JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and...

93
City of Beverly Hills Landscape Maintenance Bid No. 16-40 X JANUARY 3, 2017 NOTICE INVITING PROPOSALS FOR LANDSCAPE MAINTENANCE OF SPECIFIED AREAS WITHIN CITY LIMITS Bid No. 16-40

Transcript of JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and...

Page 1: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40

X

JANUARY 3, 2017

NOTICE INVITING PROPOSALS FOR LANDSCAPE MAINTENANCE OF SPECIFIED AREAS WITHIN CITY LIMITS

Bid No. 16-40

Page 2: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 0

JANUARY 3, 2017

NOTICE INVITING PROPOSALS FOR LANDSCAPE MAINTENANCE OF SPECIFIED AREAS WITHIN CITY LIMITS

Bid No. 16-40

The City of Beverly Hills intends to award a contract to one or more qualified landscape maintenance firm(s) to provide annual services for the maintenance of specified landscape areas within City limits. The City of Beverly Hills invites prospective Bidders to submit proposals for landscape maintenance of specified areas within the City limits. Proposals must be submitted in accordance with the conditions outlined in this Request for Proposals (RFP). The RFP is being sent to prospective Bidders via e-mail and United States Postal Service on January 3, 2017. Sealed proposals must be received in the Office of the City Clerk located at 455 North Rexford Drive, Room 290, Beverly Hills, California, by no later than 2:00 p.m. (PST) on Thursday February 9, 2017 via mail or in-person, at which time they will be opened and publicly read. Late proposals will not be accepted, and will be returned unopened, regardless of postmark or timestamp. Prospective Bidders are responsible for having proposals deposited on time at the place specified and assume all risk of late delivery, including any delay in the mail or handling of the mail by the U.S. Postal Service or City employees. All proposals must be in writing and must contain an original signature by an authorized officer of the Contractor. Electronic proposals (i.e., telephone, fax, e-mail, etc.) are not acceptable. All inquiries and comments concerning this RFP must be directed to David Garrard via e-mail to [email protected]. To ensure a timely response, please copy the secondary contact Logan Phillippo at [email protected] . Any inquiry should state the question only, without additional information. Responses to questions or comments provided by any other department, employee, or City office concerning the RFP will not be valid and will not bind the City. Inquiries received via telephone, fax, or in-person will not receive a response. Bidders to the RFP must submit three (3) copies of their proposal in a sealed package. The package should be clearly marked as follows:

PROPOSAL FOR LANDSCAPE MAINTENANCE: Bid No. 16-40 ATTENTION: David Garrard, General Parks Maintenance Supervisor c/o City of Beverly Hills, City Clerk Room 290 455 N. Rexford Drive Beverly Hills, CA 90210

Sincerely, David Garrard General Parks Maintenance Supervisor

Page 3: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 1

REQUEST FOR PROPOSALS

Date of Request: January 3, 2017 Bid Number: 16-40 Item Description: Annual Landscape Maintenance Services for Specified

Areas within City Limits. Bid Open Date: February 9, 2017, 2 p.m. (PST) Mandatory Site Visit: Each Bidder must have no more than one (1) representative

present at the site visit. Notes are allowed, but no recording devices of any nature may be used during the orientation. The orientation will be held on Monday January 23, 2017 from approximately 8:00 a.m. to 2:00 p.m. (PST). The meeting location will be at the upper parking lot at Greystone Park, 905 Loma Vista Drive, Beverly Hills, CA. The purpose of the site visit is to view the work sites to ascertain the existence of any conditions that will affect the cost of the work, and to answer any potential respondent’s questions and/or provide any clarification regarding the Request for Proposals (RFP). A sign-in sheet will be circulated at the start of the meeting. No late sign-ins will be accepted. Transportation to the works sites will be provided and Bidders must be on time. The site visit is expected to last between four to six hours. This meeting must be attended if you wish to submit a proposal. Proposals from Bidders that do not attend the mandatory site visit will be deemed non-responsive. Please RSVP that a representative of your firm will be attending the mandatory site visit by no later than Thursday, January 19, 2017 at 12:00 noon (PST) by sending an e-mail to [email protected] with cc: to [email protected].

Question Period: Following the site visit, there will be a question and answer period from Tuesday, January 24, 2017 through Wednesday February 1, 2017 at 12:00 noon (PST). All inquiries must be received via e-mail during this period. Emails must be sent to [email protected] with a cc: to [email protected].

Page 4: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 2

City’s responses to requests and submissions of questions will take form of a Bid Addenda, which will be emailed to all persons and companies whom where sent this RFP and posted on the City’s website within two days of the end of the questions period.

Evaluation Period: Friday, February 10, 2017 to Monday, February 17, 2017

Upon review and evaluation of the proposals submitted, the City may develop a short list of candidates and invite selected Bidders to participate in an interview and presentation process, tentatively scheduled for Monday, February 13, 2017 and Tuesday, February 14, 2017.

Page 5: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 3

TABLE OF CONTENTS PART 1: Minimum Requirements for Submitting a Proposal ........................................... 4 PART 2: Insurance and Indemnification Requirements ................................................... 5 PART 3: Guidelines & General Requirements ................................................................ 6 PART 4A: Scope of Services—General Provisions ....................................................... 12 PART 4B: Scope of Services—Technical Specifications ............................................... 19

SECTION A—IRRIGATION HEADS/NOZZLES ........................................................ 19 SECTION B—ANNUAL FLOWERS AT SPECIFIED LOCATIONS............................ 19 SECTION C—OVERSEEDING/HYDROSEEDING ................................................... 21 SECTION D—TURFGRASS MAINTENANCE .......................................................... 21 SECTION E—PLANT CARE ..................................................................................... 31 SECTION F—WEED ABATEMENT FOR FIRE SUPPRESSION .............................. 39 SECTION G—HARDSCAPE/PATHWAY MAINTENANCE ....................................... 39 SECTION H—DEBRIS REMOVAL ............................................................................ 40 SECTION I—TRASH RECEPTACLE SERVICE ....................................................... 40 SECTION J—AMENITY CARE.................................................................................. 41

PART 5: Proposal Requirements .................................................................................. 42 PART 6: Selection Process ........................................................................................... 47 Part 7: Penalty Schedule .............................................................................................. 49 Part 8: Bid Forms ......................................................................................................... 51 BIDDER'S CHECK LIST................................................................................................ 51

BID FORM ................................................................................................................. 53 ATTACHMENT 1 ....................................................................................................... 54 ATTACHMENT 2 ....................................................................................................... 56 ATTACHMENT 3 ....................................................................................................... 58 ATTACHMENT 4 ....................................................................................................... 59 ATTACHMENT 5 ....................................................................................................... 65 ATTACHMENT 6 ....................................................................................................... 67 ATTACHMENT 7 ....................................................................................................... 73 ATTACHMENT 8 ....................................................................................................... 71 ATTACHMENT 9 ....................................................................................................... 76 SIGNATURE PAGE AND LEGAL STATUS ............................................................... 78 DECLARATION OF CONTRACTOR’S QUALIFICATIONS ....................................... 79 REFERENCES .......................................................................................................... 81 BID BOND ................................................................................................................. 82 FAITHFUL PERFORMANCE BOND ......................................................................... 83 DESIGNATION OF SUBCONTRACTORS ................................................................ 85 AFFIDAVIT OF NON-COLLUSION ............................................................................ 86 STATEMENT ACKNOWLEDGING OBLIGATION TO COMPLY WITH CALIFORNIA LABOR LAW ....................................................................................... 87 CONTRACTOR’S INDUSTRIAL SAFETY RECORD ................................................. 89 CONTRACTOR’S CERTIFICATE OF NON-DISCRIMINATION ................................ 90 SAMPLE AGREEMENT .............................................................................................91

Page 6: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 4

PART 1: Minimum Requirements for Submitting a Proposal 1-1. Bidder must have been in the business of providing landscape maintenance for

at least five (5) years to governmental agencies and/or municipalities. In addition, Bidder must provide five (5) references with contact information for the main agency manager.

1-2. Bidder’s proposal must be complete, as detailed in this RFP, including any necessary sub-contractor quotes.

1-3. Bidder’s proposal must be valid for not less than one hundred eighty (180) days

after the Open Date. 1-4. Each Bidder shall submit with its response a cash deposit, an unconditional

certified or cashier’s check payable to the City, or a Bid Bond, executed by an admitted surety insurer, payable to the City, in an amount of ten percent (10%) of the annual lump sum bid. Such security shall be given as a guarantee that the bidder will, if its proposal is accepted, execute an agreement and furnish a satisfactory Faithful Performance Bond and insurance certificate as specified herein.

1-5. Bidder must hold a valid State of California Contractor’s License (C-27) at time of

proposal submittal.

1-6. Bidder must be capable of meeting insurance requirements outlined

herein.

1-7. Bidder must have a sufficient inventory of equipment so as to be able to

perform the scope of the work described herein.

1-8. Bidder must possess the capability of processing the quantities of greenwaste

and refuse that are generated from performing the work described herein.

1.9 Bidder must employ full-time, permanently employed staff trained in the

landscape maintenance industry and such staff must be able to speak and

understand English. Use of seasonal or part-time staff must be approved by the

City.

1.10 Bidder must attend the mandatory site visit, as described in this RFP. Proposals

from Bidders that do not attend the mandatory site visit will be deemed

nonresponsive.

Page 7: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 5

PART 2: Insurance and Indemnification Requirements 2-1. Bidder shall at all times during the term of the agreement carry, maintain, and

keep in full force and effect, a policy or policies of Comprehensive General Liability Insurance, with minimum limits of Two Million Dollars ($2,000,000) for each occurrence, combined single limit, against any personal injury, death, loss or damage resulting from the wrongful or negligent acts by Bidder.

2-2. Bidder shall at all times during the term of the agreement carry, maintain, and

keep in full force and effect, a policy or policies of Comprehensive Vehicle Liability Insurance covering personal injury and property damage, with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit, covering any vehicle utilized by Bidder in performing the services required by the agreement.

2-3. Bidder agrees to maintain in force at all times during the performance of work under the agreement worker’s compensation insurance as required by law.

2-4. Bidder shall require each of its sub-consultants or sub-Contractors to maintain

insurance coverage, which meets all of the requirements of the agreement. 2-5. The policy or policies required shall be issued by an insurer admitted in the State

of California and with a rating of at least a B+;VII in the latest edition of Best's Insurance Guide.

2-6. Bidder agrees that if it does not keep the aforesaid insurance in full force and

effect City may either immediately terminate the agreement or, if insurance is available at a reasonable cost, City may take out the necessary insurance and pay, at Bidder’s expense, the premium thereon.

2-7. At all times during the term of the agreement, Bidder shall maintain on file with

the City Clerk a certificate or certificates of insurance on the form satisfactory to the City Attorney, showing that the aforesaid policies are in effect in the required amounts. Bidder shall, prior to commencement of work under the agreement, file with the City Clerk such certificate or certificates.

2-8. The policies of insurance required shall contain an endorsement naming the City

and City’s elected officials, officers and employees as additional insureds. All of the policies required shall contain an endorsement providing that the policies cannot be canceled or reduced except on thirty (30) days prior written notice to City, and specifically stating that the coverage contained in the policies affords insurance pursuant to the terms and conditions as set forth in the agreement.

2-9. The insurance provided by Bidder shall be primary to any coverage available to

City. The policies of insurance required shall include provisions for waiver of subrogation. By submitting a proposal, the Bidder will waive all rights of subrogation against City.

Page 8: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 6

2-10. Any deductibles or self-insured retentions must be declared to and approved by

City. At the option of City, Bidder shall either reduce or eliminate the deductibles or self-insured retentions with respect to City, or Bidder shall procure a bond guaranteeing payment of losses and expenses.

2-11. Bidder shall indemnify, hold harmless and defend the City, City Council and each

member thereof, and every officer, employee and agent of City from any claim, liability or financial loss (including, without limitation, attorney's fees and costs) arising from any intentional, reckless, negligent, or otherwise wrongful acts, errors or omissions of Bidder or any person employed by Bidder in the performance of the agreement.

2-12. Any subcontractors shall also comply with the insurance and indemnification

requirements set forth in this section.

(Note: Proof of insurance need not be submitted with the proposal, but must be provided before the City can award the contract.)

PART 3: Guidelines & General Requirements 3-1. The reputation of the City of Beverly Hills is known throughout the world. From

its peaceful tree-lined streets to its world class shopping district, Beverly Hills radiates opulence. The resident, business owner and visitor share a commonality; high expectations. Equally high are the expectations the City of Beverly Hills has for those that work in our City. Contractors must be ever vigilant, always cognizant of how the quality of the service they provide will affect the reputation of the City. Accordingly, Contractors who provide services to the City of Beverly Hills must strive for excellence.

3-2. Proposals may be withdrawn at any time prior to the Open Date. No proposal

may be withdrawn after the Open Date. 3-3. Bidders are to field verify any footage, size or quantity provided in this document

and base bids only on field verified footages, sizes or quantities. 3-4. Bidders are advised to become familiar with all conditions, instructions, and

specifications of this RFP. By submitting a proposal, Bidder represents and warrants that it has thoroughly examined and become familiar with work required under this RFP, that Bidder has conducted such additional investigation as it deems necessary and convenient, that Bidder is capable of providing the equipment, goods and services necessary to furnish landscape maintenance in a manner that meets the City’s objectives and specifications as outlined in this

Page 9: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 7

RFP, and that Bidder has reviewed and inspected all materials submitted in response to this RFP. Once the award has been made, a failure to have read the conditions, instructions, and specifications herein shall not be cause to alter the contract or for Bidder to request additional compensation.

3-5. The successful Bidder for the contract will be responsible for complying with all

conditions of this RFP and any subsequent formal agreements. All responses provided should be as detailed as possible to provide the proposal evaluators with enough information to make an assessment of the Bidder’s services. Do not include videos.

3-6. Each Bidder shall submit, in full, the completed original BID FORM along with all

other requested documentation required herein. The sites for which bids are being accepted are set forth in Attachment 1 through 8 and are as follows: Attachment 1—City Parks and Facilities; Attachment 2—Mini-Parks; Attachment 3—Historic Greystone Park; Attachment 4—Medians/Traffic Islands/Easements; Attachment 5—Parking Facilities; Attachment 6—Reservoir Sites; Attachment 7—Business Triangle; Attachment 8-City Facilities and Attachment 9 contains a listing of common landscape items or tasks for which unit prices are being requested. Bidders have the opportunity to bid one, any or all of Attachment 1 through 8. When bidding on a section, a bid must be given for all items listed within that attachment. Bids that lack a complete bid for all of the items within that section shall be rejected. Each bidder must supply a bid for each item listed within Attachment 9, resulting in a lump sum for the entire Attachment. On the BID FORM, the bidder shall supply a lump sum fee for each Attachment the bidder has selected to bid upon and shall write “no bid” for each Attachment that the bidder has chosen not to supply a bid for. Each Bidder must supply a lump sum bid for at least one of the Attachments (1 through 8) and a lump sum bid for Attachment 9 for the bid to be considered. Bids that do not meet these criteria will be rejected.

3-7. Every supplier of materials and services and all contractors doing business with

the City shall be an “Equal Opportunity Employer,” consistent with Title VII of the Civil Rights Act of 1964, 42 USC §§ 2000e – 2000e-17 and Executive Order 11246, as amended. This means, among other requirements, they will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin.

3-8. The successful Bidder for the contract shall comply with all applicable provisions

of the California Fair Employment and Housing Act, California Government Code §§ 12900 – 12996, Title VII of the Civil Rights Act of 1964, 42 USC §§ 2000e – 2000e-17, and any other applicable law, regulation, code or enactment regulating discrimination (including harassment and retaliation) in employment or providing for equal employment opportunity on the basis of any legally protected status. In the event that more than one legal requirement applies to a particular situation, Bidder agrees to comply with the law that is most protective of employee rights to equal employment opportunity and to be free of unlawful discrimination, except as otherwise required by law.

Page 10: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 8

3-9. The successful Bidder for the contract shall cooperate in all matters relating to

taxation and the collection of taxes. It is the policy of the City to self-accrue the use tax, when applicable, and report the use tax to the State Board of Equalization with a City assigned permit number. The City’s own use tax, which is self-accrued by the City, will be remitted to the State of California pursuant to the City’s permit with the State Board of Equalization.

3-10. Prevailing Wages: In accordance with the provisions of Section 1770 et seq, of the California Labor Code, the Director of Industrial Relations of the State of California has determined the general prevailing rate of wages applicable to the work to be done. The Contractor will be required to pay to all workers employed on the project sums not less than the sums set forth in the documents entitled “General Prevailing Wage Determination made by the Director of Industrial Relations pursuant to California Labor Code, Part 7, Chapter I, Article 2, Sections 1770, 1773, 1773.1.”

A copy of said documents is on file and may be inspected in the office of the Public Works Department, located at 345 Foothill Road, Beverly Hills, California 90210. Attention is directed to the provisions of Sections 1777.5 and 1776.6 of the Labor Code concerning the employment of apprentices by the Contractor or any sub-contractor under him. The Contractor and any sub-contractor under the Contractor shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards and administration of the apprenticeship program may be obtained from the Director of Industrial Relations, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Copies of Certified Payroll shall be provided upon request by the City. The Contractor shall comply with Labor Code Section 1775 and shall forfeit, as a penalty to the City, the sum of fifty ($50.00) dollars for each calendar day or portion thereof during which the Contractor or any sub-contractor under the Contractor has paid to any worker employed in the project an amount less than that required by the provisions of the preceding paragraph entitled “Prevailing Wages

3-11. If awarded the contract, the successful Bidder is required to have a current City

of Beverly Hills business license issued through the City of Beverly Hills Finance Administration Department. This license shall be obtained at the successful Bidder’s expense.

3-12. The successful Bidder shall obtain a Right-of-Way permit and Heavy Haul permit

from the Engineering Division located at 455 North Rexford Drive prior to the

Page 11: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 9

start of work for all deliveries and equipment. This permit shall be kept in a readily available place on the job site at all times during maintenance operations. While no fee will be charged for these permits, no permit will be issued unless the successful Bidder provides evidence of a current copy of a Beverly Hills business license issued in the business name of the Bidder. These permits are not transferable and are not to be loaned at any time.

3-13. If the proposal is made by a sole owner, it shall be signed with his/her name and

his/her address shall be given. If it is made by a partnership, it shall be signed with the partnership name by a member of the firm authorized to bind the partnership who shall also sign his/her own name, and the name and address of each member shall be given. If it is made by a corporation, it shall be made by an officer or other individual who has the full and proper authorization to do so and their address shall be given. If the proposal is made by a joint venture, it shall be signed on behalf of each participating company by officers or other individuals who have full and proper authorization to do so and their address shall be given.

3-14. Bidder’s failure to duly and adequately respond to this RFP will render the

proposal non-responsive and is grounds for rejection by the City. 3-15. The City of Beverly Hills shall not be liable for any pre-contractual expenses

incurred by any proper or the selected Bidder. Bidder shall not include any such expenses as part of the price proposal in response to this RFP.

3-16. This Request for Proposal and its exhibits and attachments, the Responsive

Proposal, and Addenda, if any, will be incorporated as part of the contract. 3-17. If the Bidder is a sole proprietorship, the contract shall be executed by the

business owner personally. If the Respondent is a partnership, the contract shall be executed by one of the partners that have authority to bind the partnership. If the Bidder is a corporation, the contract must be executed by two authorized signatories: the first must be one of the following: chairman of the board, president or any vice president; the second signature must be a secretary, any assistant secretary, the chief financial officer or any assistant treasurer. If the Bidder is a joint venture, the contract must be executed on behalf of each participating firm by officers or other individuals who have the full and proper authorization to bind the entity.

3-18. Any contract that results from this bid will terminate without penalty at the end of

the fiscal year in the event funds are not appropriated for the next fiscal year. 3-19. The City reserves the right to periodically audit all charges and services made by

the bidder to the City for services provided under the contract. Upon request, the bidder agrees to furnish the City with necessary information and assistance.

3-20. The successful bidder will be required to furnish the City with a Faithful

Performance Bond in the amount of 10% of the annual maintenance cost and

Page 12: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 10

shall be furnished concurrently with the signing of the contract. The surety who provides the bond must be authorized by the Insurance Commissioner to transact business of insurance in the State of California. Said bonds shall be executed by the surety and contractor concurrently with the signing of the contract. The form of said bond must be approved by the City Attorney’s Office.

3-21. Fingerprinting/Background Check. If selected for the work, bidder and Bidder’s

employees assigned to this work are required to submit fingerprints in a manner authorized by the State of California Department of Justice. Bidder and all Bidders’ employees assigned to this work shall submit fingerprints prior to start of work. Bidder is responsible for all costs of fingerprinting and background check.

Any Bidder who has been convicted of certain criminal offenses (disqualifiers) as

specified in California Public Resources Code Section 5164 is not eligible to submit a proposal for this RFP. Any of Bidder’s employees who have been convicted of certain criminal offenses as specified in California Public Resources Code Section 5164 are not eligible to perform any work at any of the sites under this contract. Bidder and all of Bidder’s employees assigned to this work must be found not to have any disqualifying convictions prior to Contactor’s/Bidder’s employees being allowed to commence work under this contract. In addition, if any of Bidder’s employees assigned to this work is/are subsequently found to have a disqualifying conviction, that/those employees shall be immediately removed from the work site and shall not be allowed to perform any further work under this contract. If Bidder is subsequently found to have a disqualifying conviction, the contract will be immediately terminated and Bidder shall not perform any further work.

Bidder selected to perform this work shall certify in writing to the City that neither the Bidder nor any of Bidder’s employees have been convicted of any of the offenses specified in California Public Resources Code Section 5164. Certification must be provided prior to Bidder being allowed to start work.

3-22. Mandatory Hiring of Displaced City Employees. In the event City and the

successful bidder commence services under an agreement made pursuant to this RFP process, one or more City employees will be displaced from their employment. The successful bidder shall make a written employment offer to any displaced employee interested in receiving an offer. The offer shall be for work comparable to that performed by the displaced employee for the City, unless otherwise agreed by the displaced employee. The offer will state the time during which the displaced worker must accept the offer, which will be no less than one calendar week. Except as otherwise specified in this RFP, the employment will be subject to the successful proposer's standard wages, benefits and other terms and conditions of employment for the classification.

A City employee is a "displaced employee" if (1) so designated by the City at or before the time the contract commences and (2) the employee has, at any time during the six months before the contract commences, performed any of the services to be provided under the contract between the City and selected

Page 13: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 11

proposer, as determined by the City. A list of those anticipated to be displaced workers, designated by classification title only, is included in this RFP. The successful bidder will be prohibited from discharging, except for cause, any displaced worker for one year following the date on which services under the agreement commence. After the initial one year, the continued employment of displaced workers will be under the terms and conditions established for all of the successful bidder’s workers in the particular classification or similar classifications. Displaced workers are third party beneficiaries of any agreement between the City and the successful bidder that requires the employment of displaced workers. This means that the displaced employee has a right to enforce the displaced worker provisions of the agreement against the successful proposer, independent of the City's right to enforce the agreement. The third party rights will become effective only when the agreement becomes effective. No third party rights are intended to apply to any employee regarding the RFP process. Anything in this RFP notwithstanding, a successful proposer is not required to hire any displaced worker if: (1) The proposer has clearly disclosed in its proposal that it anticipates it will not have sufficient work to hire one or more displaced workers, or (2) A displaced worker has been convicted of a crime related to the job or his/her job performance, or (3) The displaced worker fails to pass pre-hire screening criteria typically mandated during the pre-hire process by the successful proposer and that have been clearly disclosed in the proposal.

3-23. List of Anticipated Displaced Workers by Classification Title: Nineteen (19) Park Services Worker.

Page 14: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 12

PART 4A: Scope of Services—General Provisions

4-1. The work done under these specifications shall include the furnishing of all labor,

materials, and equipment necessary for the provision of landscape maintenance services specified herein within the boundaries of the landscape areas as identified and shown on the attached list of locations. Bidder is to furnish all labor, tools and equipment necessary to provide service as specified herein. The Bidder shall also be required to report landscape maintenance problems such as but not limited to irrigation system vandalism, graffiti incidents, infestations of pests, diseased or dead plants, trees, etc. Water utilized for the services under the contract shall be furnished by the City.

4-2. Bidders are to field verify any footage, size or quantity provided in this document

and base bids only on field verified footages, sizes or quantities.

4-3. Contractor is required to have a supervisor available by telephone on a 24-hour basis that is assigned to provide direct and prompt attention to requests from City for emergency and after-hours landscape services. The response time for emergency and after-hours landscape maintenance service requests shall not be greater than one (1) hour.

4-4. If it appears that the work to be done or any matter relative thereto is not

sufficiently detailed or explained by the specifications, the Contractor shall apply to the Parks and http://ucanr.edu/sites/UC_Master_Gardeners/files/133193.pdf for such further explanation as may be necessary and shall conform to such explanation or interpretation as part of the contract so far as may be consistent with the intent of the original scope of work.

4-5. All work which is defective in its construction or deficient in any of the

requirements of the specifications shall be remedied or removed and replaced by the Contractor in an acceptable manner at their own expense.

4-6. If any portion of the work done under the contract is defective or not in

accordance with the specifications as determined by the City, and if the imperfection in the same is not of sufficient magnitude or importance to make the work dangerous or undesirable, the General Parks Maintenance Supervisor shall have the right and authority to retain the work, but he may make such deductions in the payment due the Contractor as may be just and reasonable.

4-7. The contractor shall recognize the rights of utility companies within the public

right of way and their need to maintain and repair their facilities. The contractor shall exercise due and proper care to prevent damage to utility facilities and to adjust schedules when utility operations prevent the Contract from maintenance during a specified time frame. No additional compensation will be allowed for complying with these requirements. Contractor shall notify the General Parks Maintenance Supervisor of any utility that is disturbed or damaged.

Page 15: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 13

4-8. Contractor shall submit a maintenance schedule prior to the start of any work

under the contract. The schedule is to be submitted for informational purposes to ensure that the parks will be maintained on the basis provided for in the contract. Unless otherwise directed by the General Parks Maintenance Supervisor, the schedule shall identify the park, work dates, work hours and time frames of individual maintenance activities. The Contractor, unless otherwise directed by the General Parks Maintenance Supervisor, shall provide monthly schedule updates to evidence the progress of maintenance. Prior to issuing a Notice to Proceed, the General Parks Maintenance Supervisor shall schedule a pre-maintenance meeting with the contractor to review the contractor’s landscape maintenance schedule, discuss maintenance methods and clarify inspection procedures.

4-9. The Contractor’s working hours shall be limited to the hours between 8:00 AM and 4:00 PM Monday through Friday, excluding recognized holidays. Deviation from normal working hours will not be allowed without prior written consent of the General Parks Maintenance Supervisor. For work to be done at night, the Contractor shall provide adequate light for proper prosecution of the work, for the safety of the workmen and the public and for proper inspection.

4-10. Upon completion of each work under the contract, Contractor shall clean the

work site and all grounds occupied by him in connection with the work of all rubbish, debris, excess materials, temporary structures and equipment. All parts of the work area shall be left in a neat and presentable condition. Care should be taken to prevent spillage on streets over which hauling is done, and any such spillage or debris deposited on street due to contractor operation shall be immediately cleaned up.

4-11. The locations listed in “Attachments 1-8” are to have one or more of the following

services provided: turf grass maintenance, plant care, hardscape/pathway maintenance; debris removal; trash receptacle service; amenity care; weed abatement for fire suppression as are further described herein,. Proposed prices are to reflect the work that is to be completed at each site, based on the job walk at mandatory site visit and all conditions, instructions, and specifications of this RFP. Pricing shall remain as stated for the duration of the contract term.

4-12. The Bidder is to supply a unit cost for each of the items/tasks listed, as described, in “Attachment 9”. While “Attachment 9” will not be included in the final bid consideration, the prices supplied therein shall be considered as the standard pricing for extra work which may be requested of the Contractor at a future date, with pricing remaining as stated for the duration of the agreement

4-13. The contractor shall provide a level of quality in landscape maintenance

compatible with standard practice to result in a neat, clean and attractive appearance at all sites serviced under the terms of a contract.

Page 16: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 14

4-14. All equipment used and all maintenance practices employed shall be subject to the inspection of the General Parks Maintenance Supervisor or designated representative. All equipment must be maintained in a good state of repair. All safety guards shall be in place. No equipment shall leak oil or fluids. Equipment drive belts and hoses shall be in good repair and show no sign of fraying. Mower and edger blades are to be kept sharp at all times. No equipment shall present any potential danger to the operator, co-workers, passing motorists or pedestrians. Failure to comply with this provision will be cause to have the equipment removed from the job site. It is the Contractor’s responsibility to maintain a sufficient inventory of equipment so as to complete work as specified. An inventory of equipment shall be provided with proposal. This inventory shall include the brand name and model number of all equipment to be used in the performance of the contract. All equipment is to be approved by the City prior to the start of the contract. It is the Contractor’s responsibility to notify the General Parks Maintenance Supervisor or designated representative of any change in the equipment inventory during the performance of the contract. This notification shall come in the form of an updated equipment inventory list, presented in the form of a memo on dated company letterhead. Failure to comply with this provision will be grounds to remove the Contractor from the job site until such time as equipment inventory discrepancies are addressed to be compliant with the inventory supplied with the proposal submittal or equal.

4-15. Contractor shall employ sufficient personnel qualified by reason of education, training and experience to discharge the services agreed to be performed by contractor. Contractor shall provide service of the highest quality at all times, and personnel retained to perform this Agreement shall be temperate, competent and otherwise fully qualified to fulfill the Contractor’s obligations under the contract. As discussed herein, an inventory of staffing, listed by number and position, shall be submitted as part of the proposal. The Contractor shall maintain, at a minimum, that level of staffing identified in the proposal submittal so as not to be subject to a penalty. For example, if a person is on vacation or ill, such position shall be replaced. If staffing is reduced anytime during the term of the agreement, the contract amount shall be proportionately reduced.

4-16. All employees of Contractor performing services shall be dressed in clean,

unaltered uniforms with suitable identification and no portion of the uniform may be removed while working. Employees not in uniform shall be immediately removed from the work area. The Contractor shall provide a standard uniform consisting of at least a collar shirt with buttons, complimenting pants, a belt and boots appropriate to the work. All shirts, jackets or safety vests shall be clearly marked with company identification and the name of the employee wearing the uniform in the field. Contractor employees shall appear neat and well-groomed at all times. Contractor employees shall wear orange safety vests when operating machinery or/or while working within five hundred (500) feet of moving traffic or such other distance required by any applicable laws.

4-17. If any person employed by the contractor fails or refuses to carry out the

directions set forth under this agreement or if the opinion of the General Parks

Page 17: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 15

Maintenance Supervisor is incompetent, unfaithful, intemperate or disorderly; or uses threatening or abusive language to any person on the work representing the City, or is otherwise unsatisfactory, he shall be discharged immediately and shall not again be employed on the work except by written consent of the General Parks Maintenance Supervisor.

4-18. The Contractors employees shall be subject to the following minimum

requirements, skills, abilities and knowledge:

The proper license to operate the equipment.

Ability to operate equipment in accordance with the manufacturer’s recommendations.

Mechanical ability to make required operator adjustments to the equipment being used.

Knowledgeable of safety regulations as they relate to landscaping and traffic control.

American Red Cross Standard First Aid Certification (minimum of one member of crew)

Ability to communicate orally and in writing in English.

Demonstrated knowledge of landscape maintenance operations

Certificates and licenses as required for employees and supervisors 4-19. Disposal of Refuse and Debris. All debris and refuse collected from the sites by

contractor shall become its property from and after the time of site clean-up. The contractor shall dispose of all refuse and debris collected at no additional cost to City by hauling it to a location approved by the City for the disposal of solid waste and in a matter directed by City to ensure compliance with AB 939 requirements. Contractor shall provide City with report regarding the diversion of waste in the format directed by City.

4-20. Authority and Inspections. The General Parks Maintenance Supervisor’s

authorized representatives shall at all times have access to the work sites utilized for conducting the work in order to accrue full knowledge with respect to the progress, workmanship and characters of materials used and employed in the work. Whenever the contractor varies the period during which work is carried out, they shall give due notice to the Parks and Urban Forest Manage so that property access for inspection may be provided. Any inspection of work shall not relive the Contractor of any obligations to fulfill the contract as prescribed. Any and all questions regarding the performance of the work shall be directed to the General Parks Maintenance Supervisor. The Contractor shall accompany the General Parks Maintenance Supervisor, or representative, on an inspection tour of all areas of responsibility once each week whereupon any maintenance deficiencies will be noted in writing as well as the time-frame to correct such deficiencies. Deficiencies noted shall be corrected as required under the contract.

Page 18: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 16

4-21. Should a change or extra work be found necessary by the City, all changes and extra work shall be performed at the same unit price of any bid item listed. If the work is not listed as a bid item, the Contractor shall submit a fair cost for the work to be performed. A change order authorization, in writing, will be issued by the City. Any work done without a written authorization of City shall be at contractor’s own risk.

4-22. The City reserves the right to increase or decrease the quantity of any item(s) or

portion(s) of the work described in the specifications or the proposal form or to omit portions of the work so described as may be deemed necessary or expedient by the General Parks Maintenance Supervisor or designated representative and the Contractor shall agree not to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any kind of work to be done. The City shall reduce the price accordingly. Alterations, modifications or deviations from the work described in the scope of services by Contractor shall be subject to the prior written approval of the City. In such case, any price adjustments shall be made by mutual consent of the parties.

4-23. Inspection of work will be done by the City’s Public Works Department staff on a

weekly basis or when deemed necessary. Any work found not to be acceptable will be noted in writing and shall be subject to the penalty provisions and schedule set forth in Penalty Schedule attached herein. In any other case, a letter will be sent to Contractor noting these deficiencies, and the Contractor shall make a reasonable and good faith effort to correct the deficiencies within a reasonable period not to exceed three (3) days from notification or such other time as determined by the General Parks Maintenance Supervisor. After this time period, if unacceptable conditions still exist, the City has the right to terminate the Agreement or deduct payment as is proportionately appropriate for non-compliance with the specified contract.

4-24. The Contractor will be paid once a month after each month’s work has been

completed and required monthly reports have been submitted and both have been accepted by the Public Works Department. Failure to perform work as indicated in specifications can result in the City exercising the right to withhold funds, subject the Contractor to penalties as set forth in the Penalty Schedule attached herein, deduct payment as is proportionately appropriate or terminate the Agreement.

4-25. The Contractor shall conduct all work outlined in the contract in such a manner

as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain stored equipment, machines and materials or other hazards consequential or related to the work; and agrees additional to accept the sole responsibility for complying with all City County, State or other legal requirements including, but limited to, full compliance with the terms of the applicable OSHA and CAL EPA Safety Orders at all times so as to protect all person, including contractor employees, agents of the City, vendors, members of the public or others from foreseeable injury or damage to their property.

Page 19: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 17

The Contractor shall be responsible for traffic control and safety regulations as related to any city, state or county requirements while working on medians and/or roadside strips. The design and operation of work zone traffic controls must comply with US Department of Transportation/Federal Highway Administrative guidelines. Contractor shall cooperate fully with the City in the investigation of any accident, injury or death occurring on city property including a complete written report there to the General Parks Maintenance Supervisor within 24 hours following the occurrence. The Contractor’s responsibility shall be continuous and not be limited to working hours or days.

4-26. All operations will be conducted by the Contractor to provide maximum safety for

the public according to the most recent edition of the Work Area Traffic Control Handbook.

4-27. All vehicles and equipment operating under this contract shall be properly

marked with company identification. 4-28. The Contractor shall have competent supervisors, who may be working

supervisors, at each jobsite at all times when work is being performed. Each supervisor must be capable of communicating effectively both in written and oral English. All supervisors must possess adequate technical background to ensure that all work is accomplished with the special provisions of this contract.

4-29. The Contractor shall maintain a local office with a competent representative who

can be reached during normal working hours and is authorized to discuss matters pertaining to this contract. Upon request by the City, the Contractor may be required to provide a list of emergency numbers for after hours work.

4-30. The Contractor shall endeavor to maintain good public relations at all times. The

work shall be conducted in a manner which will cause the least possible interference with or annoyance to the public.

4-31. Contractor shall not be permitted to store equipment or materials at any

contracted work area. 4-32. If the Contractor, after having officially commenced work on said contract, should

discontinue work for any cause, he/she shall notify the Park and Urban Forest Manager or designated representative the intent to do so, and shall further notify of the date for restarting operations.

4-33. All work shall be completed to the satisfaction of and under the supervision of the

General Parks Maintenance Supervisor or designated representative. Failure to

Page 20: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 18

comply with any requirement contained herein may result in suspension of work without time extension.

4-34. The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. 4-35. Where work is in progress, each street shall be open to local traffic at all times

unless prior arrangements have been made and approved by the General Parks Maintenance Supervisor or designated representative and the City’s Traffic and Transportation Division.

4-36. The use of gasoline powered blowers is prohibited at all times within the City of

Beverly Hills.

Page 21: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 19

PART 4B: Scope of Services—Technical Specifications The following contains the detailed services and materials necessary to provide the services under the contract and shall be included in the base price of the bid and shall not result in additional charges to the City. SECTION A—IRRIGATION HEADS/NOZZLES A-1. The Contractor will assume all responsibility for the proper operation and function of irrigation heads and nozzles in any area that is within the scope of work to be performed by the Contractor as more specifically described in the tasks listed in this Part 4B, unless damage is proven to be the result of some cause other than wear or damage by Contractor (e.g. vandalism, automobile accident). SECTION B—ANNUAL FLOWERS AT SPECIFIED LOCATIONS

B-1. General. Annual flowers are to be planted within specific areas as further described in this Part 4B, with the cost to supply and install the flowers and materials necessary to complete the installation included in the base service price for that area. Unless specific flower types are specified within this document, the City shall select annual flower materials that are geographically and seasonally appropriate and available in quantity from regional nurseries. Samples representing plant material to be planted are to be inspected and approved by the General Parks Maintenance Supervisor or designated representative prior to planting. Flowers are to be planted and maintained as per the specifications contained in this Part 4B. The City reserves the right to reduce the quantity of annual flower plantings at any site, which will result in a proportional credit being given to the City by the contractor. The locations at which flowers are to be planted and maintained are listed in this Section B.

B-2. Rodeo Drive Median. Rodeo Drive is a world renowned tourist destination and is home to the finest retailers. The Rodeo Drive median is planted in roses, with flower treatments at the median end caps. Plant material in the Rodeo Drive median is to be kept in a full uniform appearance at all times, with the cost for annual flowers to be included within the scope of this contract. Rodeo Drive median end caps between Wilshire and South Santa Monica Drives including crosswalk urns: For the holiday season (approximately November 16 through January 6) existing plant material is to be removed and replaced so that the front of each median end-cap between Wilshire and South Santa Monica boulevards is planted in an equal mix of red and white Cyclamen and the rear portion of the each median end cap is planted in an equal mix of red and white Snapdragons of either the “Rocket” or “Liberty” cultivar. Collectively, no less than sixty (60) flats of four (4) inch Cyclamen and eighty five (85) flats of four (4) inch Snapdragons will be installed into the Rodeo Drive median end caps for the holiday overdress. The pedestrian crosswalk urns shall be planted for the holiday season with twenty five (25) of the available urn space planted in red Poinsettias installed as six (6) inch potted plants which shall be installed to the front of the palms within each urn. The remaining space at the outer edge of each urn shall be planted in an equal mix of red

Page 22: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 20

and white Snapdragon annual flowers of the ‘Tahiti’ or ‘Magic Carpet” cultivar. Collectively, no less than sixty (60) six (6) inch poinsettias and eight (8) flats of four (4) inch Snapdragons will be installed into the Rodeo Drive pedestrian cross walk urns for the holiday overdress.

For the remainder of the year, both median end caps and pedestrian crosswalk urns shall be planted in Ivy Geraniums, which shall be changed out every three (3) months. Collectively, no less than ninety three (93) flats of four (4) inch Ivy Geraniums will be installed, per change out, into the Rodeo Drive median end caps and pedestrian crosswalk urns. The City has authority to direct the Contractor to supply flowers of a different type upon reasonable notice.

B-3. Olympic and South Beverly Drive traffic island: The Contractor shall supply and install thirty (30) flats of annual flowers, four (4) times per year into existing annual flower beds as directed by the City.

Page 23: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 21

SECTION C—OVERSEEDING/HYDROSEEDING

C-1 General. Annual winter overseeding of warm season turfgrass and hydroseeding of areas worn by sports activities shall be completed within specific areas of the City, the cost for which are to be included in the base bid price for that area, resulting in no additional costs to the City. The City reserves the right to reduce the quantity of annual overseeding/hydroseeding at any site, which will result in a proportional credit being given to the City by the contractor. The overseeding/hydroseeding locations and treatments are as follows:

C-2. Greystone Mansion. Overseeding of warm season turfgrass lawns using a perennial ryegrass seed as per specifications provided by General Parks Maintenance Supervisor at four (4) locations in the park totaling approximately nine thousand five hundred (9500) square feet.

C-3. La Cienega Park. overseeding of warm season turfgrass baseball infield lawns using a perennial rye grass seed as per specifications provided herein at three (3) locations in the park totaling approximately twenty five thousand five hundred (25,500) square feet and hydroseeding of worn sportsfield areas using a sportsturf mix grass seed as per specifications at three (3) locations in the park totaling approximately one hundred ninety two thousand (192,000) square feet.

C-4 Roxbury Park. overseeding of warm season turfgrass baseball infield lawns using a perennial rye grass seed as per specifications provided herein at one (1) location in the park totaling approximately seven thousand (7,000) square feet and hydroseeding of worn sportsfield areas using a sportsturf mix grass seed as per specifications one (1) location in the park totaling approximately fifty thousand (50,000) square feet.

SECTION D—TURFGRASS MAINTENANCE Landscaping maintenance of areas under this Agreement shall include one or more of the following as defined per service location: Mowing, edging, trimming and cleanup; irrigation of turfgrass; fertilization; weed control; aeration; dethatching and overseeding/hydroseeding D-1. General Turfgrass maintenance: Turfgrass maintenance is defined to include mowing, edging/trimming/clean-up, irrigation, fertilization, weed control, aeration and dethatching. In addition, the Contractor shall perform annual overseeding and/or hydroseeding services at the areas and in the estimated footage quantities provided within this document, the cost of which shall be included within the bid price of the contract and shall not result in additional costs to the City of Beverly Hills. D-2 Mowing.

Page 24: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 22

Weather permitting; all turfgrass areas shall be mowed on a weekly basis, unless otherwise noted. As approved by the General Parks Maintenance Supervisor or designated representative in writing, the Contractor may be allowed to mow turfgrass on a bi-weekly basis during the winter months, provided that a proportional credit is reflected in monthly billings to the City.

The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. All turfgrass maintenance activities must be scheduled and completed Monday

through Friday between the hours of 8:00 a.m. and 4:00 p.m. A mowing schedule for all areas shall be provided with proposal. No work will be allowed on City holidays or weekend days, unless authorized by the General Parks Maintenance Supervisor. If holidays or weather conditions interfere with the regular mowing schedule, mowing and edging must be completed on the following weekday or as soon as weather and/or ground conditions permit.

All areas shall be policed prior to commencement of mowing operations. Any

foreign objects including broken glass, dog defecation, litter, paper, etc. shall be removed prior to any area being mowed. The Contractor will be responsible for the removal of any materials remaining in the turfgrass at the completion of mowing in that area by the Contractor.

Mowers must be thoroughly cleaned if used at other non-City of Beverly Hills

locations to prevent transfer of insects, disease producing material, fungi and undesirable seedlings.

Mower blades must be kept sharp in order to obtain a clean sharp cut and not

damage the turfgrass. Mowers shall be kept in proper adjustment. Scalping and/or shredding of turfgrass are indications that a mower is not serviced or operating properly and will not be tolerated. The Contractor shall be penalized pursuant to the Penalty Schedule as attached herein if any turfgrass areas that are scalped and/or shredded during mowing by the Contractor. In such case, Contractor shall remedy the scalped and/or shredded area at Contractor’s sole cost.

All non-sportsfield turfgrass shall be cut to a height of two (2) inches unless

specified differently by the General Parks Maintenance Supervisor or designated representative.

All sportsfield non-infield turfgrass shall be cut to a height of one and one half

(1.5) inches unless specified differently by the General Parks Maintenance Supervisor or designated representative.

All baseball infield turfgrass areas shall be cut to a height of one (1) inch unless

specified differently by the General Parks Maintenance Supervisor or designated representative.

Page 25: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 23

All clippings are to be picked up and removed the same day the area is mowed. Clippings shall be disposed of at a location the Contractor shall disclose to the City. Contractor shall describe, in detail, green waste processing methods and facilities that will be used in performing this contract. If mulching mowers are used, the contractor shall identify such mowers by make and model in the equipment inventory list submitted with proposal. The use of mulching mowers shall not detract from the appearance of the turfgrass and shall not result in visible windrows or clumps of grass. The Contractor shall be penalized pursuant to the Penalty Schedule attached herein if any areas that are left with windrows and/or visible clumps of turfgrass after mowing by the Contractor. In such case, Contractor shall remedy the scalped and/or shredded area at Contractor’s sole cost.

During mowing operations, the contractor is not to operate mowers so as to leave

tire marks or turfgrass stains on hardscape elements or divots in turfgrass from turning mowers sharply. The Contractor shall be responsible for the cleaning of hardscape elements and/or the installation of sod to repair areas marked, stained or damaged during mowing operations at Contractor’s sole cost.

D-3. Edging, trimming and cleanup.

An edging schedule is to be considered part of the mowing schedule and shall be concurrent with the weekly mowing schedule. Edging shall be performed in all turfgrass areas serviced by the Contractor.

The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. Chemical kill of turfgrass around planter/pathway edges, irrigation apparatus and

tree trunks is not an acceptable form of edging. With each mowing, a power edger shall be used to trim the edges of turfgrass

areas to a neat and uniform line. While string trimming, the Contactor is to maintain the specified turfgrass height

where turfgrass abuts curbs, valve boxes, pathway edges, etc. Scalping of the turfgrass to avoid or reduce string trimming frequencies is not acceptable. Restoration and reestablishment of scalped areas with sod of the appropriate type will be at Contractor’s sole cost.

Where trees occur within a turfgrass area, all vegetation shall be removed to at

least twelve (12) inches, or no more than eighteen (18) inches, from the trunks of trees. Damage to the base of plant material by Contractor equipment will not be tolerated. Replacement of damaged material will be at Contractor’s sole cost, using the valuation principles defined in Council of Tree and Landscape Appraisers, Guide for Plant Appraisal, 9th Edition.

Page 26: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 24

At the completion of mowing operations in any area, the Contractor shall verify that no irrigation delivery apparatus were damaged and that all irrigation spray heads are clear in order to maintain unblocked spray function. Trimming around sprinkler heads should never result in the turfgrass being scalped to the dirt or in depressions that could be dangerous.

After completion of the mowing, edging and string trimming operation, all

trimmings and debris shall be removed from the worksite and paved areas, and disposed of on the same day at a site the Contractor shall disclose to the City. All debris, including mud, is to be moved from walkways that have been edged.

The blowing or sweeping of trimmings and debris into the street will not be

permitted. The Contractor shall clean the curb and gutter with each mowing and shall clean any other areas littered or soiled by his/her maintenance operations on the same day that those operations occur. The Contractor shall keep all sidewalks, walkways, curbs and gutters out to twelve (12) inches weed-free, including vertical seams at gutter face.

The use of gasoline powered blowers is prohibited at all times within the City of

Beverly Hills.

D-4. Irrigation of Turf Grass

The Contractor will assume all responsibility for the proper operation and function of irrigation heads and nozzles in any area that is within the scope of work to be performed by the Contractor unless damage is proven to be the result of some cause other than wear or damage by Contractor (e.g. vandalism, automobile accident). Irrigation tasks described herein are considered part of the bid base price.

The Contractor shall be responsible for monitoring the function of all irrigation

systems within any area under the care of the Contractor to include adjusting for coverage, removal of clogs and removal of obstacles including the reasonable trimming of plant materials that obstruct spray coverage. At the completion of mowing operations in any area, the Contractor shall verify that no irrigation delivery apparatus were damaged and that all irrigation spray heads are clear in order to maintain unblocked spray function. Trimming around sprinkler heads should never result in the turfgrass being scalped to the dirt or in depressions that could be dangerous or unsightly. Restoration and reestablishment of scalped areas with sod of the appropriate type will be at the Contractor’s expense.

Effective May 5, 2015, the City of Beverly Hills has enacted Stage D Declaration-

City Wide Watering Schedule. The approved landscape watering days for areas north of Santa Monica Boulevard are Monday and Friday. The approved watering days for areas south of Santa Monica Boulevard are Tuesday and

Page 27: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 25

Saturday. There shall be no watering of landscapes at any time between the hours of 9:00 AM and 5:00 PM. There shall be no watering of landscapes on Wednesdays, Thursdays, and Sundays. In the event that irrigation system repairs or inspections require system activation outside of the described watering days and time windows, system operation must be manned. No system shall be left to run unattended on watering days that are not approved and/or at times outside of the prescribed watering window times. The Contractor shall be responsible for fines resulting from violations of these directives. The contractor shall request, in writing, any variance from the defined watering day and/or window times which are necessary for the establishment of newly installed plant material or seeded turfgrass areas. The Contractor may hand water.

The City will not reimburse the Contractor for repair of any damages to any City

property, including sprinkler systems, that is caused by the Contractor’s staff or equipment. Broken and/or damaged irrigation delivery devices will be replaced at the expense of the Contractor.

Minor irrigation system repairs: All minor irrigation repairs within any area defined

as within the scope of work to be performed by the Contractor are considered to be part of the contract and therefore the Contractor will not receive additional compensation for minor repairs. Minor repairs include the replacement of irrigation heads and nozzles, risers, connecting fittings and swing joints.

Major irrigation system repairs: Major irrigation system repairs are outside of the

scope of work provided by Contractor. If requested by the City, before any work commences, the City will sign a work order authorizing the Contractor to perform the work. Examples of major repairs include replacing or repair of backflows, concrete pads, control valves, controllers, flow meters, master valves, mainlines, protection cages/boxes, piping and valves. The City may, at any time, enter the contract area to make a major repair.

All repairs shall be performed in accordance with the Uniform Plumbing Code,

including any amendments to the Code. Irrigation delivery devices damaged by the contractor shall be repaired within

twenty four (24) hours of damage, at the expense of the Contractor. The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. In the course of making irrigation repairs, no open holes are to be left unattended

unless properly covered and barricaded. No public thoroughfares are to be blocked without prior approval by the City.

Repairs to the irrigation system will be made with parts identical to the parts

being replaced unless otherwise approved by the City. In the event that parts are obsolete, the Contractor shall submit a replacement recommendation to the

Page 28: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 26

General Parks Maintenance Supervisor or designated representative for approval prior to the replacement of any obsolete device.

The City of Beverly Hills programs its central irrigation system. In order to most

effectively program this system and to conserve precious water resources, the City requires the Contractor to report any of the following conditions, in writing, to the General Parks Maintenance Supervisor or assigned representation within twenty four (24) hours of noting the condition within any area under the care of the Contractor:

Non-operational/broken irrigation devices

System function outside of City mandated water window

Automated system failure/loss of schedule

Unscheduled backflow/valve closure

Dry conditions (e.g. dry turfgrass, wilting flowers/shrubbery)

Excessively wet conditions (e.g. standing water, anaerobic condition)

Overspray/run off onto roadways/pathways/sidewalks

Irrigation Status Reports: The Contractor shall submit a written report that summarizes activities related to the irrigation system with, and attached to, each monthly billing. This report shall identify the location, nature and date of any irrigation repair, provide a complete and chronological listing of irrigation problem/failure reports listing the date and name of the City representative that was contacted and provide a listing of outstanding issues related to the irrigation system. Failure to provide this report with each monthly billing will result in the payment for that billing being held until such time as the written report is submitted.

D.5 Fertilization:

All turfgrass areas under the care of the Contractor shall be fertilized four times per year, on a quarterly basis. The Contractor shall provide and apply fertilizer, the cost of which shall be included within the bid price of the contract and shall not result in additional costs to the City of Beverly Hills.

The specified turfgrass fertilizer product is Best Turf Supreme 16-6-8 applied at a

rate of six and one quarter (6.25) pounds of product per one thousand (1000) square feet (equivalent of 1 pound of nitrogen per one thousand (1000) square feet). The product shall be applied to dry turfgrass, which shall be thoroughly irrigated after product application. The “watering in” of fertilizer products shall be timed so as to coincide with mandated water restrictions and window described herein. The Contractor shall submit any proposed equivalent product label and product MSDS and proposed product use rates for the review of the General Parks Maintenance Supervisor or designated representative for approval prior to the use of any equivalent to the specified product.

Page 29: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 27

A fertilization schedule for all areas under the care of the Contractor shall be provided with proposal. This submittal shall include a copy of the product labeling and product MSDS (material safety data sheet) for fertilizer product(s), as well as a listing of applicable staff qualifications, namely applicator and advisor.

Prior to the application of any chemical product, the Contractor shall submit a

hardcopy of the product label and MSDS sheet to the General Parks Maintenance Supervisor or designated representative for prior written approval

If approved by City, all chemical applications shall be made by a properly

certified and licensed applicator congruent to product labeling, following the recommendations of a properly certified advisor. The credentialing of the applicator shall be shall be supplied, along with the written recommendation to use a product, to the General Parks Maintenance Supervisor or designated representative prior to the application of any chemical product.

The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. All debris generated from the fertilization process is to be removed on a daily

basis. The Contractor will be responsible for the cost of removing stains from sidewalks and hardscape elements that result from errant fertilization or chemical application.

D-6. Weed Control

It will be the responsibility of the Contractor to maintain all areas under the care of the Contractor in a weed free condition at all times.

Many common weed problems can be avoided by practicing proper cultural

techniques. The need for chemical intervention is often a sign that cultural improvements are needed. In the event that chemical intervention is necessary to control a weed problem, the Contractor shall limit chemical usage to only those products labeled “Caution” and only with prior approval of General Parks Maintenance Supervisor. The use of products labeled “Warning” or “Danger” will not be permitted in the City of Beverly Hills. The Contractor shall not stock or use any “Restricted Use” chemical product in the City of Beverly Hills.

A weed control schedule for all areas under the care of the Contractor shall be

provided with proposal. This submittal shall include a copy of the product labeling and product MSDS (material safety data sheet) for product(s) to be used in the control of weeds, as well as a listing of applicable staff qualifications, namely applicator and advisor.

Prior to the application of any chemical product, the Contractor shall submit a

hardcopy of the product label and MSDS sheet to the General Parks

Page 30: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 28

Maintenance Supervisor or designated representative for prior written approval for use.

All chemical applications shall be made by a properly certified and licensed

applicator congruent to product labeling, following the recommendations of a properly certified advisor. The credentialing of the applicator shall be shall be supplied, along with the written recommendation to use a product, to the General Parks Maintenance Supervisor or designated representative prior to the application of any chemical product.

The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. The use of chemical products will not be allowed at reservoir locations. A

description of the strategies that will be employed for the non-chemical control of weeds at reservoir sites shall be submitted with the proposal.

D-7. Aeration.

All turfgrass areas under the Contractor’s care shall be aerated annually, using standard core aeration equipment, with work to be scheduled during the winter months. Areas that have been hydroseeded or overseeded shall not be aerated within sixty (60) days of seed establishment. An aeration schedule shall be submitted with the proposal.

The General Parks Maintenance Supervisor or designated representative shall

be notified, in writing, at least thirty (30) days prior to the date of the commencement of aeration operations. This notification will include the number and location of irrigation delivery devices that are not functioning properly prior to the commencement of aeration operations.

Prior to aerating an area, the Contractor shall flag all irrigation delivery devices

so as to avoid damage to these devices during the aeration process. Repairs to irrigation delivery devices damaged during aeration operations will be at the expense of the Contractor.

The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. Aeration equipment shall be capable of providing core aeration to a depth of at

least two (2) inches. Aeration shall be performed so as to produce a minimum of one (1) core per square foot.

The Contractor shall exercise caution when operating any equipment, in order to

prevent damage to trees. If trees are damaged, mitigation regarding such damage, including replacement if required, shall be at the expense of the Contractor, using the valuation principles defined in Council of Tree and Landscape Appraisers, Guide for Plant Appraisal, 9th Edition.

Page 31: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 29

All debris generated from the aeration process shall be removed on a daily basis.

In lieu of removing cores, the Contractor may schedule aeration and dethatching operations concurrently so as to collect aeration cores with thatch, or to drag aerated areas to break up cores, provided the dragging operation reduces the volume of individual cores to piece size of one half (.5) inch or less and does not result in a poor aesthetic and/or damage to the turfgrass.

At the completion of the aeration process, the Contractor is to repair any

damaged irrigation delivery devices and be prepared to exhibit the proper operation of the irrigation system during a site inspection by the General Parks Maintenance Supervisor or designated representative.

D-8. Dethatching

All turfgrass areas under the Contractor’s care shall be dethatched annually, using standard renovating equipment, with work to be scheduled during the winter months. A dethatching schedule shall be submitted with the proposal.

The General Parks Maintenance Supervisor or designated representative shall

be notified, in writing, at least thirty (30) days prior to the date of the commencement of dethatching operations. This notification will include the number and location of irrigation delivery devices that are not functioning properly prior to the commencement of the dethatching operations.

Prior to dethatching an area, the Contractor shall flag all irrigation delivery

devices so as to avoid damage to these devices during the dethatching process. Repairs to irrigation delivery devices damaged during dethatching operations will be at the expense of the Contractor.

The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. The Contractor shall exercise caution when operating any equipment, in order to

prevent damage to trees. If trees are damaged, mitigation regarding such damage, including replacement if required, shall be at the expense of the Contractor, using the valuation principles defined in Council of Tree and Landscape Appraisers, Guide for Plant Appraisal, 9th Edition.

All debris generated from the dethatching process is to be removed on a daily

basis at a location the Contractor shall disclose to the City. At the completion of the dethatching process, the Contractor is to repair any

damaged irrigation delivery devices and be prepared to exhibit the proper operation of the irrigation system during a site inspection by the General Parks Maintenance Supervisor or designated representative.

D-9. Overseeding/hydroseeding.

Page 32: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 30

The annual overseeding and/or hydroseeding treatments estimated footage

quantities and specific locations throughout the City have been described previously herein. The cost for these treatments, as described, shall be included within the bid price and shall not result in additional costs to the City.

Prior to any seeding activity, the Contractor shall supply the General Parks

Maintenance Supervisor or designated representative, in writing, a summary of what type of seed while be used, the supplier’s statement of weed content for the seed lot being used and the intended seed application rate per one thousand (1000) square feet.

Warm season turfgrass overseeding: warm season turfgrass shall be prepared

for overseeding by cutting to a height of no more than one eighth (.125) inch. All thatch and debris from the overseeding preparation process shall be removed from the site and disposed of at the end of each day at a location the Contractor shall disclose to the City. At no time shall cuttings or thatch be used for seed cover. The specified seed is Grand Slam Perennial Ryegrass Blend (Stover Seed Co.), which shall be applied at a rate of six (6) pounds of seed per one thousand (1000) square feet. The Contractor shall submit any proposed equivalent product label and proposed product use rates for the review of the General Parks Maintenance Supervisor or designated representative for approval prior to the use of any equivalent to the specified product. The area being overseeded must be adequately irrigated prior to seeding. Seed shall be not be spread onto dry soil. The seed shall be spread with a drop type spreader to avoid seed dispersal into adjacent non-target areas. One half (.5) of the seed shall be spread in one direction, with the other half (.5) spread in a perpendicular direction. The seed shall be topdressed with well-decomposed organic fines, spread evenly with a topdressing roller, at a depth of one eighth (.125) inch. Hand pitching of topdress materials will not be allowed. Use of manure topdressings will not be allowed. The Contractor will be responsible for the establishment of a full and uniform topseeded lawn. The contractor will be responsible for the mitigation of grass growth in non-target areas.

Hydroseeding of worn sportsfield areas: worn and compacted sportsfield areas

shall be prepared for hydroseeding by cultivation of the upper one (1) inch of soil using standard renovation equipment. The specified hydroseed mix shall consist of Environ-Fiber mulch at a rate of thousand (2000) pounds per acre, Environ-mend binder at a rate of one hundred sixty (160) pounds per acre, a fifteen-fifteen-fifteen (15-15-15) starter fertilizer at 400 pounds per acre and Pro Sportsfield Professional Turfgrass Mixture (Stover Seed Co.) at a rate of two hundred sixty five (265) pounds per acre. The Contractor shall submit any proposed equivalent product label and proposed product use rates for the review of the General Parks Maintenance Supervisor or designated representative for approval prior to the use of any equivalent to the specified product. The area being hydroseeded must be adequately irrigated prior to shooting of seed mix. Dry soil must not be hydroseeded. Seed shall be not be spread onto dry soil. Hydroseed mix shall be shot uniformly across the target area. The Contractor

Page 33: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 31

will be responsible for the establishment of a full and uniform hydroseeded lawn. The contractor will be responsible for the mitigation of grass growth in non-target areas.

Areas which have been overseeded or hydroseeded must be kept adequately

moist to aid in the successful and uniform germination and establishment of seed.

The contractor shall request, in writing, any variance from the mandated watering

day and/or window times described herein, which is necessary for the establishment of newly seeded turfgrass areas.

SECTION E—PLANT CARE Plant care is defined to include the trimming, care and cultivation of vegetation, ornamental shrubbery, groundcovers, roses and perennial/annual flowers at or within specific City parks, commercial buildings, medians, parking structures, planter pockets, tree wells and reservoir sites as listed in this RFP including its attachments. E-1 Trimming

Shrubs, ground covers and vines shall be trimmed, thinned, and pruned on a regular basis to maintain a neat, groomed appearance that compliments aesthetic and design intent. Spent blooms, flower stalks and declining plant parts shall not be left to remain on plants.

At no time shall plant material be left to grow to obstruct irrigation spray heads,

signage or landscape lighting components. At no time shall plant material be left to grow onto sidewalks, pathways,

roadways or adjacent private property. At no time shall mulch be spread or maintained in a manner that results in

irrigation or lighting components being obstructed in any way. Shrubbery shall be trimmed at a frequency which enables workers to use hand

pruners to maintain shrubbery to a size that compliments aesthetic and design intent. Shearing shrubbery as a means to reduce regular hand pruning will not be tolerated.

Shearing of formal hedging, ground covers, and trellis/arbor plantings shall be

performed on a regular basis to maintain a neat, groomed appearance that compliments aesthetic and design intent.

Trimming and/or shearing should never be severe so as to result in a barren

and/or defoliated plant appearance. Plants that are trimmed or sheared inappropriately shall be replaced at the expense of the Contractor. Should equal

Page 34: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 32

size plants not be available, the Contractor shall forfeit the difference between the actual value of the damaged plant and the installed value of the largest available replacement plant as defined in Council of Tree and Landscape Appraisers, Guide for Plant Appraisal, 9th Edition.

All debris generated from the trimming process is to be removed on a daily basis

at a location to be disclosed by the Contractor. The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic.

Page 35: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 33

E-2. Weed Control

It will be the responsibility of the Contractor to maintain all areas under the care of the Contractor in a weed free condition at all times.

In the care of planter beds, medians and tree wells, cultivation is the preferred

method of weed control. All debris generated from the cultivation of weeds is to be removed on a daily

basis. Many common weed problems can be avoided by practicing proper cultural

techniques. The need for chemical intervention is often a sign that cultural improvements are needed. In the event that chemical intervention is necessary to control a weed problem, the Contractor shall limit chemical usage to only those products labeled “Caution” with prior written approval of General Parks Maintenance Supervisor. The use of products labeled “Warning” or “Danger” will not be permitted in the City of Beverly Hills. The Contractor shall not stock or use any “Restricted Use” chemical product in the City of Beverly Hills.

A weed control schedule for all areas under the care of the Contractor shall be

provided with proposal. This submittal shall include a copy of the product labeling and product MSDS (material safety data sheet) for product(s) to be used in the control of weeds, as well as a listing of applicable staff qualifications, namely applicator and advisor.

Prior to the application of any chemical product, the Contractor shall submit a

hardcopy of the product label and MSDS sheet to the General Parks Maintenance Supervisor or designated representative for prior written authority for its use.

All chemical applications shall be made by a properly certified and licensed

applicator congruent to product labeling, following the recommendations of a properly certified advisor. The credentialing of the applicator shall be shall be supplied, along with the written recommendation to use a product, to the General Parks Maintenance Supervisor or designated representative prior to the application of any chemical product.

Ornamental plants that are damaged as a result of errant chemical application

shall be replaced at the expense of the Contractor. Should equal size plants not be available, the Contractor shall forfeit the difference between the actual value of the damaged plant and the installed value of the largest available replacement plant as defined in Council of Tree and Landscape Appraisers, Guide for Plant Appraisal, 9th Edition.

The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic.

Page 36: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 34

The use of chemical products will not be allowed at reservoir locations. A description of the strategies that will be employed for the non-chemical control of weeds at reservoir sites shall be submitted with the proposal.

E-3. Fertilization

All planter areas under the care of the Contractor shall be fertilized two times per year. The Contractor shall provide and apply fertilizer, the cost of which shall be included within the bid price of the contract and shall not result in additional costs to the City of Beverly Hills.

The specified planter and tree well fertilizer product is Gro-Power Flower ‘N’

Bloom 3-12-12 applied at a rate of twenty (20) pounds of product per one thousand (1000) square feet of planter area. The product shall be applied to dry plant material, which shall be thoroughly irrigated after product application. The Contractor shall submit any proposed equivalent product label and product MSDS and proposed product use rates for the review of the General Parks Maintenance Supervisor or designated representative for approval prior to the use of any equivalent to the specified product.

A fertilization schedule for all areas under the care of the Contractor shall be

provided with proposal. This submittal shall include a copy of the product labeling and product MSDS (material safety data sheet) for fertilizer product(s), as well as a listing of applicable staff qualifications, namely applicator and advisor.

Prior to the application of any chemical product, the Contractor shall submit a

hardcopy of the product label and MSDS sheet to the General Parks Maintenance Supervisor or designated representative for approval of use.

If approved by the City, all chemical applications shall be made by a properly

certified and licensed applicator congruent to product labeling, following the recommendations of a properly certified advisor. The credentialing of the applicator shall be shall be supplied, along with the written recommendation to use a product, to the General Parks Maintenance Supervisor or designated representative prior to the application of any chemical product.

All debris generated from the fertilization process is to be removed on a daily

basis. The Contractor will be responsible for the cost of removing stains from sidewalks and hardscape elements that result from errant fertilization or chemical application.

The use of gasoline powered blowers is prohibited at all times within the City of

Beverly Hills. The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic.

Page 37: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 35

E-4. Rose Care.

Rose beds are to be kept free of debris and weeds. Cultivation is the preferred method of weed control.

Rose beds shall be maintained with a two (2) inch depth of well-decomposed

organic mulch. Wood chip mulch may be used provided it is well decomposed, that the individual pieces are two (2) inches or less in size and that the mulch does not contain any debris derived from any part of a palm, agave, yucca or flax plant. The cost for supplying and installing mulch into rose beds shall be included within the bid price of the contract and shall not result in additional costs to the City of Beverly Hills.

The spent blooms on all roses shall be deadheaded, using hand pruners, on a

weekly basis. The stem of spent blooms shall be cut nearest the second (2nd) set of five (5) leaves that offers an outwardly aligned axil.

Climbing roses shall be pruned, trained and maintained in a manner that

prevents them from presenting a hazard to passersby. Tie materials that blend with trellises and support structures shall be used in securing climbing roses.

The use of hedge trimmers or string trimmers in pruning or reducing rose bushes

will not be tolerated. Rose bushes that are trimmed improperly or damaged through the use of inappropriate equipment shall be replaced at the expense of the Contractor.

Roses shall be fertilized two (2) times per year using Gro-Power Flower ‘N’

Bloom 3-12-12 at a rate of one (1) pound of product per one hundred (100) square feet. The specified product shall be applied with the completion of dormant pruning, with the second application to be made during the first week of September. The Contractor shall submit any proposed equivalent product label and product MSDS and proposed product use rates for the review of the General Parks Maintenance Supervisor or designated representative for approval prior to the use of any equivalent to the specified product.

Roses shall be dormant pruned annually during the winter time, with pruning to

be completed prior to the President’s Day holiday. Dormant pruning shall be performed as per the guidelines defined within the University of California-Davis document “Rose Pruning Facts”. (see: http://ucanr.edu/sites/UC_Master_Gardeners/files/133193.pdf)

E-5. Annual Flower Care

A “flat” of annual flowers is defined as sixteen (16) four (4) inch plants, with a minimum of twenty five (25) percent of the flowers on the plant blooming at the time of installation.

Page 38: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 36

The annual flower treatments and/or flat quantities and change out frequencies for specific locations throughout the City have been described previously herein. The cost for these treatments, as described, shall be included within the bid price and shall not result in additional costs to the City of Beverly Hills.

The City of Beverly Hills reserves the right to select the type of annual flowers the

Contractor is to install. The City shall select plant material that is geographically and seasonally appropriate and available in quantity from regional nurseries.

Prior to installation of annual flowers, the Contractor shall provide plant material

samples to the General Parks Maintenance Supervisor or designated representative for inspection.

In preparing the soil for the planting of annual flowers, the Contractor shall

incorporate, by tilling, a one (1) inch depth of well decomposed organic fines and Gro-Power Flower ‘N’ Bloom 3-12-12 at a rate of two (2) pounds of product per one hundred (100) square feet, into the upper six (6) inches of soil. The Contractor shall submit any proposed equivalent product label and product MSDS and proposed product use rates for the review of the General Parks Maintenance Supervisor or designated representative for approval prior to the use of any equivalent to the specified product.

After the installation of flowers, additional topsoil and amendments shall be

added to keep grade to within one (1) inch of adjacent hardscape surfaces. Annual beds flower shall be installed and maintained so as to provide a full and

vigorous appearance for a period of no less than 3 months following the time of installation. Flowers shall show a minimum of twenty five (25) percent bloom at the time of installation. The Contractor shall replace any annual flowers that become unsightly, wilted or do not take within the first three (3) months of installing the flowers at the expense of the Contractor. The Contractor may find it necessary to hand water annual flower beds as necessary to maintain a full and vigorous appearance.

Deadheading should per performed so that at no time should spent blooms be

left to affect more than twenty five (25) percent of the annual plant. The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. All debris generated from the installation and maintenance of planter beds is to

be removed on a daily basis.

E-6. Irrigation of Plants.

The Contractor shall be responsible for monitoring the function of all irrigation systems within any area under the care of the Contractor to include adjusting for

Page 39: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 37

coverage, removal of clogs and removal of obstacles including the trimming of plant materials that obstruct spray coverage. At the completion of work in any area, the Contractor shall verify that no irrigation delivery apparatus were damaged and that all irrigation spray heads are clear in order to maintain unblocked spray function. Trimming around sprinkler heads should never result in the plant material being trimmed in such a way as to result in an unsightly appearance of the landscape.

The Contractor will assume all responsibility for the proper operation and function

of irrigation heads and nozzles in any area that is within the scope of work to be performed by the Contractor unless damage is proven to be the result of some cause other than wear or damage by Contractor (e.g. vandalism, automobile accident). Irrigation tasks described herein are considered part of the bid base price.

The Contractor shall be responsible for monitoring the function of all irrigation systems within any area under the care of the Contractor to include adjusting for coverage, removal of clogs and removal of obstacles including the reasonable trimming of plant materials that obstruct spray coverage. At the completion of work in any area, the Contractor shall verify that no irrigation delivery apparatus were damaged and that all irrigation spray heads are clear in order to maintain unblocked spray function. Trimming around sprinkler heads should never result in the plant material being trimmed in such a way as to result in an unsightly appearance of the landscape.

Effective May 5, 2015, the City of Beverly Hills has enacted Stage D Declaration-

City Wide Watering Schedule. The approved landscape watering days for areas north of Santa Monica Boulevard are Monday and Friday. The approved watering days for areas south of Santa Monica Boulevard are Tuesday and Saturday. There shall be no watering of landscapes at any time between the hours of 9:00 AM and 5:00 PM. There shall be no watering of landscapes on Wednesdays, Thursdays, and Sundays. In the event that irrigation system repairs or inspections require system activation outside of the described watering days and time windows, system operation must be manned. No system shall be left to run unattended on watering days that are not approved and/or at times outside of the prescribed watering window times. The Contractor shall be responsible for fines resulting from violations of these directives. The contractor shall request, in writing, any variance from the defined watering day and/or window times which are necessary for the establishment of newly installed plant material or seeded turfgrass areas. The Contractor may hand water.

The City will not reimburse the Contractor for repair of any damages to any City

property, including sprinkler systems, that is caused by the Contractor’s staff or equipment. Broken and/or damaged irrigation delivery devices will be replaced at the expense of the Contractor.

Minor irrigation system repairs: All minor irrigation repairs within any area defined

as within the scope of work to be performed by the Contractor are considered to

Page 40: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 38

be part of the contract and therefore the Contractor will not receive additional compensation for minor repairs. Minor repairs include the replacement of irrigation heads and nozzles, risers, connecting fittings and swing joints.

Major irrigation system repairs: Major irrigation system repairs are outside of the

scope of work provided by Contractor. If requested by the City, before any work commences, the City will sign a work order authorizing the Contractor to perform the work. Examples of major repairs include replacing or repair of backflows, concrete pads, control valves, controllers, flow meters, master valves, mainlines, protection cages/boxes, piping and valves. The City may, at any time, enter the contract area to make a major repair.

All repairs shall be performed in accordance with the Uniform Plumbing Code,

including any amendments to the Code. Irrigation delivery devices damaged by the contractor shall be repaired within

twenty four (24) hours of damage, at the expense of the Contractor. The Contractor shall display standardized warning signage when staging or

working in any area that is subject to pedestrian or vehicular traffic. In the course of making irrigation repairs, no open holes are to be left unattended

unless properly covered and barricaded. No public thoroughfares are to be blocked without prior approval by the City.

Repairs to the irrigation system will be made with parts identical to the parts

being replaced unless otherwise approved by the City. In the event that parts are obsolete, the Contractor shall submit a replacement recommendation to the General Parks Maintenance Supervisor or designated representative for approval prior to the replacement of any obsolete device.

The City of Beverly Hills programs its central irrigation system. In order to most

effectively program this system and to conserve precious water resources, the City requires the Contractor to report any of the following conditions, in writing, to the General Parks Maintenance Supervisor or assigned representation within twenty four (24) hours of noting the condition within any area under the care of the Contractor:

Non-operational/broken irrigation devices

System function outside of City mandated water window

Automated system failure/loss of schedule

Unscheduled backflow/valve closure

Dry conditions (e.g. dry turfgrass, wilting flowers/shrubbery)

Excessively wet conditions (e.g. standing water, anaerobic condition)

Overspray/run off onto roadways/pathways/sidewalks

Page 41: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 39

Irrigation Status Reports: The Contractor shall submit a written report that summarizes activities related to the irrigation system with, and attached to, each monthly billing. This report shall identify the location, nature and date of any irrigation repair, provide a complete and chronological listing of irrigation problem/failure reports listing the date and name of the City representative that was contacted and provide a listing of outstanding issues related to the irrigation system. Failure to provide this report with each monthly billing will result in the payment for that billing being held until such time as the written report is submitted.

SECTION F—WEED ABATEMENT FOR FIRE SUPPRESSION F-1. Weed abatement for fire suppression is defined to include the removal and disposal of native brush, weeds and grasses at reservoir, easement and adjacent hillsides at sites defined in this document and is to be performed as specified. F-2. The City is required to annually remove brush from hillside areas contiguous with reservoir sites for fire protection. The City has reservoir sites which require annual brush and weed removal. The Contractor shall perform this annual brush abatement so that this work is completed no later than April 30th of each calendar year or prior to the announcement of the yearly fire season determined by the local fire agency. The work shall be performed in accordance with the Minimum Brush Clearance Requirements of the City and will include, but not be limited to:

All grasses and weeds shall be cut to a minimum of three (3) inches in height.

All native brush must be reduced in quantity so that there is a minimum distance of eighteen (18) feet between each plant. Cut brush must be no taller than three (3) inches in height.

All tree branches at applicable sites must be removed at least five (5) feet up from

the ground and all dead material must be removed. F-3. The Contractor shall display standardized warning signage when staging or working in any area that is subject to pedestrian or vehicular traffic. F-4. All cut vegetation, debris, grasses and weeds must be removed in accordance with City’s waste management diversion requirements. F-5. The use of gasoline powered blowers is prohibited at all times within the City of Beverly Hills. F-6. If City is issued or is found in non-compliance with applicable provisions regarding brush removal, any citations or mitigation measures related thereto shall be at the effort and expense of the Contractor. SECTION G—HARDSCAPE/PATHWAY MAINTENANCE

Page 42: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 40

G-1. Hardscape/pathway maintenance is defined to include the maintenance of any sidewalk, pathway, or concrete surface under the care of the Contractor to include the removal and disposal of dirt, mud, trash and debris and the maintenance of proper grades G-2. Hardscape shall be maintained so as to be free of debris. All debris shall be removed from the site and disposed of at the end of each day at a location the Contractor shall disclose to the City. G-3. At no time shall any irrigation apparatus under the care of the Contractor be adjusted to spray upon, or flood, any hardscape element or pathway. G-4. Decomposed granite and dirt pathways shall be maintained to be free of debris, ruts and depressions. G-5. Pathways eroded by rain shall be restored and graded within one business day of the conclusion of inclement weather. Contractor shall use displaced materials in the restoration of eroded pathways. G-6. The Contractor shall display standardized warning signage when staging or working in any area that is subject to pedestrian or vehicular traffic. G-7. The use of gasoline powered blowers is prohibited at all times within the City of Beverly Hills. G-8. The Contractor shall report, in writing, any condition that presents a trip hazard to Pedestrians on any hardscape element under the care of the Contractor to the General Parks Maintenance Supervisor or designated representative.

SECTION H—DEBRIS REMOVAL H-1. Debris removal is defined to include the removal and disposal of cigarette butts, debris, dirt, gum, mud and trash from any landscaped area, curb, gutter, path or sidewalk under the care of the Contractor. H-2. Debris pickup shall be performed at the frequency defined within this document by location. All debris shall be removed from the site and disposed of at the end of each day at a location the Contractor shall disclose to the City. H-3. The Contractor shall display standardized warning signage when staging or working in any area that is subject to pedestrian or vehicular traffic. SECTION I—TRASH RECEPTACLE SERVICE I-1. Trash receptacle service is defined to include the emptying of trash receptacles,

Page 43: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 41

the cleaning and sanitizing of trash receptacles and the removal of graffiti from trash receptacles. I-2. Trash receptacles shall be emptied at the frequency defined within this document by location. All debris removed from trash receptacles shall be disposed of at the end of each day at a location the Contractor shall disclose to the City. There shall be no additional cost for the disposal of any debris. The cost for disposal of debris shall be considered as part of the Contractor’s proposal price. I-3. Each time a trash receptacle is emptied, the top and side surfaces of the receptacle shall be wiped down, using a biodegradable cleaner suited to the receptacle surface. I-4. Each time a trash receptacle is emptied, the liner shall be replaced with a clean, unused liner with a thickness of at least 2.0 mill. The Contractor shall give the strongest consideration to the use of environmentally responsible products including liners made of recycled materials and liners that are biodegradable. I-5. All surfaces of each trash receptacle, including inserts and hardscape surfaces within five (5) feet of the receptacle, shall be washed with a biodegradable cleaner on a weekly basis. The Contractor shall contain and dispose of any debris or micro-trash generated from this cleaning. The result shall be that the trash receptacle and surrounding area are visibly clean. Washdown of trash receptacles shall be completed prior to 10:00 AM. I-6. The Contractor shall immediately report, in writing, all findings of graffiti on trash receptacles to the General Parks Maintenance Supervisor or designated representative, noting the exact location of the graffiti. I-7. After reporting any incidence of graffiti on trash receptacles, the Contractor shall remove the graffiti using a biodegradable graffiti removal product. In addition, the Contractor shall stock appropriate materials in the event that touch up painting is necessary to mitigate graffiti from park amenities. This graffiti removal and touch up painting shall be considered as part of the Contractor’s proposal price. SECTION J—AMENITY CARE J-1. Amenity care: is defined to include the maintenance of any drinking fountain, firebox, park bench or picnic table in any area under the care of the Contractor. J-2. Fireboxes are to be emptied daily, prior to 8:30 AM. All debris removed from fireboxes shall be disposed of at the end of day at a fire safe location the Contractor shall disclose to the City. J-3. All surfaces of each park amenity, including hardscape surfaces within five (5) feet of the amenity, shall be washed with a biodegradable cleaner on a weekly basis. The contents of fireboxes shall be removed and disposed of prior to washdown. The Contractor shall contain and dispose of any debris or micro-trash generated from this

Page 44: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 42

cleaning. The result shall be that the amenity and surrounding area are visibly clean. Washdown of amenities shall be completed prior to 10:00 AM. J-4. The Contractor shall immediately report, in writing, all findings of graffiti on any park amenity to the General Parks Maintenance Supervisor or designated representative, noting the exact location of the graffiti. J-5. After reporting any incidence of graffiti on any park amenity, the Contractor shall remove the graffiti using a biodegradable graffiti removal product. In addition, the Contractor shall stock appropriate materials in the event that touch up painting is necessary to mitigate graffiti from park amenities. This graffiti removal and touch up painting shall be considered as part of the Contractor’s proposal price.

PART 5: Proposal Requirements (Label and include the following sections in the qualification. Number each page individually.) Bidders should submit a proposal, typed on 8 ½ x 11 white paper with sequentially numbered pages. To facilitate evaluation, each proposal is required to include the information listed in the order shown. If proposal is not in the following format or does not include all of the listed items and requirements, it may be deemed non-responsive and will be eliminated from consideration. Forms are included under Part 8 of this RFP. 5-1. Attend the Mandatory Site Visit as described on page one of this RFP. 5-2. Submit three (3) copies of your proposal to this RFP. 5-3. Bid Form: Each Bidder shall submit, in full, the completed original BID FORM.

Explain bidding sections 5-4. Bidders Checklist: Each Bidder shall submit, in full, the completed original

BIDDERS CHECKLIST. 5-5. Attachments 1-8: Please indicate the unit and annual price costs that are

associated with the work schedules as well as the lump sum annual price. 5-6. PLEASE COMPLETE AND SUBMIT ATTACHMENTS 1-9. The City requires

Bidders to submit a detailed Scope of Services detailing the costs and services specified within for the duration of the contract. The cost detail needs to demonstrate that the proposed cost is realistic based on reasonable costs specific to the contract. Since the quantity of work is approximate, flexibility with unit price will be useful as the City needs to add and subtract work.

5-7. Both unit price and item total must be entered for each bid item listed in the

Attachments. The amount of your bid for this proposal shall be the sum of the

Page 45: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 43

item totals for all bid items. If no price is shown for a bid item, the item total shall be considered as zero in determining a final bid amount.

State, in numerals, the unit prices and lump sum prices for item totals as indicated. These shall be the prices for which you propose to supply all materials and services and perform all work relating to the bid items. All items are to be construed as complete and in place. In case of discrepancy between the unit prices and the total for the item, the unit price shall prevail.

Fill in all indicated blanks on the itemized Attachments 1-9 forms. Explain any erasures you make in your figures. Any omissions will render the proposal irregular and may be cause for rejection.

Include in prices for bid items described herein, all work necessary to complete the work required by the specifications. The scope of work is inclusive of the duties defined in the specifications, and the successful completion of said duties is expected by the City. All bidders will be required to personally tour the work sites before submitting their bid to ascertain the existence of any conditions that will affect the cost of the work. All conditions, if any, shall be noted as an amendment to the cost of bid item.

5-8. Cover Letter: Provide a one page cover letter including firm’s name, address, and telephone number of the contact person(s) and who will be authorized to make presentations for the firm. The cover letter must bear the signature of the person authorized to sign on behalf of the bidder and to bind the applicant into contract.

5-9. Proposal Summary: Provide a narrative discussing the highlights, key features

and distinguishing points of the proposal. Limit this to three pages. 5-10. Profile on Proposing Firm: This section shall include a brief description of the

bidder’s firm size as well as the proposed local organization structure. Include a discussion regarding the bidder’s financial stability, capacity and resources. Include all other subcontractors participating in the proposal, including similar information about the firms. Additionally, this section shall include a listing of any lawsuit or litigation and the result of that action resulting from (a) any public project undertaken by bidder or by its subcontractors where litigation is still pending or has occurred within the last five years or (b) any type of project where claims or settlements were paid by the bidder or its insurers in the last five years.

5-11. Qualifications of Bidder: This section shall include a brief description of the

Bidder qualifications and previous experience on similar or related projects. Provide in a table format descriptions of pertinent project experience with other public municipalities and private sector that includes a summary of the work performed, the total project cost, the percentage of work the bidder was responsible for, the period over which the work was completed, and the name, title and phone number of the client’s to be contracted for references.

Page 46: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 44

References shall also be provided in a separate attachment. Provide a brief statement of the Bidder’s adherence to the schedule and budget for the project.

5-12. Work Statement and Quality Control Plan: Present a well-conceived work plan for

the services. Provide a statement of the firm’s understanding of the work to be performed, Include a full description of the Bidder’s approach to providing the services required for the site location and a description of the methods and techniques to be used by the firm to provide the services and achieve the objectives of the City, and a positive statement of commitment to perform. The Quality Control Plan shall discuss how Bidder will manage the contact and explain how Bidder will provide City with an effective and efficient means of identifying and correcting problems throughout the entire scope of operations.

5-13. Proposed Innovations. The Bidder may also suggest technical or procedural

innovations that have been used successfully on other engagement and which provide the City with better service delivery. Discuss any ideas, innovative approaches, new equipment or specific new environmentally friendly concepts which are included in the proposal that would provide benefit to the City, i.e. state of the art equipment, landscape improvements, etc.

5-14. Staff Qualifications and Inventory of Staff by Position: Discuss how the Bidder

would propose to staff this contract. Demonstrate how staffing will be provided to handle the required services at each of the site locations on the designated days of the week., i.e. indicate number of staff, by position, that will be present each day of operation for the duration of this contract. Key project team members shall be identified by name, title and specific responsibility on the project. An organizational chart for the project team and resumes for key Bidder personnel shall be included. Demonstrate how the organization is adequately staffed and trained to perform the required service, and/or demonstrate the capability for recruiting such staff.

5-15. Proposal Exceptions. This section shall discuss any exceptions or requested

changed that Bidder has to the City’s RFP conditions and requirements. If there are no exceptions noted, it is assumed the Bidder will accept all conditions and requirements identified in the RFP.

5-16. Equipment Inventory List: Provide a list of equipment expected to be used for this

contract including backup equipment. If mulching mowers are proposed for use, list such mowers by make, model and quantity. Provide information as to location where equipment is to be stored. All equipment is to be approved by the City prior to the start of the contract.

5-17. Mowing Schedule: Provide a mowing schedule. All turfgrass areas shall be

mowed on a weekly basis. Winter mowing may be reduced provided proportional billing credit is offered.

Page 47: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 45

5-18. Turfgrass Maintenance Fertilization Schedule: Provide a fertilization schedule and required supplemental documentation. All turfgrass areas shall be fertilized quarterly using the specified product or approved equal.

5-19. Turfgrass Maintenance Weed Control Schedule: Provide a weed control

schedule and required supplemental documentation. All turfgrass areas shall be maintained in a weed free condition.

5-20. Aeration Schedule: Provide an aeration schedule. All turfgrass areas shall be

aerated annually. 5-21. Dethatching Schedule: Provide a dethatching schedule. All turfgrass areas shall

be dethatched annually. 5-22. Plant Care Weed Control Schedule: Provide a weed control schedule and

required supplemental documentation. All areas under the care of the Contractor shall be maintained in a weed free condition.

5-23. Plant Care Fertilization Schedule: Provide a fertilization schedule and

required supplemental documentation. All non-turfgrass plant materials under the care of the Contractor shall be fertilized semi-annually using the specified product or approved equal.

5-24. Reservoir Site Non-chemical Weed Control Strategies: Provide a summary of the

non-chemical means by which you will control weeds at reservoir sites. 5-25. Use of Chemicals: The City desires that the absolute minimum of chemical

products be used in the maintenance of the landscape as described herein and that alternative means be used to limit chemical product use whenever and wherever possible. Describe a summary of the non-chemical means by which you will control weeds and other items for the services required herein. If chemicals are to be used, list the names of the chemicals and their usage.

5-26. Preliminary Work Schedule: Provide a proposal of your intended work

schedule.

5-27. Corporate Capability: Provide a summary of relevant background information to ensure that the successful bidder has the capacity to perform required services and sufficient experience of the firm submitting the proposal as a corporation of other entity.

5-28. Green Waste: Describe, in detail, current green-waste processing methods,

facilities, and capacities. Present a detailed plan on how green waste from this contract will be processed to include specific methods and facilities.

5-29. Address: Supply Address of operations yard.

Page 48: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 46

5-30. The following attached forms must be completed and included in Part 8 of this RFP.

Signature Page and Legal Status

Declaration of Contactor’s Qualifications

References

Bid Bond

Faithful Performance Bond

Designation of Subcontractors

Affidavit of Non-Collusion

Statement Acknowledging Obligation to Comply with California Labor Law

Contractor’s Industrial Safety Record

Contractor’s Certificate of Non-Discrimination

Page 49: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 47

PART 6: Selection Process 6-1. The City of Beverly Hills reserves the right to accept or reject any and all bids

and reserves the right to waive technicalities where such action best serves the interest of the City. The City reserves the right to accept or reject any and all bids and reserves the right to waive informalities and irregularities in the proposal process. The City also reserves the right to withdraw this Request for Proposal or decline to award a contract at its sole discretion. The City may reject proposals from Bidders who cannot satisfactorily prove the experience and qualifications required by this RFP and/or provides the scope of services required herein.

6-2. The City will be the sole and exclusive judge of quality and compliance with

proposal specifications in any of the matters pertaining to this RFP. The City reserves the right to award the contract(s) in any manner it deems to be in the best interest of the City and make the selection based on its sole discretion, notwithstanding the criteria set forth herein, including negotiating with one or more of the Bidder’s for the same services.

6-3. City will evaluate the proposals provided in response to this RFP based on the

following criteria:

The City will evaluate Bidders based on meeting all of the City’s requirements and who offers the most advantageous combination of cost and high quality service. In addition to cost, however, the City will consider the quality of services proposed, the financial qualification of, and the work experience of the proposer in determining the best value to the City. Other criteria shall include, but not be limited to:

Quality and completeness of proposal Qualifications and experience of proposer, including experience and

qualifications of project manager and key staff to be assigned to project Similar experience and expertise in the type of work required, with the City or

with other public agencies Demonstrated understanding of the scope of services requested, time-frames,

scheduling ability References Financial stability of proposer Cost to the City Oral interviews

Page 50: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 48

6-4. Those Bidders whose proposals best meet the objectives of the project may be

invited to make a presentation 6-5. All bids, once they are received, shall be reviewed and subject to acceptance by

the Public Works Department for a period not to exceed 180 calendar days 6-6. Any agreement entered into by the City and Bidder is on a non-exclusive basis 6-7. The City shall determine, at its discretion, the number of Bidders to be selected

for all or any portion of the services described herein

************************************************

Page 51: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 49

Part 7: Penalty Schedule It is mutually agreed by Contractor and City that if completion of certain services to be provided by the Contractor under this Agreement specified below are delayed or not performed, a penalty as described herein will be assessed each day that the service is not properly performed or not provided as required under the contract. This is in addition to the City’s other remedies allowed by law, including the contractual requirement that the condition be remedied.

Failure to maintain staffing levels as indicated in contract submittal

$100.00 per day + deduction of proportionate contract payment amount for each day condition exists (e.g. 10% staff absence = 10% payment reduction).

Failure to maintain schedule(s) as defined in contract proposal submittal

$100.00 per day.

Worker without proper uniform, vehicle without proper signage

$100.00 per occurrence.

Use of gasoline powered handheld or backpack blower

$100 per occurrence

Trash, debris or windrows in area when that area has been vacated by workers

$100.00 for each day in each area

Equipment or fuel cans left in landscape

$100.00 per occurrence.

Sprinkler system device(s) left damaged after completion of mowing, trimming, and/or edging in an area

$100.00 per occurrence, per site, per day until such time as damage is repaired.

Failure to correct general contract specification deficiency within 72 hours of written notification

$100.00 per day, per occurrence.

Mowing, trimming or edging of turfgrass that results in scalps, divots, depressions or bare areas

$200.00 per occurrence, per site, per day until such time as damage is repaired.

Unattended operation of irrigation system outside of mandated water window times and/or days

$200.00 per occurrence, per site.

Page 52: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 50

Failure to post warning signage when operating equipment in pedestrian/vehicular traffic area

$500.00 per occurrence.

Disposal of landscape waste or other debris at unauthorized sites (e.g. residential trash receptacles, commercial trash dumpsters, park site waste containers)

$1000.00 per occurrence.

Unauthorized use and/or storage of any chemical product in the City of Beverly Hills

$1000.00 per occurrence and possible contract termination

Use of any chemical product at a reservoir site

$1000.00 per occurrence and possible contract termination

Equipment leaking fluids

$500.00 + cost to mitigate damage.

Penalty for damage to City trees and/or plants

Levied in accordance with the methodology defined in “Council of Tree and Landscape Appraisers, Guide for Plant Appraisal, 9th edition.

Page 53: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 51

Part 8: Bid Forms

BIDDER'S CHECK LIST TO THE BIDDER: The following checklist is provided for the convenience of both you and the City to help eliminate errors or omissions which may render your bid non-responsive. Please check all appropriate boxes and submit this page with your bid. 1. BID FORM __________ 2. ATTACHMENTS 1-9 __________

3. COVER LETTER __________ 4. PROPOSAL SUMMARY __________

5. PROFILE ON PROPOSING FIRM __________ 6. QUALIFICATIONS OF BIDDER __________ 7. WORK STATEMENT & QUALITY CONTROL PLAN __________ 8. STAFF QUALIFICATIONS/STAFF INVENTORY BY POSITION __________ 9. PROPOSAL EXCEPTIONS __________ 10. EQUIPMENT INVENTORY LIST __________ 11. MOWING SCHEDULE __________ 12. TURFGRASS FERTILIZATION SCHEDULE __________ 13. TURFGRASS WEED CONTROL SCHEDULE __________ 14. AERATION SCHEDULE __________ 15. DETHATCHING SCHEDULE __________ 16. PLANT CARE WEED CONTROL SCHEDULE __________ 17. PLANT CARE FERTILIZATION SCHEDULE __________ 18. RESERVOIRS NON-CHEMICAL WEED CONTROL STRATEGIES __________ 19. CORPORATE CAPABILITY __________ 20. GREEN WASTE PROCESSING CAPABILITY __________ 21. ADDRESS OF OPERATIONS __________

Page 54: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 52

22. ACCEPTANCE OF CONDITIONS __________ 23. SIGNATURE AND LEGAL STATUS __________ 24. DECLARATION OF CONTRACTOR’S QUALIFICATIONS __________ 25. REFERENCES __________ 26. BID BOND __________ 27. FAITHFUL PERFORMANCE BOND __________ 28. DESIGNATION OF SUBCONTRACTORS __________ 29. AFFIDAVIT OF NONCOLLUSION __________ 30. STATEMENT ACKNOWLEDGING OBLIGATION TO COMPLY WITH CALIFORNIA LABOR LAW REQUIREMENTS __________ 31. CONTRACTOR’S INDUSTRIAL SAFETY RECORD __________ 32. CONTRACTOR’S CERTIFICATE OF NON-DISCRIMINATION __________

Page 55: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 53

BID FORM

(Must be completed by Bidder) The undersigned proposes to furnish all materials, supplies, equipment and/or services set forth herein, subject to all conditions outlined in the RFP, at prices indicated below:

BID PROPOSAL (based on attachments 1-8, exclude attachment 9 from bid price): Attachment List total annual bid or list “no bid” Attachment 1-City Parks and Facilities $ Attachment 2-Mini Parks $ Attachment 3-Historic Greystone Park $ Attachment 4-Medians/traffic islands/easements $ Attachment 5-Parking facilities $ Attachment 6-Reservoir sites $ Attachment 7-Business Triangle $ Attachment 8-City Facilities $ Attachment 9-Alternate bid items $ PAYMENT TERMS: WARRANTY: EXCEPTIONS OR DEVIATIONS: COMPANY NAME: ADDRESS: TELEPHONE: E-MAIL: SUBMITTED BY: Name Title Signature

Page 56: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 54

ATTACHMENT 1

CITY PARKS AND FACILITIES

Coldwater Canyon Park, 1100 Coldwater Canyon Dr. and adjacent area including northeast of Coldwater Canyon Fire Station 2: Coldwater Canyon Reservoir Park (southeast corner Coldwater Canyon and N. Beverly):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance 6,400 sq. ft N/A Weekly

Turfgrass fertilization 6,400 sq. ft N/A Quarterly

Turfgrass aeration 6,400 sq. ft N/A Annually

Turfgrass dethatching 6,400 sq. ft N/A Annually

TOTAL N/A N/A N/A N/A $ Will Rogers Park and five southern adjacent corners:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

159,800 sq. ft.

N/A Weekly

Turfgrass fertilization 159,800 sq. ft.

N/A Quarterly

Turfgrass aeration 159,800 sq. ft.

N/A Annually

Turfgrass dethatching

159,800 sq. ft.

N/A Annually

TOTAL N/A N/A N/A N/A $ Beverly Gardens Park along Santa Monica Blvd./Wilshire Blvd. from Whittier Dr. to Doheny Dr. (22 blocks):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

546,500 sq. ft

N/A Weekly

Turfgrass fertilization

546,500 sq. ft

N/A Quarterly

Turfgrass aeration 546,500 sq. ft

N/A Annually

Turfgrass dethatching

546,500 sq. ft

N/A Annually

TOTAL N/A N/A N/A N/A $ La Cienega Park, 8400 Gregory Way and adjacent areas including La Cienega Tennis Center, 325 S. La Cienega Blvd. and Frank Fenton Field :

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

370,000 sq. ft. N/A Weekly

Turfgrass fertilization 370,000 sq. ft. N/A Quarterly

Turfgrass aeration 370,000 sq. ft. N/A Annually

Turfgrass dethatching 370,000 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $

Page 57: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 55

Roxbury Park, 471 S. Roxbury Dr.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

348,500 sq. ft. N/A Weekly

Turfgrass fertilization 348,500 sq. ft. N/A Quarterly

Turfgrass aeration 348,500 sq. ft. N/A Annually

Turfgrass dethatching 348,500 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $

Description Annual Price

Total annual price for Attachment 1 (list price or “No Bid”)

$

Page 58: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 56

ATTACHMENT 2 MINI-PARKS

Maltz mini-park (southwest corner Sunset Blvd./Whittier Dr.): Description Approximate

Size Quantity Frequency Unit

Price Annual Price

Turfgrass maintenance

25,300 sq. ft. N/A Weekly

Turfgrass fertilization 25,300 sq. ft. N/A Quarterly

Turfgrass aeration 25,300 sq. ft. N/A Annually

Turfgrass dethatching 25,300 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $ Sierra/Sunset pocket park (access from 700 block Sierra Dr.):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

8,100 sq. ft. N/A Weekly

Turfgrass fertilization

8,100 sq. ft.. N/A Quarterly

Turfgrass aeration

8,100 sq. ft. N/A Quarterly

Turfgrass dethatching

8,100 sq. ft. N/A Quarterly

TOTAL N/A N/A N/A N/A $

Rexford Rest mini-park, 326 N. Rexford Dr. (southeast corner Burton Way/N. Rexford Dr.):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance 5,800 sq. ft. N/A Weekly

Turfgrass fertilization 5,800 sq. ft. N/A Quarterly

Turfgrass aeration 5,800 sq. ft. N/A Annually

Turfgrass dethatching 5,800 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $ Reeves mini-park, 125 S. Reeves Dr.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

1,500 sq. ft. N/A Weekly

Turfgrass fertilization 1,500 sq. ft. N/A Quarterly

Turfgrass aeration 1,500 sq. ft. N/A Annually

Turfgrass dethatching 1,500 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $

Oakhurst mini-park, 120 S. Oakhurst Dr.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

2,100 sq. ft. N/A Weekly

Turfgrass fertilization 2,100 sq. ft. N/A Quarterly

Turfgrass aeration 2,100 sq. ft. N/A Annually

Turfgrass dethatching 2,100 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $

Page 59: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 57

Arnaz mini-park, 151 N. Arnaz Dr.: Description Approximate

Size Quantity Frequency Unit

Price Annual Price

Turfgrass maintenance

1,350 sq. ft. N/A Weekly

Turfgrass fertilization 1,350 sq. ft. N/A Quarterly

Turfgrass aeration 1,350 sq. ft. N/A Annually

Turfgrass dethatching 1,350 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $

Hamel mini-park, 214 S. Hamel Dr.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

1,320 sq. ft. N/A Weekly

Turfgrass fertilization 1,320 sq. ft. N/A Quarterly

Turfgrass aeration 1,320 sq. ft. N/A Annually

Turfgrass dethatching 1,320 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $

Description Annual Price

Total annual price for Attachment 2 (list price or “No Bid”)

$

Page 60: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 58

ATTACHMENT 3 HISTORIC GREYSTONE PARK

Greystone Park, 501 N. Doheny Rd.: Description Approximate

Size Quantity Frequency Unit

Price Annual Price

Turfgrass maintenance

66,170 sq. ft. N/A Weekly

Turfgrass fertilization 66,170 sq. ft. N/A Quarterly

Turfgrass aeration 66,170 sq. ft. N/A Annually

Turfgrass dethatching 66,170 sq. ft. N/A Annually

Weed abatement for fire suppression

60,700 sq. ft. As necessary to maintain fire

code standard at all times

TOTAL N/A N/A N/A N/A $

Description Annual Price

Total annual price for Attachment 3 (list price or “No Bid”)

$

Page 61: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 59

ATTACHMENT 4

MEDIANS/TRAFFIC ISLANDS/EASEMENTS/GATEWAYS

North Sunset Blvd. parkway between Hillcrest Rd and Alta Dr.: Description Approximate

Size Quantity Frequency Unit

Price Annual Price

Turfgrass maintenance 6,100 sq. ft. N/A Weekly

Turfgrass fertilization 6,100 sq. ft. N/A Quarterly

Turfgrass aeration 6,100 sq. ft. N/A Annually

Turfgrass dethatching 6,100 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $

Median on Sunset Blvd. from Whittier Dr. to east City limits:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

167,300 sq. ft. N/A Weekly

Turfgrass fertilization

167,300 sq. ft. N/A Quarterly

Turfgrass aeration 167,300 sq. ft. N/A Annually

Turfgrass dethatching

167,300 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $

Lindacrest bridle path (between Lindacrest and Readcrest):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 9,930 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

9,930 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $ Whittier Dr. traffic islands/medians (at Elevado, Linden, Trenton and Walden):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 4,580 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

4,580 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $ Wilshire Blvd. medians (at Whittier, N. Santa Monica, Linden (2), Roxbury (2), Bedford, Camden, Canon, Rodeo, Maple and Tower):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 8,850 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

8,850 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Page 62: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 60

Wilshire Blvd. and Whittier Gateway:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 5,480 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

5,480 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $ Wilshire Blvd. and San Vicente Gateway (northwest corner Wilshire/San Vicente):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 1575 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization 1575 sq. ft. N/A Semi-annually

Rose care 500 sq. ft. As necessary to maintain standard

Rose bed fertilization 500 sq. ft. Semi-annually

TOTAL N/A N/A N/A N/A $

Burton Way median between east City limit (near Oakhurst) and Rexford Dr.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

140,350 sq. ft. N/A Weekly

Turfgrass fertilization

140,350 sq. ft. N/A Quarterly

Turfgrass aeration 140,350 sq. ft. N/A Annually

Turfgrass dethatching

140,350 sq. ft. N/A Annually

TOTAL N/A N/A N/A N/A $ Doheny alley easement (1/2 block north of Wilshire between Doheny/Rexford):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 16,150 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

16,150 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Page 63: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 61

N. Santa Monica Boulevard easement (south side of N. Santa Monica between Roxbury and Wilshire): Description Approximate

Size Quantity Frequency Unit

Price Annual Price

Plant care 2,470 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

2,470 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

N. Rodeo Dr. median (Park Way to Sunset):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 33,350 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

33,350 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Peck/Bedford alley easement (adjacent to/ north of 133 Peck and 132 Bedford):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 750 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

750 sq. ft N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

McCarty alley easement (adjacent to/ north of 135 McCarty):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 3,010 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

3,010 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Spalding Dr. traffic island (Spalding at Moreno):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 2,875 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

2,875 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Page 64: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 62

Olympic Blvd and Spalding Gateway (west of Spalding to Heath alley):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 4,710 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

4,710. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Rose care 800 sq. ft. N/A As necessary to maintain standard

Rose bed fertilization

880 sq. ft. N/A Semi-annually

TOTAL N/A N/A N/A N/A $

Olympic Blvd. /S. Beverly Dr. traffic island (north side of Olympic at S. Beverly):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

1,160 sq. ft. N/A Weekly

Turfgrass fertilization

1,160 sq. ft. N/A Quarterly

Turfgrass aeration 1,160 sq. ft. N/A Annually

Turfgrass dethatching

1,160 sq. ft. N/A Annually

Plant care 500 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

500 sq. ft. N/A Semi-annually

Annual flower rotation

(flowers and labor)

N/A 30 flats 4 in.

Quarterly

TOTAL N/A N/A N/A N/A $

Beverwil Dr. traffic island (northeast corner Beverwil/Smithwood):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

3,530 sq. ft. N/A Weekly

Turfgrass fertilization

3,530 sq. ft. N/A Quarterly

Turfgrass aeration 3,530 sq. ft. N/A Annually

Turfgrass dethatching

3,530 sq. ft. N/A Annually

Plant care 200 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

200 sq. ft. N/A Semi-annually

TOTAL N/A N/A N/A N/A $

Page 65: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 63

S. La Cienega median (between Olympic and Gregory):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 4,850 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

4,850 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $ San Vicente/Hamilton Dr. easement (adjacent to/north of 159 N. Hamilton, access from La Cienega):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 2,610 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

2,610 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Trousdale Estates Doheny Road entry (north sides Doheny Rd./N. Hillcrest):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 1,480 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

1,480 sq. ft. N/A Semi-annually

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $ La Altura easement (entry gate is north of 1117 La Altura):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Weed abatement for fire

suppression

7,400 sq. ft. As necessary to maintain fire code

standard at all times

TOTAL N/A N/A N/A N/A $

Description Annual Price

Total annual price for Attachment 4 (list price or “No Bid”)

$

Page 66: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 64

Page 67: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 65

ATTACHMENT 5

PARKING FACILITIES

Santa Monica 5 parking facility (south side N. Santa Monica from N. Beverly to N. Roxbury):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care (including second

level planter pockets)

11,480 sq. ft. N/A As necessary to maintain standard

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

221 N. Crescent Dr. (south of Dayton):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 2,250 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

2,250 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $ 333 N. Crescent Dr. (north of Dayton):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 2,120 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

2,120 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $ 216 S. Beverly Dr.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care (in planter pockets

above newsstand)

600 sq. ft. N/A As necessary to maintain standard

Plant care (in planter pockets

above newsstand)

600 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Page 68: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 66

9333 W. 3rd

St.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care (including planter

pockets and green screen

trellis)

4,185 sq. ft. N/A As necessary to maintain standard

Plant care (including planter

pockets and green screen

trellis)

4,185 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Description Annual Price

Total annual price for Attachment 5 (list price or “No Bid”)

$

Page 69: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 67

ATTACHMENT 6 RESERVOIR SITES

Reservoir 7 (405 Walker Dr.):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 500 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

500 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Weed abatement for fire suppression

2,270 sq. ft. As necessary to maintain fire

code standard at all times

TOTAL N/A N/A N/A N/A $

Reservoir 6 (1820 Loma Vista Dr.):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 2,025 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

2,025 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Weed abatement for fire suppression

1,000 sq. ft. As necessary to maintain fire

code standard at all times

TOTAL N/A N/A N/A N/A $

Reservoir 5 (445 Trousdale Pl.):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 8,750 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

8,750 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Weed abatement for fire suppression

3,100 sq. ft. As necessary to maintain fire

code standard at all times

TOTAL N/A N/A N/A N/A $

Reservoir 4-B (1180 Loma Vista Dr.):

Page 70: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 68

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 6,150 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

6,150 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Weed abatement for fire suppression

9,250 sq. ft. As necessary to maintain fire

code standard at all times

TOTAL N/A N/A N/A N/A $

Reservoir 4-A (1135 Miradero Dr.):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 21,420 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

21,420 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Weed abatement for fire suppression

34,750 sq. ft. As necessary to maintain fire

code standard at all times

TOTAL N/A N/A N/A N/A $

Monte Cielo pumping station (Monte Cielo at Fontaine):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 600 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

600 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

TOTAL N/A N/A N/A N/A $

Cabrillo Reservoir (Cabrillo at Coldwater Canyon):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 9,925 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

9,925 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway Contractor to N/A Weekly

Page 71: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 69

maintenance field verify

TOTAL N/A N/A N/A N/A $

Reservoir 3-A (1150 Loma Linda Dr.):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 1,325 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

1,325 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Weed abatement for fire suppression

3,585 sq. ft. As necessary to maintain fire

code standard at all times

TOTAL N/A N/A N/A N/A $

Pumping Station 2 (1045 Woodland Dr.):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 13,250 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

13,250 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

13,300 sq. ft. N/A Weekly

TOTAL N/A N/A N/A N/A $

Sunset Reservoir (812 N. Rexford, southeast corner Sunset/N. Rexford):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

69,200 sq. ft. N/A Weekly

Turfgrass fertilization 69,200 sq. ft. N/A Quarterly

Turfgrass aeration 69,200 sq. ft. N/A Annually

Turfgrass dethatching 69,200 sq. ft. N/A Annually

Plant care 6,030 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

6,030 sq. ft. N/A Semi-annually

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Green Acres pumping station (1137 Benedict Canon):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 1,400 sq. ft. N/A As necessary to

Page 72: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 70

maintain standard

Planter bed fertilization

1,400 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

TOTAL N/A N/A N/A N/A $

Robertson/Melrose storage yard (619 N. Robertson Blvd. West Hollywood, CA):

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care Contractor to field verify

N/A As necessary to maintain standard

Planter bed fertilization

Contractor to field verify

N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

TOTAL N/A N/A N/A N/A $

Sand Trap pumping station (adjacent to/south of 2319 La Cienega Blvd. Los Angeles, CA at 10 Freeway).:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 500 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

500 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

TOTAL N/A N/A N/A N/A $

Description Annual Price

Total annual price for Attachment 6 (list price or “No Bid”)

$

Page 73: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 71

ATTACHMENT 7 BUSINESS TRIANGLE

N. Rodeo Drive between Wilshire Blvd. and N. Santa Monica Blvd:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care-tree wells

900 sq. ft. 55 tree wells As necessary to maintain standard

Plant care-center median

7,000 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

900 sq. ft. 55 tree wells Semi-annually

Rose bed fertilization

center median

7,000 sq. ft. N/A Semi-annually

Holiday flower overdress-median

end caps (show November

15 through January 6)

N/A 60 flats 4 in. equal mix red

and white cyclamen

85 flats 4 in. equal mix red/white

“Rocket” or “Liberty”

Snapdragons

Annually

Holiday flower overdress-

crosswalk urns (show November

15 through January 6)

N/A 60-6 in. Red Poinsettias

8 flats 4 in. equal mix red/white

“Tahiti” or “Magic Carpet”

Snapdragons

Annually

Annual flower rotation median

end caps (flowers and labor)

N/A 85 flats 4 in. Ivy geranium

3 times per year

Annual flower rotation crosswalk

urns (flowers and labor)

N/A 8 flats 4 in. Ivy geranium

3 times per year

Debris removal N/A 55 planted tree wells

26 grated tree wells

Daily (7 days per week)

Cigarette butt removal below

tree grate

N/A 26 grated tree wells

Monthly

TOTAL N/A N/A N/A N/A $

N. Beverly Drive between Wilshire Blvd. and N. Santa Monica Blvd.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care-53 3424 sq. ft. N/A As necessary to

Page 74: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 72

planted tree wells/3 crosswalk

planters

maintain standard

Planter bed fertilization-53 planted tree

wells/3 crosswalk planters

3424 sq. ft. N/A Semi-annually

Debris removal-53 planted tree wells,

47 grated tree wells, 3 crosswalk

planters

4332 sq. ft. N/A Daily (7 days per week)

Cigarette butt removal below

tree grate

N/A 47 grated tree wells

Monthly

TOTAL N/A N/A N/A N/A $ N. Canon Drive between Wilshire Blvd. and N. Santa Monica Blvd.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care-35 planted tree

wells/3 crosswalk planters

2848 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization-35 planted tree

wells/3 crosswalk planters

2848 sq. ft. N/A Semi-annually

Debris removal-35 planted tree wells,

25 grated tree wells, 3 crosswalk

planters

3248 sq. ft. N/A Daily (7 days per week)

Cigarette butt removal below

tree grate

N/A 25 grated tree wells

Monthly

TOTAL N/A N/A N/A N/A $ Dayton Way between N. Crescent and Wilshire Blvd:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care-31 planted tree wells/ planter at Dayton

side of 239 N. Crescent

1,000 sq. ft. N/A As necessary to maintain standard

Plant care-31 planted tree wells/ planter at Dayton

side of 239 N. Crescent

1,000 sq. ft. N/A Semi-annually

Debris removal-31 planted tree wells,

15 grated tree wells, planter at

1,250 sq. ft. N/A Daily (7 days per week)

Page 75: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 73

Dayton side of 239 N. Crescent

Cigarette butt removal below

tree grate

N/A 15 grated tree wells

Monthly

TOTAL N/A N/A N/A N/A $ Brighton Way between N. Crescent and Wilshire Blvd.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care-45 planted tree wells

1440 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization-45

planted tree wells

1440 sq. ft. N/A Semi-annually

Debris removal-45 planted tree wells,

22 grated tree wells

1792 sq. ft. N/A Daily (7 days per week)

Cigarette butt removal below

tree grate

N/A 22 grated tree wells

Monthly

TOTAL N/A N/A N/A N/A $

Second floor plaza south of, and adjacent to, Crate and Barrel, 438 N. Beverly Dr.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 1,300 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

1,300 sq. ft. N/A Semi-annually

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

Description Annual Price

Total annual price for Attachment 7 (list price or “No Bid”)

$

Page 76: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 74

ATTACHMENT 8 CITY FACILITIES

City Hall complex, 455 N. Crescent Dr.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

58,500 sq. ft. N/A Weekly

Turfgrass fertilization

58,500 sq. ft. N/A Quarterly

Turfgrass aeration 58,500 sq. ft. N/A Annually

Turfgrass dethatching

58,500 sq. ft. N/A Annually

Plant care 76,230 N/A As necessary to maintain standard

Hardscape/pathway maintenance

Contractor to field verify

N/A Daily (weekdays)

Debris removal N/A N/A Daily (weekdays)

Amenity care-bench

N/A 2 Weekly

TOTAL N/A N/A N/A N/A $ City Yards including 9357, 9298 W. 3

rd St. and 330, 336-338, 342 and 346 Foothill Rd :

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Turfgrass maintenance

20,100 sq. ft. N/A Weekly

Turfgrass fertilization

20,100 sq. ft. N/A Quarterly

Turfgrass aeration 20,100 sq. ft. N/A Annually

Turfgrass dethatching

20,100 sq. ft. N/A Annually

Plant care 4,590 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

4,590 sq. ft. N/A Semi-annually

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Debris removal N/A N/A Weekly

Trash receptacle service

N/A 4 Daily (5 days per week)

Amenity care-trash receptacle

N/A 4 Weekly

TOTAL N/A N/A N/A N/A $

Page 77: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 75

City building 331 N. Foothill Rd.:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 9,050 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

9,050 sq. ft. N/A Semi-annually

Hardscape/pathway maintenance

Contractor to field verify

N/A Weekly

Debris removal N/A N/A Weekly

TOTAL N/A N/A N/A N/A $

City building 345 N. Foothill Rd. including rear planter:

Description Approximate Size

Quantity Frequency Unit Price

Annual Price

Plant care 12,500 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

12,500 sq. ft. N/A Semi-annually

Hardscape/pathway maintenance

Contractor to field verify

N/A Daily (weekdays)

Debris removal N/A N/A Daily (weekdays)

TOTAL N/A N/A N/A N/A $ Fire Station 3, 180 S. Doheny Dr:

Description Approximate Size

Quantity

Frequency Unit Price

Annual Price

Turfgrass maintenance

500 sq. ft. N/A Weekly

Turfgrass fertilization

500 sq. ft. N/A Quarterly

Turfgrass aeration

500 sq. ft. N/A Annually

Turfgrass dethatching

500 sq. ft. N/A Annually

Plant care 700 sq. ft. N/A As necessary to maintain standard

Planter bed fertilization

700 sq. ft. N/A Semi-annually

TOTAL N/A N/A N/A N/A $

Description Annual Price

Total annual price for Attachment 8 (list price or “No Bid”)

$

Page 78: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 76

ATTACHMENT 9

ALTERNATE BID ITEMS: UNIT PRICING SCHEDULE FOR MATERIALS/LABOR EXTRAS AS REQUESTED

ITEM ESTIMATED QUANTITY

DESCRIPTION UNIT COST

1 1 1 gallon nursery plant, installed including 1 year warranty

2 1

5 gallon nursery plant, installed including 1 year warranty

3 1

15 gallon nursery plant, installed including 1 year warranty

4 1

Flat, 4” annual color, installed including 90 day warranty

5 1

Six pack, annual color, installed including 90 day warranty

6 1 Yard, forest blend mulch, installed

7 1 Man hour landscape labor, equipped

8 1 Man hour irrigation technician, equipped

9 1

Man hour landscape labor emergency, equipped

10 1 Man hour debris/trash can service, equipped

11 1

Man hour irrigation technician emergency, equipped

12

1

1” brass irrigation solenoid valve, installed complete, including valve box, gravel, wire connectors and unions to existing mainline

13 1

1” plastic irrigation solenoid valve, installed complete, including valve box, gravel, wire connectors and unions to existing mainline

14

1

1 1/2” brass irrigation solenoid valve, installed complete, including valve box, gravel, wire connectors and unions to existing mainline

Page 79: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 77

15

1

1 1/2” plastic irrigation solenoid valve, installed complete, including valve box, gravel, wire connectors and unions to existing mainline

16

1

2” brass irrigation solenoid valve, installed complete, including valve box, gravel, wire connectors and unions to existing mainline

17

1

2” plastic irrigation solenoid valve, installed complete, including valve box, gravel, wire connectors and unions to existing mainline

18 1

6” plastic pop up irrigation head, installed complete, including nozzle, screen and swing joint installed into existing lateral line

19 1

4” plastic rotor irrigation head, installed complete, including nozzle and swing joint installed into existing lateral line

20

1

1” brass reduced pressure zone backflow device, installed complete to existing mainline with unions, ball valves

21

1

2” brass reduced pressure zone backflow device, installed complete to existing mainline with unions, ball valves

22 1 Irrigation backflow certification inspection

23 1

Annual comprehensive certified playground inspection/report of findings

24 1 Square foot landscape pavers, installed

25

1

Hydro-seed, standard turfgrass seed, 1000 square foot sprayed including germination warranty

26

1

Overseed, standard perennial turfgrass seed, 1000 square feet including germination warranty

27

1

30 yard roll off bin delivered, emptied (including dumping fees) of trash/landscape debris, returned to site

Page 80: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 78

SIGNATURE PAGE AND LEGAL STATUS

The undersigned certifies that he is an official legally authorized to bind his firm and to enter into a contract should the City accept this proposal. Bid proposal by _______________________________________________________________ (Name of Firm) Legal status of bidder: Please check as appropriate. A. Corporation State of Incorproation___________________________________________________________ B. Partnership List names of partners_________________________________________________________ C. DBA List DBA ____________________________________________________________________ D. Other Please explain________________________________________________________________ ____________________________________________________________________________ Signature of Bidder ______________________________ Title _________________________ (Authorized Signature) Signature of Bidder ______________________________ Title _________________________ (Authorized Signature) Address ____________________________ City _________________________ Zip _________ Telephone Number ( )_______________________ Signed this_______________________ day of __________________________________ 20__

Page 81: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 79

DECLARATION OF CONTRACTOR’S QUALIFICATIONS

All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. The contractor may submit any additional information as desired.

Name of Contractor: Main Office Address: Office Telephone Number: When were you organized:

If a Corporation, when were you incorporated:

How many years has this firm been engaged in the business of Landscape Maintenance:

State Contractor’s License #_______________ Class______________ List all current Landscape and Irrigation Maintenance contracts in excess of $500,000 per year. giving the amount of each contract, duration of the contract, and for whom the work is being performed:

Have you failed to complete or been terminated from any contract awarded to your Company: If yes, please attach a separate sheet explaining the reason for the failure to complete the contract. Include the name and address of the owner.

Page 82: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 80

DECLARATION OF CONTRACTOR’S QUALIFICATIONS (continued)

List experience in performing work similar to the work required hereunder in the last 5 years:

List the background and experience of the officers and principal members including the proposed project manager for your organization:

List below all officers, partners, and/or stockholders who own ten (10%) or more of your company:

What other general services does your firm provide in addition to Landscape Maintenance:

Page 83: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 81

REFERENCES

In order to more fully evaluate the bidder’s background and experience for the project herein proposed, it is requested that the bidder submit a list of references for similar landscape maintenance service contracts completed within the last 24 months or now in progress. Number of years as a contractor in service contracts of this type: Five service contracts of this type recently completed or currently in process:

CONTRACTOR: 1. Agency/Company Contact Name and Phone Number Area Maintained acres/square feet Monthly Contract Price Description of landscaping and amenities: 2. Agency/Company Contact Name and Phone Number Area Maintained Current Monthly Contract Price Description of landscaping and amenities: 3. Agency/Company Contact Name and Phone Number Area Maintained Current Monthly Contract Price Description of landscaping and amenities: 4. Agency/Company Contact Name and Phone Number Area Maintained Current Monthly Contract Price Description of landscaping and amenities: 5. Agency/Company Contact Name and Phone Number Area Maintained Current Monthly Contract Price Description of landscaping and amenities:

Page 84: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 82

BID BOND

KNOW ALL MEN BY THESE PRESENTS: THAT, as Principal, and, a Surety, are held firmly bound unto the Owner, consisting of the following public entity: The City of Beverly Hills the sum of $ DOLLARS ($ ) (not less than ten percent of total amount of bid) for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said Owner to perform all work required under the following: TITLE OF PROJECT: LANDSCAPE MAINTENANCE SERVICES NOW, THEREFORE, if said Principal is awarded a Contract by said Owner and, within the time and in the manner required in the Specifications for said project, enters into the written form of Contract bound with said Specifications and furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said Owner and judgment is recovered, said Surety shall pay all costs incurred by said Owner in such suit, including a reasonable attorney’s fee to be fixed by the court. SIGNED AND SEALED, this ____ day of ________________,20_____. Principal Surety By: By: Signature Signature Title Title

[Attach appropriate Notary documents and Power of Attorney]

Page 85: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 83

FAITHFUL PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS: That a California , as PRINCIPAL, and , a Corporation organized and doing business by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing, or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of California, as SURETY, are held and firmly bound to City of Beverly Hills, hereinafter called OBLIGEE, in the penal sum of _________________ lawful money of the United States, for the payment of which, well and truly to be made, we and each of us hereby bind ourselves, and our and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the above bounden PRINCIPAL has entered into a contract, entitled _______________________________________ with City, to do and perform the following work, to wit: Landscape Maintenance Services, in accordance with the contract. NOW, THEREFORE, if the above bounden PRINCIPAL shall well and truly perform, or cause to be performed each and all of the requirements and obligations of said contract to be performed by said PRINCIPAL, as in said contract set forth, then this BOND shall be null and void; otherwise it will remain in full force and effect. And the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event suit is brought by OBLIGEE to enforce the provisions of this bond, said Surety will pay to OBLIGEE a reasonable attorney’s fee, plus costs of suit, in an amount to be fixed by the court. IN WITNESS WHEREOF, said PRINCIPAL and said SURETY have caused these presents to be duly signed and sealed this DAY OF , 20_. By: Title: Surety: By:

SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEGED BEFORE A NOTARY PUBLIC

Page 86: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 84

PLEASE ATTACH APPROPRIATE ACKNOWLEDGEMENT FORMS

Page 87: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 85

DESIGNATION OF SUBCONTRACTORS

Contractor shall set forth below the name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor under the contract. The contractor shall further set forth the portion of the work, which will be done by each subcontractor. Failure to provide such information may render the proposal unresponsive. If the contractor fails to specify a subcontractor for any portion of the work to be performed under the Contract, he shall be deemed to have agreed to perform such portion himself, and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth.

Type of Work Percent of Total

Contract Subcontractor’s Name

Use additional sheets as necessary.

Page 88: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 86

AFFIDAVIT OF NON-COLLUSION

State of California ) ) ss. County of __________________ )

_______________________________, being first duly sworn, disposes and says that

he or she is ________________________________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. _______________________________ Bidder _______________________________ _______________________________

Page 89: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 87

STATEMENT ACKNOWLEDGING OBLIGATION TO COMPLY WITH CALIFORNIA LABOR LAW

[Labor Code § 1720, 1773.8, 1775, 1776, 1777.5, 1813, 1860, 1861, 3700]

I, the undersigned Contractor, certify that I am aware of and will fully comply with the following provisions of California law: Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the awarding public agency ("Agency") and agrees to be bound by all provisions thereof as though set forth in full herein. Contractor agrees to comply with the provisions of California Labor Code Section 1773.8 which require the payment of travel and subsistence payments to each worker needed to execute the work, to the extent required by law. Contractor agrees to comply with the provisions of California Labor Code Section 1774 and 1775 concerning the payment of prevailing wages to workers and the penalties for failure to do so. Contractor understands and acknowledges that copies of the prevailing rate of per diem wages, as determined by the Director of Industrial Relations, are on file in the office of Public Works Engineering Department and that they will be made available to any interested party upon request. Contractor shall, as a penalty to the Agency, forfeit not more than fifty dollars ($50) for each calendar day or portion thereof, for each worker paid less than the prevailing rates, as determined by the Director of Industrial Relations, for the work or craft in which the worker is employed for any public work done under the contract by Contractor or any subcontractor at any tier. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which require Contractor and each sub-Contractor to (1) keep accurate payroll records, (2) certify and make those payroll records available for inspection as provided in this Section, and (3) inform the Agency of the location of the records. Contractor is responsible for compliance with Section 1776 itself and all of its sub-Contractors at any tier. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5 concerning the employment of apprentices on public works projects, and Contractor further agrees that it is responsible for its own compliance with Section 1777.5 and for the compliance of all of its sub-Contractors at any tier. Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning penalties because workers work excess hours. Contractor shall, as a penalty to the Agency, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by Contractor or by any sub-Contractor at any tier for each

Page 90: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 88

calendar day during which that worker was required or permitted to work more than 8 hours in any one calendar day or 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code. In accordance with California Labor Code Sections 1860 and 3700, Contractor shall secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require

every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract."

Date: _______________ Signature: _________________________________

Page 91: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 89

CONTRACTOR’S INDUSTRIAL SAFETY RECORD

This information must include all Landscape Maintenance work undertaken in the State of California by the contractor and any partnership, joint venture or corporation that any principal of the contractor participated in as a principal or owner for the last five calendar years and the current calendar year of this submittal. Separate information shall be submitted for each such partnership, joint venture, corporation or individual contractor. The contractor may attach any additional information or explanation of data that he/she would like to be taken into consideration in evaluating the safety record. An explanation must be attached discussing circumstances surrounding any and all fatalities.

Five Calendar Years Prior and Current Year

ITEM 2011 2012 2013 2014 2015 2016

Number of Contracts

Total Dollar amount of Contracts (Thousands of $)

Number of Fatalities *

Number of lost workday cases *

Number of lost workday cases involving permanent transfer to another job or termination of employment *

Number of lost workdays *

NOTE: *The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries and Illness, OSHA 102.

Contractor’s Signature Date

Page 92: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 90

CONTRACTOR’S CERTIFICATE OF NON-DISCRIMINATION

As a supplier of labor, materials, supplies, goods or services to the City of Beverly Hills, the firm listed below certifies that it does not discriminate in its employment with regard to race, color, religion, sex, or national origin; that it is in compliance with all applicable federal, state, and local directives, and executive orders regarding non-discrimination in employment; and that it agrees to pursue positively and aggressively the principle of equal opportunity in employment.

The undersigned agrees specifically:

1. To establish and observe employment policies which affirmatively promote opportunities for minority persons at all job levels.

2. To communicate such policies to all persons concerned, including all firm employees, outside recruiting services, especially those serving minority communities. and the minority communities at large.

3. To take affirmative steps to hire minority employees within the firm.

Firm Name of Bidder By: Signature of Authorized Officer ____________________________ Title of Officer

DATE: Please include any additional information available regarding equal opportunity employment programs now in effect within your firm:

Page 93: JANUARY 3, 2017 - Beverly Hills, California€¦ · satisfactory Faithful Performance Bond and insurance certificate as specified herein. 1-5. Bidder must hold a valid State of California

City of Beverly Hills Landscape Maintenance Bid No. 16-40 91

SAMPLE AGREEMENT