HomeMy WebLinkAboutCO 2025-113 - Mariposa Landscapes Inc.City of Rancho Cucamonga
CONTRACT NUMBER
2025-113
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
MARIPOSA LANDSCAPES, INC.
FOR
LMD-1 PARKS LANDSCAPE AND MAINTENANCE
AWARD DATE:
September 16, 2025
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 1
AGREEMENT FOR
PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into this 1st day of October 2025, by
and between the City of Rancho Cucamonga, a municipal corporation (“City”) and Mariposa
Landscapes, Inc, a corporation (“Contractor”).
RECITALS
A. City has heretofore issued its request for proposals to perform the following
services: LMD-1 Parks Landscape and Maintenance (RFP 25/26-004) (“the Project”).
B. Contractor has submitted a proposal to perform the services described in Recital
“A”, above, necessary to complete the Project.
C. City desires to engage Contractor to complete the Project in the manner set forth
and more fully described herein.
D. Contractor represents that it is fully qualified and licensed under the laws of the
State of California to perform the services contemplated by this Agreement in a good and
professional manner.
AGREEMENT
NOW, THEREFORE, in consideration of performance by the parties of the mutual
promises, covenants, and conditions herein contained, the parties hereto agree as follows:
1. Contractor’s Services.
1.1 Scope and Level of Services. Subject to the terms and conditions set forth
in this Agreement, City hereby engages Contractor to perform all services described in Recitals
“A” and “B” above, including, but not limited to landscape and irrigation maintenance; all as
more fully set forth in RFP 25/26-004, attached hereto as Exhibit A, Contractor’s proposal, dated
June 11, 2025 attached hereto as Exhibit B, and Schedule of Lump Sum and Unit Costs attached
hereto as Exhibit C, hereinafter entitled “Scope of Work”, and incorporated by reference herein.
The nature, scope, and level of the services required to be performed by Contractor are set forth
in the Scope of Work and are referred to herein as “the Services.” In the event of any
inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this
Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City the Contractor will
promptly meet with City staff to discuss any revisions to the Project desired by the City.
Contractor agrees that the Scope of Work may be amended based upon said meetings, and, by
amendment to this Agreement, the parties may agree on a revision or revisions to Contractor’s
compensation based thereon. A revision pursuant to this Section that does not increase the total
City of Rancho Cucamonga
CONTRACT NUMBER
2025-113
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 2
cost payable to Contractor by more than ten percent (10%) of the total compensation specified in
Section 3, may be approved in writing by City’s Manager without amendment.
1.3 Time for Performance. Contractor shall perform all services under this
Agreement in a timely, regular basis consistent with industry standards for professional skill and
care, and in accordance with any schedule of performance set forth in the Scope of Work, or as
set forth in a “Schedule of Performance”, if such Schedule is attached hereto as Exhibit “N/A”.
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Contractor hereby represents that it has the experience necessary to undertake the
services to be provided. In light of such status and experience, Contractor hereby covenants that
it shall follow the customary professional standards in performing the Services.
1.5 Familiarity with Services. By executing this Agreement, Contractor
represents that, to the extent required by the standard of practice, Contractor (a) has investigated
and considered the scope of services to be performed, (b) has carefully considered how the
services should be performed, and (c) understands the facilities, difficulties and restrictions
attending performance of the services under this Agreement. Contractor represents that
Contractor, to the extent required by the standard of practice, has investigated any areas of work,
as applicable, and is reasonably acquainted with the conditions therein. Should Contractor
discover any latent or unknown conditions, which will materially affect the performance of
services, Contractor shall immediately inform City of such fact and shall not proceed except at
Contractor’s risk until written instructions are received from the City Representative.
2. Term of Agreement. The term of this Agreement shall become effective as of the
date of the mutual execution by way of both party’s signature (the “Effective Date”) through June
30, 2026. No work shall be conducted; service or goods will not be provided until this Agreement
has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments to a total of
six (6) additional years, unless sooner terminated as provided in Section 14 herein. Prior to
entering into an agreement for an annual extension the Contractor may request a Cost-of-living
Increase in an amount not to exceed the increase in the March index of the Consumer Price Index
All Urban Consumers for the Riverside-San Bernardino-Ontario, California area published by the
U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are contingent upon the
City Manager’s approval, subject to pricing review, and in accordance with all Terms and
Conditions stated herein unless otherwise provided in writing by the City.
3. Compensation.
3.1 Compensation. City shall compensate Contractor as set forth in Exhibit C,
provided, however, that full, total and complete amount payable to Contractor shall not exceed
three hundred forty eight thousand, two hundred twenty nine dollars ($348,229) for
services during the City’s fiscal year ending June 30, 2026, including all out-of-pocket expenses,
unless additional compensation is approved by the City Manager or City Council. City shall not
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 3
withhold any federal, state or other taxes, or other deductions. However, City shall withhold not
more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected
in such invoice. Under no circumstance shall Contractor be entitled to compensation for services
not yet satisfactorily performed.
The parties further agree that compensation may be adjusted in accordance with
Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate
Contractor for any authorized extra services as set forth in Exhibit C.
4. Method of Payment.
4.1 Invoices. Contractor shall submit to City monthly invoices for the Services
performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered
during the period and shall separately describe any authorized extra services. Any invoice
claiming compensation for extra services shall include appropriate documentation of prior
authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga,
California.
4.2 City shall review such invoices and notify Contractor in writing within ten
(10) business days of any disputed amounts.
4.3 City shall pay all undisputed portions of the invoice within thirty (30)
calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3.
4.4 All records, invoices, time cards, cost control sheets and other records
maintained by Contractor relating to services hereunder shall be available for review and audit
by the City.
5. Representatives.
5.1 City Representative. For the purposes of this Agreement, the contract
administrator and City representative shall be Maritza Martinez, Public Works Services
Director, or such other person as designated in writing by the City (“City Representative”). It
shall be Contractor’s responsibility to assure that the City Representative is kept informed of the
progress of the performance of the services, and Contractor shall refer any decisions that must be
made by City to the City Representative. Unless otherwise specified herein, any approval of City
required hereunder shall mean the approval of the City Representative.
5.2 Contractor Representative. For the purposes of this Agreement, Terry
Noriega, President, is hereby designated as the principal and representative of Contractor
authorized to act in its behalf with respect to the services specified herein and make all decisions
in connection therewith (“Contractor’s Representative”). It is expressly understood that the
experience, knowledge, capability and reputation of the Contractor’s Representative were a
substantial inducement for City to enter into this Agreement. Therefore, the Contractor’s
Representative shall be responsible during the term of this Agreement for directing all activities
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 4
of Contractor and devoting sufficient time to personally supervise the services hereunder.
Contractor may not change the Responsible Principal without the prior written approval of City.
6. Contractor’s Personnel.
6.1 All Services shall be performed by Contractor or under Contractor’s direct
supervision, and all personnel shall possess the qualifications, permits, and licenses required by
State and local law to perform such Services, including, without limitation, a City business license
as required by the City’s Municipal Code.
6.2 Contractor shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Contractor shall be responsible for payment of all employees’ and
subcontractors’ wages and benefits, and shall comply with all requirements pertaining to
employer’s liability, workers’ compensation, unemployment insurance, and Social Security. By
its execution of this Agreement, Contractor certifies that it is aware of the provisions of Section
3700 of the California Labor Code that 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 agrees to comply with such provisions before commencing the performance of the
Services.
6.4 Contractor shall indemnify, defend and hold harmless City and its elected
officials, officers and employees, servants, designated volunteers, and agents serving as
independent contractors in the role of City officials, from any and all liability, damages, claims,
costs and expenses of any nature to the extent arising from Contractor’s violations of personnel
practices and/or any violation of the California Labor Code. City shall have the right to offset
against the amount of any fees due to Contractor under this Agreement any amount due to City
from Contractor as a result of Contractor’s failure to promptly pay to City any reimbursement or
indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files, drawings,
photographs and any and all other writings, including drafts thereof, prepared, created or provided
by Contractor in the course of performing the Services, including any and all intellectual and
proprietary rights arising from the creation of the same (collectively, “Work Product”), are
considered to be “works made for hire” for the benefit of the City. Upon payment being made,
and provided Contractor is not in breach of this Agreement, all Work Product shall be and remain
the property of City without restriction or limitation upon its use or dissemination by City. Basic
survey notes, sketches, charts, computations and similar data prepared or obtained by Contractor
under this Agreement shall, upon request, be made available to City. None of the Work Product
shall be the subject of any common law or statutory copyright or copyright application by
Contractor. In the event of the return of any of the Work Product to Contractor or its
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 5
representative, Contractor shall be responsible for its safe return to City. Under no circumstances
shall Contractor fail to deliver any draft or final designs, plans, drawings, reports or specifications
to City upon written demand by City for their delivery, notwithstanding any disputes between
Contractor and City concerning payment, performance of the contract, or otherwise. This
covenant shall survive the termination of this Agreement. City’s reuse of the Work Product for
any purpose other than the Project, shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Contractor
shall be deemed to grant and assign to City , and shall require all of its subcontractors to assign
to City , all ownership rights, and all common law and statutory copyrights, trademarks, and other
intellectual and proprietary property rights relating to the Work Product and the Project itself,
and Contractor shall disclaim and retain no rights whatsoever as to any of the Work Product, to
the maximum extent permitted by law. City shall be entitled to utilize the Work Product for any
and all purposes, including but not limited to constructing, using, maintaining, altering, adding
to, restoring, rebuilding and publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual Property. Contractor warrants and represents that it has
secured all necessary licenses, consents or approvals to use any instrumentality, thing or
component as to which any intellectual property right exists, including computer software, used
in the rendering of the Services and the production of the Work Product and/or materials produced
under this Agreement, and that City has full legal title to and the right to reproduce any of the
Work Product. Contractor shall defend, indemnify and hold City, and its elected officials,
officers, employees, servants, attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials, harmless from any loss, claim or liability in
any way related to a claim that City’s use is violating federal, state or local laws, or any
contractual provisions, relating to trade names, licenses, franchises, patents or other means of
protecting intellectual property rights and/or interests in products or inventions. Contractor shall
bear all costs arising from the use of patented, copyrighted, trade secret or trademarked
documents, materials, software, equipment, devices or processes used or incorporated in the
Services and materials produced under this Agreement. In the event City’s use of any of the Work
Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its
expense, shall: (a) secure for City the right to continue using the Work Product by suspension of
any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so
that it becomes non- infringing. This covenant shall survive the termination of this Agreement.
8. Status as Independent Contractor. Contractor is, and shall at all times remain
as to City, a wholly independent contractor. Contractor shall have no power to incur any debt,
obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any
of its agents shall have control over the conduct of Contractor or any of Contractor’s employees,
except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent
that it or any of its officers, agents or employees are in any manner employees of City. Contractor
shall pay all required taxes on amounts paid to Contractor under this Agreement, and to defend,
indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest
asserted against City by reason of the independent contractor relationship created by this
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 6
Agreement. Contractor shall fully comply with the workers’ compensation law regarding
Contractor and Contractor’s employees
9. Confidentiality. Contractor may have access to financial, accounting, statistical,
and personnel data of individuals and City employees. Contractor covenants that all data,
documents, discussion, or other information developed or received by Contractor or provided for
performance of this Agreement are confidential and shall not be disclosed by Contractor without
prior written authorization by City. City shall grant such authorization if applicable law requires
disclosure. All City data shall be returned to City upon the termination of this Agreement.
Contractor’s covenant under this Section shall survive the termination of this Agreement. This
provision shall not apply to information in whatever form that is in the public domain, nor shall
it restrict the Contractor from giving notices required by law or complying with an order to
provide information or data when such an order is issued by a court, administrative agency or
other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary
for the Contractor to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the Services, or which would conflict in
any manner with the performance of the Services. Contractor further covenants that, in
performance of this Agreement, no person having any such interest shall be employed by it.
Furthermore, Contractor shall avoid the appearance of having any interest, which would conflict
in any manner with the performance of the Services. Contractor shall not accept any employment
or representation during the term of this Agreement which is or may likely make Contractor
“financially interested” (as provided in California Government Code §§1090 and 87100) in any
decision made by City on any matter in connection with which Contractor has been retained.
10.2 Contractor further represents that it has not employed or retained any
person or entity, other than a bona fide employee working exclusively for Contractor, to solicit
or obtain this Agreement. Contractor has not paid or agreed to pay any person or entity, other
than a bona fide employee working exclusively for Contractor, any fee, commission, gift,
percentage, or any other consideration contingent upon the execution of this Agreement. Upon
any breach or violation of this warranty, City shall have the right, at its sole and absolute
discretion, to terminate this Agreement without further liability, or to deduct from any sums
payable to Contractor hereunder the full amount or value of any such fee, commission, percentage
or gift.
10.3 Contractor has no knowledge that any officer or employee of City has any
interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this
transaction or in the business of Contractor, and that if any such interest comes to the knowledge
of Contractor at any time during the term of this Agreement, Contractor shall immediately
make a complete, written disclosure of such interest to City, even if such interest would not be
deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 7
11. Indemnification.
11.1 To the maximum extent permitted by law, the Contractor shall defend,
indemnify and hold the City, and its elected officials, officers, employees, servants, volunteers,
and agents serving as independent contractors in the role of City officials, (collectively,
“Indemnitees”), free and harmless with respect to any and all damages, liabilities, losses,
reasonable defense costs or expenses (collectively, “Claims”), including but not limited to Claims
relating to death or injury to any person and injury to any property, which arise out of, pertain to,
or relate to the acts, omissions, activities or operations of Contractor or any of its officers,
employees, subcontractors, Contractors, or agents in the performance of this Agreement.
Contractor shall defend Indemnitees in any action or actions filed in connection with any such
Claims with counsel of City’s choice, and shall pay all costs and expenses, including actual
attorney’s fees and experts’ costs incurred in connection with such defense. The indemnification
obligation herein shall not in any way be limited by the insurance obligations contained in this
Agreement provided, however, that the Contractor shall have no obligation to indemnify for
Claims arising out of the sole negligence or willful misconduct of any of the Indemnitees.
11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights
that they may possess against Contractor because of the acceptance by City, or the deposit with
City, of any insurance policy or certificate required pursuant to this Agreement.
11.3 Waiver of Right of Subrogation. Except as otherwise expressly provided
in this Agreement, Contractor, on behalf of itself and all parties claiming under or through it,
hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of
their duties, from all claims, losses and liabilities arising out of or incident to activities or
operations performed by or on behalf of the Contractor.
11.4 Survival. The provisions of this Section 11 shall survive the termination of
the Agreement and are in addition to any other rights or remedies which Indemnitees may have
under the law. Payment is not required as a condition precedent to an Indemnitee’s right to recover
under this indemnity provision, and an entry of judgment against Contractor shall be conclusive
in favor of the Indemnitee’s right to recover under this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Contractor shall procure and maintain in full force and
effect for the duration of this Agreement, insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the services
hereunder by Contractor, and/or its agents, representatives, employees or subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability coverage
(occurrence form CG 0001).
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 8
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State of
California, and Employer’s Liability Insurance.
12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less
than:
(1) Commercial General Liability: $2,000,000 per occurrence for
bodily injury, personal injury and property damage. Commercial
General Liability Insurance or other form with a general aggregate
limit shall apply separately to this Agreement or the general limit
shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily injury
and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the aggregate
for bodily injury or disease and Workers’ Compensation Insurance
in the amount required by law.
(4) The Insurance obligations under this Agreement shall be the
greater of (i) the Insurance coverages and limits carried by the
Contractor; or (ii) the minimum Insurance coverages and limits
shown in this Agreement. Any insurance proceeds in excess of the
specified limits and coverage required which are applicable to a
given loss, shall be available to the City. No representation is made
that the minimum Insurance requirements of this Agreement are
sufficient to cover the obligations of the Contractor under this
agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any
required insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability policies
are to contain the following provisions on a separate additionally
insured endorsement naming the City, its officers, officials,
employees, designated volunteers and agents serving as
independent contractors in the role of City officials, as additional
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 9
insureds as respects: liability arising out of activities performed by
or on behalf of Contractor; products and completed operations of
Contractor; premises owned, occupied or used by Contractor;
and/or automobiles owned, leased, hired or borrowed by
Contractor. The coverage shall contain no limitations on the scope
of protection afforded to City, its officers, officials, employees,
designated volunteers or agents serving as independent contractors
in the role of City officials which are not also limitations applicable
to the named insured.
(2) For any claims related to this Agreement, Contractor’s insurance
coverage shall be primary insurance as respects City, its officers,
officials, employees, designated volunteers and agents serving as
independent contractors in the role of City officials. Any insurance
or self-insurance maintained by City, its officers, officials,
employees, designated volunteers or agents serving as independent
contractors in the role of City officials shall be in excess of
Contractor’s insurance and shall not contribute with it.
(3) Contractor’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer’s liability.
(4) Contractor shall provide immediate written notice if (1) any of the
required insurance policies is terminated; (2) the limits of any of
the required polices are reduced; (3) or the deductible or self-
insured retention is increased. In the event of any cancellation or
reduction in coverage or limits of any insurance, Contractor shall
forthwith obtain and submit proof of substitute insurance. Should
Contractor fail to immediately procure other insurance, as
specified, to substitute for any canceled policy, the City may
procure such insurance at Contractor’s sole cost and expense.
(5) Each insurance policy required by this clause shall expressly waive
the insurer’s right of subrogation against City, its elected officials,
officers, employees, servants, attorneys, designated volunteers,
and agents serving as independent contractors in the role of City
officials.
(6) Each policy shall be issued by an insurance company approved in
writing by City, which is admitted and licensed to do business in
the State of California and which is rated A:VII or better according
to the most recent A.M. Best Co. Rating Guide.
(7) Each policy shall specify that any failure to comply with reporting
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 10
or other provisions of the required policy, including breaches of
warranty, shall not affect the coverage required to be provided.
(8) Each policy shall specify that any and all costs of adjusting and/or
defending any claim against any insured, including court costs and
attorneys' fees, shall be paid in addition to and shall not deplete any
policy limits.
(9) Contractor shall provide any and all other insurance, endorsements,
or exclusions as required by the City in any request for proposals
applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Contractor shall furnish the City with certificates and original endorsements, or
copies of each required policy, effecting and evidencing the insurance coverage required by this
Agreement including (1) Additional Insured Endorsement(s), (2) Worker’s Compensation
waiver of subrogation endorsement, and (3) General liability declarations or endorsement page
listing all policy endorsements. The endorsements shall be signed by a person authorized by the
insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and
approved by the City before Contractor commences performance. If performance of this
Agreement shall extend beyond one year, Contractor shall provide City with the required policies
or endorsements evidencing renewal of the required policies of insurance prior to the expiration
of any required policies of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement, the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to the
scope of any such subcontractor’s work. Contractor shall require its subcontractors to be bound
to Contractor and City in the same manner and to the same extent as Contractor is bound to City
pursuant to this Agreement, and to require each of its subcontractors to include these same
provisions in its contract with any sub-subcontractor.
13. Cooperation. In the event any claim or action is brought against City relating to
Contractor’s performance or services rendered under this Agreement, Contractor shall render any
reasonable assistance and cooperation that City might require. City shall compensate Contractor
for any litigation support services in an amount to be agreed upon by the parties.
14. Termination. City shall have the right to terminate this Agreement at any time
for any or no reason on not less than ten (10) days prior written notice to Contractor. In the event
City exercises its right to terminate this Agreement, City shall pay Contractor for any services
satisfactorily rendered prior to the effective date of the termination, provided Contractor is not
then in breach of this Agreement. Contractor shall have no other claim against City by reason of
such termination, including any claim for compensation. City may terminate for cause following
a default remaining uncured more than five (5) business days after service of a notice to cure on
the breaching party.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 11
Contractor may terminate this Agreement for cause upon giving the City ten (10) business days
prior written notice for any of the following: (1) uncured breach by the City of any material term
of this Agreement, including but not limited to Payment Terms; (2) material changes in the
conditions under which this Agreement was entered into, coupled with the failure of the parties
to reach accord on the fees and charges for any Additional Services required because of such
changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by this
Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered
by hand or overnight courier service during Contractor’s and City’s regular business hours; or (b)
on the third business day following deposit in the United States mail, postage prepaid, to the
addresses set forth in this Section, or to such other addresses as the parties may, from time to
time, designate in writing pursuant to the provisions of this Section.
All notices shall be addressed as follows:
If to City: Maritza Martinez
City of Rancho Cucamonga
Public Works Services Department
8794 Lion Street
Rancho Cucamonga, CA 91730
If to Contractor: Terry Noriega, President
Mariposa Landscapes, Inc.
6332 Santos Diaz Street
Irwindale, CA, 91702
16. Non-Discrimination and Equal Employment Opportunity. In the performance
of this Agreement, Contractor shall not discriminate against any employee, subcontractor, or
applicant for employment because of race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
Contractor will take affirmative action to ensure that subcontractors and applicants are employed,
and that employees are treated during employment, without regard to their race, color, creed,
religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation.
17. Assignment and Subcontracting. Contractor shall not assign or transfer any
interest in this Agreement or subcontract the performance of any of Contractor’s obligations
hereunder without City’s prior written consent. Except as provided herein, any attempt by
Contractor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder
shall be null, void and of no effect.
18. Compliance with Laws. Contractor shall comply with all applicable federal, state
and local laws, ordinances, codes and regulations in force at the time Contractor performs the
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 12
Services. Contractor is aware of the requirements of California Labor Code Section 1720, et seq.,
and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq.,
(“Prevailing Wage Laws”), which require the payment of prevailing wage rates and compliance
with other requirements on “public works” and “maintenance” projects. If the Services are being
performed as part of an applicable “public works” or “maintenance” project, as defined by the
Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully
comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations
can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make
copies of the prevailing rates of per diem wages for each craft, classification or type of worker
needed to execute the Services, available to interested parties upon request, and shall post copies
at the Contractor’s principal place of business and at the Project site. Contractor shall defend,
indemnify and hold the City, its elected officials, officers, employees and agents free and harmless
from any claim or liability arising out of any failure or alleged failure to comply with the
Prevailing Wage Laws.
19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one
or more of the conditions of performance under this Agreement shall not be a waiver of any other
condition of performance under this Agreement. In no event shall the making by City of any
payment to Contractor constitute or be construed as a waiver by City of any breach of covenant,
or any default which may then exist on the part of Contractor, and the making of any such payment
by City shall in no way impair or prejudice any right or remedy available to City with regard to
such breach or default.
20. Attorney’s Fees. In the event that either party to this Agreement shall commence
any legal action or proceeding to enforce or interpret the provisions of this Agreement, the
prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including
reasonable attorney’s fees and costs of experts.
21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement
are hereby incorporated in this Agreement. In the event of any material discrepancy between the
express provisions of this Agreement and the provisions of any document incorporated herein by
reference, the provisions of this Agreement shall prevail.
22. Applicable Law and Venue. The validity, interpretation, and performance of this
Agreement shall be controlled by and construed under the laws of the State of California. Venue
for any action relating to this Agreement shall be in the San Bernardino County Superior Court.
23. Construction. In the event of any asserted ambiguity in, or dispute regarding the
interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by
any rules of interpretation providing for interpretation against the party who causes the
uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of
the Agreement.
24. Entire Agreement. This Agreement consists of this document, and any other
documents, attachments and/or exhibits referenced herein and attached hereto, each of which is
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 13
incorporated herein by such reference, and the same represents the entire and integrated
agreement between Contractor and City. This Agreement supersedes all prior oral or written
negotiations, representations or agreements. This Agreement may not be amended, nor any
provision or breach hereof waived, except in a writing signed by the parties which expressly refers
to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Mariposa Landscapes Inc.
By:
Name Date
City of Rancho Cucamonga
By:
Name Date
Title Title
By:
Name Date
Title
(two signatures required if corporation)
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
9/22/2025 | 4:08 PM PDT
President
Antonio Valenzuela, Secretary
9/22/2025 | 5:11 PM PDT
Mayor/President
9/22/2025 | 5:26 PM PDT
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 14
ATTACHMENTS
x Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
x Attachment B – Sample Additional Insured Endorsement, Completed Operations
x Attachment C – Sample Waiver of Subrogation
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 15
Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 16
Attachment B – Sample Additional Insured Endorsement, Completed Operations
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 17
Attachment C – Sample Waiver of Subrogation
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 18
SCOPE OF WORK
Scope of Work Contents:
x Exhibit A – RFP 25/26-004
x Exhibit B – Contractor’s proposal, dated June 11, 2025
x Exhibit C – Unit Costs
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Exhibit A
REQUESTFORPROPOSAL(“RFP”)#25/26-004
FOR
LANDSCAPE ANDIRRIGATION MAINTENANCE FOR LMD 1 PARKS
CityofRanchoCucamonga
Procurement Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 2 of 60
Table of Contents
1. OVERVIEW ............................................................................................................................................... 6
1.1. GENERAL BACKGROUND .................................................................................................................... 6
1.2. PROPOSAL DELIVERY AND SCHEDULE OF EVENTS ....................................................................................... 6
1.3. DISCREPANCIES OR OMISSIONS ............................................................................................................ 7
1.4. CONTINGENCIES ............................................................................................................................... 7
1.5. QUESTIONS AND CLARIFICATIONS ......................................................................................................... 7
1.6. DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ............................................... 8
1.7. BRAND NAMES ............................................................................................................................... 8
1.8. KNOWLEDGE OF REQUIREMENTS .......................................................................................................... 8
1.9. RESERVATION OF RIGHTS ................................................................................................................... 8
1.10. CALIFORNIA'S PUBLIC RECORDS ACT ...................................................................................................... 9
2. MINIMUM REQUIREMENTS .......................................................................................................................... 10
2.1. BUSINESS LICENSE ........................................................................................................................... 10
2.2. PREVAILING WAGES ......................................................................................................................... 10
2.3. REPRESENTATIVES ........................................................................................................................... 10
2.4. EMPLOYEE CONDUCT ....................................................................................................................... 11
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS .................................................................................. 12
3.1. COVER LETTER / INTRODUCTION .......................................................................................................... 12
3.2. TABLE OF CONTENTS ....................................................................................................................... 12
3.3. PROJECT UNDERSTANDING AND APPROACH ........................................................................................... 12
3.4. QUALIFICATIONS AND EXPERIENCE ....................................................................................................... 12
3.5. PROJECT TEAM ............................................................................................................................... 13
3.6. STAFFING LEVELS ............................................................................................................................ 13
3.7. THIRD-PARTY / SUBCONTRACTORS ...................................................................................................... 14
3.8. PROPOSAL RESPONSE ....................................................................................................................... 14
3.9. EXHIBITS A THROUGH H .................................................................................................................... 14
3.10. NON-DISCLOSURE CONFLICT OF INTEREST .............................................................................................. 14
3.11. PROFESSIONAL SERVICE AGREEMENT .................................................................................................... 14
3.12. ACKNOWLEDGEMENT OF INSURANCE .................................................................................................... 15
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 3 of 60
3.13. ADDENDUM ACKNOWLEDGEMENT ....................................................................................................... 15
3.14. DEBARMENT AND SUSPENSION ........................................................................................................... 15
3.15. PARTICIPATION CLAUSE .................................................................................................................... 15
3.16. SIGNATURE OF AUTHORITY ................................................................................................................ 16
3.17. COMPANY REFERENCES ..................................................................................................................... 16
3.18. LINE-ITEM PRICING .......................................................................................................................... 16
4. PROJECT DESCRIPTION AND SCOPE OF SERVICES ................................................................................................ 16
4.1. PROJECT DESCRIPTION ...................................................................................................................... 16
4.2. SCOPE OF SERVICES.......................................................................................................................... 17
4.2.1. EXAMINATION OF PLANS, SPECIFICATION, AND SITE OF WORK ............................................................... 17
4.2.2. CONTRACTOR’S LICENSE .............................................................................................................. 17
4.2.3. COMPETENCY OF CONTRACTOR ..................................................................................................... 17
4.2.4. CONTRACT TERM ....................................................................................................................... 18
4.2.5. BONDS ........................................................................................................................................................................ 18
4.2.6. SUPERVISION AND STAFF ............................................................................................................. 18
4.2.7. PREVAILING WAGE .................................................................................................................... 18
4.2.8. COMMUNICATIONS .................................................................................................................... 19
4.2.9. NON-RESPONSIVENESS OF CONTRACTOR.......................................................................................... 19
4.2.10. SERVICE LEVELS ......................................................................................................................... 19
4.2.11. SCHEDULING OF WORK ............................................................................................................... 19
4.2.12. UNDERGROUND SERVICE ALERT ..................................................................................................... 20
4.2.13. MEASUREMENT AND PAYMENT ..................................................................................................... 20
4.2.14. DEDUCTIONS ............................................................................................................................ 21
4.2.15. DEFICIENT PERFORMANCE – NOTIFICATION AND CORRECTIVE ACTION ...................................................... 23
4.2.16. WORK SITES ............................................................................................................................ 24
4.2.17. ADDITIONS .............................................................................................................................. 24
4.2.18. QUALITY OF WORK .................................................................................................................... 24
4.2.19. INSPECTIONS ............................................................................................................................ 25
4.2.20. REPLACEMENT OF LANDSCAPE MATERIALS & CITY PROPERTY ................................................................ 25
4.2.21. UTILITY BILLS ........................................................................................................................... 25
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 4 of 60
4.2.22. CONFORMING TO STATE AND FEDERAL GUIDELINES FOR STORMWATER POLLUTION PREVENTION ................... 25
4.2.23. PERMITS ..................................................................................................................................................................... 25
4.3. WORK AREA TRAFFIC CONTROL ......................................................................................................... 26
4.3.1. TRAFFIC CONTROL PERMIT .......................................................................................................... 26
4.3.2. SIGNS, BARRICADES, AND DELINEATORS .......................................................................................... 26
4.3.3. TRAINING ............................................................................................................................... 26
4.3.4. ROUTINE MAINTENANCE ............................................................................................................ 26
4.3.5. TURF MAINTENANCE ................................................................................................................. 26
4.3.6. SHRUB, GROUNDCOVER, DECOMPOSED GRANITE (DG) AND VINE MAINTENANCE ....................................... 29
4.3.7. IRRIGATION MAINTENANCE ......................................................................................................... 36
4.3.8. PEST CONTROL ........................................................................................................................ 38
4.3.9. EXTRA WORK .......................................................................................................................... 48
5. EVALUATION AND CONTRACTOR SELECTION PROCESS ......................................................................................... 48
5.1. INITIAL SCREENING ......................................................................................................................... 48
5.2. EVALUATION ACTIVITIES ................................................................................................................... 48
5.3. COST EVALUATION ......................................................................................................................... 49
5.4. REFERENCE CHECKS ........................................................................................................................ 49
5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS ......................................................................................... 50
5.6. FINANCIAL DOCUMENTATION ............................................................................................................ 50
5.7. BEST AND FINAL OFFER .................................................................................................................... 50
5.8. CONTRACTOR SELECTION .................................................................................................................. 50
5.9. LETTER OF INTENT TO AWARD ............................................................................................................ 51
“EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT” ......... 52
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 53
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED” .................................................................................... 54
“EXHIBIT D, ADDENDUM ACKNOWLEDGEMENT” ........................................................................................ 55
“EXHIBIT E, DEBARMENT and SUSPENSION CERTIFICATION FORM” ............................................................ 56
“EXHIBIT F, PARTICIPATION CLAUSE”.......................................................................................................... 57
“EXHIBIT G, SIGNATURE OF AUTHORITY” .................................................................................................... 58
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 5 of 60
“EXHIBIT H” REFERENCES WORKSHEET ........................................................................................................ 59
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 6 of 60
1. OVERVIEW
1.1. GENERAL BACKGROUND
The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Contractors (hereinafter “Contractor”)
to submit a proposal response for Request for Proposals (“RFP”) #25/26-004 for Landscape and Irrigation
Maintenance for LMD 1 Parks in accordance with the minimum Scope of Services and Specifications indicated
herein.
Contractors wishing to participate in the RFP solicitation must be registered as a Contractor on Planet Bids
through the City website at https://www.cityofrc.us/your-government/procurement. Only those responses
received from registered Contractors will be accepted. Responses must be submitted by the named Contractor
that has downloaded the RFP. Submitting a response under a Contractor name that does not appear to be on
the Prospective Bidders list will be deemed as non-responsive and disqualify said response from further
consideration.
1.2. PROPOSAL DELIVERY AND SCHEDULE OF EVENTS
Complete RFP responses must be received electronically via Planet Bids prior to the due date and time specified
in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be
responsible for any delays by transmission errors.
Schedule of Events
Event Description Date & Time
Post RFP April 21, 2025
Questions Due May 8, 2025, by 9:00 am
Addendum Issued May 15, 2026
RFP Response Due Date June 11, 2025, by 9:00 am
Evaluation Process June 16 – 24, 2025
Short List Letter Issued June 26, 2025
Oral Board & Presentation TBD
Letter of Intent to Award TBD
Contract Award Date TBD
(The City reserves the right to change schedule of events without prior notice or responsibility to
Contractor.)
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 7 of 60
1.3. DISCREPANCIES OR OMISSIONS
Contractors finding discrepancies or omissions in the RFP or having any doubts as to the meaning or intent of
any part thereof shall submit such questions or concerns in writing electronically via Planet Bids. The City bears
no responsibility for oral instructions or representations. Addenda to this RFP shall be considered a part of this
RFP and shall become part of any final Contract that may be derived from this RFP.
1.4. CONTINGENCIES
This RFP should not be considered as a contract to purchase goods or services but is a Request for Proposal in
accordance with the terms and conditions herein and will not necessarily give rise to a Contract. However, RFP
responses should be as detailed and complete as possible to facilitate the formation of a contract based on the
RFP response(s) that are pursued should the City decide to do so.
Completion of this RFP form and its associated appendices are a requirement. Failure to do so may disqualify
your RFP response submittal. Contractors must submit signed RFP responses by the due date and time as
specified herein. Contractors will be considered non-responsive if the above requirements are not submitted
as requested.
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this RFP and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the “Effective Date”), and shall remain in full force and effect until sixty (60) days after the City
has accepted the work in writing and has made final payment, unless sooner terminated by written agreement
signed by both parties.
1.5. QUESTIONS AND CLARIFICATIONS
All questions or clarification requests must be submitted directly through the City’s bid system no later than the
due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in
the form of an Addendum and will be posted for download from the City ’s bid system in accordance with the
above “Schedule of Events”.
From the issuance date of this RFP until a Contractor is awarded, Contractors are not permitted to communicate
with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or
site visits, except at the direction of Ruth Cain, Procurement Manager, the designated representative of the City
of Rancho Cucamonga.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 8 of 60
1.6. DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION
All materials submitted in response to this RFP solicitation will become the property of the City and will be
returned only at the City ’s option and at the expense of the Contractor submitting the RFP response. A copy of
the RFP response will be retained for official files and become a public record. Any material that a Contractor
considers as confidential but does not meet the disclosure exemption requirements of the California Public
Records Act may be made available to the public regardless of a notation or markings of confidentiality or
otherwise.
1.7. BRAND NAMES
Any reference to brand names and/or numbers in the solicitation is intended to be descriptive, but not
restrictive, unless otherwise specified. RFP responses offering equivalent items meeting the standards of quality
specified may be considered, unless other specified, providing the RFP response clearly describes the article
offered and how it differs from the referenced brand. Unless a Contractor specifies otherwise, it is understood
that the Contractor is offering a referenced brand item as specified in the solicitation. The City reserves the right
to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the
brand name references, and the City may require the supply of additional descriptive material and a sample.
1.8. KNOWLEDGE OF REQUIREMENTS
The Contractor shall carefully review all documents referenced and made a part of the solicitation document to
ensure that all information required to properly respond has been submitted or made available and all
requirements are priced in the RFP response. Failure to examine any documents, drawings, specifications, or
instructions will be at the Contractor’s sole risk.
Contractors shall be responsible for knowledge of all items and conditions contained in their RFP responses and
in this RFP, including any City issued clarifications, modifications, amendments, or addenda. The City will provide
notice of any changes and clarifications to perspective Contractors by way of addenda to Planet Bids; however,
it is the Contractor’s responsibility to ascertain that the RFP response includes all addenda issued prior to the
RFP due date.
1.9. RESERVATION OF RIGHTS
The issuance of this RFP does not constitute an agreement by the City that any contract will be entered by the
City. The City expressly reserves the right at any time to:
x Waive or correct any defect or informality in any response, RFP, or RFP procedure.
x Reject any or all RFPs.
x Reissue a Request for RFPs.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 9 of 60
x Prior to submission deadline for RFPs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment,
or services to be provided under this RFP, or the requirements for contents or format of the RFPs.
x The City recognizes that price is only one of several criteria to be used in judging a product or service,
and the City is not legally bound to accept the lowest RFP response.
x The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with
any or all responsive and responsible Contractors who submit RFP responses.
x Procure any materials, equipment or services specified in this RFP by any other means.
x Determine that no project will be pursued.
x The City reserves the right to inspect the Contractor’s place of business prior to award or at any time
during the contract term or any extension thereof, to determine the Contractor’s capabilities and
qualifications.
1.10. CALIFORNIA'S PUBLIC RECORDS ACT
The City complies with the California Public Records Act, Government Code Section 6250 et seq, Public records
are open to inspection always during the office hours of the state or local agency and every person has a right
to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall
be available for inspection by any person requesting the record after deletion of the portions that are exempted
by law.
Neither an RFP in its entirety, nor proposed prices shall be considered confidential and proprietary.
Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this
RFP are subject to California's Public Records Act. The City 's receipt, review, evaluation or any other act or
omission concerning any such information shall not create an acceptance by the City or any obligation or duty
to prevent the disclosure of any such information except as required by Government Code Section 6253.
Companies who submit information they believe should be exempt from disclosure under the Public
Records Act shall clearly mark each document as confidential, proprietary, or exempt, and state the legal basis
for the exemption with supporting citations to the California Code. Pursuant to California Law, if the information
is requested under the Public Records Act, the City shall make a final determination if any exemption exists for
the City to deny the request and prevent disclosure. The City will withhold such information from public
disclosure under the Public Records Act only if the City determines, in its sole discretion, that there is a legal
basis to do so.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 10 of 60
2. MINIMUM REQUIREMENTS
2.1. BUSINESS LICENSE
A selected Contractor awarded a contract shall be required to obtain a Rancho Cucamonga Business License no
later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected
Contractor must possess and maintain all appropriate licenses/certifications necessary in the performance of
duties required under this RFP and will provide copies of licenses/certifications immediately upon request
throughout the term of the Contract.
2.2. PREVAILING WAGES
Where labor is required for a public work as a part of any requirement covered by this RFP, pursuant to the
provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected
Contractor(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an
exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code
§ 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this RFP that such an
exemption will apply or that prevailing wages will not be required for a scope of work covered by this RFP.
2.3. REPRESENTATIVES
Should a selected Contractor require the services of a third-party to complete the Scope of Services indicated in
this RFP, the awarded Contractor will not assign, transfer, convey or otherwise dispose of the contract or its
right, title, or interest in or to the same, or any part thereof. Any attempt by the awarded Contractor to so
assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no
effect.
The awarded Contractor shall be solely responsible for the satisfactory work performance of all personnel
engaged in performing the Services including Contractor’s subcontractor. All Services shall be performed by the
awarded Contractor or under the awarded Contractor’s direct supervision, and all personnel shall possess the
qualifications, permits, and licenses required by state and local law to perform such services.
The awarded Contractor shall be responsible for payment of all employees’ and subcontractors’ wages and
benefits and shall comply with all requirements pertaining to employer’s liability, workers’ compensation,
unemployment insurance, and Social Security. By its execution of this Agreement, Contractor certifies that it is
aware of the provisions of Section 3700 of the California Labor Code that 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 agrees to comply with such provisions before commencing the performance of the services.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 11 of 60
In case of default by the Contractor, the City may take the following actions which shall include but not be
limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Contractor, or may bill for excess costs so paid, and the prices paid
by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding
of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or
Contractors for delivery, which do not meet specifications, will be for the account of the Contractor.
City Representative:
For the purposes of this Agreement, the contract administrator and City ’s representative shall
be , or such other person as designated in writing by City (“City ’s Representative”). It shall
be the Contractor’s responsibility to assure that City ’s Representative is kept informed of the progress of the
performance of the services, and the Contractor shall refer any decisions that must be made by City-to-City
Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the
approval of the City Representative.
Contractor Representative:
The response to this RFP shall designate the representative of the Contractor authorized to act in its behalf with
respect to the services specified herein and make all decisions in connection therewith (“Contractor’s
Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the
Contractor’s Representative will be a substantial inducement for City to enter into an Agreement with the
Contractor. Therefore, the Contractor’s Representative shall be responsible during the term of any Agreement
for directing all activities of Contractor and devoting enough time to personally supervise the services
hereunder. The successful Contractor may not change the Contractor’s Representative without the prior
written approval of City ’s Representative.
2.4. EMPLOYEE CONDUCT
All Contractor personnel must observe all City regulations in effect at the location where the Services are being
conducted. While on City property, the Contractor’s personnel shall be subject to oversight by City staff. Under
no circumstances shall the Contractor’s or Contractor’s sub-Contractor personnel be deemed as employees of
the City. Contractor or Contractor’s subcontractor personnel shall not represent themselves to be employees
of the City.
Contractor's personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and City employees. The Contractor's personnel shall be required
to work in a pleasant and professional manner with City employees, outside Contractors, and the public.
Nothing contained in this RFP shall be construed as granting the Contractor the sole right to supply personal or
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 12 of 60
contractual services required by the City or without the proper City approval and the issuance of a Purchase
Order.
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS
Completion of this RFP form and its associated Exhibits are a requirement. To be considered responsive and
evaluate RFP responses fairly and completely Contractors must comply with the format and submission
requirements set out in this RFP, and provide all information requested. Failure to comply with this instruction
will deem said RFP response as non-responsive and will not receive further consideration in the evaluation
process.
If only one RFP response is received, the City reserves the right to discard the response, re-bid or proceed with
an RFP review and negotiations.
3.1. COVER LETTER / INTRODUCTION
RFP responses must include a cover letter including the Contractors business name and address of Contractor
and the name, mailing address, and telephone number of the contact person regarding the RFP response. The
cover letter shall condense and highlight the contents of the Contractor’s RFP response to provide the Evaluation
Committee with a broad understanding of the Contractor’s approach, proposal, experience, and staffing. A
signature by an authorized representative must be included on each RFP response. Said signature will be
considered confirmation of the Contractor’s ability and willingness to comply with all provisions stated herein.
3.2. TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your RFP response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers. Each section of the RFP response will be separated
by a title page at the beginning of each section.
3.3. PROJECT UNDERSTANDING AND APPROACH
Outline the Contractor’s understanding of the project and any potential challenges or delays you foresee and
ways to overcome these challenges. Describe the Contractor’s proposed approach to the scope of services listed
in this RFP. Include a full, detailed task breakdown that outlines assumptions and deliverables clearly for each
task. Contractors may include options or enhancements to the scope of work for the City’s consideration.
3.4. QUALIFICATIONS AND EXPERIENCE
To be considered for this project, the Contractor must have a minimum of five (5) years of experience
developing, fully implementing, and/or performing similar Scope of Work. The Contractor shall demonstrate
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 13 of 60
their qualifications, experience, expertise, and capability to perform the requirements of this RFP. Provide an
overview of the Contractor’s qualifications and experience, including.
x The number of years in business, main business focus, locations that will primarily support the project.
x If the Company is involved in any pending litigation that may affect its ability to provide its proposed
solution or ongoing maintenance or support of its products and services.
x A statement as to whether your Company is an individual proprietorship, partnership, corporation, or
private nonprofit Company, and the date your company was formed or incorporated.
x Five projects with a similar scope of work completed within the last five years. Must include the project
scope of work, Contractor’s team members that worked on the project, and timeline of the project
delivery.
x The Contractor shall provide additional information as necessary for the City to consider in the
evaluation of the submitted proposal.
RFP responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper RFP responses will be accepted. RFP responses must include
the information required by this RFP. There is no maximum page limit for this RFP.
3.5. PROJECT TEAM
This section should introduce the key staff that the Company commits to the project. A proposed Organization
Chart shall be included. Submit the resumes of the individuals who will be performing the services for the City.
Resumes shall include the following information:
x Project Role,
x Length of time with the Company,
x Years of Experience,
x Licenses, registrations, and certifications as required by law to perform the Scope of Work described
herein,
x Educational background,
x Experience with the minimum requirements stated herein,
x Work history on similar or like projects with the other municipalities.
3.6. STAFFING LEVELS
The Contractor shall complete and submit Schedule IV, Labor Hours by Month and Job Classification. The
completed Schedule IV shall list the minimum labor hours by Month and Job Classification the Contractor will
provide, if a contract is awarded, to complete the routine services at the frequencies specified herein. Provision
of the minimum number labor hours shall not relieve the Contractor of the responsibility to complete the
regularly scheduled maintenance tasks at the frequencies specified in these specifications.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 14 of 60
“Extra work” projects shall require the assignment of additional staff. Staff assigned to “extra work” projects
shall not be counted toward the minimum labor hours proposed for the routine, cyclical, services.
Failure to submit Schedule IV will be cause to deem the Contractor’s proposal to be non-responsive.
3.7. THIRD-PARTY / SUBCONTRACTORS
If the Contractor intends to subcontract any portion of the work, a detailed list of any subcontractors, partners,
or third-party Contractors who will be involved in the implementation of the proposed services should be
included in this section. Information provided on subcontractors Contractors shall include:
x Description of subcontractor’s role in the project.
x Description of the Contractor’s experience with each of the proposed subcontractors,
x Resumes with the same format as specified above for the key team members of the subcontracting
team,
x Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this RFP.
3.8. PROPOSAL RESPONSE
Under this section Contractors shall provide a full, detailed response to the City ’s Scope of Services listed herein.
Contractors should be as thorough as possible in their response as it may be the only opportunity to convey
information regarding your business, ability, and qualifications to complete the services needed.
3.9. EXHIBITS A THROUGH H
The following named Exhibits A through H are a requirement and must be complete and signed where required.
Exhibits are not to be included in your proposal response. All referenced Exhibits must be submitted in Planet
Bids system under the Response Types, Exhibits A – G and Exhibit H. Failure to comply with this instruction
will deem your RFP submittal as non-responsive.
3.10. NON-DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the City. A signed
“Exhibit A, Conflict of Interest and Non-Disclosure Agreement” included herein must be submitted under the
Planet Bid Response Types, Exhibits A – G.
3.11. PROFESSIONAL SERVICE AGREEMENT
In addition to the acceptance of the City ’s Terms and Conditions, the successful Contractor will be required to
enter into a Professional Services Agreement (“PSA”) with the City, a “Sample” of which is attached in the City
’s bid system for review. All requirements of said PSA must be completed by the successful Contractor and
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 15 of 60
signed by both applicable parties prior to any services being rendered. This RFP sets forth some of the general
provisions which may be included in the final PSA. In submitting a response to this RFP, Contractor will be
deemed to have agreed to each clause unless otherwise indicated in “Exhibit B, Professional Services
Agreement Exceptions Summary” and the City agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary must be submitted in Planet Bids system under the Response Types tab “Exhibits A – G”.
3.12. ACKNOWLEDGEMENT OF INSURANCE
Contractors must meet all insurance requirements as outlined in the Professional Services Agreement. Ability
to comply with said requirements must be indicated with signature of “Exhibit C, Acknowledgement of
Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified”. The
awarded Contractor will be responsible for providing the required Certificates of Insurance and must be the
Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded
Contractor, will not be accepted. The signed Acknowledgement of Insurance must be submitted under the
Planet Bid Response Types, Exhibits A – G.
3.13. ADDENDUM ACKNOWLEDGEMENT
The Contractor shall hereby acknowledge they have received all posted Addendums, if any. It is the Contractor’s
responsibility to log into the Bid System to identify and download the number of addenda that have been
posted. Addenda issued in correspondence to this RFP shall be considered a part of this RFP and shall become
part of any final Contract that may be derived from this RFP. Contractors must indicate their acknowledgement
of any Addendums by way of signature on “Exhibit D, Addendum Acknowledgement” and must be submitted
under the Planet Bid Response Types, Exhibits A – G.
3.14. DEBARMENT AND SUSPENSION
Bidding Contractors must verify by way of signature to “Exhibit E, Contractor Certification Form” that they are
not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with
the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and
12689 (3 CFR part 1989 Comp., p. 235), and that neither Contractor nor any of its proposed subcontractors are
tax delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid
Response Types, Exhibits A – G.
3.15. PARTICIPATION CLAUSE
Contractors shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet
Bid Response Types, Exhibits A – G. This will indicate a Contractors agreement to or not to allow other entities
to utilize the RFP response and awarded contract as a piggyback option.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 16 of 60
3.16. SIGNATURE OF AUTHORITY
“Exhibit G”, Signature of Authority must be submitted under the Planet Bid Response Types, Exhibits A – G.
Unsigned RFP responses will not be accepted. The Signature of Authority declares that the Contractor has
carefully examined the instruction indicated herein including all terms and condition and specifications, and
hereby proposes and agrees, if the Contractors RFP response is accepted, Contractor agrees to furnish all
material in accordance with the instruction and specifications in the time and manner prescribed for the unit
cost amounts set forth in the Contractors RFP response.
3.17. COMPANY REFERENCES
Provide a minimum of four (4) references, preferably with other municipalities in which similar services are
being performed. References must be for work performed or completed within the past three (3) years.
“Exhibit H, Reference Worksheet”, must be complete and uploaded into the Planet Bid system under the
“Response Type” section identified as “Exhibit H”. While the Reference Worksheet accompanies your RFP
response it is not to be discussed in any other area of the RFP response other than the “Response Type, Exhibit
H” in Planet Bids.
3.18. LINE-ITEM PRICING
Line-item pricing for this RFP must be provided directly in the Planet Bids system under the “Line Items” tab.
This pricing is not an estimate and is Company fixed price for each item listed. Contractor’s pricing quotes
outside of the pricing listed in Planet Bids under the “Line Items” tab will not be accepted or considered for
award. Any additional cost required should be noted in the additional cost line item and a summary of the cost
provided in the notes section of the line item. While line-item pricing accompanies your RFP response it is not
to be discussed in any other area of the RFP response other than the “Line Item” tab in Planet Bids. The City
will not be obligated to any estimated pricing or pricing not identified in the “Line Item” tab in Planet Bids.
Failure to provide the required line-Item pricing in the required format will cause Contractors RFP response to
be considered as non-responsive and be eliminated from proceeding any further in the process. Any questions
or clarifications regarding how to correctly submit line-Item pricing should be submitted by the “Questions Due”
date and time indicated in the schedule of events.
4. PROJECT DESCRIPTION AND SCOPE OF SERVICES
4.1. PROJECT DESCRIPTION
The scope of work is complete, continuous, consistent, and safe landscape and irrigation maintenance of the
designated areas that are specified herein. During, and at the end of the contract period, all plant material shall
be in a healthy, growing condition and all irrigation systems will be in the proper state of repair and adjustment.
The Contractor shall provide all equipment, labor, and materials necessary for performing landscape and
irrigation maintenance according to the specifications herein.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 17 of 60
The intent and purpose of this agreement is to provide a level of maintenance to the areas such that each will
present a safe, pleasing, and desirable appearance within the limitations of the contracted service levels. The
Contractor agrees to maintain all the designated areas covered by this Agreement at such levels. The Public
Works Services Director, or their designated representative, shall be the sole judge as to the adequacy and
quality of maintenance.
The work shall be done in accordance with City Standard Plans and “The ‘Green Book’ Standard Specifications
for Public Works Construction” 2021 edition including subsequent amendments, supplements and/or additions.
Copies are available from the publisher, Building News, Incorporated, 1612 So. Clementine Street, Anaheim,
California, 92802, telephone (714) 517-0970.
Where the Public Works Services Director is mentioned in these Special Provisions, it shall be noted that their
designated representative may act in their behalf regarding administration of this agreement.
4.2. SCOPE OF SERVICES
4.2.1. EXAMINATION OF PLANS, SPECIFICATION, AND SITE OF WORK
Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other
contract documents, and by any other means as they may believe necessary, as to the actual physical conditions,
requirements and difficulties under which the work must be performed. No bidder shall at any time after
submission of a proposal make any claim or assertion that there was any misunderstanding or lack of
information regarding the nature or amount of work necessary for the satisfactory completion of the job. Any
errors, omissions, or discrepancies found in the specifications, or other contract documents shall be called to
the attention of the City and clarified prior to the submission of proposals.
4.2.2. CONTRACTOR’S LICENSE
Contractor shall possess any and all Contractor’s licenses, in form and class as required by any and all applicable
laws with respect to any and all of the work to be performed under this contract; including, but not limited to,
a Class A (General Engineering Contractor) or a Class C-27 (Landscape Contractor); in accordance with the
provisions of the Contractor's License Law (California Business and Professions Code, Section 7000, et. seq.) and
rules and regulations adopted pursuant thereto at the time this contract is awarded.
4.2.3. COMPETENCY OF CONTRACTOR
The bidder shall be licensed under the provisions of Division 3, Chapter 9 of the Business and Professions Code
of the State of California to do the type of work contemplated in the contract and shall be skilled and regularly
engaged in the general class or type of work called for under this contract.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 18 of 60
4.2.4. CONTRACT TERM
The Contract Term shall be from the date of mutual execution and shall remain in full force through June 30,
2026. Parties to any contract resulting from this RFP shall have the option to renew the Contract Term in one
(1) year increments up to a total of six (6) additional years.
4.2.5. BONDS
If a contract is awarded, the Contractor shall furnish a Labor and Materials Bond in a sum equal to 100% of the
contract price, as required by the provisions of Section 9554 of the California Civil Code.
4.2.6. SUPERVISION AND STAFF
The Contractor shall assign an account manager to be on site each working day, working regular working hours,
for the duration of this contract. Regular working hours for the purposes of this section regarding the account
manager shall be Monday through Friday for eight hours per day dedicated to this contract. The Contractor and
his staff shall have skills, expertise, and experience in arboriculture, turf management, pest control, soils,
fertilizers, plant identification and irrigation systems maintenance. The account manager must be fluent in the
English language. The account manager shall be thoroughly knowledgeable of the provisions of this contract.
4.2.7. PREVAILING WAGE
Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter
1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages
for work of a similar character in the locality in which the public work is performed, and not less than the general
prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department
of Industrial Relations of the State of California is required to and has determined such general prevailing rates
of per diem wages.
This contract is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
For all new contracts awarded on or after April 1, 2015, the Contractors and subcontractors shall furnish
electronic certified payroll records to the Labor Commissioner.
Each Contractor or Subcontractor shall preserve his weekly payroll records for a period of three (3) years. The
payroll records shall set out accurately and completely the name, address, social security number, occupational
classification, and hourly wage rate of each employee, hours worked by him during the payroll period, and full
weekly wages earned by him, any deductions made from such weekly wages, and the actual weekly wages paid
to him.
Such payroll records shall be made available for inspection by the City or its authorized representatives.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 19 of 60
In addition to the foregoing payroll reporting and retention requirements, the Contractor and each of his
subcontractors shall prepare payrolls on forms prescribed and in accordance with instructions furnished by the
City. The Contractor shall deliver to the City a certified and legible copy of each payroll with the routine monthly
invoices.
Payment will not be made prior to the submission to the City of certified payrolls prepared in accordance with
Labor Code section 1776.
4.2.8. COMMUNICATIONS
The Contractor shall provide a cellular telephone to each account manager. Each account manager shall always
carry the telephone on their person during the workday for communication with the City representative. Each
account manager shall be on call 24 hours per day, seven days per week, for emergencies within the contract
areas.
4.2.9. NON-RESPONSIVENESS OF CONTRACTOR
Failure of the Contractor or the account managers to respond immediately (within 1 hour) to the telephone
notification by the Public Works Services Director of an emergency condition, or failure of the Contractor to
respond within two days of written notification by the Public Works Services Director or their representative,
shall give the Public Works Services Director the right to cause necessary work to be performed by City crews,
or other Contractors and any costs incurred in so doing shall be deducted from the payment for the month in
which the work was performed.
4.2.10. SERVICE LEVELS
Now, or in the future, the City may have severe budget constraints within one or more of the funding sources
to which this Contract applies. As a result, and at any time, the City may choose to contract for maintenance of
the affected sites at less than the originally contracted service level for any, or all landscape services as described
herein. Adjustments to the service level may apply to all sites covered by the contract, or a subset thereof, as
needed to meet budgetary constraints. The City will notify the Contractor in writing fifteen (15) calendar days
prior to service level adjustments.
4.2.11. SCHEDULING OF WORK
The Contractor shall accomplish all normal landscape maintenance required under this contract between the
hours of 7:00 a.m. and 4:30 p.m., Monday through Friday. Exceptions may be made to normal working hours,
where incidence of use may be too great during the hours specified to allow for proper maintenance. The Public
Works Services Director or their representative may grant, on an individual basis, permission to perform
contract maintenance at other hours including weekends. No maintenance functions that generate excessive
noise that would cause annoyance to residents of the area shall commence before 8:00 a.m. Monday through
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 20 of 60
Saturday and 9:00 am on Sundays. Unless otherwise specified by the Public Works Services Director, the
Contractor shall supply the City with a bi-weekly schedule of routine work (the Maintenance Schedule Chart) to
be followed in the performance of any work required by these specifications. Said schedule shall be submitted
by the Contractor five working days prior to the start date listed on the schedule. Any changes in scheduling
shall be immediately reported, in writing, to the Public Works Services Director.
The Public Works Services Director will be notified in writing at least 24 hours in advance of each start date of
non-routine maintenance operations including, but not limited to, fertilization, chemical application and tree
pruning.
4.2.12. UNDERGROUND SERVICE ALERT
The Contractor shall comply with the requirements of Assembly Bill 73. The law states that, "every person
planning to conduct any excavation is required to contract a regional notification center at least 2 working days
prior to excavation." Assembly Bill 73 defines excavation as, "any operation in which earth, rock, or other
material in the ground is moved, removed, or otherwise displaced by means of tools, equipment, or explosives
in any of the following ways: grading, trenching, digging, ditching, drilling, auguring, tunneling, scraping, cable
or pipe lowing and driving, or any other way." The Contractor shall assume all liability incurred from any type
of excavation performed at the worksite.
4.2.13. MEASUREMENT AND PAYMENT
a) The Contractor will be paid monthly based upon the unit cost and lump sum amounts listed in the cost
proposal.
b) The unit and lump sum prices to be paid shall be full compensation for the items of work and all
appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals.
c) Unless specifically excluded herein, payment for all items of work, including, but not limited to, the work
listed in section 4.26, Routine Maintenance, shall be included in the proposed price for the following line
items dependent on the contracted service level for each site:
a. Continuous Park Maintenance at Service Level B for Groundcover
b. Continuous Park Maintenance at Service Level B for Turf
c. Continuous Park Maintenance at Service Level B for Hardscape
d. Continuous Park Maintenance at Service Level B for Mulchscape
e. Continuous Park Maintenance at Service Level C for Groundcover
f. Continuous Park Maintenance at Service Level C for Turf
g. Continuous Park Maintenance at Service Level C for Hardscape
h. Continuous Park Maintenance at Service Level C for Mulchscape
i. Continuous Park Maintenance at Service Level D for Groundcover
j. Continuous Park Maintenance at Service Level D for Turf
k. Continuous Park Maintenance at Service Level D for Hardscape
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 21 of 60
l. Continuous Park Maintenance at Service Level D for Mulchscape
d) The Estimated Annual Quantity given in the proposal is approximate, being given as a basis for the
comparison of bids only, and the City does not, expressly or by implication, agree that the actual amount
of work will correspond therewith, but reserves the right to increase or decrease the amount of any class
or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by
the Public Works Services Director.
e) Whenever the Contractor is required to perform work or furnish equipment, labor, tools, and materials
of any class for which no price is fixed in the Proposal, it shall be understood that such work, equipment,
labor, tools, and material shall be provided without extra charge, allowance, or direct payment of any
kind. The cost of performing such work or furnishing such equipment, labor, tools, and materials shall
be included in the unit bid prices in the proposal and no additional compensation will be made,
therefore.
f) On or about the first day of each month, the Contractor shall present an invoice for the previous month
for the contracted monthly amount. The invoice shall include the account number for each and the
purchase order number for this contract.
g) Included with the monthly and/or material invoices will be notations of the routine work functions
accomplished during that period that occur on frequencies greater than one month, e.g. quarterly or
semi-annually, such as fertilization in accordance with Schedule I, chemical application. The quantity
invoiced and paid shall be the total square feet shown in the Bid except that the Public Works Services
Director shall have the right to increase or decrease the total quantity based upon documented field
measurements.
h) The Public Works Services Director will make payment monthly after verification of completion. Sites
which, in the opinion of the Public Works Services Director, have not been maintained in accordance
with the Contract Special Provisions will be deducted from the monthly payment in accordance with
section 4.15, Deductions.
i) Extra work shall be separately invoiced in accordance with the hourly rates and unit prices provided in
the supplementary "Extra Work Schedule" of the contract bid.
j) Draft extra work reports per Maintenance District should be delivered to the Public Works Services
Director prior to invoice preparation. The purpose of which is to expedite the invoicing and payment
process, and to approve the work for completion and payment.
4.2.14. DEDUCTIONS
Deductions from monthly payments shall be divided into three categories: Performance on Schedule, Deficient
Performance and Non-Performance.
Payment deductions shall not be construed a penalty but as adjustment of payment to the Contractor for only
the work performed, or as the cost to the City for inspection and other related costs from failure of the
Contractor to complete the work according to schedule.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 22 of 60
a) Performance on schedule
Failure of the Contractor to timely perform will result in additional inspection and administrative costs
being incurred by the City.
The sum of One Hundred Dollars ($100.00) per site may be deducted from payments to the Contractor
for each calendar day where an item of work is not completed in accordance with the bi-weekly schedule
submitted pursuant to Section 4.12. This deduction applies individually to each scheduled task or subtask
listed herein that is not completed in accordance with the bi-weekly schedule.
The maximum deduction per month for “Performance on Schedule” shall be equal to fifty percent (50%)
of the total monthly contract price for routine maintenance.
Deductions for “Performance on Schedule” are, at the City’s option, in addition to or in lieu of other
remedies provided herein.
b) Deficient Performance
Level of Maintenance: In the judgment of the City, if the level of maintenance is less than that specified
herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold
appropriate payment from the Contractor until services are rendered in accordance with specifications
set forth within this document.
The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient
work has not been completed, payment for subject deficiency shall be deducted during the current
billing period and shall continue to be deducted in subsequent billing periods until deficiency is
corrected, without right to retroactive payments. The amount to be withheld per deficient site shall be
the amount paid for the entire site.
Minimum Manpower: Failure of the Contractor to comply with minimum required manpower, as listed
in Schedule IV, Tables 1, 2, 3, and 4 submitted with the proposal, shall result in a deficiency deduction.
The deduction shall be calculated by the following formula:
(Labor Hours Proposed - Labor Hours Provided) ÷ Labor Hours Provided × Monthly Rate = Deduction
Example:
Labor Hours Proposed: 100
Labor Hours Provided: 80
Monthly Rate: $1,000
(100-80) ÷ 100 × $1,000 = $200 Deduction
Other deficiencies: Examples include, but are not limited to, failure to comply with conditions,
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 23 of 60
specifications, reports, schedules and/or directives from the Public Works Services Director. Any such
deficiency will result in a deficiency deduction of One Hundred Dollars ($100.00) per instance per
working day.
The maximum cumulative deduction per month for “Deficient Performance” shall be equal to the sum
of the monthly fees for all locations.
Deductions for “Deficient Performance” are, at the City’s option, in addition to or in lieu of other
remedies provided herein.
c) Non-Performance
Schedules: Failure to provide bi-weekly schedules in compliance with the contract specifications may
result in a deficiency deduction of fifty Dollars ($50) per calendar day.
Reports: Failure to provide reports in compliance with the contract specifications may result in a
deficiency deduction of fifty Dollars ($50) per calendar day.
Notifications: Failure to provide notifications to in compliance with the Contract Specifications may
result in a deficiency deduction of One Thousand Dollars ($1,000) per instance.
4.2.15. DEFICIENT PERFORMANCE – NOTIFICATION AND CORRECTIVE ACTION
a) The Contractor shall be notified both verbally and in writing, each time its performance is unsatisfactory
and corrective action is necessary.
b) Upon notification of deficient performance, the Contractor will be immediately subject to the deductions
listed in Section 4.15. Deductions.
c) The Contractor shall complete corrective action within the following time frames following notification:
a. Weekly Duties
i. Deficient performance of Weekly Duties shall be corrected during the first working day
following notification of deficiency.
ii. If corrective work is completed during the first working day following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
b. Bi-Weekly Duties
i. Deficient performance of Bi-Weekly Duties shall be corrected within two working days
following notification of deficiency.
ii. If corrective work is completed within two working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
c. Monthly Duties
i. Deficient performance of Monthly Duties shall be corrected within four working days
following notification of deficiency.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 24 of 60
ii. If corrective work is completed within four working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
d. Bi-Monthly Duties
i. Deficient performance of Bi-Monthly Duties shall be corrected within eight working days
following notification of deficiency.
ii. If corrective work is completed within eight working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
e. Quarterly, Semi-Annual, and Annual Duties
i. Deficient performance of Quarterly, Semi-Annual, and Annual Duties shall be corrected
within ten working days following notification of deficiency.
ii. If corrective work is completed within ten working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
4.2.16. WORK SITES
x Bear Gulch Park: 9094 Arrow Route
x Beryl Park East: 6524 Beryl Street
x Beryl Park West: 6501 Carnelian Street
x Church Street Park: 10190 Church Street
x Golden Oak Park: 9345 Golden Oak Road
x Hermosa Park: 6787 Hermosa Avenue
x Old Town Park: 10033 Feron Boulevard
Reference is also made to the maps included in Appendix B.
4.2.17. ADDITIONS
During the term of the contract, landscapes may be added to or deleted from this contract. In addition, sites
may be modified, or the landscape area audited, and the inventory adjusted accordingly. The Contractor will be
given no less than fifteen (15) calendar days’ notice prior to any changes to the inventory and pay quantities.
Further, the Contractor may have the option of accompanying the City inspector on final inspection, prior to
acceptance of the site, to comment about the condition of the site. Payment shall be adjusted based on the
unit costs listed in the proposal.
4.2.18. QUALITY OF WORK
All work shall be performed in accordance with the service level for which the work is contracted, and the best
irrigation and landscape maintenance practices shall be implemented to provide aesthetically pleasing, healthy
and safe parkways, paseos and medians. The Public Works Services Director or his representative shall be the
sole judge as to the adequacy and quality of maintenance.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 25 of 60
All materials, equipment and supplies used to repair and maintain devises and materials pursuant to the
specifications for LANDSCAPE AND IRRIGATION MAINTENANCE FOR LMD 1 PARKS shall meet current City
standards for the individual landscape sites.
4.2.19. INSPECTIONS
Scheduled on a specific day of the week and on a semi-monthly basis during the middle of the month, the
Contractor or their representative will walk and/or drive the project with the Public Works Services Director or
their representative for the purpose of determining compliance with the specifications or to discuss required
work. Any specific problem area which does not meet the conditions of the specifications set forth herein shall
be called to the attention of the Contractor and, if not corrected within the timeframes listed in section 4.16(c),
shall be deducted in accordance with Section 4-15, Deductions.
4.2.20. REPLACEMENT OF LANDSCAPE MATERIALS & CITY PROPERTY
The Contractor shall be responsible for replacement of dead plants, City property, and any other items deemed
necessary due to Contractor negligence. This includes (but is not limited to) trees, shrubs, and turf damaged by
untrained or negligent equipment operators, fencing damaged by mower operator negligence, or the failure of
the Contractor to provide water to plant material. This includes sites where the irrigation cannot be repaired
in a reasonable amount of time even in circumstances beyond the Contractor’s control. If the irrigation cannot
be repaired in a reasonable amount of time and it is out the Contractor’s control, then the Contractor shall use
alternative irrigation methods including but not limited to a water tender, station masters, renting hydrant
meters, etc. This type of temporary alternative irrigation shall be approved and paid as an extra by the City.
4.2.21. UTILITY BILLS
The City shall bear all the costs for water and electricity used on the sites covered by this contract as billed on
the regular monthly invoices received by the City from the utility agencies.
4.2.22. CONFORMING TO STATE AND FEDERAL GUIDELINES FOR STORMWATER POLLUTION PREVENTION
State and Federal guidelines for storm water pollution prevention are known as Best Management Practices
(BMP’s). These practices will help reduce groundwater contamination and pollution to our wetlands, beaches,
and coastlines. Since Landscaping can and does contribute to storm water pollution, BMP guidelines taken from
the California Storm Water Quality Association’s Handbook are provided for the Contractor’s reference. In
addition, these BMPs shall be reviewed with any new employee before he begins work in the field, and with all
crews on at least an annual basis. (See Appendix C)
4.2.23. PERMITS
Prior to the start of any work, the Contractor shall obtain the applicable City permits and plan for City
inspections. The City will issue the permits at no charge to the Contractor. The Contractor and all subcontractors
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 26 of 60
shall each obtain a City business license and shall be licensed in accordance with State Business and Professions
Code. The Contractor shall also obtain all other permits, licenses, inspections, certificates, or authorizations
required by any governing body or entity.
4.3. WORK AREA TRAFFIC CONTROL
4.3.1. TRAFFIC CONTROL PERMIT
The Contractor shall prepare a permit application for street CLOSURE AND SHALL ATTACH TWO COPIES OF THE
PROPOSED TRAFFIC CONTROL signing, barricading and/or detour routing. The permit application and
accompanying attachments shall be reviewed by the City Traffic Engineer. Upon the Traffic Engineer's approval,
a no-fee Street Closure Permit shall be issued. No Street Closure, Lane Closure, Detour or other work requiring
traffic control shall commence prior to issuance of said permit.
4.3.2. SIGNS, BARRICADES, AND DELINEATORS
The Contractor shall provide and install barricades, delineators, warning devices and construction signs in
accordance with the current California Joint Utility Traffic Control Manual (CJUTCM) published by the California
Inter- Utility Coordinating Committee, the Work Area Traffic Control Handbook (WATCH) and the current
Caltrans Manual of Traffic Controls for Construction and Maintenance Work Zones unless otherwise approved
by the Engineer. During adverse weather or unusual traffic or working conditions additional traffic devices shall
be placed as directed by the Engineer.
4.3.3. TRAINING
Upon award of the contract and before work can begin within the public right-of-way, the Contractor shall
provide written proof of work zone safety training of all supervisory staff. The Contractor will be responsible
for all work zone safety inspections and regular training of all staff setting up any traffic control.
4.3.4. ROUTINE MAINTENANCE
See section 4-14 for information on payment for routine maintenance tasks not listed on the cost proposal
sheet.
4.3.5. TURF MAINTENANCE
a) Mowing
The Contractor shall use mulching-type mowers that are approved prior to use by the Public Works Services
Director. An example of the completed work done by each mulching mower must be presented for approval
to the Public Works Services Director. Regardless of the season, the mowing height of tall fescue shall be 2 ½
to 3” unless directed otherwise by the Public Works Services Director. All equipment shall be well maintained,
adjusted properly, and blades shall always be kept sharp.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 27 of 60
All turf and adjacent hardscape areas are required to present a neat, clean, and relatively debris free
appearance upon the completion of the mowing project for the day. Since this contract requires the use of
mulching type mowers, this may require that accumulated debris including leaves, trash, tree bark, branches,
twigs, etc. be removed from the turf and surrounding hardscape areas prior to mowing.
Mowing dates shall be set on the Maintenance Schedule Chart to provide the required number of mowings
per year. Work shall be performed on the same day each week. Mowing days will be coordinated with the
City so that, if possible, mowing occurs 1 day prior to street sweeping. Street sweeper schedules will be
provided to the Contractor by the City Representative upon request. All mowing missed due to inclement
weather shall be rescheduled within 3 working days on the weekly schedule and within 7 days on the biweekly
schedule. If weather or ground conditions persist, the Public Works Services Director may change the annual
schedule to allow fewer than the required number of mowings per year.
Mowing Frequency
Service Level B - All turf areas shall be mowed once per week during the period of March 1st through
October 31st; and as required during the period November 1st through February 28th
(February 29th in leap years).
Service Level C - All turf areas shall be mowed every other week during the period of March 1st through
October 31st; and as required during the period November 1st through February 28th
(February 29th in leap years).
Service Level D - All turf areas shall be mowed once per month throughout the year.
b) Edging
All turf grass borders including but not limited to valve boxes, curbs, mow curbs, pads, headers, turf and
planter interfaces without headers, sidewalks, and tree wells, shall be neatly and uniformly edged
concurrently with every mowing. Mechanical methods shall be used except where physically not possible or
practical. Tree wells and valve boxes in turf areas shall be trimmed concurrently with each mowing. Trimming
shall be done in a manner to prevent any damage to the tree trunk. "Arbor-Guards" or approved equal shall
be kept in place at all times on all tree trunks 4” in diameter or less within turf areas. Bare-soil tree wells are
required in all turf areas and shall be maintained by chemical, not mechanical means.
Edging Frequency
Service Level B - Concurrent with mowing, the Contractor shall edge all turf grass borders once per week
during the period of March 1st through October 31st; and as required during the period
November 1st through February 28th (February 29th in leap years). In addition, an edger
with a metal blade will be required for use on all turf grass borders at least once per
month during the period of March 1st through October 31st.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 28 of 60
Service Level C - Concurrent with mowing, the Contractor shall edge all turf grass borders every other
week during the period of March 1st through October 31st; and as required during the
period November 1st through February 28th (February 29th in leap years). An edger with
a metal blade will not be required as part of the turf maintenance program at Service
Level C.
Service Level D - Concurrent with mowing, the Contractor shall edge all turf grass borders once per month
throughout the year. An edger with a metal blade will not be required as part of the turf
maintenance program at Service Level D.
c) Fertilization
Fertilizer shall be applied in such a manner as to insure uniform coverage with minimum overlap. Turf shall
be free of moisture at the time of application. Application of the fertilizer shall be done in sections coinciding
with the areas covered by the timing stations on the automatic controllers in order that the soil may be
thoroughly moistened immediately after the broadcast of fertilizer.
All damages resulting from the use of unauthorized fertilizers or improper watering after fertilization shall be
repaired or replaced at the expense of the Contractor.
Fertilization Frequency
Service Level B - The Contractor shall fertilize all turf areas in accordance with Schedule I.
Service Level C - The Contractor shall fertilize all turf areas in accordance with Schedule I.
Service Level D - Fertilization of turf areas is not required as part of routine maintenance.
The City may request fertilization in addition to the above-described work. Any additional fertilization
requested requires written pre-authorization by the Public Works Director or his agent and will be paid as
extra work.
d) Aeration
Aeration Frequency
Service Level B - The Contractor shall not be required to aerate turf areas.
Service Level C - The Contractor shall not be required to aerate turf areas.
Service Level D - The Contractor shall not be required to aerate turf areas.
e) Overseeding (Overseeding requires written pre-authorization by the Public Works Director or his agent
and will be paid as extra work.)
All overseeding shall be done with a seed type or blend approved by the Public Works Services Director. The
Contractor shall over seed where needed in such a manner as to insure uniform growth with minimum bare
areas. One month prior to overseeding, the Contractor shall notify the Public Works Services Director for
approval of scope of work.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 29 of 60
Overseeding will be scheduled either in early fall or early spring. Fertilization and overseeding will be
concurrently applied.
Prior to overseeding, the area will be dethatched as required.
Grass seed shall be applied at the rate specified on the label for the type of seed being used. Seed quality
shall meet the following criteria: Minimum purity shall be 98% weed free for all grasses; minimum
germination rate shall be 85% for all grasses; no seed shall be applied without prior verification of seed mix
and quality by the Public Works Services Director.
Once seed has been applied, the Contractor shall firm the soil and cover the seed with a high-quality compost
top dressing to prevent erosion and reduce evaporation of soil moisture.
Pre-emergent herbicide applications shall be applied no sooner than three (3) mowings following seed
germination. Overseeding shall not be done within at least four months of any pre-emergent herbicide
application or as directed on the pesticide label – whichever length of time is greater.
4.3.6. SHRUB, GROUNDCOVER, DECOMPOSED GRANITE (DG) AND VINE MAINTENANCE
4.3.6.1. SHRUB MAINTENANCE
Note: Shrub maintenance shall be performed at the service level for which ground cover maintenance is
contracted. Payment for shrub maintenance shall be included in the price proposed for groundcover
maintenance.
All shrubs growing in the work areas shall be pruned, as specified herein, to consistently maintain plants in a
healthy, growing condition, and to maintain plant growth within reasonable bounds to prevent encroachment
of passageways, walks, adjacent properties, streets, view of signs, traffic or in any manner deemed
objectionable by the Public Works Services Director. Dead or damaged limbs or branches shall be removed
immediately, and all pruning cuts shall be made cleanly with sharp pruning tools, with no projections or stubs
remaining.
Shrub Maintenance Frequency
Service Level B - The Contractor shall shear all shrubs as often as required such that each shrub is attractive
and neat without encroaching upon any adjacent improved area, street, or sidewalk, or
otherwise becoming a public hazard. Shearing shall be done in a manner to permit plants
to grow in accordance with their natural growth characteristics. Shrubs shall not be
individualized and/or sheared into “boxed,” “balled” or any other unnatural shapes.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 30 of 60
The Contractor shall fertilize the entire shrub planter once per year using 15-15-15 with
trace elements or approved equal. All other applications that may be requested by the
Public Works Director shall be paid as extra work. Fertilization periods shall be recorded
on the Maintenance Schedule Chart.
Service Level C - The Contractor shall shear all shrubs two times per year in the spring and fall such that
each shrub is attractive and neat without encroaching upon any adjacent improved area,
street, or sidewalk, or otherwise becoming a public hazard. Shearing shall be done in a
manner to permit plants to grow in accordance with their natural growth characteristics.
Shrubs shall not be individualized and/or sheared into “boxed,” “balled” or any other
unnatural shapes.
The Contractor shall not be required to fertilize shrubs at “C” level.
Service Level D - The Contractor shall shear all shrubs one time per year in the fall or whenever the City
Public Works Director (or his agent) deems the shrub to be a hazard. Shrubs shall be
trimmed such that each shrub is attractive and neat without encroaching upon any
adjacent improved area, street, or sidewalk, or otherwise becoming a public hazard.
Shearing shall be done in a manner to permit plants to grow in accordance with their
natural growth characteristics. Shrubs shall not be individualized and/or sheared into
“boxed,” “balled” or any other unnatural shapes.
The Contractor shall not be required to fertilize shrubs at “D” level.
4.3.6.2. GROUND COVER MAINTENANCE
Trim ground cover adjacent to any hardscape, structure, fixture, plant, or other area into which it should not
encroach including, but not limited to, walks, walls, curbs, mow curbs and fences as required for general
containment to present a neat, clean appearance of the planter and surrounding hardscapes within the
landscape site.
All sidewalks, mow curbs, boxes, etc. shall be edged completely with all remaining soil, groundcover and other
debris removed completely off these surfaces. A flat shovel will often be required to conform with this
specification.
Any paper, litter, or other debris including, but not limited to, excessive pine needles or leaf litter, large rocks,
or anything else that accumulates in ground cover areas, shall be picked up concurrent with trimming.
Keep ground cover trimmed back from all controller units, valve boxes, quick couplers, or other appurtenances
or fixtures. Do not allow ground covers to grow up trees, into shrubs, or on structures or walls. Keep it trimmed
back approximately 4 inches from structures or walls. Coordinate trimming around base of shrubs/trees with
the City Representative.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 31 of 60
Bare soil areas shall be replanted, composted, or wood chipped as directed. Coordinate replanting/chipping
with the City Representative. The Contractor shall pay the costs to replant/mulch bare soil areas caused by
Contractor negligence. Negligence includes (but is not limited to) the failure to provide water to sites that
cannot be repaired in a reasonable amount of time due to circumstances beyond the control of the Contractor.
Groundcover Maintenance Frequency
Service Level B - The Contractor shall on a monthly basis trim ground cover adjacent to any hardscape,
structure, fixture, plant or other area into which it should not encroach.
The Contractor shall on a bi-weekly basis clean any accumulated debris and trash from all
ground cover areas.
The Contractor shall fertilize 100% of all ground cover areas once per year in the spring
with 15-15-15 or approved equal. All other applications that may be requested by the
Public Works Director shall be paid as extra work. Fertilization periods shall be recorded
on the Maintenance Schedule Chart.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
The Contractor shall mechanically "bowl", as often as is required, around all irrigation
heads that are blocked by ground cover.
Service Level C - The Contractor shall on a bi-monthly basis trim all ground cover adjacent to any
hardscape, structure, fixture, plant, or other area into which it should not encroach.
The Contractor shall on a bi-weekly schedule clean any accumulated debris and trash from
all ground cover areas.
The Contractor shall not be required to fertilize ground cover.
The Contractor shall at the direction of the Public Works Services Director, mow, or
otherwise lower, to a height of three inches all ground cover that is a fire hazard.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
The Contractor shall mechanically or chemically "bowl" as often as is required around
each irrigation head that is blocked by ground cover.
Service Level D - The Contractor shall on a monthly basis trim all ground cover adjacent to any hardscape,
structure, fixture, plant or other area into which it should not encroach.
The Contractor shall on a monthly schedule clean any accumulated debris and trash from
all ground cover areas.
The Contractor shall not be required to fertilize ground cover.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 32 of 60
4.3.6.3. DECOMPOSED GRANITE (DG)
To reduce water use, maintenance, and run-off; some areas within this contract may currently (or in the future)
contain relatively small areas of DG as a landscape element. These relatively low maintenance areas are
contained within the landscape and do not include equestrian and walking trails. DG areas shall be inventoried
and paid at the same monthly unit cost as groundcover.
Any paper, litter, rocks, trash, or other debris that accumulates in these DG areas shall be picked up at the
frequencies specified in Section 4.26.5, Debris and Trash Removal.
The Contractor shall provide complete and continuous control and/or eradication of all weeds, roots, suckers,
and pests. Pests include, but are not limited to insects, other invertebrates, and rodents. Pests may be
controlled by mechanical means as well as with chemicals.
The Contractor shall provide maintenance of all non-trail DG surfaces within the landscape at no additional cost
to the City. Maintenance shall include but will not be limited to filling and compacting low areas, ruts, washed-
out areas, vandalized areas, and any other area deemed hazardous.
Maintenance shall include not only the repairs but shall also include the removal of eroded or contaminated DG
materials from sidewalks, drains, curbs, gutters, cobble, turf areas, planters, and any other areas where the DG
does not belong. Eroded DG materials shall not be re-used in the trails or landscape and these materials shall
be disposed of off-site at no additional cost to the City.
Surface repair materials shall be clean and uncontaminated stabilized California Gold DG maintained at Header,
sidewalk, and curb height. DG is available from Gail Materials in Corona, CA Phone no. (951) 667-6106.
Submittal of all DG materials to the Public Works Services Director (or his agent) is required prior to any and all
surface repairs. Materials placed without prior approval that do not meet City specifications will be removed
and replaced at the expense of the Contractor.
Proper placement will require good preparation, wetting and compaction. DG shall be placed, wetted, and
compacted at no more than 2” of lift at a time. In some cases, an additional lift may be required for the repair.
Remove rocks, debris and loose materials and grade smooth. For each 2” of lift, spread the material over the
area and grade level and smooth. Take the time necessary to thoroughly water the entire area to ensure the
entire depth and profile is moist. Use a shovel to confirm moisture depth. Once properly wetted, roll, vibra-
plate, or tamp the surface and allow enough time to dry. The surface shall be flush with all curbs, walks, headers
and drains. In some instances, it may be necessary to build the material ¼” higher than the hardscapes to
promote proper drainage.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 33 of 60
Decomposed Granite Surface Repair Frequency
Service Level B - Surface repairs shall be performed in May when the rainy season has ended, or when it
has been determined by the Public Works Services Director (or his agent) that there is an
immediate safety hazard. The off-site removal and disposal of eroded DG materials shall
be complete and continuous as required.
Service Level C - Except for the removal of eroded materials, surface repairs will be completed by City
crews. The off-site removal and disposal of eroded DG materials shall be performed by
the Contractor completely and continuously as required.
Service Level D - Removal of eroded materials and surface repairs will be completed by City crews.
4.3.6.4. VINE MAINTENANCE
Vines are to be maintained such that they always present a neat appearance and are not a public hazard.
To help prevent vines from falling off the wall, vines are to be trimmed and maintained closely to the wall to
which they are attached.
Vines that are not growing over the top of a wall will not be allowed to grow over the top.
Vines that are growing over the top of a wall will be neatly trimmed on the city side and along the top without
allowing clippings to fall onto the homeowner's side.
Cut as few vines growing over to the homeowner's side as is necessary to achieve a neat appearance on the top
of the wall but attempting not to kill the vines on the homeowner's side. If a homeowner requests that the
City's vines be removed from the homeowner's side, remove them by pulling the vines from the homeowner's
side to the City side and trimming off the excess.
In addition to trimming vines at the top of the wall, vines shall also be trimmed along the bottom of the wall to
prevent them from encroaching into and damaging irrigation, groundcover, hardscapes, trees, shrubs, trails,
and sidewalks.
The Contractor will not remove any vines from the homeowner's side without the homeowner's permission.
The Contractor will reattach to a wall any vines that fall off a wall by using the attachments detailed on City
Standard Plan #510.
Vine Maintenance Frequency
Service Level B - The Contractor shall trim vines twice per year in March and September.
The Contractor shall immediately re-attach to a wall or fence any vines that fall off a wall
by using the attachments required on the construction plans for the site.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 34 of 60
Concurrent with March and September vine trimming, the Contractor shall twice per year
remove vines that grow into undesirable places such as groundcover, hardscapes, trees,
or shrubs.
Service Level C - The Contractor shall trim vines once per year in Fall.
The Contractor shall re-attach to a wall or fence once per year in Fall vines that fall off the
wall by using the attachments required on the construction plans for the site.
The Contractor shall annually, in Fall, remove all vines that grow into undesirable places
such as groundcover, hardscapes, trees or shrubs.
Service Level D - The Contractor shall trim vines once per year in Fall, or whenever the vines present a
public safety hazard.
4.3.6.5. TREE MAINTENANCE
a) All trees in the work site shall be maintained in their natural shapes. Work shall be accomplished in a
manner which will ensure that each individual tree is carefully maintained as described in Appendix A,
Pruning Standards, to promote the health and appearance of the tree. All work shall be of the highest
quality, performed in accordance with the International Society of Arboriculture's (ISA) standards. The
Contractor shall only be responsible for tree pruning as called out herein. Tree work not described herein
will be the responsibility of the City’s Urban Forestry Division and their tree maintenance Contractor.
b) Low branches overhanging park and paseo maintenance driveways, and all streets shall be raised to a
height of thirteen (13) feet above street grade. Low branches overhanging sidewalks and parkways shall
be raised to a height of nine (9) feet above grade. Tree branches overhanging equestrian trails shall be
raised to a height of ten (10) feet.
c) Young trees that need training shall be pruned on a continuing basis as needed. Under no circumstances
will stripping of lower branches (raising up) of young trees be permitted. Lower branches shall be
retained in a "tipped back" or pinched condition with as much foliage as possible to promote
establishment, increased caliper, and a strong tapered trunk. If there are any doubts or questions,
contract the Public Works Services Director or his representative.
d) On all newly planted and unestablished trees (except for palms) Agriform 20-10-5 Plant Tablets (or
approved equal) shall be applied as per the manufacturer's directions. All Date Palms shall be fertilized
in spring and fall with an approved Palm specific fertilizer. Fan Palms shall not be fertilized unless
otherwise directed by the Public Works Director.
e) The Contractor shall bring to the attention of the Public Works Services Director within twenty-four (24)
hours any tree that shows signs of root heaving, leaning, having hanger limbs, or for any reason is a
safety hazard.
f) The City shall bear all costs for the removal and replacement of dead or dying trees unless the need for
removal was due to faulty maintenance or negligence. Faulty maintenance or negligence includes (but
is not limited to) mower and string-trimmer damage. The Contractor, as determined by The Public Works
Services Director, shall replace trees requiring replacement due to faulty maintenance or negligence.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 35 of 60
Replacement shall be made by the Contractor in the kind and size of trees as determined by the Public
Works Services Director. Where there is a difference in value between the trees lost and the
replacement of trees, this difference will be deducted from the contract payment. In all cases, the value
of the trees lost will be determined by the Public Works Services Director using the latest edition of ISA’s
“Guide for Plant Appraisal” written by the Council of Tree and Landscape Appraisers.
g) All trees requiring staking shall always be securely staked with two approved stakes set perpendicular to
prevailing NE winds and secured to the stakes with at least two flexible ties and approved by the Public
Works Services Director. The ties and stakes shall be inspected regularly to ensure against girdling and
abrasion. Stakes shall not be allowed to touch the trunk or any major lateral branches. Therefore,
reducing the height of the stakes may be required to prevent damage. Stakes shall be removed as soon
as it is determined that a tree can stand on its own without support. Should 36-inch box or larger sized
trees need guying, the cost shall be paid by the City.
h) Except for irrigation, debris removal, and fall and spring fertilization, the City shall perform all
maintenance on palm trees within the worksite.
Tree Maintenance Frequency
Service Level B - Low branches overhanging park and paseo maintenance driveways, streets, sidewalks,
parkways, and equestrian trails shall continuously be maintained at the following heights
above grade:
x Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
x Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
x Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
Low hanging tree branches shall be trimmed as required as to not encroach onto shrubs
and surrounding plant materials as well as provide an aesthetically pleasing appearance.
The Contractor shall maintain young trees in a "tipped-back", not stripped, condition.
The Contractor shall maintain the staking for each tree requiring staking in accordance
with the current City tree planting standard.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Service Level C - As often as required for safety purposes, low branches overhanging park and paseo
maintenance driveways, streets, sidewalks, parkways, and equestrian trails shall be raised
to the following heights above grade:
x Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 36 of 60
x Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
x Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
Low hanging tree branches shall be trimmed in Fall as to not encroach onto shrubs and
surrounding plant materials as well as provide an aesthetically pleasing appearance.
hanging tree branches shall be trimmed as required as to not encroach onto shrubs and
surrounding plant materials as well as provide an aesthetically pleasing appearance.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Young trees requiring staking or training shall be reported to the Public Works Services
Director.
Service Level D - As often as required for safety purposes, low branches overhanging park and paseo
maintenance driveways, streets, sidewalks, parkways, and equestrian trails shall be raised
to the following heights above grade:
x Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
x Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
x Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Young trees requiring staking or training shall be reported to the Public Works Services
Director.
4.3.7. IRRIGATION MAINTENANCE
4.3.7.1. GENERAL
a) Irrigation shall be done using automatic sprinkler systems where available and operable. However,
failure of an existing irrigation system to provide full and proper coverage shall not relieve the Contractor
of the responsibility to provide adequate irrigation with full and proper coverage to all areas within the
work site. Providing full and adequate coverage may require hand watering, a station master, a battery
backup, or a water tender. This type of watering may be billed as an extra on a case-by-case basis
depending upon the circumstances. Failure to comply with this specification resulting in loss of plant
material will be subject to the remedies in section 4.21, Replacement of Landscape Materials & City
Property. Field controllers are installed for scheduling. The field controllers communicate with a central
computer to receive daily evapotranspiration data.
b) The irrigation schedule for each controller will be set by the City’s Water Management Team along with
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 37 of 60
regular input from the Contractor's account manager. The elements of the schedule to be set by City
Staff are days of the week to irrigate, start times, finish times, minutes per cycle, soak in times, demand
and percentage of daily evapo-transpiration per station and assignment of stations to programs. These
settings will be done within the guidelines established by the City.
c) The Contractor will be expected to use the absolute minimum amounts of water in all areas required to
maintain healthy plant growth. With regular required Contractor input, the Water Management Team
will adjust the soil depletion numbers and percentages of evapo-transpiration for each station on the
field controller to ensure that the zone covered by each station is not too dry or too wet.
d) The Contractor shall periodically inspect the operation of the systems for any malfunction. The
Contractor shall maintain all sprinkler systems, at no additional cost to the City, in such a way as to
guarantee proper coverage and full working capability; and make whatever adjustments may be
necessary (including raising the sprinkler heads to the proper height) in order to provide proper irrigation
to plants and to prevent excessive runoff into street rights-of-way or other areas not meant to be
irrigated.
e) The periodic inspections may occur more often, but not less frequently than one inspection each week.
No watering shall be done during the day unless approved by the Public Works Services Director. The
Contractor must provide adequate personnel to observe any irrigation system operations during the day.
f) In addition to the weekly inspections, written quarterly irrigation system reports will also be required for
each landscape site in the contract. Reports shall include but are not limited to the following information:
name of inspector, site number, date, recommended schedule changes, recommended upgrades, soil
moisture and depth, repairs made, repairs needed, overall coverage and distribution, and overall
condition of the turf, planters, and trees. Reports shall be attached to the monthly routine billing and
will be required for monthly payment.
g) Sprinkler heads will be kept clear of overgrowth that may obstruct operation. Chemical edging with
herbicides around turf heads will not be permitted. However, an approved plant growth regulator may
be used.
h) Any damages to public or private property resulting from excessive irrigation water or irrigation water
runoff shall be charged against the contract payment unless immediate repairs are made by the
Contractor to the satisfaction of the Public Works Services Director.
i) The centralized irrigation control will be operated by City employees. The field controllers communicate
alerts to the Centralized irrigation control.
4.3.7.2. SHRUB BEDS & PLANTER AREAS
Shrub beds and planter areas shall be irrigated as required, to maintain horticulturally acceptable growth and
color, and to promote deep rooting. Irrigation rates for shrub and planter areas shall be applied in such a
manner as to keep surface runoff at a minimum. The irrigation rates shall be adjusted to the needs of shrub
types, seasons, weather conditions, and water budget.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 38 of 60
4.3.7.3. TURF AREAS
Turf areas shall be irrigated as required to maintain acceptable growth and color. Turf areas shall be maintained
using the least amount of water possible. These low water use specifications will cause some slight stress.
However, if horticultural programs such as regular aerification, correct mower heights, proper fertility, weed
control, and required system maintenance/programming is implemented, the stress should be mild enough for
the turf plants to recover quickly when irrigated. Irrigation shall be applied in such a manner as to reduce runoff
yet provide deep watering to promote deep rooting and improved drought resistance.
4.3.7.4. NEW PLANT MATERIALS
Newly planted trees, shrubs, ground cover and turf shall receive adequate and regular attention until these
plants are established. Adequate water shall be applied to promote normal, healthy growth. Proper berms or
basins shall be maintained during the establishment period. Routine supplemental deep watering either by
quick coupler, water tender, or by the installation of a supplemental irrigation system will be required to avoid
dead plant material as well as the prevention of overwatering established plants located on the same hydro-
zone.
4.3.7.5. REPAIRS AND REPLACEMENT
Routine repairs to irrigation systems such as replacement of wiper seals, worn or broken nozzles, heads and
risers and other routine maintenance shall be completed by the Contractor at no cost to the City. Replaced or
newly installed irrigation heads shall be identical to the heads specified in the approved City Standard Plans
unless otherwise specified by the Public Works Services Director or his representative. Further, any other
irrigation work shall also conform to the current approved City Standard Plans. Any deviation from these plans
is considered a variance and all variances shall be approved in writing by the Public Works Services Director or
his representative prior to the commencement of any work.
Costs of repairs to backflow preventers, pressure lines, valves, irrigation pumps and controllers requires written
pre-authorization by the Public Works Director or his agent and will be paid as extra work. Additionally, costs of
repairs beyond the control of the Contractor such as vandalism, vehicular accidents, acts of nature, or other
events not deemed Contractor negligence shall also be paid as extra work. Any irrigation repairs requested by
the Public Works Services Director (including but not limited to alerts) are required to be expeditiously corrected
within a reasonable amount of time.
4.3.8. PEST CONTROL
The Contractor shall provide complete control and/or eradication of all plant pests and weeds at the frequencies
specified herein. Pests include, but are not limited to, insects, mites, other invertebrates, pathogens,
nematodes, and vertebrates. Pests may be controlled by mechanical means as well as with chemicals. Chemical
controls may include plant growth regulators.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 39 of 60
Annually at the time of contract renewal, the Contractor shall submit a list for approval by the Public Works
Services Director of all chemical pesticides proposed for use under this contract. Attached to the list will be the
current label and safety data sheet (SDS), for each chemical on the list. Additionally, any changes or updates
made to this list shall be supplied to the Public Works Services Director as they are made. Materials included
on this list shall be limited to chemicals approved for use by the State of California Department of Food and
Agriculture. No chemical pesticide shall be applied until its use is approved in writing by the Public Works
Services Director. The application of chemicals shall conform to the current California Department of Food and
Agriculture regulations.
Use of all E.P.A. registered pesticides must be preceded by notification to the Public Works Services Director a
minimum of one week prior to the planned application date. The notification must be in writing and shall include
the pest control advisor's written recommendation and State of California Agriculture Pest Control Advisor
License number. A permit from the County Agricultural Commissioner's office to apply any restricted use
pesticide must be obtained, and a notice of intent shall be filed at least forty-eight (48) hours before applications
with the San Bernardino County Agricultural Commissioner's office as per State and County guidelines.
Only the safest, lowest odor and most environmentally friendly pesticides shall be used whenever possible. In
addition, integrated pest management techniques shall also be used whenever possible, e.g., use of approved
biological, mechanical, or exclusionary control methods.
The Contractor shall select and supply proper materials and licensed personnel and obtain any necessary
permits, licenses, registrations, and pest control advisor recommendations, to comply with City, County, State
or Federal regulations and laws. Copies of all County and State licenses, registrations, and permits required shall
be supplied to the Public Works Services Director on an annual basis. The Contractor will assume responsibility
and liability for the use of all chemicals and their applications.
Spray pattern indicators or dye markers shall not be used anywhere within this contract without the expressed
written consent of the Public Works Services Director.
The Contractor's applicator shall hold a valid Qualified Applicator License or a Certified Commercial Applicator
Certificate, issued by the State of California Department of Food and Agriculture, and be certified, or licensed,
in at least Categories B and C. The Contractor must supply the City with a photocopy of the License or Certificate.
If subcontractors are used for any pesticide applications, photocopies of their License or Certificate, County
Registration and City Business License must be provided.
Pest control advisor recommendations shall be written for all types of chemical applications made in City parks
or rights-of-way. Recommendations shall be written on forms approved by the San Bernardino County
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 40 of 60
Agricultural Commissioner and a copy shall be provided to the Public Works Services Director prior to the
application for his approval. All recommendations shall follow the guidelines set forth by the State and County
Departments of Food and Agriculture, regarding pest control advisor recommendations. Pest control
recommendations are registered by the County for one calendar year in January. Therefore, updated
recommendations shall be submitted every January.
Pesticide application records shall be kept on forms identical to the format provided in Schedule II. A copy of
each application form shall be provided to the City at the time of monthly invoicing.
Additionally, and prior to bid acceptance or contract renewal, the Contractor shall provide to the Public Works
Services Director a schedule outlining a written annual integrated pest management plan describing what
products and/or alternative methods of pest control that will be scheduled each month. This monthly
information shall include:
x The target pest (gophers, grassy weeds, broadleaf weeds, shrub growth, insects, etc.)
x The type of control method to be used (mechanical, chemical, cultural)
x Where the method of control will be used (turf, hardscape, groundcover, mulchscape)
x The name of the product to be used (Roundup Pro, Dimension, Ronstar, etc.)
x The type of product to be used (Pre-emergent, PGR, insecticide, rodenticide, etc.)
x The application rate to be used (lbs. or ozs. per acre or per 1000 sq. ft.)
Pest Control Frequency
Service Level B - Complete and continuous control and/or eradication of all Landscape pests and weeds.
Service Level C - Complete, thorough, and consistent control and eradication of all Landscape pests and
weeds within the landscape every 90 days or whenever the Public Works Services Director
determines that a pest or weed problem has become a public health or safety hazard.
Complete, thorough, and consistent control of weeds shall include the use of pre-
emergent herbicides broadcast over the entire planter area, as well as post emergent
herbicides spot sprayed as required to achieve complete weed control. Complete,
thorough, and consistent weed control utilizing the proper selection and application of
herbicides on schedule, will result in a relatively acceptable level of control for this
reduced service level lasting the entire length of the 90-day period.
Service Level D - Complete, and thorough control and eradication of all Landscape pests and weeds within
the landscape two times per year (Spring and Fall) or whenever the Public Works Services
Director determines that a pest or weed problem has become a public health or safety
hazard. Complete and thorough, control of weeds shall include the use of pre-emergent
herbicides broadcast over the entire planter area, as well as post emergent herbicides
spot sprayed as required to achieve complete weed control.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 41 of 60
4.3.8.1. TRAIL MAINTENANCE
Some sites within the Parks will have trails. Trails are defined as any PVC fencing and/or headers delineating
one or both sides of a decomposed granite (DG) surface and the decomposed granite itself. Trail maintenance
and surface repairs may be required and will be paid as extra work. The scheduling of any trail repairs shall
occur at the direction of the Public Works Services Director. The City will be responsible for all other trail
maintenance within the Parks except for excessive irrigation runoff and encroaching plant material from
Contractor-maintained landscapes; debris caused by landscape maintenance; eroded mulch and soil from
Contractor-maintained sites, broken PVC fencing caused by Contractor negligence; and any other trail
maintenance problem caused by Contractor negligence.
a) All roadways and exercise stations surfaced with decomposed granite shall be maintained in a smooth,
safe, compacted condition.
b) At the City’s expense, decomposed granite shall be imported as necessary to maintain surfaces.
Imported decomposed granite shall meet or exceed the quality of the existing material, have a stabilizing
compound and must be approved by the Public Works Services Director prior to placement.
c) Any significant ruts or trail hazards must be immediately reported to the Public Works Services Director
or his representative.
4.3.8.2. HARDSCAPE MAINTENANCE
Hardscape is all masonry or rock materials on a site from the edge of the asphalt/curb and gutter to the tract
wall – the edge of the asphalt/curb and gutter shall include the crack or void between the asphalt and the
concrete. Hardscape includes features within the landscape such as curbs, mow curbs, cobblestones, concrete
pavers and concrete flowlines and sidewalks. All hardscape is to be maintained within the landscape site
(including sidewalks) at the frequencies listed below. Maintenance shall include keeping the hardscape clean,
debris- and weed free by using whatever approved methods are necessary. Graffiti removal is not required but
known instances of graffiti shall be reported immediately to the City Graffiti Hotline at 909-481-7999. Also, any
spills, stains or damage on the hardscape shall be reported to the Public Works Services Director or his
representative. This contract may or may not have hardscapes listed separately on a site inventory or paid
separately from the turf and groundcover areas. In either case, all hardscapes shall be maintained as part of
the landscape maintenance contract at the same service level as the adjacent landscape.
Service Level B - The Contractor shall on a bi- weekly basis, remove any weeds, trash and debris that
accumulates on the hardscape.
Service Level C - The Contractor shall, on a bi-weekly basis, remove any weeds, trash and or debris that
accumulates on the hardscape.
Service Level D - The Contractor shall, on a monthly basis remove any weeds, trash and or debris that
accumulates on the hardscape.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 42 of 60
4.3.8.3. MULCHSCAPE MAINTENANCE
“Mulchscape” refers to formerly landscaped areas that have been renovated and removed from regular contract
maintenance. These areas will be covered with a layer of composted mulch and/or wood chips and use little or
no water. Any trees growing within the mulchscaped sites will remain after conversion. Additionally, some low-
maintenance shrubs and groundcover may remain whenever practical. Any maintenance on remaining
groundcover or shrubs within the mulchscaped areas may be billed as extra work. Maintenance of these areas
will include the following:
Service Level B - Mulchscaped areas will be consistently maintained on a weekly basis to present a neat
and clean appearance free of trash and accumulated debris.
In May of each year, mulch will be added to all mulchscaped areas as required to restore
the depth of mulch to three inches throughout each mulchscaped site. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
Service Level C - On a bi-weekly basis, mulchscaped areas will be maintained to present a neat and clean
appearance free of trash and accumulated debris.
When specified by the Public Works Services Director, mulch shall be applied by the
Contractor to a depth of no less than three inches and billed as extra work. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
Service Level D - On a monthly basis, mulchscaped areas will be maintained to present a neat and clean
appearance free of trash and accumulated debris.
When specified by the Public Works Services Director, mulch shall be applied by the
Contractor to a depth of no less than three inches and billed as extra work. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
4.3.8.4. SPORTS FIELD MAINTENANCE
Renovations
Sports fields may be renovated annually. Any renovations will be paid as extra work. The scheduling of the
annual renovation process shall occur at the direction of the Public Works Services Director which may change
yearly according to team’s schedules. The fields shall be closed to public access for a period of 8-12 weeks for
the renovation and re-establishment to occur. The field perimeters shall be fenced for this period of time.
The field perimeter shall be enclosed by installing temporary chain-link fencing. The fencing shall be 8 feet in
height and have gated vehicular access to the fields at all parks. Each field shall be gated individually to ensure
non-interference with track use during the renovation period. The chain-link fencing shall be installed and
removed at the Contractor’s expense. Installation and removal dates shall be set by the Public Works Services
Director. All fence failures shall be repaired immediately at the Contractor’s expense.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 43 of 60
4.3.8.5. PLAYGROUND MAINTENANCE
Playground Inspections
Routine inspections shall be conducted daily by a responsible, trained employee of the Contractor. The
Contractor shall inspect the playground areas for obvious safety concerns such as vandalism, necessary raking
of surfacing materials, missing signage, walkway debris, and hazard removal.
The Contractor shall inspect each piece of playground equipment in accordance with the High Frequency
Inspection form and guide provided by the Public Works Services Department. Documentation of High
Frequency Inspections may be performed using the High Frequency Form. Forms will be delivered on a daily
basis to the City’s Parks Facilities Maintenance Supervisor.
4.3.8.6. PICNIC AREA MAINTENANCE
Picnic tables, benches, slabs, cooking grills, sinks, trash containers and receptacles shall be cleaned and sanitized
to ensure safe conditions for use by the public. Picnic tables and benches shall be checked for graffiti, carvings,
looseness of planks or braces, cleanliness and general need of repair. The Contractor’s observation of the
general need of repair or replacement of fixtures shall be immediately reported to the Public Works Services
Director orally and thereafter in writing.
Ashes partially burned charcoal, garbage and leftover food in and around cooking grills and picnic facilities shall
be removed. The entire picnic area shall be kept free of broken glass, cans, food, paper, and other debris. Picnic
areas shall be pressure-washed as directed.
4.3.8.7. HARD COURT MAINTENANCE
Hard playing court surfaces shall be swept on a weekly basis. The Contractor will not be responsible for the
replacement of worn netting or wind screens.
4.3.8.8. RESTROOM MAINTENANCE
All restrooms shall be cleaned thoroughly in accordance with the following tasks, and all tasks shall be completed
prior to 8 a.m. unless otherwise specifically authorized by the Public Works Services Director. The City will be
responsible for locking the restrooms each night.
d) All stainless fixtures shall be cleaned at the scheduled interval specified below using a stainless cleaner
that removes hard water deposits, disinfects and polishes the fixtures.
e) Remove debris and trash, then sweep floor. Removed materials are not to be swept outside of the
restroom.
f) Wash down walls and floors as needed.
g) Check and refill all toilet paper dispensers as needed.
h) Remove all graffiti using graffiti removal materials, other scrubbing techniques, or paint.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 44 of 60
i) Remove spitballs, cobwebs, and other foreign materials from doors, walls, ceilings, partitions, vents, etc.
j) Perform high and low dusting of ledges, tops of partitions, etc. using a dampened cloth or other device.
k) Disinfect the inside of urinals and toilets.
l) Disinfect the top and bottom of toilet seats, fixtures, and surfaces of and surrounding each fixture.
m) Disinfect stall walls and other areas where hands are normally placed. Clean doors and door frames.
n) Disinfect around urinals, under sinks, around floor drains, and other areas where bacteria might breed.
o) Disinfect sinks.
p) Scrub sinks and wipe dry. Use a small scrub brush to clean corners, cracks, and narrow areas.
q) Scrub inside surfaces of toilets and urinals using a hard water cleaner that will remove hard water stains
and deposits. Be sure to scrub under the upper lip.
r) Scrub outside of toilets, urinals, and rear wall.
s) Wipe toilet seats, toilet bowls, urinals, and fixtures until dry.
t) Spot clean walls and scrub handprints, etc. from walls and partitions and wipe dry.
u) Disinfect and mop floors, making sure that corners, drains, areas around toilets, and feet of partitions
are thoroughly cleaned and there is no accumulation of dirt or other matter. Leave the floor as dry as
possible.
v) Deodorize the restrooms.
w) Immediately notify the Public Works Services Director of any irregularities or hazards.
x) If running water, broken fixtures, or plugged sewer lines cannot be normalized or isolated, the restroom
is to be locked, signed as “Closed for Maintenance,” and the Public Works Services Director immediately
notified.
y) Wash off any dirt clods, mud or foreign material from the outside of the restroom. Clean top and sides
of drinking fountains outside of restrooms and clear drains.
z) All areas are to be left clean and free of streaks, stains, film, debris, water spots, and odors. All fixtures
shall be clean, including piping.
aa) All leaking fixtures, clogged drains, stopped up or damaged basins, toilets, or urinals, and damaged or
inoperable lighting fixtures that cannot be repaired by the following shall be reported to the Public
Works Services Director: (a) tightened to stop leaks, (b) unclogged by using a “plumber’s helper” or short
“snake”.
The Contractor shall submit a list for approval by the Public Works Services Director of all cleaners, disinfectants
and deodorizers proposed for use under this contract. Attached to the list will be the current label and material
safety data sheet for each product on the list. No product shall be used until its use is approved in writing by
the Public Works Services Director as appropriate for the proposed purpose.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 45 of 60
4.3.8.9. PIPE CHASE MAINTENANCE
Dust, clean and sweep all pipe chases. Immediately clean up any spills and keep each pipe chase neat and clean
at all times. Pipe chases may be utilized by the Contractor for storing Contractor’s equipment and supplies
which shall be arranged in an organized and neat manner.
4.3.8.10. DRINKING FOUNTAIN MAINTENANCE
Drinking fountains shall be cleaned by scrubbing, drying, and polishing the fixture. Stainless steel fountains shall
be cleaned with an approved stainless-steel cleaner that cleans, disinfects, removes hard water deposits and
polishes the fixtures.
Leaking fixtures shall immediately be reported to the Public Works Services Director orally and thereafter in
writing. For leaking fixtures, the water valve shall be turned off. The City shall be responsible for the repair or
replacement of drinking fountains and fixtures.
4.3.8.11. TRASH RECEPTACLE MAINTENANCE
There are an unspecified number of trashcans within this contract and additional trash cans may be added as
required. Trash containers shall be emptied. All trash shall be placed in the appropriate trash bins which are in
the trash enclosures located in the parking lots of each park. Trash containers shall be emptied by removal and
disposal of a plastic trash bag within the container and a new bag placed into the container. Plastic trash
container and pet waste bags shall be provided by the Contractor.
Prior to replacement of the plastic trash bags, the container shall be inspected for debris and offensive odors,
then cleaned and sanitized as needed. If insect infestations are noted, pest control measures shall be
undertaken by the Contractor. Any trash can with damage, missing lids, graffiti or vandalism shall be reported
to the Public Works Services Director immediately.
4.3.8.12. TRASH ENCLOSURE MAINTENANCE
All trash and accumulated debris within the enclosures shall be placed in the trash bin(s) each week or more
often as necessary. The enclosures shall be swept clean each week. The City shall be responsible for providing
all necessary trash bins and trash bin emptying.
4.3.8.13. GRAFFITI REMOVAL (ALL SERVICE LEVELS)
The Contractor shall be responsible for all minor graffiti removal within and around restrooms, playground and
picnic shelters. All materials and processes used in graffiti removal shall be non-injurious to surfaces and
adjacent park property and approved by CAL-OSHA and the Public Works Services Director. Appropriate surface
preparation shall be made on painted walls, and paint applied shall be the exact shade of color as existing paint,
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 46 of 60
unless otherwise specifically approved by the Public Works Services Director. All paint shall be furnished by the
City.
All obscene and gang related graffiti shall be immediately reported to the Public Works Services Director and
removed within 24 hours. All other graffiti shall be reported and removed daily.
4.3.8.14. DRAINS (ALL SERVICE LEVELS)
The Contractor shall be responsible for periodic inspections of surface flowlines, intake grates, and under
sidewalk drains located within the landscaped areas. These drains shall be inspected during, prior to, and
following any rain event. Any debris or vegetation that could block the flow of water will require prompt
removal.
4.3.8.15. STORM DEBRIS CLEANUP
The City of Rancho Cucamonga is subject to frequent wind, rain, and other types of storms. The storms cause
an accumulation of debris on the contracted sites. The debris includes such items as downed trees, limbs,
leaves, tumbleweeds, trash, and soil deposits. Because it is impractical to perform routine maintenance
operations during and immediately following these storms, the Contractor shall promptly remove the debris
such that routine maintenance operations are practical. Because the Contractor is removing debris in lieu of
routine maintenance, the removal is at no extra charge to the City. In the case of an excessive accumulation of
debris that is attributable to another agency, such as blown sand from a recently graded site, the City will act to
have the responsible agency remove the debris. The cost for replanting new plant material to replace storm
damaged plant material that cannot be repaired will be an extra.
Emergency Storm Work Documentation and Tracking:
All costs borne by the City for emergency storm clean-up work may be subject to re-imbursement through
government disaster funds. In the event of an emergency, the City could easily be eligible for Federal, State, or
local funds and therefore all costs that are storm related including labor, rentals and materials that are charged
to the City shall be recorded and billed separately and labeled/dated as emergency related. In addition, since
labor will be shifted away from routine work, all the shifted routine labor shall be tracked and recorded as
emergency related since emergency labor may also be reimbursable. Once the Contractor returns to normal
operations, the Contractor will be required to send a report outlining the shifted routine labor used during the
emergency.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 47 of 60
4.3.8.16. DEBRIS AND TRASH REMOVAL
Debris and Trash Removal Frequency
Service Level B - The Contractor shall on a weekly basis remove any trash and debris that accumulates in
the landscape including turf, groundcover, mulchscape, hardscape, and decomposed
granite areas including adjacent flowlines.
Service Level C - The Contractor shall on a bi-weekly basis remove any trash and debris that accumulates
in the landscape site including turf, groundcover, mulchscape, hardscape, and
decomposed granite areas including adjacent flowlines.
Service Level D - The Contractor shall monthly remove any trash and debris that accumulates in the
landscape site including turf, groundcover, mulchscape, hardscape, and decomposed
granite areas including adjacent flowlines.
4.3.8.17. CLEAN-UP (ALL SERVICE LEVELS)
a) At no time will the Contractor blow grass cuttings and/or debris into public streets, trails, or gutters
without promptly removing the cuttings and/or debris and disposing of it legally, off site.
b) Unless a chipper is used as described below in section 4.26.7(d), the Contractor shall remove all debris
resulting from the maintenance operations and legally dispose of it off-site. All grass or other clippings
shall be picked up after each mowing or trimming operation.
c) All debris resulting from any of the Contractor's operations shall be removed and disposed of legally at
the Contractor's expense. No debris will be allowed to remain at the end of the workday.
d) To improve the fertility of planter beds, save water, reduce weeds, reduce the amount of green waste in
the landfill, lower soil pH, and improve efficiency, the Contractor may be required in many instances to
utilize a chipper to mulch brush clippings back into the landscape planter from where the clippings had
originated. The Contractor will always be required to have a trained chipper operator on staff to
accommodate this request at no additional cost to the City. This chipper program will be used wherever
and whenever it is practical and will be utilized primarily wherever there are larger planter beds that are
not wood-chipped. Only clippings from shrubs and trees will be allowed. Grass clippings, leaves, palm
fronds, trash and weeds shall not be included in this program. The Contractor shall always have a
commercial brush chipper available at no additional cost to the City.
e) All walkways will be kept clean/clear of debris and weed growth. Care shall be taken not to create
unnecessary hazards to the public.
f) Any paper, plastic, metal, leaves, pine needles, branches, rocks, DG, sand, soil, dead plant materials, litter
or any other debris determined objectionable by the Public Works Services Director that accumulates
within the work site shall be picked up weekly (or whenever the debris presents a hazard) and legally
disposed of offsite. All illegal dumping, including but not limited to hazardous waste, within the work site
shall be reported immediately to the Public Works Services Director or his representative.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 48 of 60
4.3.9. EXTRA WORK
a) Extra work may be required because of vandalism, accidents, or acts of nature. Further, work may be
required to add new landscaping, or to delete or modify existing landscape.
b) Extra work will not be performed without prior approval by the Public Works Services Director unless a
condition exists wherein it appears there is a danger of injury to persons or property.
c) Payment for extra work shall be in accordance with the hourly rates and unit prices in the Extra Work
Schedule. The invoiced amount for material not listed in the schedule will be at the Contractor's cost
including sales tax plus 15%; the 15% being for the Contractor's costs of overhead.
d) Except for routinely billed and ordinary irrigation repairs, extra work shall not commence without a written
and approved proposal. Further, the extra work shall not be invoiced and billed until the work has been
inspected and approved for completeness by the Public Works Services Director.
e) The City reserves the right to cause any extra work deemed necessary by the Public Works Services Director
to be performed by City crews or other Contractors, at no cost to the Contractor.
5. EVALUATION AND CONTRACTOR SELECTION PROCESS
5.1. INITIAL SCREENING
All RFP responses will undergo an initial review to determine responsiveness to the instructions herein. Those
RFP responses initially determined to be responsive by meeting the RFP requirement as indicated herein will
proceed to the next phase of the evaluation process.
5.2. EVALUATION ACTIVITIES
RFP responses deemed as having met the standard RFP requirements as indicated herein are then evaluated by
an Evaluation Committee. The RFP submittals are scored and assigned a ranking of zero (0) through ten (10),
ten being the highest possible score. The following criteria have been assigned percentages that the criteria will
be scored against, based upon but not limited to the following evaluation criteria factors:
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 49 of 60
Criteria
Criteria Description
Assigned
Percentage
Contractor Expertise 10
Quality of proposed services or goods 15
Extent to which the Contractors services or goods meet the City ’s
needs 25
Cost 15
Contractor’s history and resources available to provide the required
services 15
Experience and professional qualifications of staff 20
5.3. COST EVALUATION
Cost Proposals are evaluated and scored based on the following calculations.
Score = Lowest Proposal Cost / Cost of Proposal being scored X Maximum Points Available (10)
The score is then added to the spreadsheet criteria scores.
5.4. REFERENCE CHECKS
If determined to be required reference checks are conducted by the Procurement Division and the requesting
department may or may not be present during the process. The reference checks may be conducted by phone
with the information being scribed or conducted by a written form, submitted to the Contractor’s reference
contact. Reference contacts will be asked several predetermined questions for response and to provide a score
from one (1) to ten (10), ten being the highest. Scores are then tabulated and added to the spreadsheet with
the criteria scores. It is imperative that Contractors provide up to date and accurate information regarding
contact information for reference checks. All scores are then tabulated into the final Contractor ranking.
Evaluators do not see the Contractor References or pricing line items. The proposed pricing is evaluated by the
Procurement Division during the initial review of the RFP response, only to ensure that the proposed cost is not
over the City ’s budgeted amount or Not-to-Exceed amount for the project.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 50 of 60
5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS
Upon completion of the RFP evaluations and data analysis, and only, if necessary, selected top ranked
Contractors will be provided an opportunity to interview and conduct a demonstration or presentation to
further expand on their RFP response. Contractor interviews/demonstrations are scored and assigned a ranking
of zero (0) through ten (10), ten being the highest possible score, based upon but not limited to the evaluation
criteria factors as stated within the RFP.
5.6. FINANCIAL DOCUMENTATION
Contractors that proceed to the short-list may be required to submit financial documentation as proof of its
Company’s financial stability and strength. A financial review will be conducted by the City Finance Department.
Should a Contractor wish for its financial documentation to be treated as proprietary or be returned upon
completion of the review, the documentation must clearly be marked as such. The following documentation
will be required of each Contractor on the short-list:
x A copy of the Contractor’s most recent annual report.
x Audited (by a third party), balance sheets and income statements for the past three (3) years.
x If audited data is not available, Contractor shall submit copies of complete tax returns for the
past three (3) years.
x Describe any regulatory censure and past or pending litigation related to services provided by
the Contractor.
x Indicate all applicable information regarding Contractor ownership changes in the last three (3)
years.
5.7. BEST AND FINAL OFFER
Upon completion of Contractor presentations, the City reserves the right to conduct pre-award discussions
and/or pre-contract negotiations with all or only top ranked Contractors. At which time the City may request a
Best and Final Offer to be submitted from one or all finalists.
5.8. CONTRACTOR SELECTION
The final Contractor selection is based on which Contractor is the most responsive, meeting the City ’s
requirements, offering the best value at the most competitive price. The City is not obligated to award to the
lowest price proposal.
The City may conduct negotiations with several Contractors simultaneously. The City may also negotiate
contract terms with the selected Contractors prior to award. The City, at its sole discretion, reserves the right,
unless otherwise stated, to accept or reject all or any RFP responses, or any part thereof, either separately or to
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 51 of 60
waive any informality and to split or make the award in any manner determined to be in the best interest of the
City.
5.9. LETTER OF INTENT TO AWARD
After a final Contractor selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all
participating, responsive Contractors. Negotiations shall be confidential and not subject to disclosure to
competing Contractors unless an agreement is reached. If contract negotiations cannot be concluded
successfully, City may negotiate a contract with the next highest scoring Contractor or withdraw the RFP
entirely.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Addendum No.001
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
180
X
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 59 of 60
“EXHIBIT H” REFERENCES WORKSHEET
The following References Worksheet must be complete, please do not mark “See Attached”. Provide a minimum
of four (4) clients that are similar in size to the City of Rancho Cucamonga that your company has conducted
comparable or like services. Preferred references should be government agencies and be a current customer
within the past three (3) years. Please verify accuracy of contact information.
Reference 1
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 2
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
City of Fontana
Brian Clements,Parks and Landscape Supervisor
16489 Orange Way,Fontana,CA 92335
(909)350-6771
bclements@fontana.org
City of Moreno Valley
Dan Monto,Landscape Supervisor
14177 Frederick St,Moreno Valley,CA 92553
(951)413-3485
danielm@moval.org
Landscape Maintenance -mowing,edging,trimming,turf
fertilization,groundcover,pruning,litter and debris removal,
pest control,weed control,tree care,shrub care,channel and
habitat care,irrigation,fertilization,
Land.Maintenance,Irrigation maintenance and Installation.Scope
includes inspections,mowing,trimming,pruning,fertilization,aeration,
weed control,cultivation,pest control,tree surgery,de-thatching,
plant replacements,renovation,clean up of park fac.and drainage faci
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 60 of 60
Reference 3
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 4
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibit H.
City of Chino Hills
Luther Martin,Parks &Open Space Supervisor
14000 City Center Drive,Chino Hills,CA 91709
(909)364-2849
lmartin@chinohills.org
City of Tustin
Forrest Locke,Landscape Contract Supervisor
300 Centennial Way,Tustin,CA 92780
(714)573-3357
flocke@tustinca.org
Landscape Maintenance of LMD Areas,Parks,Medians and
Facilities-Mowing,edging,turf maint.,weed,rodent pest
control,hardscape maint.,trash pickup,Irrigation
maintenance.
Land.Maint.-Turf maint.,shrub/slope maint.,ground cover maint.,
tree trimming,irrigation maint.and repairs,water management,infield
maint.,mowing,litter and trash control,pesticide application,weed
control,rodent control,aeration,and fertilization.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
PREPARED FOR:
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive, Rancho Cucamonga, Ca 91730
Ruth Cain
(909) 774-2500
Ruth.Cain@cityofrc.us
PREPARED BY:
Mariposa Landscapes Inc.
6232 Santos Diaz St, Irwindale, CA 91702
Michael Salinas,
(626) 635-6187
Michael.salinas@mariposa-ca.com
RESPONSE TO:
RFP # 25/26-004
Landscape and Irrigation Maintenance for LMD 1 Parks
June 11th, 2025
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 2
Cover Letter
City of Rancho Cucamonga
Procurement Division
Attention: Ruth Cain
Ref: RFP #25/26-004
Address: 10500 Civic Center Drive, Rancho Cucamonga, CA 91730
Phone: (909) 774-2500
E-mail: Ruth.Cain@cityofrc.us
Since 1977, Mariposa Landscapes, Inc. has been a trusted leader in the landscaping industry.
What started as a small, single-truck operation in Rosemead, California, has grown into a robust
fleet with a skilled team of over 800 professionals serving Southern California and Arizona.
With more than 100 awards recognizing project excellence, we take great pride in the quality of
our work and are consistently regarded as one of the most recommended companies in the
industry. Our commitment to customer satisfaction has helped us build lasting relationships with
clients, allowing us to bring decades of expertise to every landscape we manage. We focus on
fostering long-term partnerships, taking the time to understand your goals, and dedicating
ourselves to the care and enhancement of your properties.
At Mariposa Landscapes, we believe in the value of open communication, continuous staff
development, and staying at the forefront of innovation to ensure we deliver the highest
standard of service.
Mariposa’s proposal is based on our direct experience with this contract and a proven efficient
approach. Turf will be mowed per spec using two mowers, planter care/ routine care handled by
our detail crew, and irrigation crews will perform regular system checks. Crews rotate daily to
cover all tasks. Oversight is provided by a working field supervisor and our Fontana area manager,
with an account manager ensuring smooth communication with the city.
Company: Mariposa Landscapes, Inc
Address: 6232 Santos Diaz St., Irwindale, CA 91702
Contact: Michael Salinas
Email: michael.salinas@mariposa-ca.com
Phone #: (626) 635-6187
Sincerely,
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 3
Table of Contents
Cover Letter .................................................................................................................. 2
3.3 Project Understanding and Approach ........................................................................ 4
3.4 Qualifications and Experience .................................................................................. 5
3.5 Project Team ......................................................................................................... 19
3.6 Staffing Level ......................................................................................................... 26
3.7 Third Party/ Subcontractors .................................................................................... 26
3.8 Proposal Response ................................................................................................ 28
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 4
3.3 Project Understanding and Approach
We understand that the City of Rancho Cucamonga seeks a contractor capable of delivering
comprehensive, consistent, and high-quality landscape maintenance services across a wide range for
LMD1 parks—including fields, planters, restrooms, picnic areas, and playgrounds—while upholding safety,
sustainability, and aesthetic standards.
Our approach is rooted in operational clarity, proactive oversight, and consistent communication. Our
team currently performs services for the listed sites and is fully familiar with their specific needs, seasonal
challenges, and patterns. We are committed to continuing these services without disruption and with
measurable improvements in quality and responsiveness.
Key elements of our approach include:
• Dedicated Staffing and Supervision: We will deploy specialized crews for turf mowing, detailing,
irrigation, and general maintenance, supported by a full-time Account Manager fluent in English.
The Fontana-based Area Manager, Dirk Bennet, will serve as the primary contract liaison,
overseeing execution, inspections, and reporting.
• Efficient Turf Maintenance: Using two 72" wide ride-on mowers, we will service all turf areas per
specified frequencies for Service Levels B–D. Edging and trimming will be done concurrently to
maintain clean lines and prevent overgrowth.
• Planter and Shrub Management: Detail crews will handle shrub and groundcover maintenance,
adjusting service intensity based on the designated service levels B-D. Weeds, debris, and
overgrowth will be proactively controlled.
• Irrigation Oversight: Irrigation crews will conduct weekly system checks, troubleshoot alerts, and
promptly perform repairs. Regular reporting and coordination with the City's Water Management
Team will ensure optimized water usage and compliance with environmental guidelines.
• Integrated Operations Schedule: Our team will follow a weekly maintenance chart aligned with
the City's expectations/ service level and seasonal requirements. Crews will rotate across
properties, enabling full coverage without service gaps.
• Communication and Responsiveness: Our Account Manager will be available on-site Monday–
Friday and on-call 24/7 for emergencies. We will maintain direct lines of communication with City
staff, provide required reports, and ensure all service-level adjustments are promptly
implemented.
Assumptions and Enhancements:
• All work will be performed per the scope and service levels outlined in Section 4 of the RFP.
• We anticipate periodic changes to site inventory and service levels and will respond with flexibility
and updated cost proposals as needed.
• We are exploring additional efficiency tools to enhance performance tracking and reduce the
administrative burden on City staff.
Our team is committed to maintaining a safe, clean, and welcoming public environment across Rancho
Cucamonga’s community space, reflecting the City’s high standards and expectations for its residents and
visitors.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 5
3.4 Qualifications and Experience
Key Facts at a Glance
With strategically located offices across Southern California and Arizona, Mariposa Landscapes delivers
exceptional landscape solutions using advanced equipment, innovative technologies, and a skilled team,
transforming landscapes and enriching communities with every project.
The following table provides a complete overview of Mariposa Landscapes, Inc., highlighting our relevant
information, areas of expertise, and operational capabilities:
For this project, our Fontana Branch at 11093 Almond Ave, Fontana, Ca 92337 will be servicing LMD 1.
Company Mariposa Landscapes, Inc. Awards Over 100 awards for project excellence
Founded 1977
Primary
Services
Landscape construction, maintenance,
tree care, irrigation, and drought tolerant
conversions
Address 6232 Santos Diaz St, Irwindale, CA
91702
Service Areas Southern California and Arizona
Telephone (626) 960-0196 Office
Locations
1) HQ: Irwindale, CA
2) Orange County: Santa Ana, CA
3) San Bernardino County: Fontana, CA
4) Riverside County: Chino, CA
5) LA South Bay: Gardena, CA
6) North LA. & Ventura: Somis, CA
7) Palm Springs: Bermuda Dunes, CA
8) San Diego County: Oceanside, CA
9) Arizona: Glendale, AZ
10) Arizona: Phoenix, AZ
Fax (626) 960-8477
Employees Over 800 employees
Licensed In California + Arizona
Insurance $1M workers’ compensation, $10M
general
Entity Corporation C1469653
Bonding $100 million
Organizations, Current and Past Memberships
• CACM (California Association of Community Managers)
• CAI Orange County (Community Association Institute)
• CAI Los Angeles (Community Associations Institute)
• CAI Greater Inland Empire (Community Association
Institute)
• CAI Coachella Valley (Community Association Institute)
• ASA (American Subcontractors Association)
• BIA Southern California (Building Industry Association)
• BIA Orange County (Building Industry Association)
• BOMA IE (Building Owners and Managers Association)
• CLCA (California Landscape Contractors Association)
• ISA (International Society of Arboriculture)
• CAPCA (California Association of Pest Control Advisors)
Licensing and Certifications
• California Contractor License
592268 C27, A, D49/C61, C31
• Certified Arborists on staff
• Certified Tree Workers on staff
• Tree Work – Line Clearance
Certified
• Tree Work – Line Clearance
Certified Instructor
• Certified Playground Equipment
Inspectors
• Certified Water Auditor
• Certified Backflow Inspectors
• Licensed Pest Control
Company/Pest Control Advisor
• Certified Pest Control Applicators
on staff
Proposal Contact: Michael Salinas
Michael.Salinas@mariposa-ca.com
(626) 635-6187
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 6
Our Core Values
Our success is driven by a set of core values that underpin every aspect of our operations:
• Safety: Ensuring the well-being of our team and clients on every project.
• Teamwork: Collaborating with clients and stakeholders to achieve shared goals.
• Quality: Setting the highest standards for every service we provide.
• Integrity: Building trust through transparency, accountability, and ethical practices.
With over 45 years of experience, Mariposa is
renowned for excellence in Landscape
Construction, Maintenance, Tree Care, Irrigation,
and Drought-Tolerant Conversions. Our portfolio
reflects a rich history of award-winning projects -
more than 100 recognitions to date -
demonstrating our unwavering commitment to
quality and craftsmanship. As a fully licensed
company in both California and Arizona, we carry
$100 million in bonding capacity and maintain
large insurance coverage, including $10 million in
general liability and $1 million in workers'
compensation, ensuring our clients’ peace of mind
on every project.
At Mariposa, we are more than a landscaping company - we are stewards of the environment.
Sustainability is at the heart of everything we do, from implementing water-saving irrigation systems to
promoting native plant restoration and integrating environmentally friendly practices into every project.
Our approach is guided by a deep understanding of Southern California and Arizona’s unique ecosystems,
allowing us to create outdoor spaces that are as functional and beautiful as they are sustainable. We take
pride in enhancing landscapes while contributing to the well-being of the communities we serve.
Why Choose Mariposa Landscapes?
• Award-Winning Excellence: A proven track record with over 95 industry recognitions for
innovative and high-quality landscaping projects.
• Comprehensive Expertise: From public parks and commercial landscapes to large-scale
restoration projects, we have the expertise to handle a wide variety of landscaping needs.
• Sustainability Leadership: Implementing drought-resistant designs and sustainable practices that
protect natural resources while enhancing aesthetic value.
• Client-Centered Approach: A commitment to understanding and exceeding our clients’
expectations with tailored, results-driven solutions.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 7
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 8
Our Services
Mariposa offers a full spectrum of landscaping services, blending expertise, innovation, and sustainability
to meet each client's unique needs. Below is an overview of our capabilities.
Landscape Maintenance
Maintaining vibrant landscapes requires strategic care and attention to detail. Our services encompass
large-scale mowing, efficient irrigation, eco-friendly pest control, and year-round fertilization to support
plant health and ecosystem vitality. Additional offerings include athletic turf maintenance, detailed
baseball field preparation, porter services, and parking lot sweeping to ensure a clean and professional
appearance. We focus on creating sustainable landscapes that thrive in all seasons.
Tree Care
Our certified arborists provide expert tree management, including trimming, removal, stump grinding,
and disease treatment. Utilizing advanced GIS tree mapping, we offer tailored growth and maintenance
programs for urban forests and individual trees alike. These services not only ensure the safety and health
of trees but also enhance their contribution to the environment and aesthetics of any property. By
integrating technology and expertise, we help preserve the natural canopy, ensuring long-term
sustainability for both urban and rural spaces.
Landscape Construction
We transform outdoor spaces into functional, visually stunning environments. From site preparation,
grading, and drainage to strategic planting and native plant rehabilitation, we focus on integrating
aesthetics with sustainability. Our portfolio includes durable parks, playgrounds, and athletic fields
designed for both community engagement and environmental balance.
• Tree Trimming & Pruning • On-site Diagnosis
• Hazardous Tree Removal • Long-term Tree Care
• Stump Grinding &
Disposal
• GIS Tree Mapping & Asset
Management
• Tree Disease & Pest
Treatment
• Tree Planting
• Turf Management • Irrigation Management
• Integrated Pest
Management
• Seasonal Planting &
Enhancements
• Athletic Turf Maintenance • Porter Services
• Parking Lot Sweeping
• Color Design
• Clean-up and Debris Removal
• Site Preparation & Grading
• Native Plant Restoration
• Playground Construction
• Irrigation Systems Installation
• Park Construction
• Tree, Shrub & Ground
Cover Planting
• Park Construction
• Athletic Field Construction
• Drainage System Setup
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 9
Irrigation Retrofits
Modern irrigation systems are key to sustainable water management. Our retrofit solutions include
weather-responsive controllers, high-efficiency sprinklers, and precision drip irrigation systems. These
upgrades ensure optimized water use, reduced runoff, and compliance with regulatory requirements, all
while delivering significant cost savings. We also provide system performance monitoring and proactive
maintenance to maximize efficiency and extend system lifespan.
Drought-Tolerant Conversions
As water conservation becomes increasingly important, our drought-tolerant landscape conversions help
clients adapt effectively. By incorporating native plants, soil enhancements, drip irrigation, and functional
hardscape features like pathways and seating, we create sustainable, low-maintenance landscapes that
reduce water usage and improve environmental outcomes. These eco-friendly designs also enhance
property value and promote biodiversity, contributing to a greener community.
Hardscape Construction
Hardscapes play a vital role in enhancing landscape functionality and aesthetics. Our services include
custom concrete work, masonry, stonework, flagstone, and tile installations. We focus on integrating
these elements seamlessly into existing landscapes, ensuring durability and timeless appeal.
Complementing these are drainage systems, overhead structures, water features, and low-voltage
lighting, creating safe and inviting outdoor spaces with a unique visual appeal.
At Mariposa Landscapes, our commitment extends beyond delivering services; we aim to craft
environments that leave lasting impressions. From sustainable designs to innovative technologies, our
work reflects a blend of functionality, beauty, and environmental responsibility. With every project, we
strive to exceed expectations, creating landscapes that serve as vibrant spaces for communities to thrive.
• Custom Concrete Features
• Water Features
• Monuments
• Overhead Structures
Installation
• Masonry
• Stonework
• Low-voltage Lighting
• Drainage Systems
• Irrigation System Upgrades • Leak Detection & Repair
• Zone Adjustments • Drip Irrigation Installation
• Real-Time Monitoring
• System Performance
Assessments
• Compliance with Water
Regulations
• Plant Selection • Site Assessment & Analysis
• Soil Enhancement • Drip Irrigation Installation
• Mulching and Ground
Cover Application
• Hardscape Integration
• Water Conservation Design
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 10
Featured Services: Tree Care
Mariposa Tree Management has earned accreditation from the Tree Care Industry
Association (TCIA), signifying excellence in safety, professionalism, and adherence to
industry best practices. We deliver comprehensive tree care solutions designed to maintain
the health, beauty, and safety of urban and natural landscapes.
Our team, including Certified Arborists, Certified Tree Workers, and ISA-qualified specialists
with extensive training in urban forestry management, stands out by combining expert tree care with
comprehensive consulting services, delivered by safety-focused professionals trained in advanced
arboriculture methods, techniques, and software, offering solutions such as urban forest planning, tree
evaluations, risk assessments, and pest management.
Full Suite of Tree Care Services
We provide a broad range of tree care services tailored to each client’s specific needs:
• Tree Trimming and Pruning: Following ANSI A300
standards, we ensure proper growth, structural
integrity, and aesthetic appeal.
• Tree Removal and Stump Grinding: Safe and
efficient removal of trees and stumps to clear
areas for new planting or construction.
• Disease Diagnosis and Treatment: Our certified
arborists utilize advanced diagnostic techniques
to identify and treat tree diseases, ensuring long-
term health.
• Emergency Tree Services: Rapid response for
storm damage or hazardous conditions, prioritizing safety and restoration.
Tree Asset Management
Our proprietary tree asset management program leverages advanced GIS technology, providing detailed
inventories and actionable insights:
• Tree Plotter Software: Enables clients to access
tree inventories, work orders, and maintenance
records in real time.
• Customized Management Plans: Tailored
strategies for long-term tree health and risk
mitigation.
• Transparent Reporting: Comprehensive data for
informed decision-making and streamlined
operations.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 11
Featured Services: Irrigation Retrofits
Mariposa Landscapes specializes in modernizing outdated
irrigation systems to improve water efficiency, reduce
operational costs, and deliver rapid ROI. Through cutting-
edge technology like smart controllers, advanced weather
sensors, and cloud-based remote management, our solutions
optimize water usage and protect landscapes.
Our process begins with a system evaluation, including a
detailed water audit and GIS mapping of components,
ensuring a customized approach to address inefficiencies like
leaks, hardware limitations, and outdated programming.
Quantifiable Benefits
Water
Savings
Reduce water usage by 15-20%, saving $12,000–
$18,000 over five years depending on site.
Labor
Savings
Minimize technician visits from weekly to quarterly,
saving $4,000–$12,000 annually depending on site.
Quick ROI Achieve full system payback within a year for
immediate cost recovery.
Leak
Detection
Flow sensors identify and prevent costly water
waste, saving thousands annually.
Repair
Efficiency
Real-time alerts cut repair time by up to 50%,
reducing downtime and costs.
Plant
Health
Precision irrigation prevents overwatering, improving
plant health and reducing replacement or disease
costs.
Regulatory
Compliance
Ensure compliance with water conservation
standards to avoid penalties and fines.
Advanced Features and Benefits
• Smart Controllers: Automatically adjust daily watering schedules based on weather data,
plant types, and soil conditions. Our clients typically achieve 20–30% water savings, with
potential reductions of up to 50% in some cases.
• Weather Monitoring and Flow Sensors: Real-time data detects leaks or abnormal usage,
minimizing water loss and reducing repair costs.
• Remote Management: Cloud-based platforms allow property managers to monitor systems,
receive alerts, and make adjustments from any device, improving efficiency and reducing
labor costs.
• Precision Watering Solutions: Drip irrigation and high-efficiency sprinklers minimize runoff
and evaporation by delivering water directly to plant roots, enhancing plant health and
promoting sustainability.
Sustainable Impact
Our irrigation retrofits exceed water
conservation regulations while
supporting vibrant landscapes and
environmental goals. By leveraging
technology-driven solutions, we
empower clients to achieve
measurable savings, enhanced
system control, and sustainable
outcomes.
Mariposa Landscapes ensures your
irrigation system works smarter,
not harder—saving water, reducing
costs, and delivering reliable
performance year after year.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 12
Featured Services: Drought-Tolerant Conversions
Our team specializes in drought-tolerant conversions, transforming landscapes into sustainable, water-
efficient spaces that thrive in arid climates. Our expertise combines innovative techniques, tailored plant
selections, and eco-friendly practices, making us a leader in water-conscious landscaping solutions.
We provide end-to-end services to design and implement landscapes that balance functionality, beauty,
and sustainability:
Advanced Techniques and Eco-Friendly Practices
Mariposa integrates cutting-edge technology and sustainable practices into every
drought-tolerant project:
• Water-Saving Irrigation Controls: Installation of smart controllers that
adjust watering schedules based on real-time weather and soil data.
• Erosion Control and Drainage Systems: Preventing soil erosion and
promoting water retention for long-term stability.
• Native Plant Rehabilitation: Restoring local ecosystems with native plants
that support pollinators and reduce long-term upkeep.
Environmental and Economic Benefits
Our drought-tolerant conversions provide lasting value to clients and
communities. By reducing water usage, they comply with
conservation regulations and promote sustainability. Lower water
and maintenance needs cut operational costs, while modern designs
enhance property value with functionality and aesthetic appeal.
Our Drought-Tolerant Services
• Site Analysis: Evaluating soil, climate, and
infrastructure.
• Plant Selection: Installing native, water
efficient species.
• Drip Irrigation: Delivering water directly to
roots to minimize waste.
• Soil Enhancements: Improving retention
with amendments and mulch.
• Hardscaping: Adding pathways, seating, and
decorative stone for low-maintenance
appeal.
Mariposa Landscapes is a trusted partner in drought-tolerant conversions, with a portfolio of
successful projects across Southern California and Arizona. Our team’s certifications in irrigation design
and environmental planning ensure that every project meets the highest standards of sustainability
and performance.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 13
Quality Control Program
At Mariposa Landscapes, Inc., quality control is not just a process, it’s a philosophy. Rooted in the principle
of "Plan your work and work your plan," our Quality Control Program is designed to ensure every project
exceeds client expectations. We proactively manage quality and systematically address issues, we free up
our clients’ representatives - such as Public Works Inspectors or Property Managers - so they can focus on
higher priorities. This approach fosters a positive working relationship and ensures consistent, high-
quality results.
Key Components of the Quality Control Program
Our Quality Control Program is built on a foundation of structured processes and proactive management,
ensuring every aspect of our work meets the highest standards. The following components outline how
we maintain excellence at every stage of the project.
Quality Control Aspect How It Ensures Excellence
Work-in-Process
Inspections
Account Managers conduct initial and ongoing inspections of work tasks to
ensure compliance with quality standards. Non-conformances are logged and
addressed immediately.
Systematic Problem
Resolution
Issues are contained and corrected promptly, with solutions that include repair,
replacement, or rework. Completed work is re-inspected to prevent recurrence.
Management
Monitoring
Supervisors oversee operations to ensure adherence to quality plans, leveraging
structured problem-solving methods and enhanced process controls.
Client Feedback
Integration
Regular communication with clients ensures alignment on quality expectations
and facilitates continuous improvement.
Implementation Process
Core Objectives
• Consistency: Deliver uniform, high-quality results across all projects and service areas.
• Proactive Problem-Solving: Address potential issues early to prevent disruptions.
• Client Satisfaction: Build trust by meeting deadlines and maintaining transparency.
• Continuous Improvement: Refine processes based on feedback and data to enhance future
performance.
Monthly Work Plans
Each month, the Account Manager submits a detailed
Monthly Work Plan outlining scheduled maintenance
tasks, such as trimming, pruning, and chemical
applications. This plan is reviewed and approved
during the monthly client meeting and correlates with
the Annual Work Schedule. A Monthly Schedule
Evaluation Form is completed to assess the current
month’s performance.
Irrigation Reports
The Irrigation Technician conducts scheduled
inspections of irrigation systems, logging results in
an Irrigation Inspection Report. This report includes
all service requests, emergency work, and repairs.
The Account Manager ensures these reports are
accurate and delivered to the client representative
on time.
1 2
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 14
Advanced Tools and Technology
Our team leverages cutting-edge tools and technologies to enhance the efficiency and effectiveness of
our Quality Control Program.
• Digital Inspection Checklists streamline the reporting process, allowing for real-time tracking and
immediate feedback on service performance. These checklists ensure that quality standards are
consistently upheld and any issues are promptly addressed.
• GIS Mapping Systems provide precise asset inventories, enabling accurate management of trees,
irrigation systems, and other landscape elements. By visualizing and analyzing these assets,
Mariposa ensures optimized resource allocation and improved service outcomes.
Our quality control philosophy focuses on preemptive action and systematic improvement, ensuring
issues are addressed efficiently and resolved through structured processes. This approach is exemplified
in our Sample Inspection Form and Inspection Action Items Form, which document inspections,
corrective actions, and follow-up measures to maintain the highest standards.
Each month, the Account Manager submits a detailed Monthly Work Plan outlining scheduled maintenance tasks, such as trimming, pruning, and chemical applications. This plan is reviewed and approved during the monthly client meeting and correlates with the Annual Work Schedule. A Monthly Schedule Evaluation Form is completed to assess the current month’s performance. The Irrigation Technician conducts scheduled inspections of irrigation systems, logging results in an Irrigation Inspection Report. This report includes all service requests, emergency work, and repairs. The Account Manager ensures these reports are accurate and delivered to the client representative on time. Each month, the Account Manager submits a detailed Monthly Work Plan outlining scheduled maintenance tasks, such as trimming, pruning, and chemical applications. This plan is reviewed and approved during the monthly client meeting and correlates with the Annual Work Schedule. A Monthly Schedule Evaluation Form is completed to assess the current month’s performance. The Irrigation Technician conducts scheduled inspections of irrigation systems, logging results in an Irrigation Inspection Report. This report includes all service requests, emergency work, and repairs. The Account Manager ensures these reports are accurate and delivered to the client representative on time. Each month, the Account Manager submits a detailed Monthly Work Plan outlining scheduled maintenance tasks, such as trimming, pruning, and chemical applications. This plan is reviewed and approved during the monthly client meeting and correlates with the Annual Work Schedule. A Monthly Schedule Evaluation Form is completed to assess the current month’s performance. The Irrigation Technician conducts scheduled inspections of irrigation systems, logging results in an Irrigation Inspection Report. This report includes all service requests, emergency work, and repairs. The Account Manager ensures these reports are accurate and delivered to the client representative on time.
Work Quality Evaluations
Communication is critical to aligning interpretations of
quality. Before regular meetings, the Mariposa
Supervisor and client representative independently
grade the landscape’s quality using a standard
evaluation form. Any discrepancies are addressed
during the meeting to ensure mutual understanding of
expectations.
Action Item Lists
During inspections or meetings, any requests,
concerns, or additional tasks are documented in an
Action Item List with a clear target completion
date. This approach ensures timely resolution,
fosters client confidence, and promotes
transparent communication by tracking progress
and accountability.
3 4
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 15
Project with similar scope of work
Mariposa Landscapes has experience in doing similar scopes of services listed at the following locations:
1. City of Fontana (2020 – present)
Scope of Work:
Maintenance of the landscape include but not be limited to inspections,
mowing, trimming, shrub pruning, fertilization, aeration, weed control,
cultivation, pest control, de-thatching, plant replacements, renovation,
trail maintenance, trash removal, irrigation maintenance, and clean-up
of drainage facilities.
Key Team Members:
Area Manager: Roberto Perez
Account Manager: Edgar Garibay
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2020.
2. City of Chino Hills (2022 - present)
Scope of Work:
Maintenance of the landscape include but not be limited to inspections,
mowing, trimming, shrub pruning, fertilization, aeration, weed control,
pest control, de-thatching, renovation, irrigation maintenance, slope
maintenance, trash removal and clean-up of facilities.
Key Team Members:
Area Manager: Roberto Perez
Account Manager: Jesus Ramirez
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2022.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 16
3. City of Moreno Valley (2023 - present)
Scope of Work:
Maintenance of the landscape include but not be
limited to inspections, mowing, trimming, shrub
pruning, fertilization, aeration, weed control, pest
control, de-thatching, renovation, median and
parkways maintenance, irrigation maintenance and
trash removal.
Key Team Members:
Area Manager: Roberto Perez
Account Manager: Gustavo Suarez
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2023.
4. City of Tustin (2016 – present)
Scope of Work:
Maintenance of the landscape include but not be limited to
inspections, mowing, trimming, shrub pruning, fertilization,
aeration, weed control, pest control, de-thatching, renovation,
irrigation maintenance, and trash removal.
Key Team Members:
Area Manager: Michael Williams
Account Manager: Jose Sanabria
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2016.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 17
5. City of Oceanside (2021 – present)
Scope of Work:
Maintenance of the landscape include but not be limited to
inspections, mowing, trimming, shrub pruning, fertilization,
aeration, weed control, pest control, de-thatching,
renovation, irrigation maintenance, and trash removal.
Key Team Members:
Area Manager: Michael Williams
Account Manager: Douglas Lantz
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2021.
These are the 5 projects that Mariposa has been servicing with similar scope of work.
Our attached reference provides additional information, and additional information is available upon
request.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 18
Pending Litigation
The following table lists Mariposa's pending litigations. None of these litigations will affect our
performance for the city.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 19
3.5 Project Team
Organization and Experience
Mariposa Landscapes prides itself on a dynamic and experienced leadership team that drives operational efficiency
and client satisfaction. Our organizational structure ensures streamlined communication and smooth project
execution across all divisions, from operations to sales and maintenance. Below is our detailed organizational chart,
followed by individual profiles of key leadership members, each presented in a concise and easy -to-reference
format.
Leadership Profiles
The following profiles showcase the qualifications, credentials, and contributions of our key members, highlighting
the depth of knowledge and leadership that defines Mariposa Landscapes. These individuals are not only industry
experts but also the driving force behind our commitment to delivering exceptional results for every project.
Terry Noriega – President
Experience & Credentials
Terry has over 45 years of experience in landscaping, spanning installation,
maintenance, and leadership. His relentless pursuit of knowledge and certification has
shaped Mariposa's corporate culture.
• B.S. in Ornamental Horticulture: California State Polytechnic University,
Pomona
• California Contractors Licenses: C-27, A, C61/D49, C-31
• Pest Control Advisor (6 Cat.) & Qualified Pest Control Applicator (7 Cat.)
• Certified Landscape Technician in Ornamental and Turf Maintenance
• ISA Certified Arborist (WE-1182A)
• Arizona Contractor’s License (ROC178088 K-21) and Pest Control Business License (8246)
Ongoing Training
• Member of the California Landscape Contractor’s Association
• Action Sales Training
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 20
Antonio Valenzuela – VP Operations
Experience & Credentials
Antonio has over 30 years of experience in landscape maintenance and irrigation. Rising
from an Irrigation Technician to overseeing Mariposa’s operations, he ensures the
efficient execution of projects across all divisions. His expertise reinforces Mariposa’s
commitment to sustainability and operational excellence.
• Certified Landscape Technician in Ornamental and Turf Maintenance
• Pest Control Qualified Applicator (3 Categories)
• Certified Landscape Professional
• Backflow Certification – Los Angeles County
• Landscape Water Auditor – Cal Poly SLO
Ongoing Training
• Continuous OSHA Safety Training
Larry Rudd – VP Sales & Marketing
Experience & Credentials
With over 45 years of experience in landscape installation, maintenance, and estimating,
Larry has played a key role in Mariposa’s business development. From laborer to VP, he
has refined sales strategies and implemented profit-tracking systems that drive growth.
He also contributes to the industry as an educator and certified professional across
multiple disciplines.
• B.S. in Business Management – University of Phoenix
• Certified Landscape Technician – Hardscape Install, Softscape Install,
Ornamental & Turf Maintenance
• Water Efficient Landscaper (WaterSense Certified)
• Arizona Certified Landscape Professional
• American Green Zone Alliance – Electric Equipment Certification
• Red Cross CPR Safety Trained
Ongoing Training
• Associate Instructor – Cal Poly Pomona, Cal State Fullerton
• Continuous OSHA Safety Training
Dennis Jones – Tree Care Regional Divisional Manager
Experience & Credentials
With over 20 years in the landscape industry, Dennis specializes in arbor care and tree
asset management. He leads Mariposa’s tree division and GIS-based tree mapping
projects, ensuring safe and efficient urban forestry management.
• B.S. in Urban Forestry – Cal Poly San Luis Obispo
• ISA Certified Arborist (WE-5700A)
• SA Qualified Tree Risk Assessment
• TCIA Certified Tree Safety Professional (843)
• Qualified Applicator License – Categories B, C & F
• Wildlife Protector Certification
• Notary Public
Ongoing Training
• CEU Training for Arborist & TCIA
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 21
Luis Valenzuela – Landscape Division Manager
Experience & Credentials
Luis has over 25 years of experience in landscape and construction operations. Rising
through the ranks at Mariposa, he now manages the maintenance division, ensuring
high-quality service and operational efficiency. His expertise in irrigation, arboriculture,
and business leadership plays a key role in the company’s success.
• Qualified Applicator License – Category B
• Certified Landscape Technician – Irrigation
• ISA Certified Arborist (WE-8713A)
• Certification in Effective Business Leadership & Development – PDC/GCC
Ongoing Training
• Continuous OSHA Safety Training
Alex Del Valle – Risk Control Manager
Experience & Credentials
Alex has over 13 years of experience in risk management and workplace safety. Since
joining Mariposa, he has implemented training programs that have significantly
improved safety metrics. His expertise ensures compliance and enhances overall
workplace security.
• OSHA 30 Certified
• Certified Forklift Instructor
• Certified AHA CPR and First Aid Trainer
Ongoing Training
• Continuous OSHA Safety Training
Rich Jensen – Project Manager, Landscape Construction
Experience & Credentials
With over 30 years of experience in public works, commercial, and residential
landscaping, Rich manages projects with a focus on safety, quality, and efficiency. He
ensures successful project execution while upholding the highest industry standards.
• Qualified Applicator License – Category B
• Certified Landscape Technician – Ornamental Maintenance, Turf Maintenance
• Certified Arborist (WE-10222A)
Ongoing Training
• Continuous OSHA Safety Training
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 22
Maintenance Division Organization & Experience
Mariposa Landscapes' Maintenance Division is led by a team of highly experienced professionals who
ensure that every project is executed with precision, efficiency, and environmental responsibility. Our
Area Managers bring decades of expertise in landscape maintenance, irrigation systems, and arbor care,
providing leadership that upholds the company’s reputation for excellence. Below are the profiles of our
key maintenance personnel.
Area Manager Profiles
Each leader brings a specialized skill set that enhances Mariposa’s ability to deliver exceptional
landscape maintenance solutions. Their deep industry knowledge, combined with continuous training
and certifications, ensures that our clients receive the highest quality service with a focus on
sustainability, water conservation, and operational excellence. The following profiles highlight the
experience and credentials of our key maintenance division leaders.
Tony Valenzuela – Area Manager Irwindale
Experience & Credentials
Tony has over 12 years’ experience in the landscape industry. As you can see from his
certifications and training, Tony is always striving to add to his knowledge. He
exemplifies Mariposa’s key differentiator, horticultural knowledge and expertise. This is
especially true when it comes to irrigation.
• Harvard Management Essentials Certified – Harvard Business School
• Qualified Applicator Certificate, Category B, C
• Pesticide IPM and Safety Schools Act trained
• Certified Landscape Technician, Exterior Maintenance
• Certified Landscape Manager, Exterior Maintenance
• EPA WaterSense – Qualified Water Efficient Landscape
• SDCWA San Diego – Recycled Water Site Supervisor Certified
• Irvine Ranch Water District Water Management Certified
• CIRT – Certified, Water Auditor, Installer & Repair Technician
Ongoing Training
• Constant on-going OSHA safety training
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 23
Roberto Perez – Area Manager Fontana
Experience & Credentials
With over 25 years of experience, Roberto Perez is an expert in large-scale public works
landscape maintenance. His background as a public works inspector provides him with
valuable insight into regulatory compliance, quality control, and efficiency
improvements in municipal and commercial landscaping projects.
• Graduate of the Pacific Southwest Maintenance Management School
• MSAC Irrigation Design and Plant ID Certificate
• Leadership Academy Certificate, Cal Poly Pomona
• Calsense 3000 Certified
Ongoing Training
• Continuous OSHA safety training
• Qualified Applicator License – In Process
• Cal State Fullerton Water Auditor – In Process
Michael Williams – Area Manager Santa Ana & San Diego
Experience & Credentials
Michael Williams brings over 45 years of experience in landscape management,
irrigation design, and arbor care. His in-depth expertise allows him to oversee complex
projects efficiently while ensuring high-quality service delivery. As a certified
professional, Michael ensures that all maintenance operations align with best practices
in water conservation and sustainability.
• B.S. in Ornamental Horticulture, Cal Poly San Luis Obispo
• CPR Safety Trained
• Qualified Applicator License #133955
• San Diego County Water Authority (SDCWA) – Recycled Water Site Supervisor Certified
Ongoing Training
• Continuous OSHA safety training
Alyssa Noriega – Area Manager Somis
Experience & Credentials
Alyssa Noriega has developed a deep understanding of landscape maintenance and
client relations. Since transitioning from the estimating department to operations, she
has excelled in customer service and project execution. She is currently pursuing her
Pest Control Advisor certification to further enhance her expertise.
• B.S. in Business Administration (Marketing & Management), University of La
Verne
• A.S. in Integrated Pest Management, Mt. San Antonio College
• Certified Qualified Water Efficient Landscaper
• Certified Level 1 - WeatherTRAK Basic Systems Training
Ongoing Training
• Continuous OSHA Safety Training
• Pest Control Advisor – In Progress
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 24
Craig Johnson – Area Manager Gardena
Experience & Credentials
Craig Johnson brings over 40 years of experience in HOA and commercial landscape
maintenance. His ability to manage large-scale operations with a customer-first
approach ensures that clients receive the highest level of service. His extensive irrigation
certifications enable him to implement cutting-edge water management solutions.
• Cal Poly Pomona – Ornamental Horticulture
• CPR Safety Trained
• Certified OSHA 8 & 10
• Certified in Basic WeatherTRAK System Introduction
• Certified in OptiFlow Installation and Programming
• WeatherTRAK Communication Training Completion
• Certified in OptiFlow Training – Level 2 OptiFlow Site Assessment
Ongoing Training
• Continuous OSHA Safety Training
• Irrigation Certification Training - Ongoing
Key Staffing for the City of Rancho Cucamonga
Roberto Perez – Area Manager Fontana
Experience & Credentials
With over 25 years of experience, Roberto Perez is an expert in large-scale
public works landscape maintenance. His background as a public works
inspector provides him with valuable insight into regulatory compliance,
quality control, and efficiency improvements in municipal and commercial
landscaping projects.
Robert has been with the company for about 3 years. Before that, he was with
various city within southern California, specializing in managing landscape
contracts.
Robert, has been managing similar works for many years. A more current
notable work includes with the City of Rancho Cucamonga, Chino Hills, Fontana, Moreno Valley, San
Bernardino County, Riverside County, Etc.
• Graduate of the Pacific Southwest Maintenance Management School
• MSAC Irrigation Design and Plant ID Certificate
• Leadership Academy Certificate, Cal Poly Pomona
• Calsense 3000 Certified
Ongoing Training
• Continuous OSHA safety training
• Qualified Applicator License – In Process
• Cal State Fullerton Water Auditor – In Process
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 25
Dirk Bennet – Account Manager
Experience & Credentials
With over 11 years of experience, Dirk Bennett will be the person in-charge
and responsible for project management, communication with foreman, field
supervisor and primary contact with the City of Rancho Cucamonga. He is
experience in conducting and overseeing Public Works, Commercial and
Residential landscape maintenance work. With a vast experience in all aspects
of Landscape maintenance
Dirk has been with the company for about 3.5 years.
Dirk has been managing the City of Rancho Cucamonga contract(s) for
Mariposa Landscapes. His extensive experience with scheduling and
understanding of the City's needs has proven him to be a reliable lead.
• Qualified Applicators License, Cat B, #145235
• Horticulture and Turf Grass Management certificate, Mt. San Jacinto
College.
• Safe Work Zone, trained.
• CPR and Safety trained.
• OSHA 10 Hour – Construction Safety
• Recycled Water Site Supervisor Certified, Inland Empire Utilities Agency
Ongoing Training
• Horticulture, arboriculture Turf Management certificate, Mt. San Jacinto College/ San Antonio
College.
• Integrated Pest Management continuation training.
• Weathertrack – Hydropoint controller management Company safety training
• Qualified Pesticide Applicators continuation training.
• Cal Sense controller management Company safety training
Block flow prevention and maintenance training
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 26
3.6 Staffing Level
Please see attached Schedule lV for estimated minimum labor hours.
The labor hours do not indicate the maximum labor that we will provide. We are anticipating providing
labor as necessary to get the work done.
Extra Work project will be assigned to additional staff and not from the proposed routine staff members.
3.7 Third Party/ Subcontractors
No subcontractor will be utilized for this contract.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 27
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 28
3.8 Proposal Response
Mariposa Landscapes will deliver consistent, high-quality landscape maintenance across assigned LMD 1
parks in Rancho Cucamonga. Our staffing plan and daily operations are structured to meet all contractual
requirements while providing additional value where needed.
Crew Deployment:
• Mowing Crew (4 personnel):
o Responsible for turf areas at all specified LMD 1 parks.
o Equipped with two 72" mulching mowers to maintain weekly mowing cycles per service
level B, C, D requirements.
o Crew rotates across designated properties Monday through Friday to meet weekly
schedule requirements.
• Detail Crew (3 personnel):
o Handles planter maintenance, edging, trimming shrubs and groundcover, trash pickup,
and hardscape cleaning. Planter work will be maintained per service level B, C, or D
requirements.
o Crew floats between properties daily based on rotation schedule and seasonal needs.
• Restrooms (1 personnel):
o Handles all restroom maintenance services per RFP section 4.
Note:
LMD 1 Park restroom maintenance frequency is not defined or specific in any level category. All
restrooms will be maintenance to required specifications as in section 4 of the RFP. Pricing is set to 7
days a week maintenance schedule currently until Public Works Service Director specifies differently if
need.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 29
Workplan and Approach
The schedule outlined below is subject to change and requires approval from the designated
representatives. Any adjustments will be made to align with operational requirements. At the
commencement of the contract, our Project Manager will submit the annual schedule, and a monthly
report will be provided at the start of each month for the representatives.
Weekly Average
Monday Tuesday Wednesday Thursday Friday
Weed Removal X X X X X
Litter Removal X X X X X
Irrigation System Inspection X X X X X
Turf Mowing, Edging, Trimming X X X X X
Disease, Herbicide, Pest Control x - - - -
Pruning, Trimming X X X X X
Fertilize Grass, Plants - - - - -
Mulching - - - - -
Yearly Average
Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec
Weed Removal WK WK WK WK WK WK WK WK WK WK WK WK
Litter Removal WK WK WK WK WK WK WK WK WK WK WK WK
Irrigation System
Inspection WK WK WK WK WK WK WK WK WK WK WK WK
Lawn Mowing,
Edging,
Trimming
WK WK WK WK WK WK WK WK WK WK WK WK
Herbicide, Pest
Control
X X X X X X
Pruning MO MO MO MO MO MO MO MO MO MO MO MO
Fertilize Turf X X X X
Mulching AN AN AN AN AN AN AN AN AN AN AN AN
*AS = as needed *MO = monthly *WK = weekly *BI= Biweekly *DY = Daily *2X/DY = 2 times a day
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 30
Tentative crew deployment plan for City of Rancho Cucamonga (Example)
Day Mowing Crew (4-man) Detail Crew (3-man)
Restrooms
(1-man)
Monday Beryl Park West, Beryl Park East,
Hermosa Park
Golden Oak Park, Old Town Park,
Bear Gulch Park, Church Street Park
Morning
maintenance
Tuesday Golden Oak Park, Old Town Park,
Bear Gulch Park, Church Street Park
Beryl Park West, Beryl Park East,
Hermosa Park
Morning
maintenance
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 31
Project Specific Equipment
Mariposa Landscapes Inc. is proud to maintain a modern fleet, consisting of the latest models of vehicles
and equipment, including all the essential tools needed to fulfill our contract work. Our fleet is under five
years old and is meticulously maintained by our in-house mechanics. Notably, we offer large-capacity
mowing equipment, a unique advantage that sets us apart from most competitors.
To ensure reliable service, we employ a full team of skilled mechanics, and we maintain an extensive
inventory of backup equipment, which allows us to consistently adhere to our project schedules.
Each of our crew trucks is fully equipped with all necessary hand tools for landscape maintenance, along
with a First Aid kit, water, and clear instructions in the event of an accident. Our mechanics are
strategically stationed within 30 to 60 minutes of each project site, ensuring rapid response times. In
addition, we have backup 72” and 21” mowers available for deployment within one hour, further
reinforcing our ability to maintain schedule continuity.
We are confident that the equipment detailed in our proposal will provide comprehensive coverage and
surpass the city’s established standards. Our commitment to excellence is demonstrated through our
meticulous selection of resources and skilled personnel. Mariposa Landscape Inc. is dedicated to ensuring
that every aspect of our work exemplifies the highest quality, reflecting both our expertise and our
commitment to delivering superior results. We believe that our approach will not only meet but exceed
the expectations set forth, showcasing our dedication to excellence and reinforcing our reputation for
exceptional service.
Anticipated Equipment
Regular Vehicles Periodic Vehicles
QTY Vehicles QTY Vehicles
1
2
1
Truck Toyota Tacoma w/Irrigation Setup Truck
Chevy 2500HD, Dbl Cab, Landscape body Truck
Toyota Tacoma w/Supervisor Setup
1 Truck Chevy 3500HD, Single Cab, Spray
Truck
Regular Equipment Periodic Equipment
QTY Equipment QTY Equipment
1
2
2
2
2
2
2
Trailer 82” x 16”, GVWR 7000, Mow Crew
Trimmer String (Weedeater)
Blower backpack
Hedge Trimmer 51” Long Staff
Mower 72in, Recycler
Edger Stick Type
Truck and Tools Equipment
1
1
1
Tractor Kubota PTO HP-40
Trailer Flat Bed, 9999 GVWR Big Mower
Pressure Washer 185gal w/ trailer
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 32
Extra Work Pricing
When a customer desires additional work or an emergency arises where work above and beyond the
contract scope becomes necessary, there must be some mechanism to quickly communicate and agree
upon the cost. Many times, situations arise where it is difficult to come up with a cost ahead of time. We
solve that issue with the following:
Our process is designed to ensure
clarity and professionalism, founded
on the principles of Simplicity,
Transparency, Honesty, and No
Surprises.
If an issue arises that alters the scope
of the original estimate, we will
revise the proposal accordingly and
resubmit it for client approval. The
updated proposal will include clear
explanations and supporting
documentation, such as photos.
Work will not proceed until the client
has reviewed and approved the
revised scope and associated costs,
ensuring full agreement before
moving forward.
4-Step Pricing Process
1. The scope of work is identified, and a "Not-to-Exceed" proposal is prepared.
2. The customer reviews and approves the proposal.
3. Work proceeds, with labor tracked and receipts documented.
4. Billing will never exceed the original proposal and will be either equal to or less than
the proposed amount.
The sample proposal to the right
pertains to an irrigation-related
project, where multiple valves
require replacement due to damage
sustained in an auto accident.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 33
Continual Employee Training
The Certified Landscape Technician Test is widely regarded as one of the most challenging exams across
any industry. It is a timed, hands-on field test that covers a wide range of skills and disciplines essential
for landscape work. Three certifications can be earned through this test: Certified Landscape Technician
in Landscape, Maintenance, and Irrigation. Each category has its own specific modules, but all candidates
must pass a core set of 13 modules. Employees at Mariposa not only maintain their current CLT skills but
are also continuously working to expand their knowledge and pursue further certifications.
Core Elements
1.02 - First Aid and Safety
1.03 - Plan Reading
1.05 - Plant Identification
1.06 - Sod Installation
1.07 - Work Orders and Reports
1.08 - Program Controller
1.09 - Irrigation Identification
1.10 - Lateral Repair and Head Adjustment
1.11 - Truck & Trailer
1.12 - Tree Planting and Staking/Guying
1.14 - Chainsaw
Landscape Maintenance Elements
3.01 - Written General Comprehension
3.02 - Pruning
3.03 - 21” Mower
3.04 – Intermediate Walk-Behind Mower
3.05 - Aerator
3.06 - Edger & Trimmer
3.07 - Riding Mower
3.08 - Pesticides
3.09 - Fertilizer
3.10 - Power Blower
1.14 - Chainsaw
Irrigation Elements
4.01 - Irrigation General Comprehension
4.02 - Irrigation Plan Reading
4.03 - Lateral Installation
4.04 - Mainline Installation
4.05 - Valve Repair
4.06 - Valve Wiring
4.07 - Pipe Installation Equipment
1.14 - Chainsaw
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 34
Safety
Employee safety is our highest priority. At Mariposa Landscapes, we have implemented thorough and
continuous safety training for all our employees. We have specially designed intensive training programs
for new and onboarding employees that include both on-site training and classroom sessions.
Furthermore, all employees are required to participate in ongoing training sessions to prevent accidents,
ensure the safe handling of equipment, and develop their judgment in anticipating hazards before they
occur. Additionally, on new sites or sites new to the employees, a supervisor conducts site-specific risk
prevention training focusing on the most frequent hazards and risks known to the site and region.
Employee Training & Supervision
Our safety program is built on thorough employee training
and supervision, with the main objective to ensure a safe
work environment through well-prepared personnel.
Training begins within the first 3 days of employment,
following a structured agenda that covers orientation,
safety basics, equipment and chemical safety, and
practical training and review. This initial training covers
the use of equipment, chemicals, supplys, and protective
gear. To maintain high safety standards, ongoing training
is provided weekly and bi-monthly, ensuring all employees
stay up-to-date with the latest safety protocols.
Training in the Use of Supplies, Chemicals and Equipment
We divide this training session into the following modules:
Supplies & Chemicals Equipment
Safety Basics All exposed employees receive
training on chemical safety
fundamentals, including hazard
identification, labeling systems,
proper storage, and interpreting
Safety Data Sheets to understand
chemical properties and risks.
Familiarization This training covers the proper use
of equipment, including chainsaws,
hedge trimmers, edgers, blowers,
mowers, and trailers, with an
overview of each machine's
functions, common uses, and
associated risks.
Safe Handling Comprehensive guidelines are
established for safely handling
herbicides, pesticides, fertilizers,
and cleaning agents. Employees are
trained on safe mixing, application,
storage, correct application rates,
and the importance of proper
ventilation.
Operational
Safety
This session covers the safe
operation of equipment, including
start-up, shutdown, proper use,
and safety checks. It focuses on
recognizing and avoiding hazards
like chainsaw kickback, trimmer
debris, and mower rollover risks.
Emergency Training includes protocols for spills,
leaks and exposure incidents so
employees can act quickly and
mitigate risks in a timely manner.
Maintenance &
Inspection
In this module we cover instruction
on routine and maintenance tasks,
such as sharpening blades,
changing oil and inspecting and
recognizing wear and tear.
Figure 2: Training on the Use of Supplies, Chemicals and Equipment
Figure 1: Employee Training Held On-site
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 35
All of our training and safety sessions are led by our highly qualified supervisors or safety coordinators
who have been previously trained in safe and correct operating procedures and are determined by
competent management. All trainers have undergone certification from recognized agencies such as the
California Department of Pesticide Regulation and the American Heart Association. Trainers are selected
based on their expertise and ability to communicate effectively.
Figure 3: Mandatory PPE for our Staff
Protective Equipment
Our PPE program includes detailed instructions on the types of protective
equipment required for various tasks, as well as proper usage techniques and
maintenance procedures to ensure equipment stays effective. We follow strict
internal protective equipment protocols and conduct regular unannounced site
inspection to verify that all PPE is in good condition and worn properly. All
employees must wear PPE listed in Figure 3. Workers wear appropriate PPEs as
needed, where job safety requires it.
Ongoing Training
Ongoing and continuous training are of great importance to our company. We
hold weekly meetings designed to keep employees updated on specific
seasonal hazards (for instance, when we have noticed an increase in snake
sightings), new equipment, site-specific risks or updated safety practices
regarding chemicals or equipment used. Our supervisors hold regular
evaluations to reinforce safety protocols and accident prevention but also to
improve performance.
Aside from our weekly meetings, we hold bi-monthly long-format sessions which last from 2-3 hours and provide
insights, feedback and learnings from new job sites and new site challenges. In these sessions, new materials and
chemicals are being discussed and introduced to the team. Equipment training courses are often held separately
or in smaller groups. Supervisors and trainers conduct daily inspections to identify and reduce potential hazards,
ensuring compliance with safety procedures. Their checklists
cover proper PPE usage and protocols, equipment condition,
chemical storage, and work zone setup. All findings and
learnings are then discussed in our bi-monthly meeting and
focus on areas where improvements can be made. Employees
are encouraged to provide feedback on safety practices,
helping to identify new hazards and refine training programs.
Figure 4: On-site Evaluation and Feedback Session or Our
Team
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 36
Green Initiative
Mariposa Landscapes, Inc. is dedicated to implementing environmentally sustainable practices and energy
conservation measures. We operate a comprehensive recycling program for green waste and paper
products, which is enforced at both our local offices and all job sites.
Our company currently uses hybrid vehicles and is actively researching and pursuing the adoption of
hybrid equipment for use on our contracts. We are committed to being as environmentally responsible as
possible and are continuously expanding our operations to meet this goal.
Mariposa Landscapes has earned certification from the American Green Zone Alliance under the
Sustainable Land Care Certification (Electric Equipment). This certification ensures we are at the forefront
of industry advancements, selecting cost-effective solutions with the latest commercial-grade electric
small equipment.
We collaborate closely with clients to optimize water usage wherever possible. With hundreds of ET
“Smart” Controller installations over the years, we are proficient in assessing properties for water-saving
opportunities, providing tailored solutions, and programming these advanced irrigation devices for
maximum efficiency.
Beyond these initiatives, we remain committed to leading the industry in minimizing environmental
impact and advancing sustainable practices.
The key points of its strategy to achieve this are:
• Minimize waste by evaluating operations and ensuring they are as efficient as possible.
• Minimize toxic emissions through the selection and use of its fleet and equipment.
• Actively promote recycling both internally and amongst its customers and suppliers.
• Meet or exceed all the environmental legislation that relates to the Company.
• Adhere to all local codes and ordinances regarding water conservation.
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 37
Integrated Pest Management Program
Integrated pest management (IPM) is an
ecosystem-based strategy that focuses on
long-term prevention of pests or their
damage through a combination of
techniques such as biological control,
habitat manipulation, modification of
cultural practices, and use of resistant
varieties. Pesticides are used only after
monitoring indicates they are needed
according to established guidelines, and
treatments are made with the goal of
removing only the target organism. Pest
control materials are selected and applied in
a manner that minimizes risks to human
health, beneficial and non-target organisms,
and the environment.
Biological Control Biological control is the use of natural enemies—predators,
parasites, pathogens, and competitors—to control pests and their
damage. Though Mariposa does not introduce any beneficial
organisms into the environment, we do identify and encourage
their presence.
Cultural Controls Cultural controls are practices that reduce pest establishment,
reproduction, dispersal, and survival. For example, changing
irrigation practices can reduce pest problems, since too much
water can increase root disease and weeds.
Mechanical & Physical
Controls
Mechanical and physical controls kill a pest directly or make the
environment unsuitable for it. Traps for rodents are examples of
mechanical control. Physical controls include mulches for weed
management, steam sterilization of the soil for disease
management, or barriers such as screens to keep birds or insects
out.
Chemical Controls Chemical control is the use of pesticides. Mariposa Landscapes
uses pesticides only when needed and in combination with other
approaches for more effective, long-term control. Also, pesticides
are selected and applied in a way that minimizes their possible
harm to people and the environment. With IPM we use the most
selective pesticide that will do the job and be the safest for other
organisms and for air, soil, and water quality.
Step 2
Prevention
Step 3
Observation
Step 4
Intervention
Step 5
Evaluation
& Planning
Step 1
Knowledge
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Safety • Teamwork • Quality • Integrity 38
1
2
3
4
5
Job Start Up
Contract Execution and Official Notice to Proceed
For new contracts, we need a signed commitment before purchasing trucks and equipment. Startups
within 30 days may face supply chain delays, so we prefer a 60 to 90-day lead time. During this period, we
may have meetings with the client to introduce the team and review the schedule. We also use this time
to prepare area maps, take measurements, and order necessary materials like fertilizer, weed control
products, and other supplies.
Job Start
On the first day of the project, our crews will be equipped with detailed maps, task lists, and an initial
schedule. Our management team is actively involved in logistics at this stage. We also conduct a thorough
inspection of the irrigation systems with our technicians. If any issues, such as broken or inoperative
components, are identified, we will create a detailed list of required repairs, including pricing and a
completion schedule for the customer.
30-Day Evaluation
At the 30-day mark, we will hold a special evaluation meeting with the customer. This meeting addresses
aspects of the project that may not have been fully outlined in the scope or specifications, such as
customized timelines, work sequences, and specific site needs. We will review the progress so far, identify
successes, and discuss any areas requiring adjustment. The customer will receive an action plan with clear
timelines for any necessary changes, along with an updated irrigation system inspection.
60-Day Evaluation
By the 60-day point, we expect operations to be running smoothly and in line with expectations. We will
conduct a customer survey to assess their experience with the proposal process, the transition to
operations, and overall job performance. Our goal is to achieve the highest satisfaction score possible and
ensure complete customer satisfaction.
90-Day Evaluation
At the 90-day mark, the customer will receive a survey with a single question: "Would you recommend
Mariposa Landscapes to other customers right now?" Our goal is to receive an enthusiastic “Yes”
response, confirming their satisfaction and confidence in our services.
Notice to
Proceed Job Start
30-Day
Evaluation 60-Day
Evaluation
90-Day
Evaluation
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Line Totals (Unit Price * Quantity)
Item Num Section Description Unit of Measure Quantity Mariposa Landscapes Inc.
1 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Pest Control LS per Mon 1 $109.38
2 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $54.69 $26,346.06 316153
3 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 0 $0.00 237115
4 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Turf Maintenance SF per Mon 160350 $962.10 79038
5 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $82.03
6 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $82.03
7 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $328.14
8 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Playground Maintenance LS per Mon 1 $82.03
9 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $82.03
10 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $82.03
11 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $328.14
12 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $27.34
13 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Litter Control LS per Mon 1 $218.76
14 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Containers LS per Mon 1 $54.69
15 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Bin Enclosures LS per Mon 1 $54.69
16 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Graffiti Removal LS per Mon 1 $54.69
Subtotal $2,602.77
17 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Pest Control LS per Mon 1 $181.88
18 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Tree Maintenance LS per Mon 1 $90.94
19 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $227.50
20 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Turf Maintenance SF per Mon 313632 $1,599.52
21 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $136.41
22 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $136.41
23 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $545.65
24 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Playground Maintenance LS per Mon 1 $136.41
25 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Picnic Area Maintenance LS per Mon 1 $136.41
26 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Hardcourt Maintenance LS per Mon 1 $136.41
27 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $545.65
28 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $45.47
29 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Litter Control LS per Mon 1 $363.77
30 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Containers LS per Mon 1 $90.94
31 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Bin Enclosures LS per Mon 1 $90.94
32 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Graffiti Removal LS per Mon 1 $90.94
Subtotal $4,555.25
33 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Pest Control LS per Mon 1 $166.93
34 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Tree Maintenance LS per Mon 1 $83.46
35 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $208.50
36 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Turf Maintenance SF per Mon 304920 $1,463.62
37 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $125.20
38 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $125.20
39 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $500.79
40 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Playground Maintenance LS per Mon 1 $125.20
41 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Picnic Area Maintenance LS per Mon 1 $125.20
42 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Hardcourt Maintenance LS per Mon 1 $125.20
43 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $500.79
44 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $41.73
45 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Litter Control LS per Mon 1 $333.86
46 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Containers LS per Mon 1 $83.46
47 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Bin Enclosures LS per Mon 1 $83.46
48 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Graffiti Removal LS per Mon 1 $83.46
Subtotal $4,176.06
49 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Pest Control LS per Mon 1 $156.72
50 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $78.36
51 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 1575 $195.93
52 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Turf Maintenance SF per Mon 230868 $1,362.12
53 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $117.54
54 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $117.54
55 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $470.15
56 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Playground Maintenance LS per Mon 1 $117.54
57 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $117.54
58 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $117.54
59 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $470.15
60 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $39.18
61 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Litter Control LS per Mon 1 $313.43
62 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Containers LS per Mon 1 $78.36
63 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Bin Enclosures LS per Mon 1 $78.36
64 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Graffiti Removal LS per Mon 1 $78.36
Subtotal $3,908.82
65 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Pest Control LS per Mon 1 $114.15
66 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $57.08
67 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 34848 $142.88
68 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Turf Maintenance SF per Mon 145054 $1,000.87
69 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $85.61
70 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $85.61
71 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $342.45
72 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Playground Maintenance LS per Mon 1 $85.61
73 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $85.61
74 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $85.61
75 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $342.45
76 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $28.54
77 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Litter Control LS per Mon 1 $228.30
78 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Containers LS per Mon 1 $57.08
79 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Bin Enclosures LS per Mon 1 $57.08
80 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Graffiti Removal LS per Mon 1 $57.08
Subtotal $2,856.01
81 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Pest Control LS per Mon 1 $222.33
82 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $111.17
83 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 3160 $277.76
84 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Turf Maintenance SF per Mon 319730 $1,950.35
85 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $166.75
86 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $166.75
87 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $667.00
88 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Playground Maintenance LS per Mon 1 $166.75
89 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $166.75
90 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $166.50
91 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $667.00
92 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $55.58
93 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Litter Control LS per Mon 1 $444.67
94 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Containers LS per Mon 1 $111.17
95 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Bin Enclosures LS per Mon 1 $111.17
96 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Graffiti Removal LS per Mon 1 $111.17
Subtotal $5,562.88
97 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Pest Control LS per Mon 1 $107.41
98 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $53.70
99 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 2123 $134.17
100 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Turf Maintenance SF per Mon 138085 $938.98
101 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $80.56
102 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $80.56
103 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $322.22
104 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Playground Maintenance LS per Mon 1 $80.56
105 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $80.56
106 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $80.56
107 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $322.22
108 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $26.85
109 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Litter Control LS per Mon 1 $214.82
110 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Containers LS per Mon 1 $53.70
111 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Bin Enclosures LS per Mon 1 $53.70
112 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Graffiti Removal LS per Mon 1 $53.70
Subtotal $2,684.27
113 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Pest Control LS per Mon 1 $99.53
114 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $49.77
115 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 0 $0.00
116 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Turf Maintenance SF per Mon 160350 $865.89
117 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $74.65
118 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $74.65
119 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $298.60
120 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Playground Maintenance LS per Mon 1 $74.65
121 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $74.65
122 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $74.65
123 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $298.60
124 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $24.88
125 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Litter Control LS per Mon 1 $199.07
126 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Containers LS per Mon 1 $49.77
127 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Bin Enclosures LS per Mon 1 $49.77
128 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Graffiti Removal LS per Mon 1 $49.77
Subtotal $2,358.90
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
129 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Pest Control LS per Mon 1 $165.51
130 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Tree Maintenance LS per Mon 1 $82.76
131 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $207.00
132 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Turf Maintenance SF per Mon 313632 $1,442.71
133 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $124.14
134 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $124.14
135 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $496.54
136 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Playground Maintenance LS per Mon 1 $124.14
137 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Picnic Area Maintenance LS per Mon 1 $124.14
138 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Hardcourt Maintenance LS per Mon 1 $124.14
139 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $496.54
140 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $41.38
141 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Litter Control LS per Mon 1 $331.03
142 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Containers LS per Mon 1 $82.76
143 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Bin Enclosures LS per Mon 1 $82.76
144 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Graffiti Removal LS per Mon 1 $82.76
Subtotal $4,132.45
145 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Pest Control LS per Mon 1 $151.91
146 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Tree Maintenance LS per Mon 1 $75.95
147 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $190.00
148 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Turf Maintenance SF per Mon 304920 $1,341.65
149 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $113.93
150 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $113.93
151 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $455.72
152 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Playground Maintenance LS per Mon 1 $113.93
153 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Picnic Area Maintenance LS per Mon 1 $113.93
154 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Hardcourt Maintenance LS per Mon 1 $113.93
155 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $455.72
156 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $37.98
157 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Litter Control LS per Mon 1 $303.81
158 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Containers LS per Mon 1 $75.95
159 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Bin Enclosures LS per Mon 1 $75.95
160 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Graffiti Removal LS per Mon 1 $75.95
Subtotal $3,810.24
161 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Pest Control LS per Mon 1 $142.61
162 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $71.31
163 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 1575 $178.29
164 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Turf Maintenance SF per Mon 230868 $1,246.69
165 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $106.96
166 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $106.96
167 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $427.84
168 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Playground Maintenance LS per Mon 1 $106.96
169 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $106.96
170 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $106.96
171 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $427.84
172 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $35.65
173 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Litter Control LS per Mon 1 $285.22
174 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Containers LS per Mon 1 $71.31
175 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Bin Enclosures LS per Mon 1 $71.31
176 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Graffiti Removal LS per Mon 1 $71.31
Subtotal $3,564.18
177 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Pest Control LS per Mon 1 $103.88
178 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $51.94
179 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 34848 $128.94
180 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Turf Maintenance SF per Mon 145054 $913.84
181 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $77.91
182 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $77.91
183 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $311.63
184 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Playground Maintenance LS per Mon 1 $77.91
185 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $77.91
186 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $77.91
187 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $311.63
188 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $25.97
189 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Litter Control LS per Mon 1 $207.75
190 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Containers LS per Mon 1 $51.94
191 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Bin Enclosures LS per Mon 1 $51.94
192 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Graffiti Removal LS per Mon 1 $51.94
Subtotal $2,600.95
193 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Pest Control LS per Mon 1 $202.32
194 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $101.16
195 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 3160 $252.80
196 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Turf Maintenance SF per Mon 319730 $1,758.52
197 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $151.74
198 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $151.74
199 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $606.97
200 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Playground Maintenance LS per Mon 1 $151.74
201 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $151.74
202 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $151.74
203 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $606.97
204 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $50.58
205 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Litter Control LS per Mon 1 $404.65
206 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Containers LS per Mon 1 $101.16
207 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Bin Enclosures LS per Mon 1 $101.16
208 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Graffiti Removal LS per Mon 1 $101.16
Subtotal $5,046.15
209 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Pest Control LS per Mon 1 $97.74
210 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $48.87
211 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 2123 $122.28
212 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Turf Maintenance SF per Mon 138085 $856.13
213 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $73.31
214 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $73.31
215 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $293.22
216 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Playground Maintenance LS per Mon 1 $73.31
217 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $73.31
218 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $73.31
219 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $293.22
220 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $24.44
221 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Litter Control LS per Mon 1 $195.48
222 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Containers LS per Mon 1 $48.87
223 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Bin Enclosures LS per Mon 1 $48.87
224 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Graffiti Removal LS per Mon 1 $48.87
225 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $45.65
226 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 2123 $114.22
227 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Turf Maintenance SF per Mon 138085 $800.89
228 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $68.47
229 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $68.47
230 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $273.89
231 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Playground Maintenance LS per Mon 1 $68.47
232 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $68.47
233 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $68.47
234 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $273.89
235 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $22.82
236 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Litter Control LS per Mon 1 $182.59
237 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Containers LS per Mon 1 $45.65
238 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Bin Enclosures LS per Mon 1 $45.65
239 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Graffiti Removal LS per Mon 1 $45.65
Subtotal $4,637.79
240 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Pest Control LS per Mon 1 $92.97
241 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $46.49
242 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 0 $0.00
243 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Turf Maintenance SF per Mon 160350 $817.79
244 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $69.73
245 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $69.73
246 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $278.91
247 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Playground Maintenance LS per Mon 1 $69.73
248 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $69.73
249 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $69.73
250 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $278.91
251 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $23.24
252 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Litter Control LS per Mon 1 $185.94
253 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Containers LS per Mon 1 $46.49
254 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Bin Enclosures LS per Mon 1 $46.49
255 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Graffiti Removal LS per Mon 1 $46.49
Subtotal $2,212.37
256 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Pest Control LS per Mon 1 $154.60
257 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Tree Maintenance LS per Mon 1 $77.30
258 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $193.50
259 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Turf Maintenance SF per Mon 313632 $1,348.62
260 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $115.95
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
261 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $115.95
262 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $463.80
263 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Playground Maintenance LS per Mon 1 $115.95
264 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Picnic Area Maintenance LS per Mon 1 $115.95
265 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Hardcourt Maintenance LS per Mon 1 $115.95
266 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $463.80
267 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $38.65
268 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Litter Control LS per Mon 1 $309.20
269 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Containers LS per Mon 1 $77.30
270 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Bin Enclosures LS per Mon 1 $77.30
271 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Graffiti Removal LS per Mon 1 $77.30
Subtotal $3,861.12
272 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Pest Control LS per Mon 1 $141.89
273 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Tree Maintenance LS per Mon 1 $70.95
274 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $177.50
275 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Turf Maintenance SF per Mon 304920 $1,250.17
276 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $106.42
277 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $106.42
278 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $425.67
279 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Playground Maintenance LS per Mon 1 $106.42
280 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Picnic Area Maintenance LS per Mon 1 $106.42
281 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Hardcourt Maintenance LS per Mon 1 $106.42
282 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $425.67
283 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $35.47
284 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Litter Control LS per Mon 1 $283.78
285 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Containers LS per Mon 1 $70.95
286 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Bin Enclosures LS per Mon 1 $70.95
287 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Graffiti Removal LS per Mon 1 $70.95
Subtotal $3,556.05
288 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Pest Control LS per Mon 1 $133.21
289 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $66.60
290 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 1575 $166.48
291 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Turf Maintenance SF per Mon 230868 $1,154.34
292 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $99.91
293 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $99.91
294 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $399.63
295 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Playground Maintenance LS per Mon 1 $99.91
296 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $99.91
297 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $99.91
298 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $399.63
299 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $33.30
300 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Litter Control LS per Mon 1 $266.42
301 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Containers LS per Mon 1 $66.60
302 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Bin Enclosures LS per Mon 1 $66.60
303 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Graffiti Removal LS per Mon 1 $66.60
Subtotal $3,318.96
304 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Pest Control LS per Mon 1 $97.03
305 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $48.51
306 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 34848 $121.97
307 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Turf Maintenance SF per Mon 145054 $855.82
308 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $72.77
309 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $72.77
310 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $291.08
311 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Playground Maintenance LS per Mon 1 $72.77
312 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $72.77
313 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $72.77
314 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $291.08
315 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $24.26
316 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Litter Control LS per Mon 1 $194.06
317 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Containers LS per Mon 1 $48.51
318 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Bin Enclosures LS per Mon 1 $48.51
319 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Graffiti Removal LS per Mon 1 $48.51
Subtotal $2,433.19
320 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Pest Control LS per Mon 1 $188.98
321 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $94.49
322 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 3160 $236.37
323 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Turf Maintenance SF per Mon 319730 $1,662.60
324 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $141.74
325 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $141.74
326 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $566.95
327 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Playground Maintenance LS per Mon 1 $141.74
328 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $141.74
329 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $141.74
330 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $566.95
331 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $47.25
332 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Litter Control LS per Mon 1 $377.97
333 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Containers LS per Mon 1 $94.49
334 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Bin Enclosures LS per Mon 1 $94.49
335 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Graffiti Removal LS per Mon 1 $94.49
Subtotal $4,733.72
336 Service Level "D" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Pest Control LS per Mon 1 $91.30
Subtotal $91.30
337 Extra Work Schedule - Planting Plant One (1) Gallon Tree and Stake Unit Cost 1 $17.00
338 Extra Work Schedule - Planting Plant Five (5) Gallon Tree and Stake Unit Cost 1 $45.00
339 Extra Work Schedule - Planting Plant Fifteen (15) Gallon Tree and Stake Unit Cost 1 $130.00
340 Extra Work Schedule - Planting Plant One (1) Gallon Shrub Unit Cost 1 $17.00
341 Extra Work Schedule - Planting Plant Five (5) Gallon Shrub Unit Cost 1 $40.00
342 Extra Work Schedule - Planting Plant One (1) Flat Groundcover Unit Cost 1 $45.00
343 Extra Work Schedule - Planting Plant and Grade One (1) Cubic Yard of Mulch Unit Cost 1 $85.00
Subtotal $379.00
344 Extra Work Schedule - Sports Field Renovations Soccer Field Renovation LS 1 $3,210.00
345 Extra Work Schedule - Sports Field Renovations Softball Field Renovation (No Turf in infield)LS 1 $1,750.00
346 Extra Work Schedule - Sports Field Renovations Baseball Field Renovation, 60' Field LS 1 $2,000.00
347 Extra Work Schedule - Sports Field Renovations Baseball Field Renovation, 90' Field LS 1 $5,250.00
Subtotal $12,210.00
348 Extra Work Schedule - Hourly Labor Rates General Laborer Hour 1 $49.00
349 Extra Work Schedule - Hourly Labor Rates Skilled Laborer Hour 1 $56.00
350 Extra Work Schedule - Hourly Labor Rates Irrigation Repair Technician Hour 1 $75.00
351 Extra Work Schedule - Hourly Labor Rates Licensed or Certified Chemical Applicator Hour 1 $65.00
Subtotal $245.00
Total $85,537.41
Unit Price
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 20
EXHIBIT D
CALIFORNIA LABOR CODE COMPLIANCE
1. 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 agencies, City and RCFPD
(collectively “City” in this Exhibit), and agrees to be bound by all the provisions
thereof as though set forth in full herein.
2. This is a public work and requires the payment of prevailing wages for the work or
craft in which the worker is employed for any public work done under the contract
by Contractor or by any subcontractor pursuant to Section 1771 of the Labor Code.
Pursuant to the provisions of Section 1773 of the Labor Code of the State of
California, the City has obtained the general prevailing rate of per diem wages and
the general rate for holiday and overtime work in this locality for each craft,
classification, or type of workman needed to execute this contract from the Director
of the Department of Industrial Relations. These rates are on file with the City
Clerk or may be obtained at
http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm.
Contractor shall post a copy of such wage rates at the job site and shall pay the
adopted prevailing wage rates as a minimum. Contractor shall comply with the
provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code.
Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the
City, as a penalty, not more than $200.00 for each calendar day, or portion thereof,
for each laborer, worker, or mechanic employed, paid less than the stipulated
prevailing rates for any work done under this contract, by Contractor or by any
subcontractor under Contractor, in violation of the provisions of this Agreement.
3. In accordance with Labor Code Sections 1725.5 and 1771.1, and except for projects
involving construction, alteration, demolition, installation, or repair work of $25,000
or less, or maintenance work of $15,000 or less, no contractor or subcontractor shall
be qualified to bid on, be listed in a bid proposal, subject to the requirements of
Section 4104 of the Public Contract Code, or engage in the performance of any
public work contract unless currently registered and qualified to perform public
work pursuant to Section 1725.5 [with limited exceptions for bid purposes, only,
pursuant to Labor Code Section 1771.1(a)].
4. Pursuant to Labor Code Section 1776, Contractor shall maintain and make available
an accurate record showing the name of each worker and hours worked each day and
each week by each worker employed by Contractor performing services covered by
this Agreement. Contractor and its subcontractors shall furnish electronic certified
payroll records to the Labor Commissioner in accordance with Labor Code Section
1771.4. The project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations. The Contractor is responsible for compliance with
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 21
Section 1776 by itself and all of its subcontractors. The Contractor shall post job site
notices, as prescribed by regulation.
5. Contractor shall comply with and be bound by the provisions of Labor Code Sections
1777.5, 1777.6 and 1777.7 and California Code of Regulations Title 8, Section 200
et seq. concerning the employment of apprentices on public works projects. The
Contractor shall be responsible for compliance with these Sections for all
apprenticeable occupations. Before commencing Work on this Project, the
Contractor shall provide the City with a copy of the information submitted to any
applicable apprenticeship program. Within sixty (60) Days after concluding Work,
Contractor and each of its Subcontractors shall submit to the City a verified statement
of the journeyman and apprentice hours performed under this Contract.
6. Contractor agrees to comply with the provisions of California Labor Code Section
1813 concerning penalties for workers who work excess hours. The Contractor shall,
as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in
the execution of the contract by the Contractor or by any subcontractor for each
calendar day during which such worker is required or permitted to work more than 8
hours in any one calendar day and 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.
7. California Labor Code Sections 1860 and 3700 provide that every contractor will be
required to secure the payment of compensation to its employees. In accordance with
the provisions of California Labor Code Section 1861, by signing the Agreement to
which this Exhibit is attached, 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 workers’
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.”
Docusign Envelope ID: DB114B75-F617-49AF-A1A5-D292351DC17F
Electronic Record and Signature Disclosure
Certificate Of Completion
Envelope Id: DB114B75-F617-49AF-A1A5-D292351DC17F Status: Completed
Subject: Complete with Docusign: Mariposa LMD 1 CO 2025-113 Final.pdf
Source Envelope:
Document Pages: 123 Signatures: 3 Envelope Originator:
Certificate Pages: 5 Initials: 20 Clarissa Obeso
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
clarissa.obeso@cityofrc.us
IP Address: 199.201.174.250
Record Tracking
Status: Original
9/16/2025 9:16:53 AM
Holder: Clarissa Obeso
clarissa.obeso@cityofrc.us
Location: DocuSign
Signer Events Signature Timestamp
Terry Noriega
terry@mariposa-ca.com
President
Mariposa Landscapes, Inc.
Security Level: Email, Account Authentication
(None)
Signature Adoption: Drawn on Device
Using IP Address: 173.197.206.166
Sent: 9/16/2025 10:00:10 AM
Resent: 9/22/2025 11:15:33 AM
Viewed: 9/16/2025 10:43:17 AM
Signed: 9/22/2025 4:08:34 PM
Electronic Record and Signature Disclosure:
Accepted: 9/22/2025 4:07:51 PM
ID: 888c5161-1abd-4d59-8495-eac7c12421f5
Antonio Valenzula
antonio@mariposa-ca.com
Antonio Valenzuela, Secretary
Mariposa Landscapes, Inc.
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 66.214.120.174
Signed using mobile
Sent: 9/22/2025 4:08:36 PM
Viewed: 9/22/2025 5:09:49 PM
Signed: 9/22/2025 5:11:21 PM
Electronic Record and Signature Disclosure:
Accepted: 9/22/2025 5:09:49 PM
ID: a030b1e0-5df9-41b7-9b2f-8fa894ae9785
L. Dennis Michael
dennis.michael@cityofrc.us
Mayor/President
City of Rancho Cucamonga
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 172.116.88.134
Signed using mobile
Sent: 9/22/2025 5:11:30 PM
Viewed: 9/22/2025 5:26:23 PM
Signed: 9/22/2025 5:26:42 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
City Clerk Services Department
clerkcontracts@cityofrc.us
City Clerk
City of Rancho Cucamonga
Security Level: Email, Account Authentication
(None)
Using IP Address: 199.201.174.250
Sent: 9/22/2025 5:26:45 PM
Viewed: 9/22/2025 5:37:46 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 9/16/2025 10:00:11 AM
Certified Delivered Security Checked 9/22/2025 5:37:46 PM
Signing Complete Security Checked 9/22/2025 5:26:42 PM
Completed Security Checked 9/22/2025 5:37:46 PM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Rancho Cucamonga City Clerk's Office (we, us or Company) may be
required by law to provide to you certain written notices or disclosures. Described below are the
terms and conditions for providing to you such notices and disclosures electronically through the
DocuSign system. Please read the information below carefully and thoroughly, and if you can
access this information electronically to your satisfaction and agree to this Electronic Record and
Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to
‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the
DocuSign system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. You will have the ability to download and print documents we send
to you through the DocuSign system during and immediately after the signing session and, if you
elect to create a DocuSign account, you may access the documents for a limited period of time
(usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a
$0.00 per-page fee. You may request delivery of such paper copies from us by following the
procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from us or to sign electronically documents
from us.
All notices and disclosures will be sent to you electronically
Electronic Record and Signature Disclosure created on: 2/22/2022 12:08:29 PM
Parties agreed to: Terry Noriega, Antonio Valenzula, Terry Noriega, Antonio Valenzula
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of you
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact City of Rancho Cucamonga City Clerk's Office:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: jasmin.oriel@cityofrc.us
To advise City of Rancho Cucamonga City Clerk's Office of your new email address
To let us know of a change in your email address where we should send notices and disclosures
electronically to you, you must send an email message to us at jasmin.oriel@cityofrc.us and in
the body of such request you must state: your previous email address, your new email
address. We do not require any other information from you to change your email address.
If you created a DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from City of Rancho Cucamonga City Clerk's Office
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to jasmin.oriel@cityofrc.us and in the
body of such request you must state your email address, full name, mailing address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Rancho Cucamonga City Clerk's Office
To inform us that you no longer wish to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your signing session, and on the subsequent page,
select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state
your email, full name, mailing address, and telephone number. We do not need any other
information from you to withdraw consent.. The consequences of your withdrawing consent for
online documents will be that transactions may take a longer time to process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current system requirements are found here: https://support.docusign.com/guides/signer-guide-
signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please confirm that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are able to email this ERSD to an email address
where you will be able to print on paper or save it for your future reference and access. Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before
clicking ‘CONTINUE’ within the DocuSign system.
By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm
that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Disclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it, for future
reference and access; and
Until or unless you notify City of Rancho Cucamonga City Clerk's Office as described
above, you consent to receive exclusively through electronic means all notices,
disclosures, authorizations, acknowledgements, and other documents that are required to
be provided or made available to you by City of Rancho Cucamonga City Clerk's Office
during the course of your relationship with City of Rancho Cucamonga City Clerk's
Office.