnish the commodity or service stipulated on this bid as stated above. Address: Name (Print),. Company Phone No. Title of Person Signing Bid # LMD-11-12-44 TABLE OF CONTENTS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T'BAND T^17 LMD-1 1-12-44 Section ' ''''. _Page Notice Inviting Bids.... -- Invitation to0U--'--..............' '—'—' '' '—....'--1 TableofContents ................................................................................... 2 Bid Instructions '—--' '----------....—....,....--..3 To,msonUCunUitions—— ---------,.,---...—......--'T Administrative 8pecificahons—.................................. ............................. 10 Bid Security Bond/Proposal Guarantee Bid Bond ........................................ 33 Non Collusion AffiUuviL'' '---.----------........---.34 Faithful Performance Bond ...................................................................... 35 Material Labor (PaymenUBond ................................................................. 35 Sample Contract .'--.,..---------^.........------3T Documentation Checklist ...................................................................... '43 BidSchedule ........................................................................................... 44 Designation ofSubcontractors .................................................................. 47 References—....................................................................... ............... —4S Exhibit AViolation Records ........................................ ............................ 5O Exhibit B8toff.' —' —' '—'-----........----------'51 Exhibit CEquipment Requirements ........................................................... 52 Exhibit D|nvonkory'... ........................................................................... 53 Exhibit E,E1'E5Maintenance Program Guide .............................................. 54 Exhibit FZone Map ............................................................................. 'GV Exhibit 6Holiday Schedule ....................................................................... 02 APPENDIX A Labor Compliance Program (separate attachment) ym4umo`1,c-4* 2 A. Submitting Proposals. (a) The bid response must be submitted on this form and include the notice, Request for Proposal Schedule, and all forms or information included in or required by Section C, Specifications, (attachments accepted), original and one copy in a sealed envelope with the wording "Bid", bid number and closing date marked on the outside. (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (c) Proposals/corrections received after the closing time will not be opened. The City will not be responsible for bids not properly marked and delivered. Upon award, all submissions become a matter of public record. 2. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3. Currency. All references to dollar amounts in this solicitation and in vendors response refer to United States currency. Payments will be made in Unite States Currency. 4. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City has the option of accepting or rejecting any alternative bid. 5. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post-industrial and post -consumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 6. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 7. Refection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 6. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will also be available from the City's website if the bid was downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. 9. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works, professional services or is federally funded. Qualifications of responsibility will be in accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the goods and/or services resulting from this solicitation. The City may make an award based on partial items unless the bid submitted is marked "All or none." Where detailed specifications and/or standards are provided the City considers them to be material and may accept or reject deviations. The results of the bid will be posted on the City's website at www.santa-clarita.com/purchasing normally within 24 hours. Bid • LMD-11-12-" 1 BID INSTRUCTIONS (continued) 10. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy -back" procurements. 11. Amendments. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor will be considered agreement with the terms of this contract. 12. Taxes. Charges and Extras. (a) Bidder must show as a separate item California State Sales and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 13. Payment. (a) Bidder shall state payment terms offered- (b) Payment will be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 14. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 15. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. 16. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor Compliance Program is included herein as an informative reference for the successful bidder It does not require any completion prior to contract award but should be reviewed for all necessary provisions and requirements. 17. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 18. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the bidder must defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. 19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid to guarantee that bidders will enter into contract to furnish goods at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California- Likewise, a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Bid # LMD-11-12-44 BID INSTRUCTIONS (continued) 20. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided prior to contract signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement). For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 21. On -Site Insoection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 22. Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired, but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 24. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. 25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay "surcharges" of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. 26. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 28. Termination. The City may terminate any service or contract with or without cause either verbally or in Bid # LMD-11-12-44 5 writing at any time without penalty BID INSTRUCTIONS (continued) 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and 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 underthis order to so comply. 30. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. Contract delivery must begin not later than fifteen (15) calendar days from receipt of order. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, and site of user division. 32. Invoices. Invoices will be forwarded to City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to kill iana santa-clarita.com . They may also be faxed on letterhead to (661) 286-4186 or sent on letterhead to: City of Santa Clarita Purchasing Department 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 The last day for questions will be July 23, 2012 before 5:00 PM 34. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid # LMD-11-12-44 B. TERMS AND CONDITIONS The solicitation, bidder's response and the Purchase Order (and Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the "goods"). Time is of the essence. Shipment and Inspection. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2. Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendor's skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder. 4. Remedies. In the event of vendor's breach of this Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City by law: (a) require vendor to repair or replace such goods, and upon vendors failure or refusal to do so, repair or replace the same at vendor's expense: (b) reject any shipment or delivery containing defective or nonconforming goods and return for credit or replacement at vendor's option; said return to be made at vendor's cost and risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as vendor's repudiation of this Contract. In the event of City's breach hereunder, vendor's exclusive remedy shall be vendor's recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5. Force Majeure. For the purposes of this Contract, an event of "force majeure" shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays, acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an Bid # LMD-11-12-44 event of force majeure. The party affected by a force majeure event shall give notice thereof to the other party within ten days following the occurrence thereof and shall apprise the other party of the probable extent to which the affected party will be unable to perform or will be delayed in performing its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the other party prompt notice when that has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the force majeure condition exists, after which the parties' performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's declaration of a force majeure event which prevents its full and/or timely delivery of goods hereunder, City may, at its option and without liability (a) require vendor to apportion among its customers the goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced deliveries, or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute goods from other sources in which event this contract shall be deemed modified to eliminate vendor's obligation to sell and City's obligation to purchase such substituted goods. After cessation of a force majeure event declared by vendor, vendor shall, at City's option but not otherwise, be obligated to deliver goods not delivered during the force majeure event. After cessation of a force majeure event declared by City, neither party shall be obligated to deliver or purchase goods not so delivered and purchased during the force majeure period. 6. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend such suit and shall indemnify and save and hold City harmless from and against all claims, damages, losses, demands, costs and expenses (including attorney's fees) in connection with such suit or threatened suit. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance under this Contract, including, without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity Clause prescribed by Executive Order 11246 dated September 24, 1965 as amended, and any rules, regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnify and save and hold City from and against any and all claims, damages, demands, costs and losses which the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold hereunder will comply with and conform in every respect to the standards applicable to the use of such goods under the Williams -Steiger Occupational Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any clause required by any law, ordinance, rule or regulation to be included in a contract of the type evidenced by this document shall be deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed material/services and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8. Reports, Artwork, Designs (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by signing the contract. Such works and the like shall not be used by vendor in the conduct of any business with any third party without the City's written consent. Bid # LMD-11-12-44 (c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other properties furnished by City or specifically paid for by City shall be City's property. Any such property shall be used only in filling orders from City and may on demand be removed by City without charge. Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to the same while in vendor's custody. Vendor shall at its cost store and maintain all such property in good condition and repair. City makes no warranties of any nature with respect to any property it may furnish to vendor hereunder. 9. Governing Law. The Purchase Order and this Contract between the parties evidenced hereby shall be deemed to be made in the State of California and shall in all respects be construed and governed by the laws of that state. 10. Miscellaneous. (a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of any other such term, condition or provision, nor shall such waiver be deemed a waiver of a subsequent breach of the same term, condition or provision. (b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made by City on this Contract or any other forms delivered to vendor shall be subject to correction. (c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers and unit prices shall hold over extended prices. (d) City may, upon notice of vendor and without liability to City, cancel this Contract and any outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder, at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take possession of all or substantially all of vendor's assets, (B) vendor makes a general assignment for the benefit of creditors, or (C) any action or proceeding is commenced by or against vendor under any insolvency or bankruptcy act, or under any other statute or regulation having as its purpose the protection of creditors, or (D) vendor becomes insolvent or commits an act of bankruptcy. If an event described in (2) of this section occurs. City may at City's sole election pay vendor its actual out-of-pocket costs to date of cancellation, as approved by City, in which event the goods shall be the property of City and vendor shall safely hold the same subject to receipt of City's shipping instructions. 11. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a specific office at the Vendor's place of business. 12. Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid # LMD-11-12-44 C. ADMINISTRATIVE SPECIFICATIONS Introduction The City of Santa Clanta, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified landscape companies for landscape maintenance of the City's LMD Zone T8 (Valencia Summit) and LMD Zone T17 (Rainbow Glen) This contract shall run for two (2) years with the option for three (3) additional One (1) year renewals. The City requires the landscape contractor to include all labor and equipment for an all inclusive contract for landscape maintenance of approximately 145.6 (landscaped) acres for LMD Zone T8 (Valencia Summit) and 3.9 (landscaped) acres for LMd Zone T17 (Rainbow Glen). 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 1200 cubic yards per year), all fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal, trash bags removal and replacement, turf aerification, turf renovation/verticutting, turf over - seeding, micro-nutrients/soil amendments. All supplies and parts will be paid by the LMD at the Contractor's price plus a maximum markup of 15%. In keeping with State mandated diversion requirements, the LMD strives to exceed diversion obligations to keep greenwaste from the landfills. The Contractor shall mulch and use on site 95% of the greenwaste generated by referenced LMD Zone. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on-site at a minimum of twice per week. The contractor shall report the total tons of greenwaste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be 95% diversion from this site The Contractor shall have a minimum of five years experience in landscape maintenance for areas ten acres or larger. (See References Sheets) The contractor shall have water management and auditing personnel, (CLIA). The Contractor will be required to communicate work requests back and forth to LMD through desktop computer, hand held device, or laptop. The Contractor is encouraged to provide copies of awards, and recognitions received for landscaped maintenance excellence. Refer to the following specifications for requirements at each location. The General Specification section includes general and special conditions that shall apply to all jobsite locations. Also included in this section are the Scope of Work instructions which more clearly define the services, scheduling, or special circumstances for each location to be serviced. The work required in this bid requires the payment of prevailing wages. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/dlsr/PWD. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the 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 Bid* LMD-11-12-44 10 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 LMD will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free and in a state of good plant health. • The Engineer's estimate for this work is approximately: LMD Zone T8 - $350,OOO1yr LMD Zone T17 - $15,300/yr The Landscape Maintenance District (hereinafter defined as the LMD) covered by this Agreement shall be maintained at a crisp, clean level of appearance at California Landscape Contractors Association (CLCA) Industry standards and all work shall be performed in a professional, workmanlike manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the level of services provided for in these specifications at all times. 1.02 City of Santa Clarita Landscape Maintenance District (LMD) administration staff, consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Special Districts Administrator, Technology Services Manager or the Deputy City Manager or his qualified representative, shall herein be described as'Special Districts.' 1.03 Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. The premises shall be maintained with nothing but the highest of industry standards at no less than the frequencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a. Turf mowing; b. Edging; c. 85% hand pruning and 15% mechanical; d. Over -seeding; e. Reseeding Bid # LMD-11-12-44 11 f. Fertilization, g. Aeration; h. Verticutting; i Irrigation, minor and major repairs, see sections 17 g.8 and 22.01 a -e; j. Hand watering; k. Bleeding of valves necessary during emergencies when automatic systems are not functioning, I. Pruning shrubs and trees, m. Trimming and renovation of turf, shrub areas, and ground cover, n. Disease control; o. Tree maintenance; structural pruning per ANSI. Best Management Practices, p. Maintenance of irrigation systems, q. Mulching (City provided mulch): will be disbursed by the contractor at their expense; r. Manual weed abatement, s. Chemical weed control; t. Maintenance of fire protection / fuel modification of slope areas, u. Marking underground irrigation lines and other LMD equipment upon Dig Alert notification, v. Artificial turf maintenance, w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags), y. Tennis court blowing and washing, z. Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 "Maintenance Program Guide', Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractor's completion of required operations. The landscape areas include: irrigated and landscaped areas, fire protection slopes and natural areas, shrubs, trees, ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas. 1.06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a. Landscape refurbishment, shrub, turf, and ground cover installation, b. Irrigation system refurbishment or repair, 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-11-12-44 12 Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 1.07 When notified of landscape or irrigation emergency during the hours and days of maintenance service as identified in Section 9, the contractor shall respond by phone or radio to the Landscape Maintenance District Monitor, Inspector and/or Special Districts Office within fifteen (15) minutes of notification. When notified of an emergency outside of the normal hours and days of maintenance service, the contractor has thirty minutes to respond by phone or radio to the Landscape Maintenance District Monitor, Inspector and or Special Districts. If personnel and equipment are necessary for the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. See section 11.02 for consequences for failure to comply. 1.08 Contractor shall clearly identify and equip each vehicle used within the City of Santa Clarita with decals on the exterior right and left front door panels identifying the Contractor's name, and phone number. Contractor shall require each employee to adhere to basic public works standards of working attire. These are basically; uniforms (matching pants and shirts), proper shoes, safety vests and other gear required by State Safety Regulations (OSHA), and proper wearing of the clothing. Shirts shall be buttoned and worn at all times. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and others throughout term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 1.09 The contractor is required to have a minimum of five (5) years experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1.10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, Weather -Trak and LEIT irrigation control systems and equipment. Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor must identify a staff member who is a certified landscape irrigation auditor (CLIA). The bidder will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held with bid submission. 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. Bid # LMD-11-12<4 13 2.01 The LMD areas to be maintained under the provisions of this Agreement are specifically identified in Exhibit D. (Inventory Lists and Area Maps). 2.02 Contractor must acknowledge personal inspection of the Zone's irrigation system, turf, and planter areas and evaluate the extent to which the physical condition thereof will affect the services to be provided. Contractor accepts the premises in their present physical condition, and agrees to make no demands upon LMD for any improvements or alterations to irrigation, turf, and landscaped areas thereof. 2.03 Estimated square footages are provided by LMD for all areas to be maintained on the attached Exhibit D (Inventory Lists). However, it is the responsibility of Contractor to verify by inspection and observe the various area characteristics. 3. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailing Wage Report: Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to LMD concurrent with the monthly invoicing. Contractor shall provide the required information in a form acceptable to Special Districts. The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the maintenance. The monthly payment will not be made until such report is received and approved by Special Districts. Vendor to provide sample of monthly bill with bid response. 3.02 Maintenance Function Report: Contractor shall maintain and keep current a report that records when all Periodic, Seasonal, and Additional Work maintenance functions performed by Contractor's personnel were completed. Said report shall be in a form and content acceptable to Special Districts and will be made available to Special Districts upon request. The monthly payment may not be made if such report is requested and not made available or is in a form that is unacceptable to Special Districts. 3.03 Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a. Quantity and complete description of all commercial and organic fertilizer(s) used. b. Quantity and label description of all grass seed used. c. Quantity and complete description of all soil amendments used. d. A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 3.04 Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet. 3.05 Violation Records: The awarded contractor shall not have two (2) or more Cal-Osha sustained complaints or four (4) or more California State Contractor Board sustained complaints within the past four (4) years. A bid response from the awarded vendor that does not meet these requirements may be considered a non-responsive bid, and the City of Santa Clarita will proceed to the next lowest bidder. Please supply this information on Exhibit A, Violation Records. 4. ADDITIONAL WORK 4.01 Special Districts may arrange for additional Contractor personnel to cover additional work Bid # LMD-11-12-44 14 needed due to extraordinary incidents such as vandalism, Ads of Nature or third party negligence for which Contractor will be compensated. Regularly occurring "bad weather' is not considered an Ad of Nature for the purposes of this contract. 4.02 Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet #1 (see page 45). For material it shall be Contractor's cost plus no more than 15%. The contractor will maintain and submit copies of invoices to demonstrate the contractors cost. 4.03 When a condition exists wherein there is imminent danger of injury to the public or damage to property, Special Districts may verbally authorize the work to be performed upon receiving a verbal estimate from Contractor. However, within 24 hours after receiving such verbal authorization, Contractor shall submit a proposal to be approved by Special Districts. 4.04 All extra work shall commence on the specified date established, and Contractor shall proceed diligently to complete said work within the time allotted. All invoices submitted by Contractor for extra work shall include a detailed itemization of labor and/or materials. 4.05 All invoices submitted by the contractor for extra work shall include a detailed itemization of labor and/or materials and soecific zone(s) identified. All invoices for extra work and items must be submitted biweekly to Special Districts. 6. CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractor's operation within the LIVID areas shall be repaired or replaced at Contractor's expense within 48 hours. 5.02 All such repairs or replacements shall be completed within the following time limits. a. Irrigation damage shall be repaired or replaced within one (1) watering cycle. b. All damages to shrubs, trees, turf, or ground cover shall be repaired or replaced within five (5) working days or sooner as directed by Special Districts. c. All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired. 5.03 All repairs or replacements shall be completed in accordance with the following maintenance practices. a. Trees Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree, the damaged tree shall be removed and replaced at Contractor's expense to comply with the specific instructions of Special Districts. b. Shrubs Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c. Chemicals Any damage resulting from chemical operations, either spray -drift or lateral -leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 6. INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 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 Bid # LMD-11-1244 15 work in accordance with Special District's interpretation. Within 30 days after receipt of the interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as provided hereinafter. The written request shall outline in detail the area of dispute. 6.02 The Disputes Review Panel will be appointed by Special Districts and will be composed of not less than three (3) Qualified personnel or representatives having experience in the administration of grounds maintenance contracts. The panel will convene within one (1) week of appointment in order to hear all matters related to the dispute. The hearing will be informal and formal rules of evidence will not apply. The Panel will submit its recommendation to Special Districts for consideration, within one (1) week following the conclusion of the hearing. Special Districts shall render an interpretation based upon review of the Panel's recommendation. Special Districts' decision shall be final. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 Contractor shall at all times, have some responsible person(s) employed by the Contractor to take the necessary action regarding all inquiries and complaints that may be received from the Homeowners Associations, property owners, and tenants within said LIVID or from Special Districts personnel, representatives or patrons using the facility. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the answering service. Neither answering machines nor voicemail are acceptable. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, Contractor's Foreman or an employee of Contractor, at the supervisory level, who is responsible for providing maintenance services, shall be available for notification by telephone or radio communication. 7.02 Whenever immediate action is required to prevent impending injury, death, or property damage to the LIVID being maintained, Special Districts may authorize such action to be taken by a third -party work force and shall charge the cost thereof as determined by the Administrator, against the Contractor, or may deduct such cost from an amount due to Contractor from Special Districts. 7.03 Contractor shall maintain a written log of all complaints, the date and time thereof, and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be available for inspection by Special Districts at all reasonable times. 7.04 All complaints shall be addressed as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours, Special Districts shall be notified immediately of the reason for not resolving the complaint followed by a written report to Special Districts within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Special Districts, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01 Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet all California Landscape Industry Standards for safe practices during the maintenance operation for medians and parkways and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept 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 Bid * LIVID -1 1-12-4416 the City, vendors, members of the public or others from foreseeable injury, or damage to their property. Contractor shall inspect all potential hazards at the LMD areas covered by this Agreement and keep a log indicating date inspected and action taken. 8.02 It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders any portion of the LMD premises unsafe, as well as any unsafe practices occurring thereon. Special Districts shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including, but not limited to: a. filling holes in turf areas and paving; b. using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards,- c. azards;c. replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. 9. HOURS AND DAYS OF MAINTENANCE SERVICES 9.01 The hours of maintenance service shall be 7:00 a.m. to 3:30 p.m. on those days maintenance is to be provided pursuant to the work schedule approved in advance by Special Districts. No work will be performed on City Legal Holidays unless authorized by Special Districts Administration in advance. (Exhibit 1) Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita. 9.02 Contractor shall provide on-site staffing to perform the required maintenance to meet required California Industry Standards anytime between Monday through Friday. However, if the contractor can accomplish the same work using the same amount of hours in a shorter service schedule, then the Special Districts Division can modify their maintenance schedule. Alternate days or any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the Special Districts Division. 9.03 Per State of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. 10. MAINTENANCE SCHEDULES 10.01 Contractor shall, within ten (10) days after the effective date of this Agreement, submit a premises work schedule to 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. Bid # LMD-11-1214 17 10.02 Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to Special Districts for review, and if appropriate, approval, within five (5) working days prior to scheduled time for the work. 10.03 The above provisions are not construed to eliminate Contractor's responsibility in complying with the requirements to notify Special Districts for maintenance. 10.04 Contractor shall notify Special Districts, in writing, at least two (2) weeks prior to the date and time of all maintenance operations. a. Fertilization, b. Turf Aerification, c. Turf RenovationNerticutting, d. Turf Reseeding, e. Micro-Nutrients/Soil Amendments, f. Spraying of Trees, Shrubs or Turf, g. Aesthetic Tree and Shrubbery Pruning, h. Preventative disease control, i. Seasonal color. Transplanting small and medium sized plants, j. Lane closures for median or parkway maintenance prior notification is required, k. Fire protection of the natural slopes area maintenance. Contractor at his cost shall be responsible for all inclusive weed abatement maintaining the brushed slope areas These slope areas are hillside areas and are designed to meet the Los Angeles County Ordinances for fire retardation. These areas generally occur in sloping terrain with gradients ranging 10 percent to 100 percent Slopes are either manufactured or natural. The natural slopes have been brushed to remove certain plant materials. Manufactured slopes have been hydromulched or planted in accordance with applicable County Ordinances. Use of these areas by the residents should be minimal. Contractor shall perform, under the terms of this agreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: (1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the LIVID property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout an LMD within a maximum period of 30 days. (4) Contractor shall be responsible for maintaining the brushed slope areas throughout the year in accordance with the above -identified height of weeds, dead wood removal and distance from dwellings or structures requirements. This may require that certain areas will need additional brushing as directed by the County Fire Marshall. If the Fire Marshall Bid # LMD-11-1244 18 determines additional brushing is necessary the contractor will be paid additional compensation at the rate specified in the form of bid. Contractor at his expense shall remove weeds to a distance of 30 feet measured from any sidewalk adjacent to a fire protection area twice a year. Where reference is made to weeding, brushing, or clearing within 100 feet of a structure, it is intended that the space between the structure and the private property line is the responsibility of the owner of the property except where Special Districts has accepted an easement to maintain a portion of the private lot. As an example, assume a private residential lot has a depth of 100 feet, the rear or side of which abuts a fire protection slope. Assume that the structure is set back 20 feet from the property line abutting this slope. The Contractor's responsibility is within the portion or balance of the 100 feet outside of the private property boundary, or, in this case, 80 feet. However, Special Districts is responsible for those areas where an easement has been accepted by Special Districts over a portion of a private lot. Consult with Special Districts for any questions regarding these areas. The maintenance of the manufactured slopes requires that the planted slopes be weeded on a regular basis throughout the year. Planted slopes which were not hydroseeded shall be kept weed free at all times and the use of chemicals is permitted. Planted slopes that were hydroseeded require weed removal by hand as the use of chemicals is not permitted. The removal of weeds by hand shall be performed each month from March through November during the term of the maintenance contract. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices or to plant material caused by lack of water. Plants and trees shall be fertilized in accordance with the requirements of Sections 18 and 19 of these Specifications I. Other Items as Determined by Special Districts. 10.05 Said maintenance services shall be performed in compliance with the Maintenance Program (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall provide sufficient number of Personnel to satisfy daily and/or weekly requirements for high quality landscape maintenance. Contractor's staff MUST be employees of the contractor except subcontractors identified in the response to this bid. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language. 11.02 Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the interest of the public using the premises, Contractor shall meet with representatives of Special Districts to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure 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. Bid # LMD-11-12-44 19 12. SIGNS/IMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13. UTILITIES 13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Contractor will be required to manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain storm and/or watering the day after rain and/or watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. il!lZ[•118I31140y4:14:634 14.01 Contractor shall not interfere with the public use of the LMD areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 15. USE OF CHEMICALS 15.01 At the contractor's expense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's License and valid Pest Control Advisor's License, or a copy of said licenses from a sub -contractor to Special Districts prior to using chemicals within the area. 15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be used in binder or booklet form. No work shall begin until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical application has on the environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result. 15.03 Chemicals shall only be applied by those persons possessing the training in chemical application or a valid California Applicator's Certificate. Application shall be in strict accordance with all governing regulations. 15.04 Records of all operations stating dates, times, methods of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active 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. Bid # LMD-11-12-44 20 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 followinq services under the terms of this agreement; a. Mowing: Turf to be mowed with an adequately sharpened rotary or reel type mower equipped with rollers, to ensure a smooth surface appearance without scalping. (1) All warm season grasses (Bermuda and St. Augustine) to be cut at'/ inch through 1 inch height throughout the year. Subject to change. (2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 '/ inch and 2 '/ inches during April through November, and at 2 inches during December to March of each year. Subject to change. (3) The mowing heights may be adjusted by Special Districts during periods of renovation. (4) Unless mulching mowers are used; all grass clippings will be collected and removed from the site on the same day the area is mowed. All clipping removed to be properly disposed of in green waste containers only. (5) A mowing schedule will be established and maintained. This schedule will provide that all areas will be mowed not less than once a week during the summer, and once every two weeks during the winter. This schedule will be submitted to Special Districts for approval. Refer to items 1 and 2 in this section for turf length ranges. b. Edging: With each mowing the edge of the grass along sidewalks curbs, shrub, flower beds, and walls shall be trimmed to a neat and uniform line. Where trees and shrubs occur in turf areas, all grass shall be removed 14 to 24 inches from the trunks of trees and away from the drip line of shrubs by use of power scythe, approved chemicals, or small mowers as required. Trim around all sprinkler heads as necessary in order to provide maximum water coverage. Edging will be done concurrent with each mowing. (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 Bid # LMD-11-12-44 21 clearance where applicable. c. Weed Control: Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibits E -E5). Hand removal of noxious weeds or grasses will be required as necessary. All mulch brought in by the LIVID will be disbursed by the contractor on site to control weed growth. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Aerate all turf by using''/2-inch tines, removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch spacing once over. Special Districts is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Equipment will consist of standard renovating or vertical mowing types. Special Districts is to be notified at least two (2) weeks prior to the exact date of renovation. a. Irrigation: Irrigation, including hand watering and bleeding of valves during an emergency situation as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Special Districts with a written winter and summer irrigation schedule in accordance with the recommendations on Exhibits E -E5 (Irrigation Program) provided for this purpose. Special Districts shall have the ability to change the irrigation schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: (1) Consideration must be given to the soil conditions, seasonal temperatures, wind conditions, humidity, minimizing runoff, and the relationship of conditions which affect day and night watering. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation will be discontinued. No watering medians in windy conditions, to avoid drift and wetting vehicles. (2) In areas where wind creates problems of spraying water into private property or road right-of-ways, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) Contractor shall be responsible for monitoring all irrigation systems within the jurisdiction of this Specification and correct for: coverage, adiustment, clogging of lines and removal of obstacles including plant materials which obstruct the spray. Monitoring shall be spelled out for all systems to be at least 1 x monthly. (4) Check systems, as needed, for optimum performance and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted) within the LIVID areas covered under this Agreement. Bid * LMD-11-12-44 22 (5) (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow all turf. (7) Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered. (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are functioning properly. (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LEIT (solar), WeatherTrak or other controllers not listed. The City requires the Promax universal remote irrigation control unit for its use in field testing and operation of all irrigation systems for the LIVID areas. Use of this device will conserve water consumption, provide for more cost effective maintenance of irrigation systems, and assure all parties concerned that the automatic system is operating at maximum efficiency. Special Districts' inspectors will use this device in their inspections to verify that irrigation systems are functioning properly. The bleeding of valves and hand watering are to be used in emergency or testing situations. h. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year. (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application. The City of Santa Clarita will pay the contractors price for the fertilizer plus no more than a 15% mark up. The contractor shall provide the labor to apply the fertilizer. i. Turf Reseeding: Contractor shall twice each year, once in the fall and once in the spring, overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots, as needed, throughout the remainder of the year to re-establish turf to an acceptable quality. (See Exhibit E -E5). When Contractor reseeds turf, they will aerify, verticut, seed and top dress (spread evenly over the entire area to a uniform depth of %- 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. Bid * LMD-11-12-44 23 Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in over seeding or new turf establishment shall be approved by LMD staff prior to installation. Typically, Fescue and Fescue blends are required. 18. SHRUB AND GROUND COVER CARE 18.01 Contractor shall perform at his sole expense under the terms of this agreement the following services: a. Pruninq: Manually select prune shrubbery throughout the year to encourage healthy growth habits, and to encourage growth to the natural shape of the plant according to its species and appearance with the exception of roses, which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times- Remove all clippings the same day shrubbery is pruned. Pruning is not done during flowering, during new growth emerging or during the hottest time of the year (July -August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimming: Restrict growth of shrubbery and ground cover to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts. c. Renovation: Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated. (Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate.) d. Disease and Insect Control: Maintain free of disease and insects and treat when needed pursuant to Section 20. e. Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods for control shall incorporate the following: (1) Mulch application to 3" laver maximum (approx 1600 cubic yards/year (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 Bid # LMD-11-12-44 24 to installation. The Contractor shall provide the Director with a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization. h. Irrigation: Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices shall apply to shrubs and ground covers. i. Diversion requirements: In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 95% of the green waste generated by T-46 Northbridge. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on site at a minimum of twice per week. j. Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2 - inch layer of mulch under all trees, shrubs and groundcovers and a minimum 3 -inch layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) All trees 12' (feet) tall or less shall be maintained free of all dead, diseased and damaged branches back to the point of breaking as per contract. Wound dressings are never used on any tree pruning cuts. All sucker growth is to be removed from trees as it occurs. (2) Maintain an 8 -foot clearance for branches overhanging walks, 8 -foot for public sidewalks. (3) Report insects and tree diseases to Special Districts Inspector. (4) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees. (5) Tree stakes shall be pentachloraphena treated pole pine, not less than 8 feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon trees sizes (two per tree), no galvanized stakes. (6) Commercially available tree rubber ties are to be used unless there is a need for guy wires. All trees tied in two locations — top and bottom. Stakes will not be placed closer than 12 inches from the top tie on the tree trunk. (7) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. (8) Broken branches are to be removed immediately whether they are in the tree or on the ground. b. Fertilization: Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of LMD, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Special Districts with two (2) weeks notification prior to the fertilizer application. C. Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to Bid # LMD-11-12-44 25 commencement of work by Contractor d. Tree Replacement: All trees permanently damaged as a result of action or inaction by the contractor will be replaced as provided for under Section 5 with the identical species of tree existing previously, unless otherwise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size. Substitutions will require prior written approval by Special Districts. Original plans and specifications should be consulted to insure correct identification of species. All newly planted trees are the responsibility of the Contractor to maintain and guarantee healthy establishment. e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use of "Maintain," "Floret" or other approved product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when '/z to % of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. The Landscape Maintenance District's Tree Maintenance contractor will provide most of the chemical applications to trees. If the landscape contractor provides this service it will be considered "extra work cost" (refer to Exhibit E -E5). f. Oak Tree Pruning Permit: All cuts over 2 inches in diameter on Oak Trees will be done by the Landscape Maintenance Tree Maintenance contractor. All other cuts on Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per City Municipal Code by the landscape contractor or their subcontractor. Special Districts will procure Oak Tree Permits once work is approved. g. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 20. USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 20.01 Special Districts will provide the materials (Biological insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. a. Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non -target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non -target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are used as a last resort when careful monitoring indicates that they are needed according to pre -established guidelines. When treatments are necessary, the least toxic and most target -specific pesticides are chosen. Implementing an integrated pest management program requires a thorough understanding of pests, their life histories, environmental requirements, and natural enemies, as well as establishment of a regular, systematic program for surveying pests, their damage, and other evidence of their presence. IPM has been mandated on Federal property since 1996 by Section 136r_1 of Title 7, United States Code, and is cited in Title 41 of the Code of Federal Regulations (102-74.35) as a required service for agencies subject to the authority of the General Services Administration. The Contractor will develop an IPM program for work covered by this statement of work. Bid # LMD-11-12-44 26 b. Chemical Application: All work involving the use of chemicals will be accomplished by a State of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c. Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California will be adhered to. e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 21. GENERAL CLEAN-UP 21.01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal/Receptacles: The contractor shall empty all trash cans and replace all trash bags a minimum of three (3) times per week (trash bags provided by City). The contractor shall provide a trash pick up schedule for the approval by Special Districts. The contractor shall pick up trash and accumulated debris from site per contract, and clean trash receptacles as needed. In addition, dog feces are also to be removed from the walkways located within the Paseo system in the LMD areas. The contractor shall fill all doggie bag holders a minimum of twice a week (doggie bags provided by City). b. Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed and grass removal within the crack(s) on the asphalt, and stamped concrete median strip areas, if any, at all times. c. Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d. Walkway and Driveway Maintenance: Walkways, paseos and driveways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces such as: (1) Gum, (2) Animal feces, (3) Grease, (4) Paint, (5) Graffiti, (6) Glass and debris Bid # LMD-11-12-44 27 All walkway and driveway cracks and expansion joints shall be maintained weed and grass free at all times. e. Drain Maintenance: All drains and catch basins shall be free of silt and other debris at all times. f. Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch layers shall be removed and properly disposed of not less than once per week. g. Diversion: The Contractor will be responsible for creating and implementing a written program to divert all green waste from landfills. The program should include, but not be limited to, mulching and composting. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be at least 85% diversion. h. Tennis courts: Tennis Courts are to be swept clean by power blower or broom a minimum of once per week. The tennis courts must be cleaned with a water broom once each month. 22. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 22.01 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost. The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at: http://www.irrigation.org/gov/pdf/IA BMP APRIL 2005.pdf. a. Scope of Responsibility: The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: (1) sprinkler heads, (2) valves, (3) PVC piping, (4) quick couplers, (5) risers, (6) automatic and battery powered controllers, (7) valve boxes, quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming, b. Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation. c. Extent of Responsibility: Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at 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 around covers when automatic systems are not functioning. d. Ordinances: All materials and workmanship will be in accordance with the applicable City Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. e. Controllers: The contractor will be responsible for the control of Smart Water Bid # LMD-11-12-44 28 Application Technologies (SWAT) certified weather -based controllers or equivalent, controller programming through the contractors office via a desk top or any wireless computer, or hand held device. The LMD will provide a password for access. f. Inspections: Landscape Maintenance District Consultants/inspectors will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at minimum of twice a year. 22.02 Water Budgets - In order to ensure efficient and responsible water management with regards to landscape irrigation, the City of Santa Clarita Special Districts office requires the following: When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). Formula: MAWA = (ETo) (0.62) [(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any "penalty" tier the City of Santa Clarita is subjected to. 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS 23.01 Walkways and Service Roads: All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission without the written approval of Special District Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LMD Inspector or directly to the City. a. Contractor may be responsible for total replacement or repair on walkways or any hardscaped area, or if any plant damage occurs due to Contractor's negligence or by accidental damage within his maintenance operation. b. Contractor shall be responsible for sweeping/blowing all walkways and paseos within the contract boundaries at a minimum of once per week or as necessary or as requested by Special Districts. All debris must be collected and removed. c. Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited and may be cause for contract termination. Bid # LMD-11-12-44 29 23.02 Drainage Systems: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for: a. All LIVID area surface drains ("V" ditches), shall be kept clear of debris at all times so that water will have an unimpeded passage to its outlet. Contractor will not flush dirt or debris into the stormdrain system per the City's National Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. b. All LMD area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M.Ps) c. Disposal of green waste or other debris into catch basins, drains or stormdrains is prohibited. Such action could result in termination of maintenance contract. 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LIVID during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at: www.santa-clarita.com/e-service. 24.02 Monthly, meet on site with an authorized representative of Special Districts for a walk- through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, bi-weekly interim inspections may be made by Special Districts. Any corrective work required as a result of a monthly inspection or any "interim" inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 25.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any appurtenant structures or equipment within the areas under Contractor's maintenance. Special Districts Inspector will be informed of all graffiti immediately upon discovery. Contractor is required to input graffiti information into the City's reporting system at: www.santa-clarita.com/e- affiti. 25.02 The contractor may be required to remove small amounts of debris which would fit into a small pick up truck. In such cases the dump fee may be invoiced to Special Districts. Removal of larger items would be considered as an "additional work" item and subject to the terms of Section 4. 25.03 All materials and processes used in graffiti eradication shall be non -injurious to surfaces and adjacent District property and approved by CAL -OSHA. Materials and processes used must be approved by LIVID prior to use. 26. NATURAL AREAS MAINTENANCE Bid R LMD-11-12-44 30 26.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of debris removal as directed by Special Districts. 27. SEASONAL COLOR AREAS 27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October, March, and June with appropriate varieties for each season to be approved by Special Districts prior to planting. Plant size shall be 4 -inch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by the City, contractor, under the terms of this agreement shall provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LIVID areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications. Maintenance of trees in street tree wells shall be In accordance with Section 19 or these Specifications. Bid # LIVID -1 1-12-44 31 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a'certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LM D-11-12-44 Bidder's Sianature 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-11-12-44 32 PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12-44 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 9 SURETY* 20_ Subscribed and sworn to this day of 20_ NOTARY PUBLIC *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Bid # LMD-11-12-44 33 NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12-44 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) g I, being first duly sworn, depose and state that I am _ of _, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Signature of bidder's representative making the statement JURAT State of California County of Subscribed and sworn to (or affirmed) before me on this day of 20_, by personally known to me or proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. (SEAL) Signature Bid # LMD-11-12-44 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LM D-11-12-44 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 ($ 1, which is one -hundred (100°/x) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR' SURETY* Subscribed and sworn to this NOTARY PUBLIC day of 2012. Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LIVID -1 1-12-4435 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LM D-11-12-44 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 11-12-44 36 D. SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No. THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of 20, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and , a Corporation ("CONTRACTOR"). The Parties agree as follows: 1. 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 laterthan 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 properto perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination atwww.dir.ca.gov/DLSR/PWD. Acopy ofthe prevailing rate ofper them wages must be posted at the job site. Bid # LMD-11-12-44 37 Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed, and ii. Carefully considered how the services should be performed, and In Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Commercial general liability: Business automobile liability Workers compensation Limits (combined single) $1,000,000 $1,000,000 Statutory requirement Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88 The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto) D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required Bid # LIVID -1 1-12-4438 herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "AMI." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative. should CONTRACTOR fail to meet any of the insurance requirements under this agreement. City may cancel the Agreement immediately with no Penalty. F. contractual requirements within 10 days of the Prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. Bid # LMO-11-12-44 39 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Name Address City When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13 WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18 INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the Bid # LMD-11-12-44 40 City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement maybe modified by written agreement. 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-11-12-44 41 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: DO NOT SIGN — SAMPLE ONLY Print Name & Title Date: FOR CITY OF SANTA CLARITA- KENNETH R. PULSKAMP, CITY MANAGER By: City Manager Date: ATTEST. By. City Clerk Date APPROVED AS TO FORM: JOSEPH M MONTES, CITY ATTORNEY By City Attorney Date: Bid # LMD-11-12-44 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LM D-11-12-44 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractor's License - license number will suffice X Bidder's Bond X Non -Collusion Affidavit — must be notarized X List of Subcontractors — if none, write "n/a" X References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Required certificates/qualifications (as identified in solicitation) X All Addendums (signed) X Contract Agreement X Insurance Requirements — Retum only 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-11-12-44 43 BID SCHEDULE The City of Santa Clarita reserves the right to award LMD Zones T-8 and T-17 separately, if deemed in the best interest of the City. Costs for both items will be read and listed separately on the record of Bid Opening. Item Project Site No. Monthly Total Maintenance Cost Annual cost Item 1. LMD Zone T-8 a) x12mos = /annually Total bid amount for Zone T-8, annually, in legibly printed words: Item 2. LMD Zone T-17 a) x12mos = /annually Total bid amount for Zone T-17, annually, in legibly printed words: Bid # LMD-11-12-44 44 ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications for annual landscape maintenance. These rates will not be used in evaluating the bid, but shall be used in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract. Extra/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-11-12-44 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING part/material costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. Bid # LMD-11-12-44 46 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x uanti 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope maintenance. 4 One gallon (5) Five Installation of shrub, one gallon container. 5 Five gallon (5) Five Installation of shrub, five gallon container. 6 24 inch box (2) Two Installation of tree - 24 tree inch box container. 7 15 gallon tree (2) Two Installation of tree -15 gallon container Bid # LMD-11-12-44 46 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LM D-11-12-44 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of 1/2 of 1 percent of the prime contractor's total bidDBE status, age of firm, certifying agency and annual gross receipts are required if sub contractor is participating as a DBE. The form MUST be returned with bid, filled in or annotated with "No Subcontractors" if none will be used 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 Bid Schedule Item Nos: Description of Work Phone ( ) License No. Exp. Date: Phone ( ) Subcontractor Age of firm: DBE STATUS: Dollar Value of Work Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / Phone ( ) Bid # LIVID -1 1-12-44 47 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LM D-11-12-44 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 Age of firm: DBE STATUS: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Description of Work License No. Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone ( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Phone Bid # LMD-11-12-4 48 REFERENCES ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LM D-11-12-44 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 PA 3. Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid # LMD-11-1244 49 Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. 2) In the year of 2010, what was the longest stretch of days worked without an accident in the landscape maintenance division? a. 3) Please provide any sustained complaints made to your company within the past 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-11-12-44 50 EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Bid # LMD-11-12-44 51 EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District:/ or the ability to rent. • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners, loppers, saws, pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters such as the Rain Master Pro -Max • All the required tools and equipment to make minor and major irrigation repairs • All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shall be Cal-Osha approved Bid # LMD-11-12-44 52 EXHIBIT D INVENTORY LIST Inventory List: Zone T-8 Item # Description APPROXIMATE square footage Estimated Quantity 1 Irrigated Landscape 3,263,360 2 Non -irrigated Landscape 3,081,650 3 Backflow devices 53.070 33 4 Irrigation controllers 42 5 Irrigation enclosures 34 6 Paseo pole lights 84 7 Trail foot lights 59 8 Brid es over street 2.5 9 Tunnels and lights 1 and 4 10 Monument Signs 6 11 Tennis courts 3 12 Trash containers cement/other 22 13 Paseo and Trail Walkways Lin. Ft. 10,700 14 Drinking fountains 2 15 Playgrounds 2 Inventory List: Zone T-17 Item # Description APPROXIMATE square footage Estimated Quantity 1 Turf 2,000 2 Irrigated Sloe 117,400 3 Non-irri ated Landscape 53.070 4 Backflow devices 2 5 Irri ation controllers 2 6 Irrigation enclosures 2 Bid # LMD-11-12-44 53 EXHIBIT E Specialized Maintenance Program Reference Guide Daily — Weekly — Monthly U $ BEEN 155 :8 u G G j$y� � a s 0111111 4 a a 011Y11 01l■1t F� BUNION s BIIUNION IIII Bid u LMo-ii-iz-44 54 BEEN 0111111 011Y11 01l■1t BUNION BIIUNION IIII 0�1■11 Bid u LMo-ii-iz-44 54 EXHIBIT E1 Specialized Maintenance Program Reference Guide Semi-annual and Annual Bid # LMD-1 i_12-4 55 8��1��1!1 81111YI��IlI Bid # LMD-1 i_12-4 55 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only — actual irrigation needs shall be based on plant requirements) SPRING - SUMMER IRRIGATION SCHEDULE A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The run times/cycles will be adjusted to utilize `cycle and soak' methods on a daily basis to maximize soil percolation and consequently minimize run-off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower - temperature hours. FALL - WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will be programmed to be on solely during daylight, non -frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer, Fall, and Winter]. B. LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant ofthe results of those inspections. Bid # LMD-11-12-44 56 EXHIBIT E3 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only — actual irrisation needs shall be based on Plant requirements) Special Districts Irrigation Program — Summer & Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 — October 20) A. Shrub Beds 1. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads —10 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. B. Turf Areas 1. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Rotary 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 4. Gear Rotary 180 (half) — 20 minutes per station/per cycle, 3 cycles per day, 5 days per week. 5. Gear Rotary 360 (full) — 40 minutes per station/per cycle, 3 cycles per day, 5 days per week. C. Planted Slopes 1. Impact Heads 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Impact Heads 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. WINTER IRRIGATION SCHEDULE (October 21 — March 20) As the climatic conditions become cooler, the watering schedule will be reduced. The time elements will remain the same, but the number of cycles and number of days will be reduced to 3 days or less per week. VARIATION OF IRRIGATION SCHEDULES A. Variations of the schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require additional watering, resulting in variations in the schedule for specific stations on a controller. C. Private contractor is responsible to make adjustments as needed to maintain acceptable appearance at all times. INSPECTIONS Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at a minimum of twice a year. Bid t LMD-11-1214 57 EXHIBIT E4 Preventative Disease Control Guide 1. Olea Europaea (Olive Tree) Fruit Set — Preventative Treatment First application to be done when %z to 1/4 of blooms are open. Second application to be done 7-10- days after the first application. IL Pyrus Kawakamii (Evergreen Pear) Firebliaht — Preventative Treatment Spray application to occur October 1 through mid-November. Firebli¢ht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut. III. Platanus (Sycamore) Anthracnose (Fireblieht) — Preventative Treatment This treatment would consist of two (2) applications and possibly a third application, depending on the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application — During the month of April, if there is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of a type approved by the County Agricultural Commissioner. Bid # LMD-11-1244 58 EXHIBIT E5 Artificial Turf Maintenance Taking care of your new artificial lawn With synthetic grass you will never have to mow, water or fertilize your lawn ever again. However, you will have times when you will want to clean the artificial turf fibers or need to clear off fallen leaves in the fall. Unfortunately, your new green synthetic lawn can't solve all of your lawn maintenance issues. Washing Artificial Grass; While Synthetic lawn does not require routine lawn maintenance, you will need to clean it periodically to maintain its appearance. Depending on how your lawn is used and whether you have a pet, you may need to wash your lawn more or less often. A cleaning detergent can be used if needed to remove pet wastes or oxidation from nearby sprinklers. We recommend cleaners like Agent Orange or Simple Green for most jobs. For sprinkler oxidation we find CLR works the best. Simply spray down the lawn as if you were hosing down a driveway or patio. If using cleaners, apply in problem areas and let it sit for several minutes. When ready, simply rinse off cleaner. • Simply spray off lawn like you were hosing down a driveway or patio. • Cleaning detergents may be used if necessary. Blowing Off Lawn; To remove leaves and other debris, it is best to use a power blower. While a plastic leaf rake will not hurt the turf fibers, using one of these rakes can break up the leaves making it tougher to remove from the fibers. Start from one side of your lawn and blow off any leaves or debris. Sweep up after you have removed the debris and discard. • Using a power blower is the easiest way to remove leaves and debris. • Using plastic rakes can break up leaves making it hard to remove from fibers. Weekly; Remove leaves and trash. Hand pull weeds. Spot clean spills. Monthly Check seams and report failures. Brush the surface to redistribute infill and maintain vertical fibers. Annually: Top dress with infill. Treat moss, mold and algae. 611 Landscape Maintenance District Zone TS LopOnd Ilamlrtlp�ME ILWYJjM [9,091,OW, RI p h� lA1D BavWryWe TO -1 old" F m N O z m co f1 S ii OTS 0 , p04(O Y,P Kw. 0. J Landscape Maintenance District Zone T17 ai^�o mpNea wmuw. �IIBAOJw ni rm.mwre lraxena im.omw n� `t � ' i llm eomerr Zonttl P� 04. B�iJ�pQ4f a X04 tys/ �I N O Z m V EXHIBIT G 2012 HOLIDAY SCHEDULE HOLIDAY New Year's Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Day after Thanksgiving 1/2 Day for Christmas Eve Christmas Day 1/2 Day for New Year's Eve New Year's Day DATE CELEBRATED Sunday, January 1 (Observed Monday 1/2/12) Monday, January 16 Monday, February 20 Monday, May 28 Wednesday, July 4 Monday, September 3 Sunday, November 11 (observed Monday 11/12/12) Thursday, November 22 Friday, November 23 Monday, December 24 Tuesday, December 25 Monday, December 31 Tuesday, January 1, 2013 If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. 62 ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-11-12-44 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-8 AND T-17 July 12, 2012 This addendum must be included with the bid response. If you have already submitted a bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also contact Purchasing by fax and request the bid be returned. The fax number is (661) 286-4186. A Pre-bid meeting was held for this bid and bid #LMD-11-12-43 combined, on July 10, 2012 at 9:00 AM at City Hall in the Council Chambers. Staff attendees were: Darin Seegmiller, Project Manager Mary Alice Boxall, Labor Compliance Specialist Jennifer Killian, Buyer Vendors attending: ISS Grounds Control, Brendon O'Steen Marina, Efrain Lupercio Oakridge landscape Inc., Hopi Williams -Roark Oak Springs Nursery Inc., Jose Luis Arredondo Parkwood Landscape Maintenance, Inc., David Stein Valley Crest, Jacob Lott and Joe Weintraub Venco Western, Inc., Rob Archer Mary Alice Boxall discussed generalities of the Labor Compliance Program. Darin Seegmiller went over some points which may be found in the specifications (Section "C) in the bid: • Zone T8 is approximately 145 acres • Zone T17 is slightly less than 4 acres • The two zones are on two separate sides of the Santa Clarita valley • This bid is for maintenance of slopes, side panels, a lot of paseos and some natural area • Additionally, there is a park with tennis courts and directions for cleaning the courts is included in the specifications • All areas are utilized heavily by the public, especially paseos Bid # LMD-11-12-44, ADD #1 1 • In general- • Changes have been made to "extras" - a lot of work is no longer "extra" but should be included in the bid pricing like Mulch labor o Language has been modified on "Emergency" call outs o Inventory lists are estimates only: bidding vendors are responsible for checking areas o New water budget o Went thru all Exhibits • A boundary map for ALL of the Landscape Maintenance Districts will be made available upon request, via e-mail and in pdf. version. Contact ikillian(a santa- clarita.com Who are the current contractors? A. Stay Green, Inc. 2. What are the current contract amounts? A. Zone T8 - $329,952.00 Zone T17 - $17,720.00 Contractor's Representative Date Company Name Bid # LMD-11-12-44, ADD #1 2 JZ — 00SX EXHIBIT B • OUL [CATION TWO TIMES Friday, June 29, 2012 Wednesday, July 4, 2012 NOTICE INVITING BIDS Sealed bids must be received before 11:00 AM on Tuesday, July 31, 2012, by the Purchasing Agent of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355-2196, at which time, or shortly thereafter, they will be publicly opened and read in Suite 304 for the purchase of: LMD-11-12-44 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-8 AND T-17 Specifications for this bid may be downloaded from the City's Purchasing website at www.santa- clarita.com/purchasing. Specifications may also be picked up at the City of Santa Clarita, Purchasing Division, 23920 Valencia Boulevard, Suite 245, Santa Clarita, California, 91355-2196. Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on Tuesday, July 10, 2012 at 9:00 AM beginning at City Hall, 23920 Valencia Blvd., in the Council Chambers to review the bid. After the review vendors will be given the opportunity to assess the zones. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractors License, C-27 with bid response. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. This work is estimated at: LMD Zone T8 - 5350,000/yr LMD Zone T17 - $15,300/yr This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections 1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.aov/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. ti Purchasing cop, 661-286.4183 CITY OF SANTA CLARITA INVITATION FOR BID BID # LMD-11.12-44 BID OPENING: July 31. 2012, 11:00 AM The City of Santa Clarita invites sealed bids for ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-8 AND T-17 Terms of payment. %a30 Subtotal US$ D44, %o. ro Delivery Sales or Use Tax (8 75%): US$ Op, TOTAL: US$ 044041).M 1 Return original of Bid to: City of Santa Clarita Purchasing Agent 23920 Valencia Blvd., Suite 245 Santa Clarita. CA 91355-2196 2 Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered 3 Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer 4 Bids must be on this Bid form and signed by the vendor's authorized representative, This signature acknowledges the proposer has read and understands the requirements contained on pages 1 to 67, Exhibits A to G and separate Appendix C (Labor Compliance Program). S. The last day for questions will be 5:00 PM, July 23, 2012. 6. The vendor Is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 7. A pre-bid meeting will be held on Tuesday, July 10, 2012 at 9:00 AM. Vendors will meet at City Hall, 23920 Valencia Blvd., in the Council Chambers, Santa Clarita, CA. All interested vendors are strongly encouraged to attend. Please note: this is the SAME pre-bid meeting day, time and place as for bid #LMD-11-1243. They are purposefully being combined. BIDDER TO READ I have. read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned agrees to furnish the commodity or service stipulated on this bid as stated above Company: PpInf, Address�t'amjif(jVCU Ciq�}g,c499(j�p Name (Print): qu bl Signature 1�`— ,��q—' — Company Phone No (14n1 41-290D Title of Person Signing Bid 7rf m Oro Bid # LIVID -11-12-44 TABLE OF CONTENTS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12-44 Section ............._......_... _ ._...._....... _ ..Paae Notice Inviting Bids .......... .. ............_.............................................. Invitation to Bid . . 1 __ . ...__ __ . I ---Il Table of Contents . ........_................................ _ _ - ..... ...........2 Bid Instructions _ ............. .. _ _ _ .. ......_._ .... ... _. _...3 Terms and Conditions ....... ... __.._......... ...... ___ _. _ _ .. __..........7 Administrative Specifications.._......_... _.__ _ .............._._..................10 Bid Security Bond/Proposal Guarantee Bid Bond ..._............ ...... ........... 32 Non Collusion Affidavit ........... ...... _ _ _ . _ _...... ...... _. _.........34 Faithful Performance Bond .................. ..... _.......... . _... ........ 35 Material Labor (Payment)Bond ....,.___ ... _. __ _._ _ __.. _.36 Sample Contract.. . . ......... ...... . ........................ .... .. _ _ ...............37 Documentation Checklist ... .......................... ........... _...........43 BidSchedule ... _.... .......... ........................................................ ...... .44 Designation of Subcontractors ......... ...... ...... . ................ ............47 References . Exhibit A Violation Records. _.. ... _ _........ .... _ . ... .... 50 Exhibit BStaff . ......... _............._.__.... ._......_ ___. ..__ . ........ 51 Exhibit C Equipment Requirements . _ . _. 52 Exhibit D Inventory .. .............__ .. ._.. _ ._._.._..53 Exhibit E. E1 -E5 Maintenance Program Guide.. 54 Exhibit FZone Map. ___..__._ _._ _._ ___ ___ _ .....60 Exhibit G Holiday Schedule .. . _ _ _62 APPENDIX A Labor Compliance Program (separate attachment) Bid 11 LMD-11-12-44 2 A. BID INSTRUCTIONS Submittina Proposals. (a) The bid response must be submitted on this form and include the notice, Request for Proposal Schedule, and all forms or information included in or required by Section C, Specifications, (attachments accepted), original and one copy in a seated envelope with the wording "Bid", bid number and closing date marked on the outside. (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (c) Proposals/corrections received after the closing time will not be opened. The City will not be responsible for bids not properly marked and delivered Upon award, all submissions become a matter of public record. 2 Preparation All proposals must be typed or written in black ink, except signatures. Errors may be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In compliance with Resolution 93-9, all bids and attachments must be submitted double -sided on recycled paper. 3 Currency. All references to dollar amounts in this solicitation and in vendors response refer to United States currency. Payments will be made in Unite States Currency. 4. Alternatives. Any changes or alternatives must be set forth in a tetter attached to this bid The City has the option of accepting or rejecting any alternative bid. 5. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post-industrial and post -consumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 6 Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid 7. Reiection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 8. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will also be available from the City's website if the bid was downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. 9 Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works, professional services or is federally funded Qualifications of responsibility will be in 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 acceptor reject deviations The results of the bid will be posted on the City's website at www santa-clarita.com/purchasing normally within 24 hours Bid x LMD 1 1 1244 BID INSTRUCTIONS (continued) 10 Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita, The tack of exception to this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy -back" procurements. 11. Amendments. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor will be considered agreement with the terms of this contract. 12. Taxes. Charges and Extras. (a) Bidder must show as a separate item California State Sales and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 13 Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 14 Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 15. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. 16 Prevailing wage For all public works, the Bidder is required to bid prevailing wage. For the purposes of this paragraph, public works includes maintenance The City of Santa Clarita Labor Compliance Program is included herein as an informative reference for the successful bidder. It does not require any completion prior to contract award but should be reviewed for all necessary provisions and requirements. 17 Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 18. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees).. injuries, or liability. arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the bidder must defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. 19 Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid to guarantee that bidders will enter into contract to furnish goods at prices stated, The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise. a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit certified or cashier's check or money order may be substituted in lieu of either bond). Bid # LIVID11-12 BID INSTRUCTIONS (continued) 20 Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided prior to contract signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita" as an additional insured The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement) For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 21 On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e , specifications, quality, and quantity of work to be performed.) 22 Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 23 Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired, but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to, This exception applies solely to the material items in question and does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 24 PriceReductions. If at anytime during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita 25 Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay "surcharges" of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. 26 Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 27 Default In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid. the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid. and prices paid by the City shall be considered the prevailing market price at the time such purchase is made 28 Termination. The City may terminate any service or contract with or without cause either verbally or in Bb 9 LMD-11-1244 F writing at any time without penalty BID INSTRUCTIONS (continued) 29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 30 Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement, provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 31. Delivery. Contract delivery must begin not later than fifteen (15) calendar days from receipt of order. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clartta, and site of user division. 32. Invoices. Invoices will be forwarded to'. City of Santa Clarita Special Districts 23920 Valencia Blvd. Ste. 260 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order# and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 33. Bid Questions. Questions should be forwarded by e-mail to ikillianOsanta-clarita.com . They may also be faxed on letterhead to (661) 286-4186 or sent on letterhead to: City of Santa Clarita Purchasing Department 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 The last day for questions will be July 23, 2012 before 5:00 PM. 34 Renewal and Pricinq Adjustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three times, in one year increments, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted). Los Angeles Area -Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. Bid # LMD-11-12-44 B. TERMS AND CONDITIONS The solicitation, bidder's response and the Purchase Order (and Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the "goods'). Time is of the essence. Shioment and Insoection. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, will be for the account of the vendor. 2 Risk of Loss. Not withstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However. if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City title to the goods free and clear of all security interest, liens, obligations. restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship. unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned, the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendor's skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose forwhich they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages. losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder 4. Remedies. In the event of vendor's breach of this Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City by law: (a) require vendor to repair or replace such goods, and upon vendor's failure or refusal to do so. repair or replace the same at vendor's expense: (b) reject any shipment or delivery containing defective or nonconforming goods and return for credit or replacement at vendor's option; said return to be made at vendor's cost and risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as vendor's repudiation of this Contract. In the event of City's breach hereunder, vendors exclusive remedy shall be vendor's recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5 Force Majeure. For the purposes of this Contract, an event of "force majeure" shalt mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties. fires, floods or other acts of God, transportation delays. acts of government or any subdivision or agency thereof: failure or curtailment of power supply in the Pacific Southwest power grid, or any other cause. whether or not similar to the causes or occurrences enumerated above: in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary. the reduction. depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an Bid 9 LMD-11 12-44 event of force majeure. The party affected by a force majeure event shall give notice thereof to the other party within len days following the occurrence thereof and shall apprise the other party of the probable extent to which the affected party will be unable to perform orwill be delayed in performing its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the other party prompt notice when that has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the force majeure condition exists, after which the parties' performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's declaration of a force majeure event which prevents its full and/or timely delivery of goods hereunder, City may, at its option and without liability (a) require vendor to apportion among its customers the goods available for delivery during the force majeure period. (b) cancel any or all delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute goods from other sources in which event this contract shall be deemed modified to eliminate vendor's obligation to sell and City's obligation to purchase such substituted goods. After cessation of a force majeure event declared by vendor, vendor shall, at City's option but not otherwise, be obligated to deliver goods not delivered during the force majeure event. After cessation of a force majeure event declared by City, neither party shall be obligated to deliver or purchase goods not so delivered and purchased during the force majeure period. 6. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend such suit and shall indemnity and save and hold City harmless from and against all claims, damages, losses, demands, costs and expenses (including attorney's fees) in connection with such suit or threatened suit. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance underthis Contract, including, without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity Clause prescribed by Executive Order 11246 dated September 24,1965 as amended, and any rules, regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnity and save and hold City from and against any and all claims, damages, demands, costs and losses which the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold hereunder will comply with and conform in every respect to the standards applicable to the use of such goods under the Williams -Steiger Occupational Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any clause required by any law, ordinance, rule or regulation to be included in a contract of the type evidenced by this document shall be deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed material/services and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8 Reports Artwork Desions etc.: (a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. (b) If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans. blueprints, graphs, charts. brochures, analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by signing the contract Such works and the like shall not be used by vendor in the conduct of any business with any third party without the City's written consent. Bid D LMD-11-12-44- (c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other properties furnished by City or specifically paid for by City shall be City's property. Any such property shall be used only in filling orders from City and may on demand be removed by City without charge. Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to the same while in vendors custody. Vendor shall at its cost store and maintain all such property in good condition and repair. City makes no warranties of any nature with respect to any property it may furnish to vendor hereunder. 9 Governing Law. The Purchase Order and this Contract between the parties evidenced hereby shall be deemed to be made in the State of California and shall in all respects be construed and governed by the laws of that state 10. Miscellaneous. (a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of any other such term, condition or provision, nor shall such waiver be deemed a waiver of a subsequent breach of the same term, condition or provision. (b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made by City on this Contract or any other forms delivered to vendor shall be subject to correction. (c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers and unit prices shall hold over extended prices. (d) City may, upon notice of vendor and without liability to City, cancel this Contract and any outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped hereunder, at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take possession of all or substantially all of vendor's assets, (B) vendor makes a general assignment for the benefit of creditors, or (C) any action or proceeding is commenced by or against vendor under any insolvency or bankruptcy act, or under any other statute or regulation having as its purpose the protection of creditors, or (D) vendor becomes insolvent or commits an act of bankruptcy. If an event described in (2) of this section occurs. City may at City's sole election pay vendor its actual out-of-pocket costs to date of cancellation, as approved by City, in which event the goods shall be the property of City and vendor shall safely hold the same subject to receipt of City's shipping instructions. 11. Delivery Orders. This is a maintenance purchase order. The Vendor will only accept orders placed by a member of the Finance Division or the Accounting Manager. The Vendor will notify the City on receipt of this contract of any special procedures required by the Vendor to initiate orders against this contract. These procedures may include but are not limited to, the Vendors point of contact or a specific office at the Vendor's place of business. 12 Response Time. For equipment maintenance contracts the repairman will be onsite within four working hours of notification. For service contracts, discrepancies will be corrected within four working hours of notification. Normal working hours are M -F from 7:30 A.M. to 3:30 P.M. Bid k LIVID -1 1.12-44 C. ADMINISTRATIVE SPECIFICATIONS Introduction The City of Santa Clarita, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified landscape companies for landscape maintenance of the City's LMD Zone T8 (Valencia Summit) and LMD Zone T17 (Rainbow Glen) This contract shall run for two (2) years with the option for three (3) additional One (1) year renewals. The City requires the landscape contractor to include all labor and equipment for an all inclusive contract for landscape maintenance of approximately 145.6 (landscaped) acres for LMD Zone T8 (Valencia Summit) and 3.9 (landscaped) acres for LMd Zone T17 (Rainbow Glen). 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 1200 cubic yards per year), all fuel modification and weed abatement, fertilizer application, chemical applications for weed abatement, litter pickup, doggie litter removal, trash bags removal and replacement, turf aerification, turf renovation/verticutting, turf over - seeding, micro-nutrients/soil amendments. All supplies and parts will be paid by the LMD at the Contractors price plus a maximum markup of 15% In keeping with State mandated diversion requirements, the LMD strives to exceed diversion obligations to keep greenwaste from the landfills The Contractor shall mulch and use on site 95% of the greenwaste generated by referenced LMD Zone. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on-site at a minimum of twice per week. The contractor shall report the total tons of greenwaste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be 95% diversion from this site. The Contractor shall have a minimum of five years experience in landscape maintenance for areas ten acres or larger. (See References Sheets) The contractor shall have water management and auditing personnel, (CLIA). The Contractor will be required to communicate work requests back and forth to LMD through desktop computer, hand held device, or laptop. The Contractor is encouraged to provide copies of awards, and recognitions received for landscaped maintenance excellence. Refer to the following specifications for requirements at each location. The General Specification section includes general and special conditions that shall apply to all jobsite locations. Also included in this section are the Scope of Work instructions which more clearly define the services, scheduling, or special circumstances for each location to be serviced. The work required in this bid requires the payment of prevailing wages Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties. in which the work is to be done have been determined by the Director of the California Department of Industrial Relations These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at htto://www.dir.ca.gov/dlsr/PWD. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates A copy of the prevailing rate of per diem wages shall be posted at the job site Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects. and which will become part of the conformed documents. All pertinent California statutes and regulations, including. but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix aM # LMD-11 12-44 10 A by reference as though set forth in their entirely. 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 Ciarita is soliciting sealed bids from qualified landscape maintenance companies for the ALL INCLUSIVE LABOR AND EQUIPMENT (See Exhibits B and C) under the terms of this bid, to provide for maintenance of landscaped paseos, parkways, parks, medians and various other locations throughout the City of Santa Clarita. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialist, Irrigation Assistant, and Foreman required to perform the landscaping maintenance as set forth in these specifications all inclusive labor and eguioment. In keeping with the highest standards of quality and performance maintenance of plant material, hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement) and irrigation systems repairs. Maintenance of plant material shall include, but not be limited to: mowing, weed abatement for fire clearance/fuel mod (100 feel from structures), trimming, edging, hand pruning, fertilization, and aeration, application of pre -emergent herbicides, weed control, minor tree lifting, dethatching, plant replacements, and cleanup of drainage systems. All mulch brought in by the LMD will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free and in a state of good plant health. The Engineer's estimate for this work is approximately: LMD Zone TS - 5350,000/yr LMD Zone T17 - $15,3001yr The Landscape Maintenance District (hereinafter defined as the LMD) covered by this Agreement shall be maintained at a crisp, clean level of appearance at California Landscape Contractors Association (CLCA) Industry standards and all work shall be performed in a professional, workmanlike manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the level of services provided for in these specifications at all times 1.02 City of Santa Ciarita Landscape Maintenance District (LMD) administration staff, consisting of the Landscape Maintenance Specialist, Project Development Coordinator, Special Districts Administrator, Technology Services Manager or the Deputy City Manager or his qualified representative, shall herein be described as'Special Districts' 1 03 Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds. irrigation and landscape maintenance services. The Premises shall be maintained with nothing but the hiahest of industry standards at no less than the frequencies set forth herein. 1.04 Contractor is hereby hired and paid to render and provide all inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to. a Turf mowing. b Edging: c 85% hand pruning and 15% mechanical: d Over -seeding: e Reseeding Bid #LMD 11-12-44 11 I Fertilization: g Aeration; h. Verticutting: i. Irrigation; minor and major repairs, see sections 17 g.8 and 22.01 a -e; j. Hand watering; k. Bleeding of valves necessary during emergencies when automatic systems are not functioning; 1. Pruning shrubs and trees; m. Trimming and renovation of turf, shrub areas, and ground cover; n. Disease control; o. Tree maintenance; structural pruning per ANSI. Best Management Practices; p. Maintenance of irrigation systems; q. Mulching (City provided mulch); will be disbursed by the contractor at their expense; r. Manual weed abatement; s. Chemical weed control, t. Maintenance of fire protection / fuel modification of slope areas: u. Marking underground irrigation lines and other LIVID equipment upon Dig Alert notification; v. Artificial turf maintenance; w. Traffic control per (Watch manual) while working in the public right of way for medians and parkways; x. Litter pickup, doggie litter removal, trash bags removed and replaced from containers (City provided doggie and trash bags): y. Tennis court blowing and washing, z Irrigation Specialist, Irrigation Assistant, Laborers and Foreman at no less than the frequencies requested in 1. Introduction: Paragraph 4. Frequencies, per site, are identified in Exhibits E -E5 "Maintenance Program Guide", Irrigation Schedule Guide, Irrigation Program Guide, and Preventive Disease Control Guide and govern contractors completion of required operations. The landscape areas include: irrigated and landscaped areas: fire protection slopes and natural areas, shrubs; trees; ground cover and turf which may be irrigated by electrically controlled automatic or manual systems. 1.05 Contractor shall not work or perform any operations, particularly during periods of inclement weather, which may cause unsafe working conditions or destroy/damage ground cover, turf areas or planting areas 1 06 Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by other contracted parties. These activities may include, but not be limited to: a Landscape refurbishment; shrub, turf, and ground cover installation. b. Irrigation system refurbishment or repair; c. Construction and/or storm related operations: d. Emergency response operations; e. Electrical repairs, f. Tree Trimming I Tree planting I 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. I Integrated pest management / Chemical applications to trees: k Streetscape furniture cleaning and pressure washing of walkways and appurtenances. Bid Y LMD.11 12.44 12 Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 107 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. worn at all times. 1.09 Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff. City contracted staff, residents, and others throughout term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting Landscape Maintenance Inspectors. These consultant monitors will be treated the same as other Special District staff. Inappropriate communication and service may be cause for contract termination. 1.09 The contractor is required to have a minimum of five (5) years experience in the landscape maintenance field. The contractor is required to have experience in the maintenance of landscaped areas of ten (10) acres or larger and median and parkways maintenance in size of two (2) linear mile or larger. Vendor is to provide five (5) references with a similar scope & type of work within the bid response. 1 10 Contractor's employees or representatives shall be thoroughly trained and experienced in computer based central operating systems of Calsense, Rain Master, Weather -Trak and LEIT irrigation control systems and equipment. Should Special Districts choose a different controller, the contractor shall make available employees or representatives for product training at no cost to City. 1.11 Contractor shall provide cellular and/or radio communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. 1.12 The contractor, and or subcontractors, must possess the following licenses at time of bid submission; C-27. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have an Arborist identified by the International Society of Arboriculture (ISA) / or have a contract with a Certified Arborist on a need basis. The contractor must identify a staff member who is a certified landscape irrigation auditor (CLIA) The bidder will submit copies of the licenses, and certificates or subcontractor information sheets. indicating licenses held with bid submission. 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 Bid 9 LAID 11 12-44 13 2. LANDSCAPED AREAS TO BE MAINTAINED 2.01 The LMD areas to be maintained under the provisions of this Agreement are specifically identified in Exhibit D. (Inventory Lists and Area Maps). 2.03 3. CERTIFICATIONS/REPORTS/RECORDS 3.01 Payroll and Prevailing Wage Report. Contractor shall complete a Payroll and Prevailing Wage Certification Report which shall be made available to 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 Snecialty 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 fertif¢er(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 4. ADDITIONAL WORK 401 Special Districts may arrange for additional Contractor personnel to cover additional work Bid 0 LMD-11 12 44 14 4.02 Costs for additional work shall not exceed the labor rate identified on the Additional Pricing Sheet #1 (see page 45). For material it shall be Contractor's cost plus no more than 15%. The contractor will maintain and submit copies of invoices to demonstrate the contractors cost. 4.03 When a condition exists wherein there is imminent danger of injury to the public or damage to property, Special Districts may verbally authorize the work to be performed upon receiving a verbal estimate from Contractor. However, within 24 hours after receiving such verbal authorization, Contractor shall submit a proposal to be approved by Special Districts. 4.04 All extra work shall commence on the specified date established, and Contractor shall proceed diligently to complete said work within the time allotted. All invoices submitted by Contractor for extra work shall include a detailed itemization of labor and/or materials. 4.05 extra work and items must be submitted biweekly to 5. CONTRACTOR'S LIABILITIES 5.01 All damages resulting from Contractor's operation within the LIVID 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 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 Bid d LMD-11-1244 15 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. 7. OFFICE OF INQUIRIES AND COMPLAINTS 7.01 Contractor shall at all times, have some responsible person(s) employed by the Contractor to take the necessary action regarding all inquiries and complaints that may be received from the Homeowners Associations, property owners, and tenants within said LMD or from Special Districts personnel, representatives or patrons using the facility. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the answering service. Neither answering machines nor voicemail are acceptable. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, Contractor's Foreman or an employee of Contractor, at the supervisory level, who is responsible for providing maintenance services, shall be available for notification by telephone or radio communication. 7.02 Whenever immediate action is required to prevent impending injury, death, or property damage to the LIVID being maintained, Special Districts may authorize such action to be taken by a third -party work force and shall charge the cost thereof as determined by the Administrator, against the Contractor, or may deduct such cost from an amount due to Contractor from Special Districts. 7.03 Contractor shall maintain a written log of all complaints, the date and time thereof, and the action taken pursuant thereto or the reason for non -action. The log of complaints shall be available for inspection by Special Districts at all reasonable times, 7.04 All complaints shall be addressed as soon as possible after notification, but in all cases within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours, Special Districts shall be notified immediately of the reason for not resolving the complaint followed by a written report to Special Districts within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Special Districts, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. B. SAFETY 801 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 &d N LMD-11.12.44 16 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 W a. filling holes in turf areas and paving: b using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards; c replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence 9. HOURS AND DAYS OF MAINTENANCE SERVICES 9.01 The hours of maintenance service shall be 7:00 a.m. to 3:30 p.m. on those days maintenance is to be provided pursuant to the work schedule approved in advance by Special Districts- No work will be performed on City Legal Holidays unless authorized by Special Districts Administration in advance. (Exhibit 1) Blowers, lawnmowers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a m., Monday through Friday within the City of Santa 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 Slate of California Labor Code, Contractor is directed to the following prescribed requirement with respect to the hours of employment. A legal day's work shall constitute eight (8) hours of labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic. or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815. under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California 10. MAINTENANCE SCHEDULES 10.01 Contractor shall, within ten (10) days after the effective date of this Agreement. submit a premises work schedule to 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 &CI M LMD 11-12-44 17 10.02 I Performance Said revisions shall be submitted to Special Districts for re 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 RenovalionNerticutting; d. Turf Reseeding; e- Micro-Nutrients/Soil Amendments; I. Spraying of Trees, Shrubs or Turf; g. Aesthetic Tree and Shrubbery Pruning, h. Preventative disease control; i. Seasonal color. Transplanting small and medium sized plants, j. Lane closures for median or parkway maintenance prior notification is required, k Fire protection of the natural slopes area maintenance. Contractor at his cost shall be These slope areas are hillside areas and are designed to meet the Los Angeles County Ordinances for fire retardation. These areas generally occur in sloping terrain with gradients ranging 10 percent to 100 percent, Slopes are either manufactured or natural. The natural slopes have been brushed to remove certain plant materials. Manufactured slopes have been hydromulched or planted in accordance with applicable County Ordinances. Use of these areas by the residents should be minimal. Contractor shall perform, under the terms of this agreement, the following services for the maintenance of the natural slopes, which requires that the weeds and native brush be: (1) Clipped to a height of 2 to 4 inches for a distance of at least 100 feet from a dwelling or structure and all debris removed from the site. (2) Dead wood from woody plants shall be trimmed when the area is brushed. Apply water within the cleared zone only as needed during fire season to maintain sufficient moisture content for sustenance of the plants and to inhibit combustion. Remove all debris from this operation off the LMD property. Weeding shall commence immediately following the rainy season once the growth of weeds has reached a maximum of 12 inches in height or (3) When the County Fire Marshall has determined that a fire hazard condition exists. The required weeding shall be completed as soon as possible following its commencement and shall be completed throughout an LMD within a maximum period of 30 days. (4) Contractor shall be responsible for maintaining the brushed slope areas throughout the year in accordance with the above -identified height of weeds. dead wood removal and distance from dwellings or structures requirements. This may require that certain areas will need additional brushing as directed by the County Fire Marshall. If the Fire Marshall Bid k LMD-11-12-44 18 determines additional brushing is necessary the contractor will be paid additional compensation at the rate specified in the form of bid. Contractor at his expense shall remove weeds to a distance of 30 feet measured from any sidewalk adjacent to a fire protection area twice a year. Where reference is made to weeding, brushing, or clearing within 100 feet of a structure, it is intended that the space between the structure and the private property line is the responsibility of the owner of the property except where Special Districts has accepted an easement to maintain a portion of the private lot. As an example, assume a private residential lot has a depth of 100 feet, the rear or side of which abuts a fire protection slope. Assume that the structure is set back 20 feet from the property line abutting this slope. The Contractor's responsibility is within the portion or balance of the 100 feet outside of the private property boundary, or, in this case, 80 feet. However, Special Districts is responsible for those areas where an easement has been accepted by Special Districts over a portion of a private lot Consult with Special Districts for any questions regarding these areas. The maintenance of the manufactured slopes requires that the planted slopes be weeded on a regular basis throughout the year Planted slopes which were not hydroseeded shall be kept weed free at all times and the use of chemicals is permitted. Planted slopes that were hydroseeded require weed removal by hand as the use of chemicals is not permitted. The removal of weeds by hand shall be performed each month from March through November during the term of the maintenance contract. Contractor shall program the irrigation system to deliver sufficient moisture within the root zone of trees and shrubs to sustain growth. Contractor shall be responsible for any damage to slope areas caused by excessive watering practices or to plant material caused by lack of water. Plants and trees shall be fertilized in accordance with the requirements of Sections 18 and 19 of these Specifications I. Other Items as Determined by Special Districts. 10.05 Said maintenance services shall be performed in compliance with the Maintenance Program (Exhibits E -E5) attached hereto. Failure to complete special services in accordance with the schedules set forth on Exhibits E and E1 will result in Contractor becoming liable to Special Districts for liquidated damages ($150 per day) without written notice commencing automatically upon the first day following the final date such work was to be completed. 11. CONTRACTOR'S STAFF 11.01 Contractor shall Provide sufficient number of personnel to satisfy daily and/or weekly requirements for high quality landscape maintenance. Contractor's staff MUST be employees of the contractor except subcontractors identified in the response to this bid. Contractor must perform all work in accordance with the specifications set forth herein. Contractors employees. whether assigned to any one Zone or as part of a crew serving any number of Zones shall include at least one individual crew foreman who speaks and comprehends the English language 11.02 Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the interest of the public using the premises. Contractor shall meet with representatives of Special Districts to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure Special Districts that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the LMD covered under this Agreement. Bid i LMD 11 12.44 19 12. SIGNSIIMPROVEMENTS 12.01 Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13. UTILITIES 13.01 Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Contractor will be required to manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractors failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain storm and/or watering the day after rain and/or watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14. NON-INTERFERENCE 14.01 Contractor shall not interfere with the public use of the LMD areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 15. USE OF CHEMICALS 15.01 At the contractor's exoense, one maintenance worker called for in these specifications shall apply chemicals such as herbicides and pre -emergents. The City of Santa Clarita will pay the contractor's price for the chemicals plus no more than a 15% mark up. All work involving the use of chemicals shall be in compliance with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operators License and valid Pest Control Advisors License, or a copy of said licenses from a sub -contractor to Special Districts prior to using chemicals within the area. 15.02 A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by copies of Material Safety Data Sheets (MSDS) for all chemicals that may be used in binder or booklet form. No work shall begin until written approval of use is obtained from Special Districts The contractor shall consider the effects chemical application has on the environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result. 15.03 Chemicals shall only be applied by those persons possessing the training in chemical application or a valid California Applicators 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 Bid # LMD-11-12-44 20 15.05 All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioners Office and a permit obtained with a copy to Special Districts. 15.06 All regulations and safety precautions listed in the "Pesticide Information and Safety Manuar' published by the University of California shall be adhered to. 15.07 Chemicals shall be applied when air currents are still, preventing drifting onto adjacent property and preventing any toxic exposure to persons whether or not they are in or near the area of application. 16. 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 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 '/2 inch through 1 inch height throughout the year. Subject to change. (2) All cool season grasses (Blue Grass and Fescues) to be cut at 1 '% inch and 2'% inches during April through November, and at 2 inches during December to March of each year. Subject to change. (3) The mowing heights may be adjusted by Special Districts during periods of renovation. (4) Unless mulching mowers are used, all grass clippings will be collected and removed from the site on the same day the area is mowed. All clipping removed to be property 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 Bid # LMO-11 12-44 21 clearance where applicable. c Weed Control: Control turf weeds as needed and in accordance with the specialized maintenance program (Exhibits E -E5). Hand removal of noxious weeds or grasses will be required as necessary. All mulch brought in by the LMD will be disbursed by the contractor on site to control weed growth. d. Insect/Disease Control: Eliminate all insect or disease affecting turf areas as they occur. e. Aerating: Aerate all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Aerate all turf by using 1/2 -inch tines, removing 2 -inch cores of soil with an aerator machine at not more than 6 -inch spacing once over. Special Districts is to be notified at least two (2) weeks prior to the exact date of aerating. f. Thatch Removal: Verticut all turf areas two (2) times annually, once in the spring and once in the fall prior to the over -seeding operations. Equipment will consist of standard renovating or vertical mowing types Special Districts is to be notified at least two (2) weeks prior to the exact date of renovation. a. Irrigation: Irrigation, including hand watering and bleeding of valves during an emergency situation as required to maintain adequate growth rate and appearance and in accordance with a schedule most conducive to plant growth. Contractor to provide Special Districts with a written winter and summer irrigation schedule in accordance with the recommendations on Exhibits E -E5 (Irrigation Program) provided for this purpose. Special Districts shall have the ability to change the irrigation schedule as the need develops. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: (1) Consideration must be given to the soil conditions, seasonal temperatures. wind conditions. humiditv. minimizino runoff. and the relationship of conditions which affect day and night watering. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation will be discontinued. No watering medians in windy conditions, to avoid drift and wetting vehicles. (2) In areas where wind creates problems of spraying water into private property or road right-of-ways, the controllers shall be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 7:00 p.m. and 6:00 a.m.). (3) Contractor shall be responsible for monitoring all irrigation systems within the iurisdiction of this Specification and correct for: coverage, adiustmenl, clogging of lines. and removal of obstacles, including plant materials which obstruct the spray. Monitoring shall be spelled out for all systems to be at least I monthly (4) Check systems, as needed, for optimum performance and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted) within the LIVID areas covered under this Agreement. Bid 11 LMDO 1-1244 22 (5) watering or excessive runoff shall not be permitted. (6) Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could interfere with the Contractor's ability to mow all turf. (7) Contractor shall observe and note any deficiencies occurring from the original design and review these findings with Special Districts, so necessary improvements can be considered (8) Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from Special Districts of such a deficiency. (9) A soil probe shall be used to a depth of 12 inches to determine the water penetration by random testing of the root zones. Contractor shall file a monthly statement with Special Districts certifying that all irrigation systems are functioning property. (10) Contractor will provide their own irrigation receiver and transmitter for control of the Rain Master, Calsense, LETT (solar). WeatherTrak or other controllers not listed- The City requires the Promax universal remote irrigation control unit for its use in field testing and operation of all irrigation systems for the LIVID areas. Use of this device will conserve water consumption, provide for more cost effective maintenance of irrigation systems, and assure all parties concerned that the automatic system is operating at maximum efficiency. Special Districts' inspectors will use this device in their inspections to verify that irrigation systems are functioning properly. The bleeding of valves and hand watering are to be used in emergency or testing situations. Fertilization: Turf shall be fertilized with a turf type commercial fertilizer at a minimum of four (4) times a year (See Exhibit E -E5). All fertilizer used shall be granular. Fertilizer type can be suggested by Contractor, determined by soil analysis or at the direction of Special Districts. All turf areas fertilized shall be thoroughly irrigated immediately following fertilization. Fertilizer applications must be approved by Special Districts prior to application. The City of Santa Clanta will pay the contractors price for the fertilizer plus no more than a 15% mark up The contractor shall provide the labor to apply the fertilizer Turf Reseeding. Contractor shall twice each year, once in the fall and once in the spring. overseed all turf areas after verticutting (dethatching), aerification and overseed all bare spots as needed, throughout the remainder of the year to re-establish turf to an acceptable quality (See Exhibit E -E5). When Contractor reseeds turf, they will aerify. verticut, seed and top dress (spread evenly over the entire area to a uniform depth of/. - 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 BM • LMD-11.12-u 23 Over seeding shall be sown at a rate of 6 pounds per 1,000 square feet and reseeding of bare areas shall be sown at a rate 8 pounds per 1,000 square feet. The seed used in over seeding or new turf establishment shall be approved by LMD staff prior to installation. Typically, Fescue and Fescue blends are required. 18. SHRUB AND GROUND COVER CARE 18.01 Contractor shall perform at his sole expense under the terms of this agreement the following services: a Pruning: Manually select prune shrubbery throughout the year to encourage healthy growth habits, and to encourage growth to the natural shape of the plant according to its species and appearance with the exception of roses, which shall be pruned no later than January. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Remove all clippings the same day shrubbery is pruned. Pruning is not done during flowering, during new growth emerging or during the hottest time of the year (July -August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this bid. All natural selective pruning is required following the natural habit of the particular plant. b. Trimming. Restrict growth of shrubbery and ground cover to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts c. Renovation. Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated. (Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate.) d Disease and Insect Control: Maintain free of disease and insects and treat when needed pursuant to Section 20 e Weed Control All ground cover and shrub beds are to be kept weed free at all times Methods for control shall incorporate the following. (1) Mulch application to 3" laver maximum (approx 1600 cubic Yards/Year (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 Bid k LMD-11-12-44 24 to installation. The Contractor shall provide the Director with a fertilization schedule, with two (2) weeks notification prior to the proposed fertilization h Irrigation, Irrigate, including hand watering and bleeding of valves, in emergency situations where automatic systems are not functioning as required to maintain adequate growth rate and appearance. Section 17, Paragraph g, concerning irrigation practices shall apply to shrubs and ground covers. i Diversion requirements. In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills The Contractor shall mulch and use on site 95% of the green waste generated by T-46 Northbridge. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on site at a minimum of twice per week j Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2 - inch layer of mulch under all trees, shrubs and groundcovers and a minimum 3 -inch layer in all open areas is strongly encouraged. Mulch Purchased by the LMD will be disbursed with the above specifications by the contractor who will provide the labor his expense. 19. TREE CARE 19.01 Contractor under the terms of this agreement shall perform the following services: a. Tree Maintenance (1) All trees 12' (feet) tall or less shall be maintained free of all dead, diseased and damaged branches back to the point of breaking as per contract. Wound dressings are never used on any tree pruning cuts. All sucker growth is to be removed from trees as it occurs (2) Maintain an 8 -foot clearance for branches overhanging walks, 8 -foot for public sidewalks. (3) Report insects and tree diseases to Special Districts Inspector. (4) Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees (5) Tree stakes shall be pentachloraphena treated pole pine, not less than 8 feet in length for 5 gallon size trees and not less than 10 feet for 15 gallon trees sizes (two per tree), no galvanized stakes. (6) Commercially available tree rubber ties are to be used unless there is a need for guy wires. All trees tied in two locations - top and bottom. Stakes wilt not be placed closer than 12 inches from the top tie on the tree trunk (7) Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling (8) Broken branches are to be removed immediately whether they are in the tree or on the ground b Fertilization Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of LMD, be a balanced organic 10-6.4 ratio with trace element. Contractor shall provide Special Districts with two (2) weeks notification prior to the fertilizer application. c Permits If a permit is required for tree pruning Contractor will obtain a permit prior to 6d 0 LMD 11 12-44 25 commencement of work by Contractor Tree Replacement: All trees permanently damaged as a result of action or inaction by the contractor will be replaced as provided for under Section 5 with the identical species of tree existing previously, unless otherwise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size Substitutions will require prior written approval by Special Districts Original plans and specifications should be consulted to insure correct identification of species. All newly planted trees are the e. Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by use of 'Maintain," or other approved product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when 'h to % of the olive blooms are open (sometime between April 1 and May 10) Both spray applications shall be put on using a power sprayer with a minimum of 150 p.s.i. pressure. The Landscape Maintenance District's Tree Maintenance contractor will provide most of the chemical applications to trees If the landscape contractor provides this service it will be considered "extra work cost" (refer to Exhibit E -E5). f Oak Tree Pruning Permit. All cuts over 2 inches in diameter on Oak Trees will be done by the Landscape Maintenance Tree Maintenance contractor. All other cuts on Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per City Municipal Code by the landscape contractor or their subcontractor. Special Districts will procure Oak Tree Permits once work is approved. g. Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 20. USE OF INTEGRATED PEST MANAGEMENT (LP.M.) 2001 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 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'd 9 ewe -t i-12-44 26 b Chemical Application: All work involving the use of chemicals will be accomplished by a Stale of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application_ c Permits: All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d. Compliance with Regulations: All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California will be adhered to. e. Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface. these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 21. GENERAL CLEAN-UP 21 01 Contractor shall at his sole expense under the terms of this agreement perform the following services: a. Trash Removal/Receptacles The contractor shall empty all trash cans and replace all trash bags a minimum of three (3) times per week (trash bags provided by City), The contractor shall provide a trash pick up schedule for the approval by Special Districts The contractor shall pick up trash and accumulated debris from site per contract, and clean trash receptacles as needed In addition, dog feces are also to be removed from the walkways located within the Paseo system in the LIVID areas The contractor shall fill all doggie bag holders a minimum of twice a week (doggie bags provided by City) b. Concrete/Asphalt Median Strip Maintenance. Contractor is responsible for weed and grass removal within the crack(s) on the asphalt. and stamped concrete median strip areas. if any. at all times. c Curb and Gutter Maintenance Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all limes 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 BW i LMD-11-12-44 27 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. I. Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch layers shall be removed and property disposed of not less than once per week g. Diversion: The Contractor will be responsible for creating and implementing a written program to divert all green waste from landfills. The program should include, but not be limited to, mulching and composting. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the City's Environmental Services Office. The goal will be at least 85% diversion. h. Tennis courts: Tennis Courts are to be swept clean by power blower or broom a minimum of once per week The tennis courts must be cleaned with a water broom once each month. 22. WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 22.01 All irrigation systems within the LIVID areas designated in these specifications will be repaired and maintained as required for operation by the Contractor. For all irrigation repairs, including main lines and all irrigation parts reimbursed at no more than a 15% mark up over the contractor's cost The Contractor must provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation Association, Best Management Practices (BMP'S) at htti)://www.irriciation.orq/qov/odf/1A BMP APRIL 2005.odf. a. Scope of Responsibility. The contractor shall maintain (repair or replace as needed) and keep operable all irrigation equipment consisting of: (1) sprinkler heads, (2) valves, (3) PVC piping. (4) quick couplers, (5) risers, (6) automatic and battery powered controllers, (7) valve boxes quick coupler boxes, (8) backflow prevention devices, (9) irrigation controller programming. b. Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation c Extent of Responsibility Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, annuals, perennial plants, and ground covers when automatic systems are not functioning. d Ordinances All materials and workmanship will be in accordance with the applicable City Plumbing Ordinances Where the provisions of the specifications exceed such requirements the specifications shall govern e Controllers The contractor will be responsible for the control of Smart Water Bid # LMD-11-12-44 28 Application Technologies (SWAT) certified weather -based controllers or equivalent, controller programming through the contractors office via a desk top or any wireless computer, or hand held device. The LMD will provide a password for access I . Inspections: Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards Contractor shall conduct a complete irrigation system inspection for each district at minimum of twice a year. 22.02 Water Budgets - In order to ensure efficient and responsible water management with regards to landscape irrigation, the City of Santa Clarke Special Districts office requires the following. When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO) Formula: MAWA = (ETo) (0.62) ((0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as, Valencia Water Company, Newhall County Water District, Santa Clarita Water Division or Castaic Lake Water Agency, CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water budget(s), efficient tier, or any 'penalty" tier the City of Santa Clarita is subjected to 23. MAINTENANCE AND REPAIR OF WALKWAYS, SERVICE ROADS AND DRAINAGE SYSTEMS 23.01 Walkways and Service Roads. All walkways and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the bid submission without the written approval of Special District Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LMD Inspector or directly to the City a Contractor may be responsible for total replacement or repair on walkways or any hardscaped area, or if any plant damage occurs due to Contractor's negligence or by accidental damage within his maintenance operation b Contractor shall be responsible for sweeping/blowing all walkways and paseos within the contract boundaries at a minimum of once per week or as necessary or as requested by Special Districts All debris must be collected and removed c Disposal of debris by blowing into roadways. sidewalks, or other areas is prohibited and may be cause for contract termination Bid* LIVID 11 12 44 29 23.02 Drainage Systems. The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for. a. All LMD area surface drains ("V" ditches), shall be kept clear of debris at all times so that water will have an unimpeded passage to its outlet. Contractor will not Flush dirt or debris into the stormdrain system per the City's National Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. b All LMD area sub -surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris All inlets to sub -surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent debris from continuing into the City's Stormdrain system including the use of sand bags, straw bales or other Best Management Practices (B.M Ps) c Disposal of green waste or other debris into catch basins, drains or stormdrains is prohibited. Such action could result in termination of maintenance contract 24. MAINTENANCE INSPECTIONS 24.01 Contractor shall: Weekly perform a maintenance inspection of all facilities within the LMD during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non -contractual service request information into the City's reporting system at www.santa-clarita.com/e-service 24.02 Monthly. meet on site with an authorized representative of Special Districts for a walk- through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection In addition, bi-weekly interim inspections may be made by Special Districts. Any corrective work required as a result of a monthly inspection or any "interim" inspection by Special Districts shall be accomplished to the satisfaction of Special Districts within 3 working days of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 25. GRAFFITI ERADICATION AND CONTROL 2501 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- ramti. 25.02 The contractor may be required to remove small amounts of debris which would fit into a small pick up truck. In such cases the dump fee may be invoiced to Special Districts. Removal of larger items would be considered as an "additional work" item and subject to the terms of Section 4. 25.03 All materials and processes used in graffiti eradication shall be non -injurious to surfaces and adjacent District property and approved by CAL -OSHA. Materials and processes used must be approved by LMD prior to use. 26. NATURAL AREAS MAINTENANCE Bid 0 LM0-11-12-44 30 26.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance according to routine scheduling. consisting of debris removal as directed by Special Districts 27. SEASONAL COLOR AREAS 27.01 Annuals (flowers) shall be replaced three (3) times per year during the months of October, March, and June with appropriate varieties for each season to be approved by Special Districts prior to planting. Plant size shall be 4 -inch pots when possible. The price of the annual color plants plus no more than a 15% mark up will be paid by the City, contractor, under the terms of this agreement shall provide the labor. 28. IRRIGATED STREET TREE WELLS 28.01 Contractor is responsible to keep tree wells within LMD areas weed -free and maintain tree well irrigation system in accordance with Section 22 of these Specifications Maintenance of trees in street tree wells shall be in accordance with Section 19 or these Specifications Bid %LMD 11 12-44 31 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE The following form shall be used in case check accompanies bid. Accompanying this Proposal is a 'certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time, otherwise. the check shall be returned to the undersigned. Project Name: ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T -B AND T-17 LMD-11-12-44 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 # L.Mn 11 12 44 32 PROPOSAL GUARANTEE BID BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12.44 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that STAY GREEN, INC. as BIDDER, and ANIC0 rncnrnurp Cnmpw)y as SURETY, are held and firmly bound unto the City of Santa Clarda, as AGENCY, in the penal sum of Ten percent of amount bid dollars(which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, forthe 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 19th day of July _,20 12 BIDDER STAY GREEN, INC. SURETY' MICO Insurance Company Carol Ann Strum, Attorney-in-fact 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. Nd 9 LI1e• 1 1.1244 33 ACKNOWLEDGMENT State of California County of_ yentas ) On July 19 2012 before me, John Strum, Notary Public (insert name and title of the officer) Personally appeared Carol Ann Strum who proved to me on the basis of satisfactory evidence to be the person(g} whose name(o is/are— subscribed to the within instrument and acknowledged to m e that.he/she/tlaeyexecuted the same in his/her/their authorized capacity(•iee), and that by4k/herltheir signatureW on the instrument the person), or the entity upon behalf of which the per son(si acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _ JOHN STRUM 0� Commission # 1840823 1 Notary Public - CalifOrma _ Ventura County (Seal) M Comm. Expires Apr 13.2r,- KNOW ALL MEN BY THESE PRESENTS THAT: Nawnwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company. an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Allied Property and Casualty Insurance Company. an Iowa corporation Depositors Insurance Company. an Iowa corporation hereinafter referred to severally as the `Company and collectively as the "Companies.' each does hereby make, constitute and appoint: CAROL ANN STRUM NEWBURV PARK CA each in their individual capacity. los true and lawful attorney-in-fact. with full power and authonlyto sign, seal, and execute on its behalf anyand all bondsand undertakings and other obligatory instruments of similar nature, in penalties not exceeding the sum at ONE MILLION FIVE IIUNDRED THOUSAND AND.N01100 DOLLARS S 1,500,000.00 and to bind the Company thereby. as fully andto the same extent as it such instruments were signed bythe duly authorized officers of the Company: and all ads of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authomy of the following resolution duly adopted by the board of directors of the Company. "RESOLVED. that the president, or any vice president be. and each hereby is, authorized and empowered to appoint attorneys-in-lact of the Company. and t< authorize them to execute and deliver on behalf of the Company any and all bonds. forms. applications, memorandums, undertakings. recognizances. transfers contracts of indemnity. policies. contracts guaranteeing the fidelity of persons holdngpositiomof pudic or private trust, and other writings obligatory in nature that th, business of the Company may require and to modifyot revoke, with or without cause, any such appointmentor acthority;provided, however, that the authoritygrante. hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company' "RESOLVED FURTHER, that such attorneys -in -fad shall have full power and authorkyto execute and deliver any and all such documents and to bind the Compan subject to the terms andfimdations of the power of attorney issued to them, and to affix the seal of the Company thereto. provided, however, that saidseal shall not b, necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approve, documents. instruments. contracts, or other papers in connection with the operation of the business of the company in addition to the chairmanof the board.the chie executive officer, president, treasurer or seastary;provided. however, the signature of any of them maybe printed, engraved.or stamped on any approved documen contract. instrument. or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duty attested by the signature of its officer the I I" day of November. 2011 _ w i ��`%:;e• �4.. 2- , .1tr� Gary A. Douglas. President and Chief Operating Off lost of Nationwide Agribusiness Insurance Company � L$0 / ew , and Farmland Mutual Insurance Company. and Vice President of Nationwide Mutual Insurance Company `;. / 0 r,r3E'ALj AMCO Insurance Company. Allied Property and Casually Insurance Company, and Depositors Insurance �•q�? �� Company � r>ti uk e, ACKNOWLEDGMENT i�+°�, .�•.'+� al•!,;.�• STATE OF IOWA. COUNTY OF POLK. ss /��aa; ..., Onthis t f dayol m r.2 11 , beton me wme the above-namedoffimf for the Companies aforesaid =SEAL %F: SE"AL � to me personalty known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same. and being by me duly sworn. deposes and says, that he is the 4111%, �� officer of the Companies aforesaid. that the seals affixed hereto are the corporate seals of said Companies and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the authonl and direction of said Companies ...'lot • �o.-.zrlij _$Elul., i r reafnaro4x uew,.s n.sn eine Notary Public My Commission Expires CERTIFICATE March 24. 2014 I. Robert W Horner Ill. Secretaryof the Companies. do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued bythe Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner. that said Gary A. Douglas was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and the corporate seals and his signature as officer were duly altixed and subscribed to the said instrument by the authorityof said board of directons.and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF. I have hereunto subscribed my name as Secretary. and affixed the corporate seals of said Companies this 19th day of July .2o 12 Secretary This Power of Attorney Expires. QWI9y14 BDJ i (11-11)00 245511 NON -COLLUSION AFFIDAVIT ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12-44 City of Santa Clarita, Calffornia TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA COUNTY OF LOS ANGELES } I, being first duly sworn, depose and state that I am of _, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf R.any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham, that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract: that all statements contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid " Signature of bidder's representative making the statement JURAT State of California County of 1A0O 6"E1£5 Subscribed and sworn to (or affirmed) before me on this SDV day of �, 20 by 1.L—Fj* personally known to me or proved to me on the basis of satisfactory evidence to be the person'*%Iwho appeared before me. (SEAL) LORNA GRACE DUARTE 19ACommission N 1958198 Notary Public � California Los Angeles County M Comm. Ex iieiiNov 23. 2015 r Bid # LMD- It 12 44 A 34 FAITHFUL PERFORMANCE BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMO-11-12-44 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 NOTARY PUBLIC day of 2012. Provide CONTRACTOR/SURETY name. address and telephone number and the name, title, address. and telephone number of authorized representative. Bid 4 Lh1D 11 12 44 35 LABOR AND MATERIAL BOND ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12-44 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTORAND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2012. CONTRACTOR' SURETY' Subscribed and sworn to this NOTARY PUBLIC day of .2012. Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid 9 LMD-11.12-44 36 D. SAMPLE CONTRACT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND Contract No. THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and , a Corporation ("CONTRACTOR"). The Parties agree as follows: 1. 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 CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment. printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or properto perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement 4 PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776. CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dir ca.govfDLSRIPWD A copy of the prevailing rate of per diem wages must be posted at the job site Bid # SMD- 11.1244 37 B. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has'. Thoroughly investigated and considered the scope of services to be performed, and 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. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits (combined single) Commercial general liability. $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement B Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 1185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary' such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City C Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92. including symbol 1 (Any Auto). 0 CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement. endorsements as required 80 # LhtD-11.12-44 38 E Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative. should CONTRACTOR fail to meet anv of the insurance 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. 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 Bid # SMD -11 12-44 39 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 11 NOTICES, A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY. City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Name Address City 8. When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17 WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California. and exclusive venue for any action involving this agreement will be in Los Angeles County. 19 AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the am # LIVID -1 1-12.44 40 City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. 20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other 24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting _ maintenance. To the extent that there are additional terms and conditions contained in Exhibit " " that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. 25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. (SIGNATURES ON NEXT PAGE) Bid # LMD-11.12-44 41 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. I1iT�ZK9MIM0iil3 By. DO NOT SIGN — SAMPLE ONLY Print Name & Title Date FOR CITY OF SANTA CLARITA: KENNETH R. PULSKAMP, CITY MANAGER By City Manager Date: ATTEST: By City Clerk Date. APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date Bid # LMD-11 12 44 42 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12-44 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — original plus (1) copy, do not use: staple, bind or folder X Proof of Contractor's License - license number will suffice X Bidder's Bond X Non -Collusion Affidavit — must be notarized X List of Subcontractors — if none, write "n/a" X References X Initials Verification of Additional Pricing (approx page 46) X Bid Schedule — Use the City supplied pricing page only X Exhibit A - Violation Records — must be completed X Exhibit B — Staff — must be completed X Required certificates/qualifications (as identified in solicitation) X All Addendums (signed) X Contract Agreement X Insurance Requirements — Return only if Awardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information Bid x LMD-11-12-44 43 BID SCHEDULE The City of Santa Clarita reserves the right to award LMD Zones T-8 and T-17 separately, if deemed in the best interest of the City. Costs for both items will be read and listed separately on the record of Bid Opening. Item Project Site Monthly Total No. Maintenance Cost Annual cost Item 2 LMD Zone T-17 a) x12mos = b) �10,140, oD /annually Total bid amount for Zone T-17, annually, in legibly printed words: X211 }h61JJGV �Nuhunc*'� ttnd tgt) C�Wgr5 Md 2eyb Cents. Rd a Lmto-, 1-i 2 44 44 ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications for annual landscape maintenance. These rates will not be used in evaluating the bid, but shall be used in evaluating cost estimates for "additional' or "extra" work requested by the City under this contract. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Hourly cost After hour emergency Irrigation Laborer $40.00 per hour $65.00 per hour Landscape Laborer $30.00 per hour $45.00 per hour QAC/QAL Herbacide and Pesticide Applicator $30.00 per hour NIA Please note: pricing increase allowance will be according to Consumer Price Index (see Section A, "Bid Instructions, Item #34) Please initial to verify acknowledgement of labor rates - i3o (initial) Bid # LMD-11-12-44 45 ADDITIONAL PRICING SHEET #2 Please list the unit price, EXCLUDING partlmaterial costs, for the following tasks. These rates will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work requested by the City under this contract. e d # LMD-r 1- 12-44 46 EXTENDED LINE DESCRIPTION UNIT OF UNIT PRICE QUANTITY PRICE MEASURE (unit price x quantity) 1 1 square foot 500 sq. ft. Price for landscaped median maintenance with �'p�ZrJ -j25-D turf. 2 1 square foot 1000 sq. ft. Price for landscaped median maintenance for W DID2 j¢ 20,60 shrubs and ground cover. 3 1 square foot 500 sq. ft. Price for landscaped, irrigated slope Q •b2 1 D • n maintenance 4 One gallon (5) Five Installation of shrub, one gallon container 50.0(7 5 Five gallon (5) Five Installation of shrub, five gallon container. 2J•OD 6 24 inch box (2) Two Installation of tree - 24 tree inch box container I}tOD,� t200.60 7 15 gallon tree (2) Two Installation of tree -15 gallon container 100 Cro e d # LMD-r 1- 12-44 46 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12.44 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of 1/2 of 1 percent of the prime contractor's total bid: DBE status, age of firm, certifying agency and annual cross receipts are required if sub contractor is participating as a DBE. The form MUST be returned with bid, filled in or annotated with "No Subcontractors" if none will be used. Subcontractor Age of firm: DBE STATUS: Certifying A gent%: Dollar Value of Work Annual Gross Receipts: I.ocation and Place of Business Description of Work License No. Exp. Date: / / Rid Schedule Item Nos: Description of Work License No. Exp. Date: Subcontractor DBE STA FUS: 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: Atte of firm: Certifying Agency: Dollar Value of 1Vork Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Bid # LMD-11-12-44 47 DESIGNATION OF SUBCONTRACTORS ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12-44 City of Santa Clarita, California Subcontractor Age of firm: DBE STATUS: Certifying A enc Dollar Value of Work Annual Gross Receipts: Location and Place of Business License No. Exp. Date: 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 A enc Dollar Value of Work Annual Gross Receipts: Location and Place of Business License No. Exp. Date: Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DBE STATUS: Age of firm: Cervi ing A encu: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: Bid 9 LM0-11 12-44 48 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES: T-8 AND T-17 LMD-11-12-44 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 I2 - 0-W—TUiW— Me M.1S:Ltl elephone 'r, Gnnuq M, 1Wctcave vkatr*aance 2ot4- 3. la��YCIaIYATUifh` �0YUUUtZIT3T411S,T10T� Name and Address of Owner / Agency kyl"4 t`iAyJ2fl wiC) asb -Uoois Name aM Telephone Number of Person Familiar with Project -�391P Ic Qnrmolk4\WSa�Matrrkwalince a-0;78-GUYI` -L+ 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: Cc blS�eum-UMI0a"(Wt l"farce l�enwa Inc. �I�lo N.Ca��nsh�e.�h (8no� ql� � 19SD0 �h� N(ftt,f6 1 U`t g13)p (us) gclq a 1114 fbx Bid A LMD-11-1244 49 Exhibit A Violation Records 1) Please attach the last six (6) months of tailgate safety meeting sign in sheets and topics covered. See gi'�ticklt- d 2) In the year of 2010, what was the longest stretch of days worked without an accident in the landscape maintenance division? tj 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. N Bid # LMD-11-12-44 50 0 Stay Green Inc. TAILGATE SAFETY MEETING SGI Meeting Record Page/p>igina 3 of/de: 3 Employee # NAME Sign / Firtne 5.106 Jose, S Herrera 10 Aim 5471 Elias, Javier Juarez 5474 Alanis, Delfino • N° ilQ�� 5485 Pelayo, Juan A , UIX17 t �Cl� 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac 5534 Protillo Salgado, Andres Avelino 5545 Albarado,Raul q(A L) ��11C1 G 5548 Perez,Heetor 5570 Pelayo Velasco,Rosalio o !L'&o 5581 F.dilberto Cortez Villa Vazquez Jose Manuel 1 5733 Sergio Mooroy r55609 5732 Victor H. Alcala Reyes Rafael Calles Jr. !<"AC!/ 752 h% 5756 Oscar Gallegos 5757 Rene Mejia , 5758 Romerico Herrera ^fSpAV� Taaa, los efipilada Ames Kniac�ue t¢rasfw¢niyeali� Fa­'enhtgRsoen Espadol,ousandq ¢mbar bmmu. pore to perfeaa:om. Pension de tadas las prescmst de tomes de se`urided uamdes Que It. toda reunion gid let mcuerds que Its part, de la rmlltica dela empress Ile, or edeleme un babsio resnatitiWe holistic , seism Todos los capitation dei consuncla liart quo Jos conlemdos de mm reunion son pane do to Pat Ito on most. de segandtW de SG t I q,,- fnrmaran pane de las lest putmIxos de n dtinion Jet penonal E.NGUSH Alt thes. ralan emplo, on tenill that the moving ass pemenad to English m Spaash. or using lieu, erguago. mf tint mdtnlandmg of all utved wb con of scueit, •In all meetings SGI enuds mem that it Is stare of the nJ of the cominn, to oorform rnpnnslble, honest and safe nark All the emDla. sten Ohio out eccod ties the mttenu of ibis mttung Stepan of du pohcs �n :+e moms or snunl. of SCI and on, pan ofthe pa+OJia lest of o-. T�atian of the p�rstitnd Stay Green Ince TAILGATE SAFETY MEETING SGI Meeting Record Page/pe ina 2 of/de: 3 5685 C?c /o c Employee 9 NAME Sign / Firme 4713 Beojamin, Guti6rrez Rios 4727 Miguel, Vargas Mutios 4882 Vera-Mojlea, Leonardo / L� 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz 5252 Omar, Garcia 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez r t r 5362/p �Christian, D Monroy (Gaarcia ES UAL emp!eo as mm6cen� to reunion fee re a en lnfles o to Esptlliel. a useful rmbos idiemns poor In per.-,, cans prensien de lodes Ips preserves de Iry tomes do segmided fntadrs Que en soda rto i re SGI lea recuerdr quc es rant de is nnlfsiee the it enlargers Itc.-ar irdthorettion Inligicefriatiormlest.hoolatir, repairr Tidos las empleados dejan aMeufgia umbido mor las camenidas the era reumun son pane of Ig pelfica en militia de uguidad de SGI y clue formeran pone de las test xnedmos de valuaadn del personal ENGLISH All the stgnman rmplogees IM16 that the memirg nm presented in English or Spanish. or using bolt languagesfor clear .ndeniandmg ! all veered subjects of seaunq In all meetings SGI rem ids S.em thin n isfart of the mair, of i be rumors, to nafarm responsible hmsen and care A!I the emplo,ces also pia: ,eo,d that the comeols of flus mecona ave pan a( the palm bi the manor of securin of CGI and art pan of the pt^aeic ,,It I 91 al.aton of Use ;asa-nei �'A4`�3 ��� Stay Green Inc. rn: t.,b :d cTadre .,/e, ��, ,..11.r.,A.,np. Srrrla, TAILGATE SAFETY MEETING SGI Meeting Record Page/Ptigina I ofide: 3 Date / Fechaf ;j Z 3 Z Hour / Hora: :-0 AM/PM Department/ Departamento: SCV Sign / Firma 4015 Meeting was conducted by La clase rue dirigida por Grant Clack/ Isaias Leon / Rurfno Gomez Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentado y discutido to Accidente y Lastimadura Revisada Ad•unte una co is 4432 Jose, A Romero Suggesti6n 1 -Recommendation or Action Tal;en / Sugerendu / Reeomendocion Is Accl6a Tomada S Jaraf Mae( Jose, Pelayo Leon Employee # NAME Sign / Firma 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon t c%G _ 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon Am 11 Q 4567 Jose, Aguilera / x613 Enrique, Pelayo / 4679 Gerson, Aguirre O }•r �•f1 1 , /i Aga 4705 Francisco, S Cortes ESPANOL Todo:at empltadw Grnwe¢s cemfcan que to ¢uNen Cr mat: sudu to Hadesi: to Espoaot a usando ambit ,drama . pan to perfeea cam prenston de sodos los presenter de los comas de seguridad uatades. Que to lode icumoo YGI ks secuerJa que es no rte J04 ndidn Je to emorno Ilav adelanit u oratorio resnon sable honnta r ioewit Todm :as empieudot dejon crosiaoc a larrhon que las coowidas deme reunion an pone do la palnka en nutcrla de segunded de SGI r que formuan pane de los lest Iruodlms de e,aluacidn Jet personal ENGLISH At me signuop employees « rb 1, that the or aung uas psesmkd m Enthsh ar Spanish. or using oath languaees. for clear understanding at all trtumd whjects of ucmp In all me unto SGI rem ids tilt n, :ism it Is no, of the nndn of she rnmnans to rkrform resnaa861e honest ail edt „ash All he emplaces also ata record mat dm comms of this nketmg are pan of it a polk, r the alone, of seeumi of SG and arc pan or the pumdic leu or cvafvaton orlhc penorne: Stay Green Inc. _ 76r Vnnrnd Chnier ' F'nr Prp�rrsiwmll..urrGmpr.1'rrrius TAILGATE SAFETY MEETING SGI Meeting Record Page/p4ginn 3 of/de: 3 Employee M NAME Sign / Firme 5406 Jose, S Herrera S L 5471 Elias, Javier Juarez 5474 Alanis, Deifino 3 v 5485 Pelayo, Juan A 5526 Magana-Lopez, Nicolas n 5528 Pelayo, Jose Isaac 5534 Protillo Salgado, Andres Avelino d7noreals 5545 Albarado,Ruul ti V 5548 Perez,Hector 5570 Pelayo Velasco,Rosalio \ / 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel 5636 Miguel A Roman 5732 Victor H. Alcala Reyes i 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia f" 5758 Romerico Herrera 5841 Franklin Leon 5843 Jose Luis Narravo ESPANOL. Todos les empleados firmanses anifican quc la cunio ruc malizada n Inglds a to Espadol, a usanda ambas id!omas. para Ip perfects com, prension de todos las present" de los temps de seguridnd valadas Que to Lada reunion SG! Its recuerdn que rs Parte de Is noliggs dr Its :mDrew Ito a 944 Ionic un Ira Pao resppmaQlg, honesto c seeura Todos !os empleados dejan comuneia tambiiP Put los conlenidos de to reunion sen Panic de'•a polibn en mPhnia de seguddold de SGI y que rono mr. pane de Ios ¢ss pariod¢os de asplu m del peroral ENGLISH: All she sittrawry employees cenify that the meeting was presenmd m 0.2lish or Spanish, or using both languages. for c:ear ode niandmg of it rotated Snhjecis of security N all matings SGI remids d em that ,is t r Ilif iftticoong my 12 nerfarm riesoonsIble.hog uI and ifir, work All the employees hlao put peened that the rovtents of rats mce: in a. me pan a(thc policy in he matter or sceutity of SGI and are pen of the period r est of r.alunGvn of Lim penunnel Stay Green Inc. Tbr-.%a ran 1(3,nke !hr Prnfilrinuar l.urdrtnpr Sri, h" TAILGATE SAFETY MEETING ( C SGI Meeting Record Page/pdgina 2 of/de: 3 Employee k NAME Sign / Firme 4713 Benjamin, Guti€rrez Rios 4727 Miguel, Vargas Mufios 4882 Vera•Mojica, Leonardo 4844 Carrera Alfredo Escobedo *I 5054 I Juan, Jose Uribe rN,4971 Isidro Chavez l/ 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar TWAU ,t j0 r//Q 5683 Salvador Martinez (Ag 1Mkio o f-1 5239 0444.127a� --4 Salvador, Alaniz Guillermo Ochoa 5685 5300 Francisco, Mejia �^ " 5329 Efrain, Nava Lucio, Rodriguez Amable t5353 Alfredo, Benitez r ild 5362 Christian, D Monroy Garcia y it rdj t ESPAAUL Tido Ics empleodm rumatnn eenirKm quo fa muntun rue ralitado an Inglis a an Er,p..d: I. o asando ambo idicamnpmu it pada, :om p•entidn do older, to pralines do los temps de seEm'ded in ados Queen lode "union SGI Its reeumda que a uric de Is nWltka de so emgma Ile.ar adelate on traitor ]a resooemWL hanntg r tauro Todos los empleuos Oryar cnalaoraa tambrtn que to eorlemdas de eila reunidn son pane at It yWlssa en mner:a do upridaelde SG! y que rarmman pose de latest perrodKo de emulecida del personal ENGLISH All she signatory employees « nify tha: the mating ins presented in English or Slaw 1111, of using both languages, for Cam undemanding gf W !rand s,kc,ij oructamy In all mcctings 501 rcmids them that it Is purl print nolle, of the,pomp, to perform rernamlble. hems and sort n nrh. All the emphtyeo also pct recp,d mn the nasals; orthts meninp ire pan arlhe policy m the more, of sx=rity of SGI and me pan grille pc,wd, :esi al ernluaacr. of Ire pasgnnel Stay Green Inc. 7Le :\'ayxml (.hot"• .Jl !'nr l'rn/enlaua!l nad.atpe .5'n riu: TAILGATE SAFETY MEETING SGI Meeting Record Page/PQgina I Ode: 3 Date / Feche: — Hour! Hora: oD AM/Pi41 Department / Departamento: SCV Sign / Firme. 4015 Meetingwas conducted by La close fue dirigido por Grant Clack / Lisa Anderson / Eleazar Galiardo Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentado y discuddo o Accidente y Lastimadurn Revisada Ad unte una co is 4432 csa a gg si6o! Recommendation or Action Taken / Suggcia! Recome dad6n Is Accl n Tool Ila 4524 Alejandro, Garcia de Alba Employee N NAME Sign / Firme. 4015 Salvador, Hernandez Jose, A Romero tic G 4432 4520 Jose, Pelayo Leon Ila 4524 Alejandro, Garcia de Alba . 4535 David, Pelayo Leon 4567 Jose, Aguilera c 4613 Enrique, Pelayo 4679 Gerson, Aguirre 4705 Francisco, S Cortes a2fi) i• ESP SOL' Topics los, emyeados riimi is camacan qae Is reum6n kc realized, en moles o an Espedal, o utando aobus �diomss, part 14 perfecto cote. psenston do today tare presenter tit los lemas de segu6dad hatadara Que m lode reunion SGI W recuerda rise tiMrle de It anftlin dela interest, li... r adeloste u Iro he to responsible honaete v severe Tortes lee empleados deian canstancna umbitn qac Its coniclet; de esta reunion sen pane de 7a politico en metals de segundad de SGI y qua ro moron pane der los test pen6dices de ewlval6n del personal. ENGLISH A;I the signatory employees rent the do meri int; %vas presented in Other or Spanish, or using both languages. for cheer, undeniardmg of a1: treated supeen or security. In al! meetings SGI «mhds :hem the] d Is ears of the panty of the tomoont, m nerfa ibl heart of the panty of the cancer an 1, nil the employees also put record that the contents of this meetmg are pan of the pdhcy in the mater orsecunsy of SGi sad are pan of the periodic hest of cte]uef.on of the pcioMtl 4 Stay Green Inc. I" p,,,/, / r.,f....:: ... .... TAILGATE SAFETY MEETING SGI Meeting Record Page/pagina 3 Wide: 3 Employee It NAME Sign / Firme 5406 Jose, S Herrera . S,,4` 9 5471 Elias, Javier Juarez 5474 Alanis, De14no r 5485 Pelayo, Juan A aUGxh eluyp 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac J o Se da (�GI qr0 5534 Protillo Salgado, Andres Avelino /%lfe IfZwji Perez,Hector I.A Top lt, LA 1545Albarado,Raul Pelayo Velasco,RosalioVaYmi Edilberto Cortez Villa 5609 Vazquez Jose Manuel 5733 Sergio Moorcy 5732 Victor H. Alcala Reyes I 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera _IUC—�t'L 1��a% ES?ANOL Torics :o: empteathm li maotes cenirtcem qua :p reunidn Poe rcal¢ada at Ingks a en Espalol. o usaide tmeas Aiamas para is per@:n cv,- prersidn de todos :os paestmes de los comas de seguddad uuades. Out en toda rcumm SG::n reeuerde qw as nano de is nail (ice de :a emaeesa Ik%,, adelante an uabalu remmab It. honeno 1 uaara Tedos los emosendos deice cansuteta tumbler qua los eenimidus de este ruunac con AT da 1a "Mica an nuleru de segundad de SGI a que fotrataran pane de Im test pe( odieof de n oluoetdn del personal ENGLISH ATI the s. Liman employees xnifi that The entering teas presented in English or Spanishor ufihq both lannuagec fcr Jou uadtmA,d,cj cha treated N bitch of sauna In all meetings SG remids Them that it is chart of the all r the a to rerform respon!bl hamot a d late e ATI the entplos its also put recoil That the wnlenu or this n,ccl.ne are part or Ibe poh,, m the macer o: seci.w of SCI sad are pan print perod: -riI es aluaioe . rthe personae. e 1 Stay Green Inc. TAILGATE SAFETY MEETING SGI Meeting Record Page/pBgina 2 of/de: 3 Employee k NAME Sign / Firme 4713 Benjamin, Gutierrez Rios Miguel, Vargas Munos wtiv r 4727 4882 Vera-Mojica, Leonardo 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe 1 L . 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz G (' t 5141 Juan Molina Aguilar 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz 5252 Omar, Garcia 5300 Francisco, Mejia 5329 Efrain, Nava 17 I 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitezle �/ 5362 Christian, D Monroy Garcia (h//srliq 1 ro 5M I v rr. - i n h: idicmas. are a ESPA. Ol Toeos tps empindos fa.enres «rti6can Clue < _niton h<real realized c )flet o en EsDadol. o usmda omhas p I pe(ecu cpm prension de indict lot pcesnln de los remiss de segurdad tmados Que en soda reunion SG les recuerda "a es aerie de le pall tin de to <moresa nei ar sdclanec on tnbsin resoohuble beaesu c inuro Todos los empleades dtian connat]eie untbien que ire cotnenidos de este reunion ser pane de to politico en materia do sellwidad de SGI ) que (armaen parse dt Ics test periodmos de.yluacion del ptnomi. E`:GLISH. Alt ',he sigeri emplo)en tend". that the mewl$ aas presented n English m Spanish. in using bo* language- for clear .cdchiu: Ging oroil oemed subiens of secuap In ab meetings SGI rem,ds ]hem that it Is nen of the smile, or the Compaq, to Perform resnonslhle honest end tare nnrl. All the emple)CCs also pm ccard that the comms of:bo mtewit it, can or the pule, m ho matter arsc,,oq} orsGi and are pan of the penod c tat or r meatun ar tht pcis<nrel Jcb 8J-dctf�,/c�M %6@90% s.0% Stay Green Inc. TAILGATE SAFETY MEETING SGI Meeting Record Page/Ptigina 1 oVde: 3 Date / Fecha: I q, Hour /_Nora: A Vt/PM Department /Departamento: SCVrr Meeting was conducted by La clase foe dirigida por Grant Clack / Isaias Leon / Rufioo Gomez L Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentado y discutido o Accidente v Lastimadura Revisada(Adjunte una copia) _Acr�g�(1ItIS'�a4 t� Suggestion I Recommendation or Action Taken / Sugerencis / Recomendil o Accl6a Total srr r, t---- N?mem- eL — �YuEvii �N _^_S4t ___ �i Gil LorsIGS M Employee d NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba r• 4535 David, Pelayo Leon 1 4567 Jose, Aguilera f 4613 Enrique, Pelayo � e 4679 Geeson, Aguirre 4�YSoh /l lei 4705 Francisco, S Cortes ESPAll Tadaf los empidadas (rmamez cm.fican qua Is re,mon Ne reslimda en Ingtes a en Espmol. o usa tdo ambos idionras, pav Is pedtaa Com. prensma do wdol los pmunsts de las sodas da ttgundaa wades Qm en wda reunia1 SGI les recut,da que a mrfe de lg oonnca de la emnresa llesar adebrtre un baba Is resra,sawe honor, s uaum. Tadat los emplesdos dejm comim+c Ia umbien que los tansenidos de esta reunidn son mm de U politica to mweria do setur,dad de SGI qae :,mrwon parte de los mss periddicos de m aluxion dd penonai. ENGLISH All tht signaled emplofees ttnifi that she meeting nu ptaenfed w ERVkh or Spanish. m ua,%;Ww hasluaSca tar dtw cndnnandmg of r.l mewed subjccu of stcumf In all meting SGI emids mens drat a is dart of she onfles rsf she eninn inc a n<r[arm mn,ni hie hennr and safe sar AN tl¢ cmplo;.:a sNc pvr rcmrd :has Or cemcns 01 'It's we I'll wpm or IIV p+hq m the manor er fount. or SGI and are pan orti c penod4 mu or e. -a uwmn of ted pe,unt, Stay Green Inc, TAILGATE SAFETY MEETING SGI Meeting Record Pagelpigina 3 oVde; 3 Employee # NAME Sign I Firme 5406 Jose, S Herrera 0 S vK N. 5471 Elias, Javier Juarez 5474 Alanis, Delfino ©_ 5465 Pelayo, Juso A 5526 Magana-Lopez, Nicolas a 5528 Pelayo, Jose Isaac 5534 Protillo Salgado, Andres Avelino 5545 Albarado,Raul �ZCe� /A1 2 5548 Perez,Hector C NZ 5570 Pelayo Velasco,Rosalio 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel $733 Sergio Monroy 5732 Victor H. Alcala Reyes 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera ESP.AF40✓ Todos los empleades hrri cer,,frcan que to munan No mallards in in;les o en Espanol. o mando ambos idiomas, pare is perrecia rom ommuon de todos los presemes de los temas de seguridea uatados Que an coda min 6A SGI les m:uerdo que es cattle de Is mltdn de Is emil Ilnar adelan a on inhale resaensable honnm c seeuro Todm los emplearthas dela^ constaacia mmbidn que los came ldos do ate reunion son pane de la politica en rowerm de seguudad de SGI y que farmaan pone de M test periodices de evaluation del personnel ENGLISH. Alf the signator) cmploytts eernh oras the meeting seas pm3emed in English or Spanish, m using bath languages, for clear undemanding of all treated subjects of securip. In all meetings SGI reraids them that It Is the 1' f Him t perform responsible, honest d r lth l' f Him t f m ibl h s d f I. All the empto)ees also put record that the contents of this mining ere pens The Polio in ate money o7secmin of SGI end ate pan of the pencd,c lot at eenluaoan orthe personnel C 01 Stay Green Inc. TAILGATE SAFETY MEETING SGI Meeting Record Page/prigina 2 of/de: 3 Employee k NAME Sign / Firme 4713 Benjamin, Gutikrrez Rios 4727 Miguel, Vargas Muilos , 4882 Vera-Mojica, Leonardo 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe v 5118 A4.jre@trreR� �' 5199 Samuel Francisco, Romero Cruz G T 5141 Juan Molina Aguilar �� (/ / 5223 Ledczma-Cisneros, Carlos 5239 Salvador, Alaniz p� 5252 Oareia— 5300 Francisco, Mejia 5329 Efrain, Nava / 5353 Lucio, Rodriguez Amable �I• - 5360 Alfredo, Benitez 5362 Cbristian, D Monrov Garcia ESPAAOI Tidos Ms empieados fimamcs ten tic= que la nmrior No rnhnds er. hwes a m Bpedal. o usendo sn*cs .diomas. pan la perl'acta cont. pnwon dr sodm!as pmenes dr los season de segundad emados Queen sada reunion SGi Its recuerda que is mite do topollnrt de Is emerno Ileur tdelanle un trabsio "impossible, haneslo s seturo Tod., ks empleadps dejan convmscia tarnin in que los comen'der de esla reunion son pane de ie Palmed an ni de segundad de, SGI p quit, rohnowar, We de las !est pendd,cos dr n aluncien del personal ENGLISH sit the vgranp rmplq ref cenih that the mcrwsp nes presented in Eolith at Spanish. or using both languages. rot clear undersmnding et W ,meed subjects of secunn In all mecm,g SGI nmids them that h Is mit of rbc nolics of the epmpam, m ordbrm roigg slbic. hones, and sore uorb Alt o,c mplu,ces alto pul record that the contents of,ha metung me pan or,he poke% sn;he miner of seeurin of SGI and art pan o'tha periodic se.i nl nal,.,tiun of he personnel Stay Green Ince y, /4, .\.n.uul Lbmte `4t 1•w Ptn�r,.(w:.,l l:rurlad�t.lvrine TAILGATE SAFETY MEETING SGI Meeting Record Page/Pagina I of/de: 3 Date / Fecba:I 3-a'j&-i3- Hour / Hora: 1 6"00 M hI Department / Departamento: Meeting was conducted by La close fue dirigida per Grant Clack / Isaias Leon / Rufloo Gomez Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach it copy) Temapresentado y dbcutido o Accidente y Lastimadura Revisadot Ad unte one co ia), _ — PPE cr Acct' u;eau ^- Suggestida /Recommendation or Action Taken I Sagerencia / Recomendactdn o AedOn Torpedo ESPANOL ludas Ire empfesdw firtnanws eendicon qut la reunion Poe reatvaea m Ingl<sow Espanol a w"do ambos tdsamas, pars to perfecta com- pmmrdn de lodes Its pmunttl do los temas d< uaurlded uatados. Que ea tads reunion SGI Im recuada quo es carte de Is nalldca de la emotes tear adelgnte un it, help rm ansable. honesto v seeura, Todas los empleados dejan mmuncip mmbien qua los mmenidesde cuo mmol, ran no de to politica en materia de stauridad de SGI ) que fommran parte It las lest perioc ims de es oluacidn del ptmentl. ENGLISH. All the slgnnap MOO) an «nib that the meeting %a presented m English or Spanishor mina both laauatim- rw clear underpanding cf a:i treated subjects or secuAr) In all moving SGI reatlds Iham chat it Is part of the nolom of the compact to perform refnon3 ble. hpamt and safe Oa,A All the emploJ«s Also pa: record Thal the comep8 Of this Melire cat port of the polity rn the mortar or security f SGI and are pan at lbe penoda test of erafu0li0n of rbe atmmel Stay Green Inc. may, 71'e.\'nhsrd C.'bnsu tel, Fin lin/isrinuai /,rm(:aepr.l'uri�rr TAILGATE SAFETY MEETING SGI Meeting Record Page/pigina 3 of/de: 3 Employee 4 NAME Sign /Firm e 5406 Jose, S Herrera 5471 Elias, Javier Juarez 5474 Alanis, Delfino 0 � 5485 Pelayo, Juan A Su a 7 V 5526 Mogami-Lopez, Nicolas 5528 Pelayo, Jose Isaac je3e T Qt /a %O 5534 Protillo Salgado, Andres Avelino 5545 Albarado,Raul 5548 Perez,Hector 0 5570 Pelayo Velasco,Rosalio 0 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel 5733 Sergio Monroy 5732 Victor H. Alcals Reyes 5752 Rafael Calles Jr. ILI q 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera CSP \`-OL ladeae, emphados f.rmmto cendfnn qua la rtunl0, rut rcehtadu :c Ingle oui Espalol. u usend0 ambos idiomas pnu la perktia cwn. prensnn de lodes las pnw,, tet de It levies de seguridad vemdos Guc r.. coda reunidn SIC les recuerda lot es parte de W cookies at le empress Hes ]r adelxnit ms 1101,910 resaune0ble, hrsssestd s seeuro Todos lot ampcados Elan a nstanesn :0m1, mit lite los comeoidos de este mind sor pone de to pnhlieo en nWlm i Je segundad de SG y qua fannaron pone de lor test periodivos 1 evapuen del persomd h FG L 1511 All she s, gnanp em ploy acs cen ,11 that she meting was preened in English or Spanish, or unng both longut for elect undassanding don treaa'll subjects Ieeumy 1,r all moctings 50I nmids onm that i i f the 1 f i he comma l to perform m sllu h .e All the eripWy 4.:; also put !ecoid dies the -.amens orLhis ruing art pen of rhe poll cy In the enter of siewity of SG and are pun of the period is up of es nh•:mon ae:he'11110 0 Stay Green -Inc. r.!e .6.Inrr:11 r r,n,:r TAILGATE SAFETY MEETP .; SGI Meeting Record Page/p'agina 2 of/de: 3 Employee 4 NAME Sign I Firme 4713 Benjamin, Gutierrez Rios'r . t -- 4727 3882 - Miguel, Vargas Muilos Vera-Mojica, Leonardo fp 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe�!/ 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar - fV >✓ 6 �/ 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz �P G 5252 Omar, Garcia 5300 Francisco, Mejia 5329 Efrain, Nova 5353 Lucio, Rodriguez Amable - 5360 Alfredo, Benitez 5362 Christian, D Monroy Garcia ESPANGI. fodas Is ctnpleodes rim lames cent icor due is Conor, Ilse mawado n Inglcs a an Cspadol. o usaruln ambos idiamss. paw la perfecta com. pression do sil to; prase scs de los amu de segorfdad tniadoS Qua an soda rrmion SGI Its rccuvdo qua n Iurse de In polllln de it emnre, IIs ir adel ants an Irnba'a reawaaable.bontsle r mauro Todos las empicados dejan Ipnslancto umbim que loicamenidcs de esm nI con pane do la pulll:ce co malcria do scgur-dad de SGI y due fumman pane de los ICD Per bdlsas do eyelaa IQA del persona! ENGUSF! All the sgnw.ry employees eeniry than Ili: meeung was presented in English m Spanish. or using bosh unguaees. In' clear undenuid•ng of a l treoled subjects of seeadsy In all meetings SGI rcmids them this it is on of the mile, of the cnmmnr Ip nua,rea resnoastbte. honest aid sola tw.A All slit anplayms also put retard!hit the cn!aenls of ihn meeting arc pan of the pal in the mow of security al'SGI and we pan of she oar edit cost a c•+N umor of the 71'300.44 4� Stay Green Inc. 71re Na(nnd C6nire Fir 1'rn%nrinua!l..vrv4etpr 5'n rhes TAILGATE SAFETY MEETING SGI Meeting Record PagelPdgina 1 of/de: 3 Date / Fecha: Flour I Hora: AM/PM Department/Departamento: SCY 4015 Salvador, Hernandez 4432 Meeting was conducted by La clase fue dirigida por Grant Clack! Isaias Leon ! Rufino Gomez Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentado y discutido o Accidente ), Lastimadura Revisade Ad'unte una co is Jose, Pelayo Leon Suggesti6n Recommendation or Action Taken i Sugerencia I Recomendacibn o Acci6n Tomada Alejandro, Garcia de Alba Employee# NAME Sign/Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon 4561 Jose, Aguilera 4613 Enrique, Pelayo G/ a G 4679 Gerson, Aguirre `j J 4705 Francisco, 5 Cortes ESPAROL. Todes los emplepdoa 6nnanme cert:ilea. quo to rcunicn fue «zluada on in`Its o in EfPnAal a usaado amC.a Wumas. para la p:rfetmcon'- premidn Jc todos !os presem<s do las comas de uguridad Irmados Que or. loch reunion SGI las ncuerda quo tA it Adounte an trabnso resnoroablo, hon<sto v uauro Todas Jos empleados dejan : nstaneia sambidn que los tonmmdas do este reun•on son pane Jo la potioco en "'arena de ulpi idad le SGI y quo formaran pant do las .at puiadiccs d, egtu,:ibr. dts RAWDI E�Q%.ISn. All du ugnatory enrpluytes tcnify Ilml the meoting,a presannd in Eaglnh or Spanish. ar usiig bads languuges for clear undontondJng "fab Imago subjects ofsecurny In all meetings SGI umids IFen, that it Ian n ul the nalksf th tan fiorn mino.,lb1c, lis and Wt, All die <nsplgtcs also put record dial the rumens of Nis mceling ore pan of the pale# in Iha "otter of socurisy of SGI and are part of Ne periadm toil W e•aluouo+ofd¢ personnel Stay Green Inc. SOW, f� `9y h,�; lh/i�.�idrr.rll rnrA,repc5nr'' TAILGATE SAFETY MEETING SGI Meeting Record Page/pigina 2 of/de: 3 Employee q NAME Sign / Firme 4713 Benjamin, Gutifrrez Rios 4727 Miguel, Vargas Mullos 4882 Vera-Mojica, Leonardo 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz O� kA I 5141 Juan Molina Aguilar — 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz 5252 Omar, Garcia 5300 Francisco, Melia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amiable ` 5360 5362 Alfredo, Benitez Christian, D Monroy Garcia / ESPA(4OL Todds los emplevdos 6m,an•,es ceniresn qae to reunion rue realieada en Intiles can Espollol, o usando ambos idiomes. panLp'"cis no mm. preasion de todos los presenus de los rem, de segundad vetados Que on rods rcunidn SGI les tcwcrda"as owl delit, r adeiantr an scab io remannble. henasto, sesura Todm as cmpigda dejan camtoneia ambito qua 1, conunidos de esu he ion s p pate de Its politica en materia @ seguddad de SGI y Sue fmmarm parse de los ass paiodicm do evaluscidn del parsonN ENGLISH. All the sig atop emple) as otrr6 that she meeting las presented in English or Spanish, or ming both languages, for clear undnslwding of all tressed subjects orsauri y in as meethirs SGI remids them that it Is cart of the policy orthe comoain to perform rooputbse. honns aadaafe work All the emplp, em eiso put word the, the cmehts of th,s meeting ort pert or the policy in rhe mann of secar,y of SGI and the pan of the perpdic tat: or enluarien orthe personnel I M� Stay Green Inc. Fm 14r fe:inn.tl I mvlu.rie erre+. rs TAILGATE SAFETY MEETING SGI Meeting Record Page/p4gina 3 of/de: 3 Employee b NAME Sign / Firme 5406 Jose, S Herrera 5471 Elias, Javier Juarez J 5474 Alaois, Deltino f — 5485 Pelayo, Juan A d far ars 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac 5 gU a 5534 Protillo Salgado, Andres Avelino flq�fE6S 5545 Albarado,Raul qLA, 5548 _ Perez,Heclor Pelayo Velasco,Rosslio ti 5570 5581 Edilberto Cortez Villa 6ti 5609 Vazquez Jose Manuel 5733 Sergio Mouroy 5732 Victor H. Alcala Reyes 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Romerico Herrera H 4 J , r'fi- ESPANOL. Todes los empleados ficmanln «mficsn que Is ¢unt6n floe cealinds en Ingle; o an Espotsol. o usanda amen dmmed, pato is perfecto cost prension do dodos los presentee the los tested do segundad umsecs. Que en reds reunion SGI In rceuerda que n mete the Is collars de is milens Iley, r adeiante on tnbsio ra tgowbic. bpnnto, secure Todos Ies empleados dejan coasuncia umbien cut Ito emtenides de nu reunion son pane de la politico en manna de segunded de SGI s clue formacan pane de las test penodwos de cnlusi6n del persmal. ENGLISH. All the signumy employees cenifj shot the mccorg wed presented in English or Spanish. or using both tongueges, for clew undrntonding ofall treated subjects of secunry. In all meetings SGI remids them that it It part or the oollev of the "moony to oerfarn responsible, honest and safe uorh All the employees also put record That the contents of Nis mccLng ace pass of the policy In the menu of security of SGI and me part of the period¢ test of c"lu vol of:he personnel Stay Greenlnc. /,,A.1luml Cboue h.. 1'm�cs:innal Lmda.rpt Srn itn TAILGATE SAFETY MEETING SGI Meeting Record Page/Pligina I of/de: 3 Date / Fecha: Hour/ Hors 71— Depart ent Department / Departamento: SCV 4015 Salvador, Hernandez Meeting was conducted by La clase foe dirigida por Grant Clack/ Isaias Leon / Rurtno Gomez Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentatio y discutido o Accidente y Lastlmadura Revisade Ad urate una co ie 4432 Jose, A Romero Sug idn / Recommendation or Action aken / Sugerencialliticobtlindisci6no Aecidn Toma a 4520 Jose, Pelayo Leon C%S P Employee k NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pelayo Leon C%S P 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon t 4567 Jose, Aguileris 4613 Enrique, Pelayo 6 4679 Gerson, Aguirre /I J 4705 Francisco, S Cortes V ESPANOL Todos los empleedas (Imamies cenifican ace It reunion rat rcaliaedg an Inglis nen Espanol, a ustrMo ambos idiomu, past Is perfecta com- gransmn do Indian, los presentee de los emits de cegundad vuados. Qua en lode reunion SGI les recuerds qua as parte de It nalldcs de la amoreaa lle.ar adelane an eebe'o runonuble. honesto v sre,rrs Todds los empleados deim cormancig tambidn qua las comenidus de este reunion son pens de le polirca an mtleno de segundad de SGI y qua formaron pane de los lest periadicas its evaluscion del personal ENGLISH. All the signor, employees « reify that the meeting was presented in English or Spanish, or using bath languages, far Bleu undersmading *fall treated subjects of secunq In all meetings SGI semids them that it Is part of the policy of the comoenv to perform responsible, honest and safe wgrh All the emplot c:s also put recurd that the conteus or his meeting are par. of the policy in the mento of security or sGl and are part of Ne periodic test of nolumms, oftha pcmonnel its Stay Green Inc, 'rro 'Pm A'ann'af CUoire Fu Pr /•nlwrall.m,A,nq¢Sr.c;ra TAILGATE SAFETY MEETING SGI Meeting Record Page/pAgiva 2 Ode: 3 Employee 8 NAME Sign / Firme 4713 Benjamin, GutiOrrez Rios 4727 hliguel, Vargas Munos 4882 Vera-Mojica, Leonardo / 4844 Carrera Alfredo Escobedo 5054 Juan, Jose Uribe S 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz 5252 Francisco, Mejia '— 5300 �, ?•3 5329 Efrain, Nava 5353 Lucio, Rodriguez Amiable - 5360 Alfredo, Benitez I� 5362 Christian, D Mouroy Garcia ESPA�OL Tulips to, empleados firmanus un,fleas qua In rcuni*n Ne minds cit Inglis o en EspNol, o ustndo amens Women, prate perfecta cam. prensidn de lados los presea;ts de IQs lamps de seguridtd traados. Que an wild reunion SGI In saeucrdo qua a name de to *plaice de it emarna Hever adehner unyth6a mponnbte ho*esm y aeauro. Todds los empleados dejen-miarocie asset quc Its mm<nida de can nunidn+9n ptne the to politica en malwo de+egundad de SGI Y que formaan pans do los rest pends ices de eraluscidn del penonal. ENGLISH. All the siFwor, employees ani4 aha the meeting was Presorted in English or Spanish, m using both languages, for clew undemanding of all Inaed subjects of security In all mcaings 5GI remids them that it is Manor she policy at the eamneny to Net responsible. honest and safe Work kit ;he emplayees also put record the, the caments or Ibis mccting n,e part of the policy in the manor of security of SGI and at pan of the periodic Ins of oaluatiw ordsc xnopncl ,- Stay Green Inc. L lhC A!"fard Choice Fr. I'mfeisional l.rrd cape, 5eroiuo TAILGATE SAFETY MEETING SGI Meeting Record Pagelpilgioa 3 of/de: 3 Employee k NAME Sign / Firme 5406 Jose, S Herrera S t+ SIL H 5471 Elias, Javier Juarez 5474 Alanis, Delfmo` 5485 Pelayo, Juan A J 5526Magnus-Lopez, Nicolas G 5528 Pelayo, Jose Isaac 5 e- Z /4 O 5534 Protillo Salgado, Andres Avelino 5545 Albarado ,Raul v 5548 Perez,Hector 5570 Pelayo Velasco,Rosalio Q 5581 Edilberto Cortez Villa 5609 Vazquez Jose Manuel f t 5733 Sergio Mouroy 5732 Victor H. Alcala Reyes 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia 5758 Roomerico Herrera ESPANOL Tadas los empleados firmames onillean quo It reunion pee redaado en lassies a on Esirs ol, is usanda ambos Idiamas, pan to perfears com. preri de Ideas los presemes de los temas de seguddad wwrsdur Que en lade reunion SGI In ncuerdo qua in asst of Is guilders de Is redeem heyor adelarste on Inbdo ",charitable, hasten, v waum. Todds bs empleados dejrsn conuancia nmbion quo los comenides de nu reunion son pone do le politics, on motorist de site ridad de SGI yque formoren pane de las test periedicas do evaluacidn del assistants. ENGLISH All the signatory employees cont that she sweeting was presented in English at Spanish, or using bob languages. for clew undemanding of all treated sub, soca of money. In ell meetings SGI temids them raw it is wart or the eoliev or the company to aednrm raanmible honest and soft npXj, All the employee, Aho put record that the comen6 of this meeting rest pan of the polity in the maner of security if SGI and we pan of she parodic test of evoluat.on ahhe persan•til Stay Green Inc. + llrc.\'annul C'hoim F'n. Pmfrssiau.J f.nuAsrtpr Srrv:as TAILGATE SAFETY MEETING SGI Meeting Record Page/Pegina l of/de: 3 Date / Fechn: I J, r I Hora: AMlPM Department I Departamento: SC 4015 Salvador, Hernandez 4432 Jose, A Romero Meeting was conducted by La close fue dirigicia por Grant Clack / Isaias Leon / Rutmo Gomez Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema resentado discutido o Accidente Lastimadura Revisada Adjunte una eo is 4524 Alejandro, Garcia de Alba Suggesti6n / Recommendation or Action Takrh I Sugerencia / Recomeodscidn o Acci6n Tomada 4535 David, Pelayo Leon J Employee N NAME Sign / Firme. 4015 Salvador, Hernandez 4432 Jose, A Romero 4520 Jose, Pclayo Leon 4524 Alejandro, Garcia de Alba f 4535 David, Pelayo Leon 4567 Jose, Aguilera 4613 Enrique, Pelayo • er�i 4679 Gerson, Aguirre l + J II 4705 Francisco, S Cortes ESPANOL Tcdos los empknoos fmnantes :enifican quo to reunion No mmlivida an Inglu o en ESPN01, o usando ambos Idiomas, porn Is perfecta core prcnsidn de Cedes los poseNes de los (emu de segundad uredos Queen lode reunidn SGI les recuerdo que to pane dela oallnca de la emaresa llerar adelaote un Irebaio restromm ba. ham esle v muga. Tcdos los emplesdas dejan wnslancia lambien quo los eontenidos do cite reunion son posse do la politica en maeeo de seguadad de SGI ) qua formaran prime de los :est pimodicos de erquxion del personal. ENGLISH All the signatory employees « nify thin the meeling wu presented in Emil ish or Spanish, or using both languages, for clew uddenund'ng or al uewed subjectsofsecur,ey In all meetings SGI remids them Thal n Is nays or the onllev of the eomnanv to nerform rewapaslble. honest and safe work All me cmplo)ws o.so pei recoo ihet the commnts of thu mreling we pan of the policy in Ife meta of security of SGI and we par. of the periodic test of Q. alae ar of tic pesannet Stay Green Inc. AirrurnI Choice Proi/enimlalLand""Pe sovi«i TAILGATE SAFETY MEETING SGI Meeting Record Page/pRgina 3 of/de: 3 Employee 9 NAME Sign / Firme 5406 Jose,S Herrera 0.3 tarn 5471 Elias, Javier Juarez 5474 Alanis, Delftno 5485 Pelayo, Juan A — 7 n 5526 Magana•Lopez, Nicolas Pelayo, Jose Isaac i 5528 o3C : 5534 Protillo Salgado, Andres Avelino �LaC�IC� S 1,!,6 5545 Albarado ,Raul 5548 Perez,Hector I,) s l; 0 5570 Pelayo Velasco,Rosalio 5581 Edilberto Cortez Villa �. 5609 Vazquez Jose Manuel 5733 Sergio Mooroy 5732 Victor H. Alcals Reyes 5752 Rafael Calles Jr. 5756 Oscar Gallegos 5757 Rene Mejia ' 5758 Romerico Herrera l � ,,ah7 a ` lieP0OL�dos los empldos srmames « ni qua m reunion rue real earls en Inglis o en EspsGcl, o I Eo am wI �o ,'p�'to rte, cpm pre rsvdn de todos Ics presumes de las lemur de segundsd mtedos Que an lode reunion SGI In recuerda que a parte de Is poll&a de la <ieprae Ileser ledelame an Isabela resoanseble honesla r ssaura Tcdos las ringleader del. cunsmnese umbifn quc las contenidos de vile reunion son we dr la politica en mstena de segundad da SGI y que fortnaran We de los test periodical de evaluecldn del pereorus. ENGLISH Ail Ibe s.®smcry employees certify first The meeting was presented in English or Spanish, or using both languages, far clear understanding of 11 Inemed saElecte of sucurlry In all meetings SGI ram,ds diem Nei a is vara or the pnlrtv of the coming, to perform nsoonsible honest and sok'ork All Ne employ:a else pm regard that ft contents of this meeting site pN of the policy •a Use mdntr of latYrlN Of $GI end we W of Ne panodic test of evaluabpn afihe personnel Stay Green Inc. 7Le c\Lnnn(Omru Fnr P[n�nsipn.d Lnn ape S'eruiat TAILGATE SAFETY MEETING SGI Meeting Record Pagelp6gina 2 of/de: 3 Employee k NAME Sign I Firme 4713 Benjamin, GuHirrez Rios Miguel, Vargas Muaos V 67 t"II 4727 4882 Vera•Majica,Leonardo _. 4844 Carrera Alfredo Escobedo 5054 Juan, JoseUribe 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar 5223 Ledezme-Cisneros, Carlos 5239 Salvador, Alaniz` 5252 Omar, Garcia 5300 Francisco, Mejia 1 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable I 5360 Alfredo, Benitez c �J 5362 Christian, D Monroy Garcia ESPANOL Todds bs emDlados fmames cen:gcan que la reundn puvnlixada m In;Its o ea Espadol, a usanda ambos idiamu, para la pedena cpm- prtnawn de sodos lof Drgeoln de los tomos de segundad tratcdus Que en lade rtuman SGI In recuerda que es pvte Se la pat{t{ea Se {a emprna Ilevn adelante un tnhalo resnoffsahle honusto v seeuro Todos tas empk:adm depA commove larnhtfn que los consenidos de cliff tear idn on putt de to pabaitt en maria de seguridad de SGI you lermaran parte de los tet ped6i icas de evaluation del personel ENGLISH All the tgnelory employes certify that the meeting was pmened in English or Spanish, or using hods languages, fur clearandetHandmg of al feud sualeaa orsmunry In all meetings SGI remids them that a Is part prtht oolicv alike company to serrarm rtsoamihle honest and soft ssork All the cmplohes also put record that the corsepu of thn mcetag ere pan afthe poliq m the menaof securityafSGl and mow ofthe pend¢ test or oalummn or the pmsonnel Stay Green Inc. for r\'nitwit! �.t A"P, For rmfaa;mr.rl LovcopSrruires TAILGATE SAFETY MEETING SGI Meeting Record Page/Paigina 1 oVde: 3 Date / Fecha: Hour / Hora: AM/PM Department/ Departamento: SCVT Meeting was conducted by La clase fue dirigida por Grant Clack / Isaias Leon / Rufiuo Gomez Subjects Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Temar�esentadoy discutido o Accident, y Lastimadura Revisada (Adjunte una co !a) Suggesti6n / Recommendation or Action Taken / Sugereneh I Recomtodacl6o o Accl6n Tomada Employee R NAME Sign / Firme. 4015 Salvador, Ilernandez �. a�A1111.1 4432 Jose, A Romero 4520 Jose, Pelayo Leon 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon 4567 Jose, Aguilera t r 4613 Enrique, Pelayo 4679 r4 Gerson, Aguirre 705 Francisco, S Cortes rir � O7 ESPANOL Todas los empieados ferhan¢s cemfital que IS NeUTIM Ne ME tests, Milan en Espatiol, a usando ambos idiomss, para la perfecta com- pression at lados tos prtse arcs de los teras de segundad umedoe Que en rode rcunida SGI Its recuerda que apart, de Is rtalln nt it, N emmesa never arsennte are tnbaio rneo ssatrle,hangto v seeurp Torsos las empleados dejan comswxia mmhidn que los contenirscs de este reunidr son over do la politica en maters, de segundad de SGI y que formum pane de las test periodical the evaluacidn del personal. ENGLISH All the signomry employees certify that the meeting ups presented to English or Spanish, or using bon languagtt. for clear understanding of all vested subjens of secunt} In all meetings SGI retard, nem pat It Is Dart of the policy afthe company to perform rationalist, honest and mite uork All the employees also put record that he contents ofthls mating are pan orthe pohcy in the maser ofsecurip of SGI and are part of Ne pciud¢ test of eval�erian of the personnel Stay Green Inc. ]be Natvd Cbaiu Fn Prafeviond[ae.drtsc: Sr.'««: TALLGATE SAFET ar MEETQr'G SGI Meeting Record Pagelpligina 3 of/de: 3 Employee N NAME Jose, S Herrera Sip I Firme 5406 O; [ • n_ h _ 5471 Elias, Javier Juarez C 5474 Alanis, Deltjno 5485 Pelayo, Juan A 5526 Magana-Lopez, Nicolas 5528 Pelayo, Jose Isaac 5534 Protillo Salgado, Andres Avelino /fQ�rPS 5545 Albarado,Raul 5548 Perez,Hector 5570 Pelayo Velasco Rosalio t, 5581 Edilberto Cortez VWa 5609 Vazquez Jose Manuel 5733 Sergio Man )y 5732 5752 Victor H. Alcals Reyes Rafael Calles Jr. y 5756 Oscar Gallegos Rene Mejim 5757 5758 Romerico Herrera eSWOL Todm tm mnpludm Hrenunn a vttli m que I. mmiee Ne rea:ada m InVU o en E Wal, o usmdo ambm idwnuu, pen la perfa Or, pmnsidn de sodas las pre de Ire genus de nundad hmdm Que en 'oda munlen SOI la �da que n wrlf de Is nWlda de to tntrcua 11ffir adelsole pa trahtla saesahle. hooam v eelara. Todm:os empleadw dejm —aexa lenhiln que las ean2nidm do em rc:nien sen pane Jc Ia pol:ha en Teens do serundad de SGI Y quo fotmeet putt dc on oat peiodius h evalur.da del p nrvW ENGLISH. All [he stpiLory employes amry the dla mudng was pleetited m Enotsh ar Spmst uin` both lle'SU es, for C u'dusWWing of Ll aeeed subjects of security. In d I mahinp SOI hwnids dum the h If srrt of the odlev of the 0121,J, 12 wrfomsdooeelble h I gnd Mfrk All the employeeslso pct mcordthe the �ofWis meeting" par•of"he Wliyin the rru:.er of vrc 1, of SG! vd art putofdw peredicohcf eviueticn of me personntl W tay Crreen T �iG Pie Naavaf Choice for Pry%ur�oru! Landrnpc Cc.v�rr, TAILGATE SAFETY AfEETING SCI Meeting Record Pagelpdgina 2 oflde: 3 Employee # NAME, i Sign I Firme 4713 Benjamin, C ,iti@rrez Rios 4727 Miguel, Vargas Mullos 4882 Vera-Mojica, Leonardo 4844 Carrera Alfredo Escobedo / C� 5054 Juan, Jose Uribe 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz *A-1 5141 Juan Molina Aguilar /- 5223 Ledezma-Cisneros, Carlos 5239 Salvador, Alaniz 5252 Omar, Ga, ,re 0MAk, ;ll 5300 Francisco, Mejia 5329 Efrain, Nava 5353 Lucio, Rodriguez Amable 5360 Alfredo, Benitez dry'f /l 5362 Christian, D Monro -v Garcia �/'li ESPANOI. Tads los cmf'.wim Is mlon0 hsc rtal Loos" cn Inplb e m Fspeffal, a monde a nim A, oll pus la poll pmuidn do wdm Ira prts t do Ira Ic de v-vm W M dm. Qua on Coda t W ldn So la Mal pus a mne do edlbo a< L• peep, 4:. , Wehote da trfMlo napamhte hansom v se:aro. Todm is =WUdm km cacumteu till qua loo coeanidm do al mmiMt sw paa de'.a Whtim m moteria de sill idW G SGI y quo formaan pate do W tea potddicm de "tiluddn del ponnn 1. ENGLISH All dsa sigi lmy employm ratify Will the mR'Eng we pns®md to Ell5l tr Spanish, or umnt both wpaea. fa, Cleo unE ndrg Cf "l cub;ecco of w=ry In all meel SGI =ids divn dsu it b oan of Ne rsolfa of Iae eomsuo, b rrf mndM p d .r u5 All Wise anploy. Will pu, record the the cans of Nis ,. j tae p of Nc ,,n tlx 1nAcr of sm,nry of SGI and ase GP of Ne pcnadic tca Acralreicn ofthc pcu' Stay Green Inc. lire Nmrurs! C6efee Far!'rofeariomsdlrndreepe Smncc� TAILGATE SAFEV. MEETTr" SGI Meeting Record Page/Ptigin t 1 of/de: 3 Date / Fecha: _ _ Hoar / Horn:L M Department / Departamento: SCV 1_ Meeting was conducted t _— La close tue dirigide par Grant Clack/ bolas Leon Subjects Presented and Discussed or Accident wtd Injuries Reviewed (Attach s copy) Tema presentado y discutido o Aceldente I Lasdmadurs Rada Ad ante ants co 1C-Ins S hP&S se"4 0018 we.siia2 Suggestl6n /Recommendation or Aedon Takeo / Suael encu / Recou endacl6n o Accl6n Tomads Employee 0 NAME Signa / Firme. 4015 Salvador, Hernandez Jose, A Rm aero 4432 4520 Jose, Pelayo Leon 0 ' ` & YoL 4524 Alejandro, Garcia de Albe ! 4535 David, Pelayo Leon 4567 Jose, Aguilers ! 4613 Enrique Pelayo 4679 Gerson, Aguirre �{ejIg/I Ayl/I`i 4705 Francisco, S Cortes y f opcfn ESPA.OGL: Todm Im cmtladm firman= =nflmi quc Is mnidn the raliay m Im9161 Don Eapaeol, o use,do ambosidioms+, pan 19 pert c zen- teension de :mm'm crtsmte de Ip moss de s<psridad truadus. Queen mda rtunidm Sri In rmucrd9 qoe w o•eh de M mfltio a b adtloare up Inbe'9 reamovele. 11011 n jean Todm Im emplodm dejw o>tutaneia mmbidn I , Im mn¢n!dm de WA mmiM son pmt do Is politica m mdcns de wpvidtdde Ai: • . e :Lensans Daert de la tm pmddims de walwcidn de venal. ENGLISH: All the signaeryanploMI a dtY dta the marina xw pnesemed th Filaluh or Sposith, u' mists bothlanpsea,far dear u Mwy j ne of t J' od sAmn of wunry In All mu'eelnp SOI =Ide them tho it ern of M ed_e-v of tie cos oerf — - - 'p pp9wt aW Nfe wrprf Allure anvl9Sea also �n ree��d that the:ontrnbc(thumeeting em Wsof the r:lic. 1n the msec ofwwu,. Cf SCI erd ere-fir:fthe periodical^! r,&=. ofUe pertenrei Stay Green Inc. lbe A'anerrr CGoiu r>,, ree(ata;a„<t r..,nd,aapr.er.nf:n TAILGATESAFET. NIEETn'C SGI Meeting Record Employee N NAME Page/p4gina 3 ollde: 3 Sign/ Firme 5406 Jose, S Herrera i0 s Js 5471 5474 Elias, Javier Juarez Alanis, Del, mo 5485 Pelayo, Juan A 5526 Magana-Lopez, Nicolas 5528 5534 5545 5548 5570 5581 5609 5733 5732 5752 5756 5757 5758 Pelayo, Jose Isaac Protillo Salgado, Andres Avelino Albarado,Raul Perez,Hector Pelayo Velasco,Rosalio Edilberto Cortez Villa Vazquez Jose Manuel Sergio M•dr •ty Victor H. Alcala Reyes Rafael Calles Jr. Oscar Gallegos Rete Mejia Romerico Herrera maul �11h,rnt�f�y r. ESPAh'OL: Tadas los emDleadas annentes :ntifcan qx la rtwi6n Re rtd,zrda en Inpks o m EtpaeDl. a asanaa esoEos !Qlcnu pew to perscas com� prenman de gdos Ios Drtienms de 6s rtmu h ;cgundW oosadw. Qua en qde reunidn SGI lu re<uada Sue n ne d I IM d h emarea Ilerer edelst a as enhe'o reaoonvble hoouta v HIM Todos los emplcades drn xuuheie wnbtln quo los contenidoS it, nia mmex son pose de 4 poillin a Twee[ de sepddad de SG y qoe farmer,, Dme de Ips test peti00ieas de eveluam6a del D •• anal ENGLISH: All the list,. ate ry employeu-.eniry chat the mires mg wu praerted In English or Spanist a,in&bath InBwpa. for clrr w derstending pf all I tntcd wbyects crucunp In ell meetms, SGl=ids them that it s out of th<aaskv of nle tomu_,•va perforan,eaaanslball < honest and lire .06 All the employ ra elso put record that Ne cantena or An meeting re Pere of the Dol!ey in the mencI of xc-Hty ar SGI and areper. arrhe pcnodlc tat nr evaluetian after Drrsanrel Stay Green T- tic. rile NAnod e/wfr, For Prafmim II enArmjr Srrrira TAILGATE SAFETY MEETING SGI Meeting Record Page/plgina 2 of/de: 3 ESPAWL. ToEus las emptesdos rkmesnes oerdflem que le nisidn h,e WI=m an Ingsea a en EfpNal. o usa,do bubo dnuW, pent prase em- pfension de sadae Ips peesmW the lie rases de eegmdd nada,. Que an rode mmlan SGI Its rec met" qo n air's de le as bin N le einem emr nadelnaete ona vshelp treasonable. hpne,m a more. Todos to emplades dejm lanstercie aimbidn qua In canknidps de au mnidn man pile M Is poll ies to uremia the sepnided de SGI y qua ranarm parte de In tea palddieos de ewluwid t del penand. ENOLISa All at signatory sell caeiry them the owing bes presented in English or Spotsb. at wingbmh Wquepa. for Clair undesstendingufell Dead Ybjaa orseeurby In IN meetinags SGI mte& ohm dw it Is Dan Draw u f th a 'fon wmnad W. bees eM uG barb All she empbyees dw pis nocard dw the writs of this meeting m pas of the polity in the oma of security arsot eM ac pm orae periodic lea of e.tUstian of the otmunel Sign / Firme 4713 Benjamin; r-idirrez Rios 4727 4882 Miguel, Vargas Mullets Vera-Mojica, Leonardo t. 4844 Carrera Alfredo Escobedo Juan, Jose Uribe 5054 5118 Alejandro, Corona 5199 Samuel Francisco, Romero Cruz 5141 Juan Molina Aguilar _ 5223 Ledezma-Cisneros, Carlos Salvador, Alaniz 5239 5252 Omar, G;;...a 5300 Francisco,Vlejia Efrain, Nava Fs 5329 5353 Lucio, Rodriguez Amaule 5360 Alfredo, Benitez na • r �' 5362 Christian, D Monroy Garcia ESPAWL. ToEus las emptesdos rkmesnes oerdflem que le nisidn h,e WI=m an Ingsea a en EfpNal. o usa,do bubo dnuW, pent prase em- pfension de sadae Ips peesmW the lie rases de eegmdd nada,. Que an rode mmlan SGI Its rec met" qo n air's de le as bin N le einem emr nadelnaete ona vshelp treasonable. hpne,m a more. Todos to emplades dejm lanstercie aimbidn qua In canknidps de au mnidn man pile M Is poll ies to uremia the sepnided de SGI y qua ranarm parte de In tea palddieos de ewluwid t del penand. ENOLISa All at signatory sell caeiry them the owing bes presented in English or Spotsb. at wingbmh Wquepa. for Clair undesstendingufell Dead Ybjaa orseeurby In IN meetinags SGI mte& ohm dw it Is Dan Draw u f th a 'fon wmnad W. bees eM uG barb All she empbyees dw pis nocard dw the writs of this meeting m pas of the polity in the oma of security arsot eM ac pm orae periodic lea of e.tUstian of the otmunel Stay Green Inc. The A'anrrd Cboin for lia,�n,imial /rndrmpc,5'nriur TAILGATE SAFEr! MEETING SGI Meeting Record Date I Fecha: — ( Aur / Hora: TJ M Department/ Departamento: SCV _ _ =T Meeting was conducted I• La close fue dirigida por Grant Clack! Isaias Leon ! Ru6no Gomez Sabjeeta Presented and Discussed or Accident and Injuries Reviewed (Attach a copy) Tema presentsdo y discutido o Accidente y Lastimadura Revisada Ad ante una co la SaUestibn I Recommendation or Actio Taken I Suprencff if Recomend-16n o Aeekln Tomads Q lva6a S[ 2 Ale i—r X -?Lp!o 1y;m e Page/Pagina I oflde: 3 N Employee N NAME Sign / Firme. 4015 Salvador, Hernandez Jose, A Rn aero 4432 4520 Jose, Pelayo Leon OW 4524 Alejandro, Garcia de Alba 4535 David, Pelayo Leon I ,fs an 4567 Jose, Aguikra 4613 Enrique, Pelayo 4679 Gerson, Aguirre 0705 Francisco, S Cortes ESPANGL Todes lot cmpleados fnnantu mm&an aue I, rtu son fue inlial en 108113 o en EsPe ol, o enndo ambos Idiomu. pan le pertata am prtnsidn de todos Ws presenles de Im temat de segundse astadct Queen lode nl SGI In reartrds Gua amrle de Is m(ldo de Is emorna hear adelante on tnbam refasymbie. honrsto v snore Todos los emplWosdrym 1111or i3 lembien 4 „ Ws eontenidos de est reuntdn mn Parc de Is politica to maens de leprid it It SOI a fotmatan pate de los test Pali de evaluaeidn de emit ENGLISh. All the signatory employe.i :iof, the die mashg nu Vt*cnted a English or Spanish ausing bot languages, fev done understanding of nn vested wo etts of seeviry In all meetings SGI remidi diem that n it Q,fl of the II of The to Urf9rMm oul4le hgant and safe Work All to emplasees also pcs record the to contents ofthis meding are pen orae pnl,ey in the mater of 3ecuriry o(SGI and ate part pf to peredrt tell Y evalveuon al to Penonnd EXHIBIT B Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, including name, certification and whether staff or subcontractor. Staff 1) See z) 3) 4) 5) 6) 7) 8) 9) 10) eie x SMD -11-1 2-44 51 Stay Green Inc. (e. Ha/r,Wul/n4..q. Mrve. STAFF QUALIFICATIONS Name Title Certification Richard Angelo Executive Chairman/Founder Pest Control Advisor ABDE73173 Richard Angelo Executive Chairman/Founder Qualified Applicators License 98566 Rene Rivera VP of Operations Qualified Applicators Licence 118964 Grant Clack Operations Manager Qualified Applicators License 126914 Jeff Norquist Operations Manager Qualified Applicators License 126918 Kevin Cawley Account Manager Qualified Applicators License 108212 John Barton Account Manager Qualified Applicators License 99677 Dave Colburn Production Manager Qualified Applicators License 126919 Adam Hall Business Developer Qualified Applicators License 122279 Leonardo Moran Wesley Heck Gerardo Gonzales Jorge Castaneda Rene Rivera Juan Hernandez Adam Hall Melissa Rodriguez Richard Angelo Richard Angelo Jose Romero Alejandro de Alba Francisco Cortes Leonardo Vera Samuel Romero Plant Health Care Spray Technician Qualified Applicators Licence 119089 Plant Health Care Spray Technician Qualified Applicators Certificate91732 Plant Health Can: Spray Technician Qualified Applicators Certificate 119271 Tree Care/Plant Health Care Operations Manager VP of Operations Business Developer Business Developer Business Developer Executive Chairman/Founder Executive Chairman/Founder Irrigation Technician Irrigation Technician Irrigation Technician Irrigation Technician Irrigation Technician Arborist WE -8703A Arborist WE -9328A Arborist WE -%28A Arborist WE -9301A Arborist WE -9346A California Landscape Technician Certified Water Auditor Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Irrigation Technician Certificate Stay Green Inc. 26115 SunnnkOmte, B.mu C1.6u. CA 91350 • (800) 858 5508 • (661) 291-2X00 • Fra (661) -05.211,49 xxx.autgrccn.cnm •(._2-.t 611.iacn.c 1116620 B EXHIBIT C EQUIPMENT REQUIREMENTS Additional equipment requirements for work within proposed Landscape Maintenance District) or the ability to rent • Commercial Grade Chipper • Commercial grade lawn mowers with mulching blade attachment, sufficient in size to cover large turf areas • Proper equipment required to perform pruning tasks including hand pruners. toppers, saws. pole pruners and chainsaws • All maintenance supplies for proper equipment operation • Garden Spading Forks • Shovels • Rakes • Scoop Shovels • Safety equipment such as head, eye and ear protection. work boots. Body protection such as chaps should also be used when operating chainsaws • Irrigation controller remotes and transmitters such as the Rain Master Pro -Max • All the required tools and equipment to make minor and major irrigation repairs • All traffic control signs mechanical and stand alone, barricades, cones. vests all equipment and safety wear shall be Cal-Osha approved Bid C I. Mn -1 1 12.44 52 EXHIBIT D INVENTORY LIST Inventory List: Zone T-8 Item # Description APPROXIMATE square footage Estimated Quantic 1 Irrigated Landscape 3,263,360 2 Non -irrigated Landscape 3,081,650 3 Backflow devices 53,070 33 4 Irri ation controllers 42 5 Irrigation enclosures 34 6 Paseo pole lights 84 7 Trail foot li hts 59 8 Bridges over street 2.5 9 Tunnels and lights 1 and 4 10 Monument Signs 6 11 Tennis courts 3 12 Trash containers cementlother 22 13 Paseo and Trail Walkways Lin. Ft. 10,700 14 Drinking fountains 2 15 Playgrounds 2 Inventory List: Zone T-17 Item # Description APPROXIMATE square footage Estimated Quantic 1 Turf 2,000 2 Irrigated Slope 117,400 3 Non -irrigated Landscape 53,070 4 Backflow devices 2 5 Irrigation controllers 2 6 Irrigation enclosures 2 Bid 1 LIVID. 11 12-44 53 EXHIBIT E Specialized Maintenance Program Reference Guide Daily — Weekly — Monthly Bid 6 LMo-11 12 44 54 8111111 ©11111 � 01111 2 00 a 8J1L�'kJ11 o 0 3 2 ©111111 ®111111 ©11111 ®r 11111 g a E i z 4 ®&JI � 1"1 Alf a f a F � E ! � � w 1111 n 6 !�#aIIIle Bid 6 LMo-11 12 44 54 8111111 ©11111 01111 8J1L�'kJ11 ©111111 ®111111 ©11111 ®r 11111 ®&JI 1"1 f ®1i 1111 ®1,1111 Bid 6 LMo-11 12 44 54 EXHIBIT E1 Specialized Maintenance Program Reference Guide Semi-annual and Annual is,l #I Ul 1, , 44 55 Rim I U110111 HIIIIIIIIIIII UNIIIIIIIIII 110111111 11111 11 al N ININ UIINIII.11 is,l #I Ul 1, , 44 55 EXHIBIT E2 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER /For Reference Only — actual irritation needs shall be based on plant requirements) SPRING - SUMMER IRRIGATION SCHEDULE A. As climatic conditions become warmer, the irrigation schedule will be correspondingly increased. The run times/cycles will be adjusted to utilize `cycle and soak' methods on a daily basis to maximize soil percolation and consequently minimize run-off. B. The irrigation controllers will be programmed to be on solely during nighttime, lower - temperature hours. FALL - WINTER IRRIGATION SCHEDULE A. As climatic conditions become cooler, the irrigation schedule will be correspondingly reduced. The run times/cycles/days will be decreased to levels that will minimize excess soil moisture and run-off. B. The irrigation controllers will be programmed to be on solely during daylight, non -frost threat, hours. The contractor will schedule the irrigation program to water during less peak hours of the day to avoid wetting vehicles. VARIATION A. Variations from the irrigation schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require more or less watering than the norm, resulting in variations in the schedule for specific stations on a controller. C. The Contractor is responsible to make adjustments as necessary in any other circumstance so as to maintain acceptable appearance at all times. MONITORING A. The Contractor shall submit to the LMD Consultant a completed Irrigation Schedule, for review and approval, at the beginning of each climatic season [Spring, Summer. Fall, and Winter]. B. LMD Consultants will spot-check irrigation controllers while on monthly inspections of district with the Contractor to ensure appropriate run times/cycles/days for the current season and weather conditions. C. The Contractor will conduct a complete irrigation system inspection for each assigned district a minimum of twice a year and inform the LMD Consultant of the results of those inspections. Bid 0 LMD-11-1244 56 EXHIBIT E3 IRRIGATION SCHEDULE GUIDE — MANUAL TYPE CONTROLLER (For Reference Only — actual irrigation needs shall be based on plant requirements) Special Districts Irrigation Program — Summer & Winter Schedules SUMMER IRRIGATION SCHEDULE (March 21 — October 20) A. Shrub Beds I. Spray Heads 4 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Heads — 10 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Stream Rotary — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. B. Turf Areas I . Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Stream Rotary 180 (half) — 15 minutes per station/per cycle, 3 cycles per day. 5 days per week. 3. Stream Rotary 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 4. Gear Rotary 180 (half) — 20 minutes per station/per cycle, 3 cycles per day, 5 days per week. 5. Gear Rotary 360 (full) —40 minutes per station/per cycle, 3 cycles per day, 5 days per week. C. Planted Slopes I. Impact Heads 180 (half) — 15 minutes per station/per cycle, 3 cycles per day, 5 days per week. 2. Impact Heads 360 (full) — 30 minutes per station/per cycle, 3 cycles per day, 5 days per week. 3. Spray Heads — 5 minutes per station/per cycle, 3 cycles per day, 5 days per week. WINTER IRRIGATION SCHEDULE (October 21 — March 20) As the climatic conditions become cooler, the watering schedule will be reduced. The time elements will remain the same, but the number of cycles and number of days will be reduced to 3 days or less per week. VARIATION OF IRRIGATION SCHEDULES A. Variations of the schedules will occur when water has been shut down due to construction by developers which results in above -normal watering required to restore landscaping appearance to an acceptable level. B. Certain soil conditions may require additional watering, resulting in variations in the schedule for specific stations on a controller. C. Private contractor is responsible to make adjustments as needed to maintain acceptable appearance at all times. INSPECTIONS Landscape Maintenance District Consultants/Inspectors will spot check controller schedules on each inspection of a district to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each district at a minimum of twice a year. Sid $ LMD-11-12-44 57 EXHIBIT E4 Preventative Disease Control Guide Olen Europaea (Olive Tree) Fruit Set— Preventative Treatment First application to be done when '/z to'/4 of blooms are open. Second application to be done 7-10- days after the first application. ll. Pyrus Kawakamii (Evergreen Pear) Fireblieht — Preventative Treatment Spray application to occur October I through mid-November. Fireblieht — Post Treatment Prune out diseased wood, sterilizing pruning tools after each cut. 111. Platanus (Sycamore) Anthracnose (Fireblieht) — Preventative Treatment This treatment would consist of two (2) applications and possibly a third application, depending on the effectiveness of the previous application. Materials used shall be of an approved type by the County Agriculture Department. First Application — During the month of February, during the budding stage. Second Application — During the month of March, during the juvenile growth state of the leaf. Third Application — During the month of April, if there is evidence of blight after mature growth of leaf. Above applications could vary depending on climatic conditions. IV. Preventative Treatments Any materials used while performing all of the above described operations will be of type approved by the County Agricultural Commissioner. BMR LMD•11-12.44 58 EXHIBIT E5 Artificial Turf Maintenance Taking care of your new artificial lawn With synthetic grass you will never have to mow, water or fertilize your lawn ever again. However, you will have times when you will want to clean the artificial turf fibers or need to clear off fallen leaves in the fall. Unfortunately, your new green synthetic lawn can't solve all of your lawn maintenance issues. Washing Artificial Grass; While Synthetic lawn does not require routine lawn maintenance, you will need to clean it periodically to maintain its appearance. Depending on how your lawn is used and whether you have a pet, you may need to wash your lawn more or less often. A cleaning detergent can be used if needed to remove pet wastes or oxidation from nearby sprinklers. We recommend cleaners like Agent Orange or Simple Green for most jobs. For sprinkler oxidation we find CLR works the best. Simply spray down the lawn as if you were hosing down a driveway or patio. If using cleaners, apply in problem areas and let it sit for several minutes. When ready, simply rinse off cleaner. • Simply spray off lawn like you were hosing down a driveway or patio. a Cleaning detergents may be used if necessary. Blowing Off Lawn; To remove leaves and other debris, it is best to use a power blower. While a plastic leaf rake will not hurt the turf fibers, using one of these rakes can break up the leaves making it tougher to remove from the fibers. Start from one side of your lawn and blow off any leaves or debris. Sweep up after you have removed the debris and discard. Using a power blower is the easiest way to remove leaves and debris. Using plastic rakes can break up leaves making it hard to remove from fibers. Weekly; Remove leaves and trash. Hand pull weeds. Spot clean spills. Monthly Check seams and report failures. Brush the surface to redistribute infill and maintain vertical fibers. Annually; Top dress with infill. Treat moss, mold and algae. 59 EXHIBIT F - MAPS ZONE T-8 �In \ �n w• T `"" SWIT CIARnA Landscape Maintenance District Zone T17 Logwd + NOM1nv.tu uaysw mm". n) n! N �� 1 VKNdAnN w�rr.r� rw.rrr� \ -v:'.-`-•-. BuYJni iooOriYi ' a ,09 w� I JP A( aD �ypM KM , on roi' u Hyo ywp0 / POO / r e woec,rwvwv.xsm_��.s�...l N O Z m EXHIBIT G 2012 HOLIDAY SCHEDULE HOLIDAY New Year's Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Day after Thanksgiving 1/2 Day for Christmas Eve Christmas Day 1/2 Day for New Year's Eve New Year's Day DATE CELEBRATED Sunday, January 1 (Observed Monday 1/2/12) Monday, January 16 Monday, February 20 Monday, May 28 Wednesday, July 4 Monday, September 3 Sunday, November 11 (observed Monday 11/12/12) Thursday, November 22 Friday, November 23 Monday, December 24 Tuesday, December 25 Monday, December 31 Tuesday, January 1, 2013 If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday should fall on a Sunday, it will be celebrated the following Monday. 62 State Of Califomia 'CONTRACTORS STATE LICENSE BOARD' cow, ACTIVE LICENSE ARdn ,..346620 E CORP mow.. STAY - GREEN INC c.�.i C27 C61/D49 zw. . o 12/31/2012 www.cslb.ca.gov kb c ROO CERTIFICATE OF LIABILITY INSURANCE AII 7/18/20121' 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 REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poloy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on thls certificate does not confer rights t0 the certificate holder In lieu of such endorsement(s). PRODUCER Landscape Contractors (Lic#0755906) Insurance Services, Inc. 1835 N. Fine Avenue Fresno CA 93727 COMENTACTElizabeth Ngo, CISR NA pHO� (559)650-3555 FAX No 1559)650-3556 N2 !9com INSURERS AFFORDING COVERAGE NAIC0 INSURERA AiiCH Insurance COtOpaUy 11150 INSURED Stay Green, Inc. 26415 Submit Circle Santa Clarita CA 91350 INSURERS:Flrema Fund Ins Co 21873 INSURER[: INSURER O . INSURERE. INSURER F: COVERAGES CERTIFICATE NUMBER:11-12 Pkq D Auto REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WNH 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. ILTR TYPE OF INSURANCE POLICY NUMBER EFF MMI MICY MICOYVXP r LIMITS GENERAL LIABIL(rY EACH OCCURRENCE f 1,000,000 DAMAGE, 0 PREMISES adm�eS 100,000 GEFAL :N21L,r` AC,A-MS-MAGE a CPK00080203 /1/2011 /1/2012 MEDEKP(Anyowm) E 5,000 nepOCCU4 PERSONAL S ADV INJURY s 1,000,000 TXCO2MMERC�EN ,500 PD DED GENERAL AGGREGATE f 2,000,000 'JEtn AGO;EGAlE LMIi PFFlIES PER WODUCI5-00MPIOPAU5 S 2, DOD, ODD f XI POLICY FRP LOC JECPANYALTO COKE LMBILITY ttx:eN L 1 000 000 BODILY INJURY tPer Mnon) f A ALL OWNED SCHEDULED NADSALTOSHIRE�AUTO: X NON OWNED AUTOS CPK00080203 /1/2011 /1/2012 BODILY INJURY(P. u:cAe,t) f PO ERY S Undennsu,ed ma«nl S 11000,00 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 5 10,000,000 AGGREGATE S 10,000,000 B EXCESS LIAB C✓11M6-MAtE DEG I %I I c=TENTIONS 0 S UO -000-5762-5139 /1/2011 /1/2012 WORKERS COMPENSAAONWC AND EMPLOYERS' LIABILITY VIN ANI PROFRIETORNARTNER,EfE`-11TIYE❑ JFF:CEwreEr.IBER EXCLUDECa In NN) NIA STATU - OTH- TRY IMii FR EL EACH ACC10ENi f EL DISEASE EA EMPUOYE d E L DISEASE - POLICY l MIT f 11 oiM& WICer IIpS DESCRIPTION DESfRIPTX)N OF OFERArpNS dhow I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (AMch ACORD 101, Adddlonal Remarks Sched W e,11 more space is required) RE: Annual Maintenance Contract for Landscape Maintenance Zones T-8 and T-17 - Bid # LMD-11-12-44 Primary Insurance/Non Contributory Blanket Additional insured per attached OOGLO434000108 s CA20480299 City of Santa Clarita, its respective elected and appointed boards, officials, officers, agents, Employees and volunteers are named additional insured with respects to the operations performed by the above mentioned Sob city of Santa Clarita 23920 Valencia Blvd Suite #245 Santa Clarita, CA 91355-2196 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Ngo, CISR/KSAENZ 1988-2010 ACORD CORPORATION. All rights reserved. INS025 The ACORO name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED PROTECTION ENDORSEMENT This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE FORM 1. SECTION 11 - WHO IS AN INSURED is amended to include as an insured any organization or person required to be named as an additional insured pursuant to a written contract or agreement. The insurance provided by this endorsement is subject to the following: a. This insurance does not apply to any person or organization not specifically approved by us as an additional insured b. Any insurance afforded an additional insured under this endorsement shall not begin before the date that the person or organization is approved by us as an additional insured c. ,The Limits of Insurance under this insurance, which are listed in the Declarations of this policy, shall not be increased, regardless of the number of additional insureds, or the limits specified in the contract or agreement. d. Any coverage that is not provided under an additional insured's liability insurance policy for your acts, errors, or omissions is also not provided under this insurance. e. With respects to the additional insured, this insurance does not apply to 1 "Property Damage" to "your product" arising out of it or any part of it. 2. "Property Damage" to 'your work" arising out of it or any part of it and included in the "products -completed operations hazard". 3 Liability for "Property Damage" or 'Bodily Injury' for acts, errors, omissions of an additional insured f. If required under written contract, this insurance will apply to an additional insured as primary insurance and other insurance which may be available to such additional insured shall apply on an excess basis. g. If required by a written contract, we waive our right to recovery against any additional insured because of payments we make for injury or damage arising out of :your ongoing operations, or "your worK' done under a contract with that additional insured and included in the "products completed operations hazard All other terms and conditions of this Policy remain unchanged Endorsement Number N/A Policy Number. LCPKGO080203 Named Insured: Stay Green, Inc. This endorsement is effective on the inception date of this policy unless otherwise stated herein Endorsement Effective Date 07-18-2012 00 GL0434 00 01 08 Includes copyrighted material of Insurance Seances Office, Inc Page 1 of I with its permission POLICY NUMBER LCPKGO080203 COMMERCIAL AUTO NAMED INSURED Stay Green, Inc CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED INSURED This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form This Endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effecfive: 07-17-2012 Countersigned By. 4Lnt Named Insured: Stay Green, Inc. lAuthorized R esentativeZ SCHEDULE Name of Person (s) or Organization (s): City of Santa Clarita, its respective elected and appointed boards, officials, office", agents, employees and volunteers With respects to work performed by or on by behalf of the named insured @ Annual Maintenance Contract for landscape Maintenance Zones T- 8 and T-17 — Bid # LMD-11-1244 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form CA 20 48 02 99 ® ISO Properties, Inc., 1998 Page 1 of 1 0 '`� oR CERTIFICATE OF LIABILITY INSURANCE iie ZDV) 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. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Landscape Contractors (Lic#0755906) CONTACT HANE: Elizabeth Ngo, CISR °H0� (559)650-3555 ac Nu. {559)650-3558 Insurance Services, Inc. .engo@lcisine. core INSURERS AFFORDING COVERAGE NAICS 1835 N. Fine Avenue INSURERA:NatiODal Surety Corporation 1881 Fresno CA 93727 INSURED INSURER B: INSURER C: Stay Orem, Inc. INSURER D : PER LOCJECT INSURERS: 26415 Su�lt Circle INSURERF: Santa Clarita CA 91350 COVERAGES CERTIFICATE NUMBER:12-13 WC REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. West LTR SUNCE TYPE OF NRA INSK WVo POLICY NUMBER MMI I F POLICY XP LIMITS AUTHORf2EDREPRESENTATIVE GENSML LIASILDY COMMERCIAL GENERAL LIABILITY ."LA:MSMADE OCCUR r~ Nqo, CISR/KSAENZ EACH OCCURRENCE S FNEAeses�,nerce MED SUR+ Yr+IR Person) f PERSONAL a ADV INXIRV { GENERAL AGGREGATE It GENA AGGREGATE LNIT APPLES POLICY M PRO PER LOCJECT PRODUCTS COMP,VP AGG F S OB1.IJAI" Y Y AUTOBODILY L OWNEDSCHEDULED TO6AUTOS AUTOS AUT05 NON 1EU FIIIED LIAT NXRY(Pm perT6A) S SODILY NJURY IPr i4�Wr+11 S Muir 'Pa,ar CrnY+l' S Uk6RELLA LMe EXCESS UAB OCCUR CIAIMSMACE EACH OCCURRENCE S AGGREOATE i CED I I R=TENnONS S A IWORI[EFUICOMPENSATION ANDEMPLOYERIFLMR0.T' YIN AIJv VE O OMCERIMEI.9ER EXCLUCEfP (MeNtei In NH) 11 yyaa5 nBsm RPTION N OF OF OPERATIONS 06bw NIA 80999392 /3/2014 /1/2013 R T STA U- OTH Y EL EACH ACCIDENT 8 11000,000 EL DISEASE - EA EMPLOYEf S 11000,000 EL DISPhSE -FOU'Y Lmfn i 1,000,00 pESCPoPTION OF OPERATIONS I LOCATIONS 1VENCLES(Af iar ACORD lel, A46RbnM RiimrkF S MdRle, if more spw. is r9R1AM4l RE: Annual Maintenamoe Contract for Landscape Maintenance Zones T-8 and T-17 - Bid Y ILA) -11-12-44 CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010105) INS025 ® 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Santa Clarita 23920 Valencia Blvd Suite #245 AUTHORf2EDREPRESENTATIVE Santa Clarita, CA 91355-2196 r~ Nqo, CISR/KSAENZ ACORD 25 (2010105) INS025 ® 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-11-1244 ANNUAL MAINTENANCE CONTRACT FOR LANDSCAPE MAINTENANCE ZONES T-8 AND T-17 July 12, 2012 This addendum must be included with the bid response. If you have already submitted a bid you must fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also contact Purchasing by fax and request the bid be returned. The fax number is (661) 286-4186. A Pre-bid meeting was held for this bid and bid #LMD-11-12-43 combined, on July 10, 2012 at 9:00 AM at City Hall in the Council Chambers. Staff attendees were: Darin Seegmiller, Project Manager Mary Alice Boxall, Labor Compliance Specialist Jennifer Killian, Buyer Vendors attending: ISS Grounds Control, Brendon O'Steen Marina, Efrain Lupercio Oakridge landscape Inc., Hopi Williams -Roark Oak Springs Nursery Inc., Jose Luis Arredondo Parkwood Landscape Maintenance, Inc., David Stein Valley Crest, Jacob Lott and Joe Weintraub Venco Western, Inc., Rob Archer Mary Alice Boxall discussed generalities of the Labor Compliance Program. Darin Seegmiller went over some points which may be found in the specifications (Section "C') in the bid: • Zone T8 is approximately 145 acres • Zone T17 is slightly less than 4 acres • The two zones are on two separate sides of the Santa Clarita valley • This bid is for maintenance of slopes, side panels, a lot of paseos and some natural area • Additionally, there is a park with tennis courts and directions for cleaning the courts is included in the specifications • All areas are utilized heavily by the public, especially paseos Bid R LMD-I i-1244. ADD 01 1 1. A. 2. A. • In general- • Changes have been made to "extras" - a lot of work is no longer "extra" but should be included in the bid pricing like Mulch labor o Language has been modified on "Emergency" call outs o Inventory lists are estimates only: bidding vendors are responsible for checking areas o New water budget o Went thru all Exhibits • A boundary map for ALL of the Landscape Maintenance Districts will be made available upon request, via e-mail and in pdf. version. Contact ikillian(a),santa- clarita. com Who are the current contractors? Stay Green, Inc. What are the current contract amounts? Zone T8 - $319,952.00 Zone T17 - $17,720.00 Q'bma Contractor's Representative � zyinc Company Name _q 30112 Date BM # LMD-11-12-44, ADD#1 2