HomeMy WebLinkAboutCO 2025-116 - Mariposa Landscapes Inc.
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
MARIPOSA LANDSCAPES, INC.
FOR
LMDS 6R, 9, 10 PARKWAY, PASEO, AND MEDIAN
ISLAND LANDSCAPE AND IRRIGATION MAINTENANCE
SERVICES
AWARD DATE:
September 3, 2025
City of Rancho Cucamonga
CONTRACT NUMBER
2025-116
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: LMDs 6R, 9, and 10 Parkway, Paseo, and Median Island Landscape and
Irrigation Maintenance (RFP 25/26-003) (“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 25/56-003, 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
2025-116
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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
seven hundred and seventy-two thousand, one hundred eighty-one dollars ($772,181) 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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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.
0DULSRVD/DQGVFDSHV,QF
By:
Name Date
City of Rancho Cucamonga
By:
Name Date
Title Title
By:
Name Date
Title
(two signatures required if corporation)
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
9/22/2025 | 4:04 PM PDT
President
9/22/2025 | 5:14 PM PDT
Antonio Valenzuela, Secretary
9/22/2025 | 5:28 PM PDT
Mayor/President
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 17
Attachment C – Sample Waiver of Subrogation
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 18
EXHIBITS
x Exhibit A – RFP 25/26-003
x Exhibit B – Contractor’s proposal, dated June 11, 2025
x Exhibit C – Unit Costs
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
REQUEST FOR PROPOSAL (“RFP”) #25/26-003
FOR
LANDSCAPE AND IRRIGATION MAINTENANCE LMD 6R, 9 & 10 PARKWAYS, PASEOS AND MEDIANS
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Exhibit A
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
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 ................................................. 7
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 .......................................................................................................................... 9
2.1. BUSINESS LICENSE ...................................................................................................................................... 9
2.2. PREVAILING WAGES ................................................................................................................................. 10
2.3. REPRESENTATIVES .................................................................................................................................... 10
2.4. EMPLOYEE CONDUCT................................................................................................................................ 11
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS ............................................................................... 11
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 ............................................................................................................. 13
3.8. PROPOSAL RESPONSE ............................................................................................................................... 14
3.9. EXHIBITS A THROUGH H ............................................................................................................................ 1 4
3.10. NON-DISCLOSURE CONFLICT OF INTEREST .................................................................................................... 14
3.11. PROFESSIONAL SERVICE AGREEMENT .......................................................................................................... 14
3.12. ACKNOWLEDGEMENT OF INSURANCE .......................................................................................................... 14
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 3 of 60
3.13. ADDENDUM ACKNOWLEDGEMENT .............................................................................................................. 15
3.14. DEBARMENT AND SUSPENSION .................................................................................................................. 15
3.15. PARTICIPATION CLAUSE ............................................................................................................................ 1 5
3.16. SIGNATURE OF AUTHORITY ........................................................................................................................ 15
3.17. COMPANY REFERENCES............................................................................................................................. 1 5
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 VENDOR ................................................................................................................... 17
4.2.4. CONTRACT TERM ............................................................................................................................... 17
4.2.5. BONDS ............................................................................................................................................. 17
4.2.6. SUPERVISION AND STAFF ..................................................................................................................... 17
4.2.7. PREVAILING WAGE ............................................................................................................................ 1 8
4.2.8. COMMUNICATIONS ............................................................................................................................ 1 8
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 ....................................................................................................................................... 25
4.2.18. QUALITY OF WORK ............................................................................................................................ 2 5
4.2.19. INSPECTIONS ..................................................................................................................................... 25
4.2.20. REPLACEMENT OF LANDSCAPE MATERIALS & CITY PROPERTY.................................................................... 25
4.2.21. UTILITY BILLS .................................................................................................................................... 26
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 4 of 60
4.2.22. CONFORMING TO STATE AND FEDERAL GUIDELINES FOR STORMWATER POLLUTION PREVENTION .................... 26
4.2.23. PERMITS .......................................................................................................................................... 26
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 ......................................................................................................................................... 27
4.3.4. ROUTINE MAINTENANCE..................................................................................................................... 27
4.3.5. TURF MAINTENANCE .......................................................................................................................... 27
4.3.6. SHRUB, GROUNDCOVER, DECOMPOSED GRANITE (DG) AND VINE MAINTENANCE ........................................ 30
4.3.7. IRRIGATION MAINTENANCE (EXCEPT AS NOTED HEREIN, PAYMENT FOR ALL IRRIGATION WORK SHALL BE INCLUDED
IN THE TURF AND GROUNDCOVER LINE ITEMS.) ....................................................................................................... 39
4.3.8. PEST CONTROL .................................................................................................................................. 42
4.3.9. DEBRIS AND TRASH REMOVAL ............................................................................................................. 44
4.3.10. DRAINS (ALL SERVICE LEVELS) ............................................................................................................. 45
4.3.11. CLEAN-UP (ALL SERVICE LEVELS) .......................................................................................................... 45
4.3.12. HARDSCAPE MAINTENANCE ................................................................................................................ 46
4.3.13. TRAIL MAINTENANCE ......................................................................................................................... 46
4.3.14. MULCHSCAPE MAINTENANCE .............................................................................................................. 46
4.3.15. TRASH RECEPTACLE MAINTENANCE ...................................................................................................... 47
4.3.16. STORM DEBRIS CLEANUP .................................................................................................................... 48
4.4. EXTRA WORK .......................................................................................................................................... 48
5. EVALUATION AND VENDOR SELECTION PROCESS .............................................................................................. 49
5.1. INITIAL SCREENING ................................................................................................................................... 49
5.2. EVALUATION ACTIVITIES ........................................................................................................................... 49
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. VENDOR SELECTION ................................................................................................................................. 51
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 5 of 60
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
“EXHIBIT H” REFERENCES WORKSHEET ...................................................................................................... 59
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 6 of 60
1. OVERVIEW
1.1. GENERAL BACKGROUND
The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Vendors (hereinafter “Vendor”) to submit
a proposal response for Request for Proposals (“RFP”) #25/26-003 for Landscape and Irrigation Maintenance
LMD 6R, 9 & 10 Parkways, Paseos And Medians in accordance with the minimum Scope of Services and
Specifications indicated herein.
Vendors wishing to participate in the RFP solicitation must be registered as a Vendor on Planet Bids through the
City website at https://www.cityofrc.us/your-government/procurement. Only those responses received from
registered Vendors will be accepted. Responses must be submitted by the named Vendor that has downloaded
the RFP. Submitting a response under a Vendor 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 Vendor.)
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 7 of 60
1.3. DISCREPANCIES OR OMISSIONS
Vendors 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. Vendors must submit signed RFP responses by the due date and time as specified
herein. Vendors 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 Vendor is awarded, Vendors 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.
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 Vendor 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 Vendor considers
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 8 of 60
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 Vendor specifies otherwise, it is understood that
the Vendor 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 Vendor 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 Vendor’s sole risk.
Vendors 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 Vendors by way of addenda to Planet Bids; however, it is
the Vendor’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.
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 9 of 60
x The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with
any or all responsive and responsible Vendors 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 Vendor’s place of business prior to award or at any time
during the contract term or any extension thereof, to determine the Vendor’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.
2. MINIMUM REQUIREMENTS
2.1. BUSINESS LICENSE
A selected Vendor 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
Vendor 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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 10 of 60
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 Vendor(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 Vendor require the services of a third-party to complete the Scope of Services indicated in
this RFP, the awarded Vendor 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 Vendor to so assign, transfer,
or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect.
The awarded Vendor shall be solely responsible for the satisfactory work performance of all personnel engaged
in performing the Services including Vendors subcontractor. All Services shall be performed by the awarded
Vendor or under the awarded Vendor’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 Vendor 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, Vendor 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.
In case of default by the Vendor, 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 Vendor, 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 Vendors for
delivery, which do not meet specifications, will be for the account of the Vendor.
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 Vendor’s responsibility to assure that City ’s Representative is kept informed of the progress of the
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 11 of 60
performance of the services, and the Vendor 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.
Vendor Representative:
The response to this RFP shall designate the representative of the Vendor authorized to act in its behalf with
respect to the services specified herein and make all decisions in connection therewith (“Vendor’s
Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the
Vendor’s Representative will be a substantial inducement for City to enter into an Agreement with the Vendor.
Therefore, the Vendor’s Representative shall be responsible during the term of any Agreement for directing all
activities of Vendor and devoting enough time to personally supervise the services hereunder. The successful
Vendor may not change the Vendor’s Representative without the prior written approval of City ’s
Representative.
2.4. EMPLOYEE CONDUCT
All Vendor personnel must observe all City regulations in effect at the location where the Services are being
conducted. While on City property, the Vendor’s personnel shall be subject to oversight by City staff. Under no
circumstances shall the Vendor’s or Vendor’s sub-contractor personnel be deemed as employees of the City.
Vendor or Vendor’s subcontractor personnel shall not represent themselves to be employees of the City.
Vendor'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 Vendor's personnel shall be required to
work in a pleasant and professional manner with City employees, outside Vendors, and the public. Nothing
contained in this RFP shall be construed as granting the Vendor the sole right to supply personal or 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 Vendors 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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 12 of 60
3.1. COVER LETTER / INTRODUCTION
RFP responses must include a cover letter including the Vendors business name and address of Vendor 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 Vendor’s RFP response to provide the Evaluation
Committee with a broad understanding of the Vendor’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 Vendor’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 Vendor’s understanding of the project and any potential challenges or delays you foresee and ways
to overcome these challenges. Describe the Vendor’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.
Vendors 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 Vendor must have a minimum of five (5) years of experience developing,
fully implementing, and/or performing similar Scope of Work. The Vendor shall demonstrate their qualifications,
experience, expertise, and capability to perform the requirements of this RFP. Provide an overview of the
Vendor’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, Vendor’s team members that worked on the project, and timeline of the project delivery.
x The Vendor 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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 13 of 60
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 vendor 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 vendor 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 vendor of the responsibility to complete the regularly
scheduled maintenance tasks at the frequencies specified in these specifications.
“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 deem the vendor’s proposal response to be considered non-responsive and
will not move forward in the evaluation process.
3.7. THIRD-PARTY / SUBCONTRACTORS
If the Vendor intends to subcontract any portion of the work, a detailed list of any subcontractors, partners, or
third-party Vendors who will be involved in the implementation of the proposed services should be included in
this section. Information provided on subcontractors Vendors shall include:
x Description of subcontractor’s role in the project.
x Description of the Vendor’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,
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 14 of 60
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 Vendors shall provide a full, detailed response to the City ’s Scope of Services listed herein.
Vendors 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 Vendor 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 Vendor and 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, Vendor 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
Vendors 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 Vendor
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 Vendor, will not be
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 15 of 60
accepted. The signed Acknowledgement of Insurance must be submitted under the Planet Bid Response Types,
Exhibits A – G.
3.13. ADDENDUM ACKNOWLEDGEMENT
The Vendor shall hereby acknowledge they have received all posted Addendums, if any. It is the Vendor’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. Vendors 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 Vendors must verify by way of signature to “Exhibit E, Vendor 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 Vendor 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
Vendors shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet Bid
Response Types, Exhibits A – G. This will indicate a Vendors agreement to or not to allow other entities to utilize
the RFP response and awarded contract as a piggyback option.
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 Vendor has carefully
examined the instruction indicated herein including all terms and condition and specifications, and hereby
proposes and agrees, if the Vendors RFP response is accepted, Vendor 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 Vendors 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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 16 of 60
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. Vendors 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 Vendors 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.
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 17 of 60
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 VENDOR
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.
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,
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 18 of 60
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.
The contractor shall have on staff a full-time Water Auditor certified by the Irrigation Association (I.A.) or
California Landscape Contractors Association (C.L.C.A.) as a Landscape Irrigation Auditor available to perform
water audits, system checks, and irrigation scheduling as directed by the Public Works Services Director.
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.
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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 19 of 60
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
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 20 of 60
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 Parkway Maintenance at Service Level A for Groundcover
b. Continuous Parkway Maintenance at Service Level A for Turf
c. Continuous Parkway Maintenance at Service Level A for Hardscape
d. Continuous Parkway Maintenance at Service Level A for Mulchscape
e. Continuous Parkway Maintenance at Service Level B for Groundcover
f. Continuous Parkway Maintenance at Service Level B for Turf
g. Continuous Parkway Maintenance at Service Level B for Hardscape
h. Continuous Parkway Maintenance at Service Level B for Mulchscape
i. Continuous Parkway Maintenance at Service Level C for Groundcover
j. Continuous Parkway Maintenance at Service Level C for Turf
k. Continuous Parkway Maintenance at Service Level C for Hardscape
l. Continuous Parkway Maintenance at Service Level C for Mulchscape
m. Continuous Parkway Maintenance at Service Level D for Groundcover
n. Continuous Parkway Maintenance at Service Level D for Turf
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 21 of 60
o. Continuous Parkway Maintenance at Service Level D for Hardscape
p. Continuous Parkway 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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 22 of 60
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.
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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 23 of 60
Other deficiencies: Examples include, but are not limited to, failure to comply with conditions,
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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 24 of 60
waived.
c. Monthly Duties
i. Deficient performance of Monthly Duties shall be corrected within four working days
following notification of deficiency.
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
LMD 6R: The boundaries of the district are generally described as north of I-210, south of Banyan Street, west
of Rochester Avenue and east of Milliken Avenue, also known as the Caryn Planned Community. The boundaries
also include Tract No. 13835 east of Rochester Avenue and Tracts No. 13748, 13857 and 13858 west of Milliken
Avenue. See map in Appendix B for exact LMD boundaries and site locations. The site descriptions for LMD 6R
are in Schedule III.
LMD 9: The boundaries of the district are generally described as that area of the City known as Lower Etiwanda,
which is generally bounded by I-210 to the north, Etiwanda Avenue to the west, Foothill Boulevard to the south
and East Avenue to the east. See map in Appendix B for exact LMD boundaries and site locations. The site
descriptions for LMD 9 are in Schedule III.
LMD 10: The boundaries of the district are generally described as that area of the City known as Rancho
Etiwanda, which is generally bounded by I-210 on the south, Day Creek Channel on the west, the Southern
California Edison powerlines on the north and Blue Grass on the east. See map in Appendix B for exact LMD
boundaries and site locations. The site descriptions for LMD 10 are in Schedule III.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 25 of 60
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.
All materials, equipment and supplies used to repair and maintain devises and materials pursuant to the
specifications for LANDSCAPE AND IRRIGATION MAINTENANCE FOR LMD 6R, LMD 9, AND LMD 10 PARKWAYS,
PASEOS AND MEDIANS 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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 26 of 60
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
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 27 of 60
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.
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 A - All turf areas shall be mowed once per week during the period of March 1st through
October 31st; and at least once every other week, or as needed, during the period of
November 1st through February 28th (February 29th in leap years).
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).
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 28 of 60
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 always kept in place 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 A - Concurrent with mowing, the contractor shall edge all turf grass borders once per week
during the period of March 1st through October 31st; and at least once every other week,
or as needed, during the period of 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.
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.
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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 29 of 60
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 A - The contractor shall fertilize all turf areas in accordance with Schedule I.
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 A - The contractor shall mechanically aerate all turf areas in spring and fall. The contractor
shall use a core type aerator with ½ inch tines or approved equal. The aeration period will
be recorded on the Maintenance Schedule Chart and should be performed prior to
scheduled fertilizing, dethatching, overseeding, or pre-emergent applications. Do not
aerate for at least 3 months following turf pre-emergent applications or as directed on
the pesticide label. In areas where soil conditions are poor, top dressing may be required.
The application of top dressing would be paid as an extra work.
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 30 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 A - The Contractor shall selectively prune all shrubs whenever required such that each shrub
grows vigorously and healthily without encroaching upon any adjacent area, improved
street or sidewalk, or otherwise becomes a public hazard. Pruning shall be done in a
manner to permit plants to grow naturally in accordance with their normal growth
characteristics. Shearing, hedging or severe pruning of plants, unless authorized by the
Public Works Services Director or his representative, shall not be permitted.
The Contractor shall fertilize the entire shrub planter twice per year in the spring and fall
using 15-15-15 with trace elements or approved equal. All other applications that may be
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 31 of 60
requested by the Public Works Director shall be paid as extra work. Fertilization periods
shall be recorded on the Maintenance Schedule Chart.
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.
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 “C” 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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 32 of 60
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.
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 A - The Contractor shall trim ground cover adjacent to any hardscape, structure, fixture,
plant, or other area into which it should not encroach such that a neatly trimmed
appearance and hazard free condition is consistently maintained.
The Contractor shall on a weekly basis clean any accumulated debris and trash from all
ground cover areas.
The Contractor shall fertilize 100% of all ground cover areas two times per year in the
spring and fall 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 mechanically "bowl", as often as is required, around all irrigation
heads that are blocked by ground cover.
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 33 of 60
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.
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 34 of 60
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.
Decomposed Granite Surface Repair Frequency
Service Level A - Surface repairs including the off-site removal and disposal of eroded and/or
contaminated DG materials shall be complete and continuous as required.
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 35 of 60
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 A - The Contractor shall trim vines as often as required such that they consistently present a
neat appearance.
The Contractor shall immediately re-attach to a wall any vines that fall off a wall or fence
by using the attachments required on the construction plans for the site.
The Contractor shall ensure that no vines grow into undesirable places such as
groundcover, hardscapes, trees or shrubs.
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.
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 36 of 60
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.
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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 37 of 60
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 A - 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 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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 38 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 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.
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 39 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.
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 (EXCEPT AS NOTED HEREIN, PAYMENT FOR ALL IRRIGATION WORK SHALL BE INCLUDED IN THE TURF
AND GROUNDCOVER LINE ITEMS.)
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
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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 40 of 60
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. The contractor will be responsible for receiving alerts
electronically, and all account managers will be required to have a smart phone or other hand-held
device that can communicate with these controllers to bring up alert data and operate stations remotely.
Alerts that are not transmitted automatically will be sent electronically to the account manager Monday
through Thursday. The alerts in many cases will be needed repairs or adjustments to systems in the
field. These reports are valuable for locating and identifying many irrigation issues but normally list only
a small portion of the irrigation issues that are in the field. Responding to an alert is not a substitute for
required weekly routine irrigation inspections and repairs. 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. The Public Works Services Director will determine the reasonable
amount of time, in which the contractor must adhere. The contractor is also required to train the
irrigation technicians to a competent level in the use of the centralized irrigation system. The Public
Works Services Director will evaluate the competence of the technicians. Upon request of the
contractor, the City may provide training concerning the centralized irrigation system.
j) As needed or at least annually, all drip irrigation systems will be flushed out and filter screens cleaned
or replaced. This work shall be reported on the quarterly irrigation reports required in section 4.26.3.1
f.
k) As needed and at least annually for each point of connection incorporating a filter, the contractor will
inspect, clean, and replace as required. This work shall be reported on the quarterly irrigation reports
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 41 of 60
required in section 4.26.3.1 f.
l) As needed and at least annually the contractor will also inspect the point of connection for correct
operating pressure. If operating pressure is above or below specifications, the condition shall be
reported immediately to the Public Works Services Director. The Public Works Services Director or his
agent will determine course of action.
m) All irrigation heads that are not watering plant material shall immediately be reported to the Public
Works Services director for corrective action. In most cases, these heads will be capped, or nozzle radii
will be reduced in the interest of water savings. Capping of heads and nozzle changes on bare areas may
be billed as an extra.
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.
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. Failure of the contractor
to address severe and on-going over-watering issues and system maintenance will be subject to a site deduction
for the month.
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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 42 of 60
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. Irrigation work not completed within the timeframes outlined in section
4.16 c may result in a deduction pursuant to section 4.15, Deductions. The Public Works Services Director will
determine the reasonable amount of time, in which the contractor must adhere. The City reserves the right to
use other contractors or City staff to complete any work not performed by the contractor. Per section 4.10,
Non-Responsiveness of Contractor, of the special provisions in this contract, the City also reserves the right to
deduct those costs from the routine billing for the month if the contractor is non-responsive to any emergency.
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.
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
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 43 of 60
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
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)
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 44 of 60
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 A - Complete and continuous control and/or eradication of all Landscape pests and weeds.
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.
4.3.9. DEBRIS AND TRASH REMOVAL
Debris and Trash Removal Frequency
Service Level A - The Contractor shall on a weekly basis remove any trash and debris that accumulates on
the landscape site including turf, groundcover, mulchscape, hardscape, and
decomposed granite areas including adjacent flowlines.
Service Level B - The Contractor shall on a weekly basis remove any trash and debris that accumulates on
the landscape site 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
on the landscape site including turf, groundcover, mulchscape, hardscape, and
decomposed granite areas including adjacent flowlines.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 45 of 60
Service Level D - The Contractor shall monthly remove any trash and debris that accumulates on the
landscape site including turf, groundcover, mulchscape, hardscape, and decomposed
granite areas including adjacent flowlines.
4.3.10. 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.
4.3.11. 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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 46 of 60
4.3.12. 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 A - The Contractor shall, on a weekly basis remove any weeds, trash and debris that
accumulates on the hardscape.
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.
4.3.13. TRAIL MAINTENANCE
Many sites within the LMD’s 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. The City will be
responsible for all trail maintenance within the sites 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.
4.3.14. 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:
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 47 of 60
Service Level A - 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 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.
4.3.15. TRASH RECEPTACLE MAINTENANCE
There are an unspecified number of trashcans within this contract and additional trash cans may be added as
required. bags will be collected once per week and replaced with new bags. These bags shall be provided by
the contractor. Any trash can with damage, missing lids, graffiti or vandalism shall be reported to the Public
Works Services Director immediately. In addition, pest control including (but not limited to) ant control will be
required whenever necessary.
The trash cans along the Pacific Electric Trail and at bus stops are maintained under a separate contract or by
another agency and will not be included herein.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 48 of 60
4.3.16. STORM DEBRIS CLEANUP
a) 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.
b) 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.
4.4. 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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 49 of 60
5. EVALUATION AND VENDOR 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:
Criteria
Criteria Description
Assigned
Percentage
Vendor Expertise 10
Quality of proposed services or goods 15
Extent to which the Vendors services or goods meet the City ’s
needs 25
Cost 15
Vendor’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 Vendor’s reference
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 50 of 60
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 Vendors provide up to date and accurate information regarding contact
information for reference checks. All scores are then tabulated into the final Vendor ranking.
Evaluators do not see the Vendor 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.
5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS
Upon completion of the RFP evaluations and data analysis, and only, if necessary, selected top ranked Vendors
will be provided an opportunity to interview and conduct a demonstration or presentation to further expand
on their RFP response. Vendor 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
Vendors 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 Vendor 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 Vendor on the short-list:
x A copy of the Vendor’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, Vendor 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 Vendor.
x Indicate all applicable information regarding Vendor ownership changes in the last three (3)
years.
5.7. BEST AND FINAL OFFER
Upon completion of Vendor presentations, the City reserves the right to conduct pre-award discussions and/or
pre-contract negotiations with all or only top ranked Vendors. At which time the City may request a Best and
Final Offer to be submitted from one or all finalists.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 51 of 60
5.8. VENDOR SELECTION
The final Vendor selection is based on which Vendor 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 Vendors simultaneously. The City may also negotiate contract
terms with the selected Vendors 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 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 Vendor selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all
participating, responsive Vendors. Negotiations shall be confidential and not subject to disclosure to competing
Vendors unless an agreement is reached. If contract negotiations cannot be concluded successfully, City may
negotiate a contract with the next highest scoring Vendor or withdraw the RFP entirely.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Addendum No. 001
Addendum No. 003
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
180
X
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
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.
inspections, mowing, trimming, pruning, fertilization, aeration, weed control,
Landscape Maintenance, Irrigation maintenance and Installation. Scope includes
cultivation, pest control, tree surgery, de-thatching, plant replacements,
renovation, clean up of park facilities and drainage facilities.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-003
for
Landscape and Irrigation Maintenance LMD 6R, 9 & 10 Parkways, Paseos and Medians
__________________________________________________________________________________________________
__________________________________________________________________________________________________
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
Landscape Maintenance- Turf maint., shrub/slope maint., ground cover maint.,
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.
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
PREPARED FOR:
City of Rancho Cucamonga
Procurement Division
10500 Civic Center, 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
Joceylin Figueroa, Estimator
(626) 210-9495
Joceylin.figueroa@mariposa-ca.com
RESPONSE TO:
RFP # 25/26-003
Landscape and Irrigation Maintenance for LMD 6R, LMD 9 and
LMD 10 Parkways, Paseos and Medians
June 11
th, 2025
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety •Teamwork •Quality •Integrity 3
3.2 Table of Contents
3.1 Cover Letter/Introduction.........................................................................................2
3.2 Table of Contents....................................................................................................3
3.3 Project Understanding and Approach........................................................................4
3.4 Qualifications and Experience..................................................................................6
3.5 Project Team.........................................................................................................15
3.6 Staffing Levels.......................................................................................................17
3.7 Third-Party/Subcontractors....................................................................................18
3.8 Proposal Response................................................................................................19
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 4
3.3 Project Understanding and Approach
Understanding the Project
We understand that the City of Rancho Cucamonga is seeking a qualified contractor to provide
comprehensive, consistent, and high-quality landscape and irrigation maintenance services for
Landscape and Irrigation Maintenance LMD 6R, 9 &10 Parkways, Paseos and Medians.
Our team recognizes the City’s emphasis on:
x Maintaining a safe, clean, and aesthetically pleasing environment.
x Adhering to strict service schedules and performance standards.
x Minimizing water usage through efficient irrigation practices.
x Ensuring compliance with prevailing wage laws and environmental regulations.
Approach to Scope of Services
We propose a structured, proactive approach that includes:
Dedicated Account Manager
x Responsible for all communication and quality control. This individual will serve as the City’s
primary point of contact and will oversee all field operations, coordinate crew schedules,
conduct site inspections, and ensure that all work meets the City’s service level standards. The
Account Manager will also be responsible for submitting maintenance schedules, responding to
emergency calls, and maintaining detailed records of completed work, deficiencies, and
corrective actions.
Routine Maintenance
x This includes turf, groundcover, shrubs, trees, hardscape, restrooms, etc. which will all be
performed per service level requirements. Our crews will follow a detailed, site-specific
maintenance schedule that aligns with the frequencies outlined in the RFP. Tasks include
mowing, edging, pruning, debris removal, and hardscape cleaning. All work will be documented
and reviewed regularly to ensure compliance with the City’s expectations and to maintain a
clean, safe, and visually appealing environment.
Irrigation Management
x We will monitor all irrigation systems for leaks, coverage issues, and efficiency. Our team will
provide input on controller settings and make routine repairs to heads, nozzles, risers and
provide weekly inspections and quarterly reports. Any major repairs or upgrades will be
reported and proposed as extra work, with full documentation and photos.
Pest and Weed Control
x Our approach emphasizes prevention and low-toxicity solutions by implementing the approved
Integrated Pest Management (IPM) plan and having licensed applicators. We will submit an
annual pest control plan for City approval, including product labels and safety data sheets. All
applications will be performed by certified professionals and documented in reports.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 5
Reporting and Communication
x We will maintain open, transparent communication with the City. Our reports will include
summaries of completed work, upcoming tasks, irrigation performance, and any issues requiring
City input or approval.
Assumptions and Enhancements:
x All work will be performed per the scope and service levels outlined in Section 4 of the RFP.
x We anticipate periodic changes to site inventory and service levels and will respond with flexibility
and updated cost proposals as needed.
x 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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 6
3.4 Qualifications and Experience
Company Information
Mariposa Landscapes, Inc. has been in business for over 45 years . Our main business focus has been in
Landscape Construction, Maintenance, Tree Care, Irrigation, and Drought-Tolerant Conversions. To
support this project, we will leverage our headquarters in Irwindale, CA, which is centrally located and
fully equipped with a modern fleet, trained personnel, and in-house mechanics. Additionally, we have a
network of strategically located branch offices throughout Southern California and Arizona. For this
contract we will be providing services from our Fontana Branch office located at: 11093 Almond Ave.
Fontana, CA 92337.
Pending Litigation
The following table lists Mariposa's pending litigations. None of these litigations will affect our
performance for the city.
Statement of incorporation
Mariposa Landscapes Inc. is a corporation founded in 1977.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 7
Projects of Similar Scope of Work
Here at Mariposa Landscapes, Inc. we take pride in our work and thrive on keeping our company as one
of the most recommended in the industry. Our steady record of customer satisfaction has allowed us to
maintain positive relationships with our clients.
1. City of Fontana (2023-present)
Scope of Work: Landscape Maintenance Services Area 4
Landscape 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 facilities and 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 2023.
2. City of Chino Hills (2022-present)
Scope of Work: Landscape Maintenance Services for North Service Area
Landscape Maintenance- Turf maintenance, shrub/slope maintenance, ground cover maintenance, tree
trimming, irrigation maintenance and repairs, water management, infield maintenance, mowing, litter
and trash control, pesticide application, weed control, rodent control, aeration, and fertilization.
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.
3. Riverside Utilities (2006-present)
Scope of Work: Landscape Maintenance
Landscape maintenance of approximately 82 utilities facilities. Scope includes mowing, edging,
dethatching, aeration, weeding, fertilization, watering, insect, pest and vermin control, irrigation and
sprinkler system maintenance, trimming, pruning, and treatment and control of plant diseases, litter
removal, clean-up and herbicides application.
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 2006.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 8
4. Inland Empire Health Plan (2024-present)
Scope of Work: Campus Landscape Maintenance Program Services
Tree maintenance, turf maintenance , weed pest and disease control, Fertilization, Ground Cover
maintenance, aerification, hard pruning, watering, mulching/ ground cover, shrub maintenance, vine
maintenance, annual color, irrigation equipment and operations, repairs, cleanup & waste disposal,
gopher control, paved area weed control
Key Team Members:
Area Manager – Roberto Perez
Account Manager – Dirk Bennet
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2024.
5. City of Corona (2023-present)
Scope of Work: Cajalco and I-15 Interchange Landscape Maintenance Services Rebid, NIB 23-051AS
General landscape maintenance including fertilization, pruning, tree trimming, shrubs, vines and
groundcover, weed control and plant disease, mowing, edging, maintain and repair irrigation system,
general clean-up, removal of leaves, trash, and other debris, maintain hardscape, including DG and
rockscape areas
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety •Teamwork •Quality •Integrity 9
Additional Information
Mariposa Landscapes, Inc. has been transforming outdoor spaces with expertise and innovation since
1977. What began as a small operation in Rosemead, California, has grown into one of the most trusted
names in landscaping across Southern California and Arizona. Today, we proudly employ over 800
dedicated professionals, including Certified Arborists, Pest Control Advisors, Certified Irrigators, and
Landscape Technicians.
Our Core Values
Our success is driven by a set of core values that underpin every aspect of our operations:
x Safety: Ensuring the well-being of our team and clients on every project.
x Teamwork: Collaborating with clients and stakeholders to achieve shared goals.
x Quality: Setting the highest standards for every service we provide.
x 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?
x Award-Winning Excellence:A proven track record with over 95 industry recognitions for
innovative and high-quality landscaping projects.
x 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.
x Sustainability Leadership:Implementing drought-resistant designs and sustainable practices that
protect natural resources while enhancing aesthetic value.
x Client-Centered Approach:A commitment to understanding and exceeding our clients’
expectations with tailored, results-driven solutions.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 10
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:
Company Mariposa Landscapes, Inc. Awards Over 95 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
Bonding $100 million
Organizations, Current and Past Memberships
x CACM (California Association of Community Managers)
x CAI Orange County (Community Association Institute)
x CAI Los Angeles (Community Associations Institute)
x CAI Greater Inland Empire (Community Association
Institute)
x CAI Coachella Valley (Community Association Institute)
x ASA (American Subcontractors Association)
x BIA Southern California (Building Industry Association)
x BIA Orange County (Building Industry Association)
x BOMA IE (Building Owners and Managers Association)
x CLCA (California Landscape Contractors Association)
x ISA (International Society of Arboriculture)
x CAPCA (California Association of Pest Control Advisors)
Licensing and Certifications
x California Contractor License
592268 C27, A, D49/C61, C31
x Certified Arborists on staff
x Certified Tree Workers on staff
x Tree Work – Line Clearance
Certified
x Tree Work – Line Clearance
Certified Instructor
x Certified Playground Equipment
Inspectors
x Certified Water Auditor
x Certified Backflow Inspectors
x Licensed Pest Control
Company/Pest Control Advisor
x Certified Pest Control Applicators
on staff
Proposal Contact: Joceylin Figueroa
Joceylin.figueroa@mariposa-ca.com
(626) 210-9495
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 11
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.
x Tree Trimming & Pruning x On-site Diagnosis
x Hazardous Tree Removal x Long-term Tree Care
x Stump Grinding &
Disposal
x GIS Tree Mapping & Asset
Management
x Tree Disease & Pest
Treatment
x Tree Planting
x Turf Management x Irrigation Management
x Integrated Pest
Management
x Seasonal Planting &
Enhancements
x Athletic Turf Maintenance x Porter Services
x Parking Lot Sweeping
x Color Design
x Clean-up and Debris Removal
x Site Preparation & Grading
x Native Plant Restoration
x Playground Construction
x Irrigation Systems Installation
x Park Construction
x Tree, Shrub & Ground
Cover Planting
x Park Construction
x Athletic Field Construction
x Drainage System Setup
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 12
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.
x Custom Concrete Features
x Water Features
x Monuments
x Overhead Structures
Installation
x Masonry
x Stonework
x Low-voltage Lighting
x Drainage Systems
x Irrigation System Upgrades x Leak Detection & Repair
x Zone Adjustments x Drip Irrigation Installation
x Real-Time Monitoring
x System Performance
Assessments
x Compliance with Water
Regulations
x Plant Selection x Site Assessment & Analysis
x Soil Enhancement x Drip Irrigation Installation
x Mulching and Ground
Cover Application
x Hardscape Integration
x Water Conservation Design
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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
x Consistency: Deliver uniform, high-quality results across all projects and service areas.
x Proactive Problem-Solving: Address potential issues early to prevent disruptions.
x Client Satisfaction: Build trust by meeting deadlines and maintaining transparency.
x 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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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.
x Digital Inspection Checklists streamlinethereportingprocess, allowingforreal-timetracking and
immediate feedback on service performance. These checklists ensure that quality standards are
consistently upheld and any issues are promptly addressed.
x 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.
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety •Teamwork •Quality •Integrity 15
3.5 Project Team
Key personnel for this contract
Roberto Perez - Branch Manager
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.
Role in the Project:Account/Project Manager
Length of time with the company:4 Years
Years of Experience:Over 30 years
Position with the company:Branch Manager
Experience, Educational Background, Licenses and Certifications:
• 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
x Continuous OSHA safety training
x Qualified Applicator License – In Process
x Cal State Fullerton Water Auditor – In Process
Work History:
x City of Rancho Cucamonga
x City of Fontana
x City of Chino Hills
de
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety •Teamwork •Quality •Integrity 16
Dirk Bennett - Account Manager
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.
Role in the Project:Supervision, Billing and Consultation
Length of time with the company:3 Years
Years of Experience:Over 11 years
Position with the company:Maintenance Account Manager
Experience, Educational Background, Licenses and Certifications:
x Qualified Applicators License, Cat B, #145235
x Horticulture and Turf Grass Management certificate, Mt. San Jacinto College.
x Safe Work Zone, trained.
x CPR and Safety trained.
x OSHA 10 Hour – Construction Safety
x Recycled Water Site Supervisor Certified, Inland Empire Utilities Agency
Ongoing Training
x Horticulture, arboriculture Turf Management certificate, Mt. San Jacinto College/ San Antonio
College.
x Integrated Pest Management continuation training.
x Weathertrack – Hydropoint controller management Company safety training
x Qualified Pesticide Applicators continuation training.
x Cal Sense controller management Company safety training
Work History:
x City of Rancho Cucamonga
x Jurupa Community Service District
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 17
3.6 Staffing Levels
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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 18
3.7 Third-Party/Subcontractors
Mariposa Landscapes Inc. will not use any subcontractors for this contract.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 19
3.8 Proposal Response
Mariposa Landscapes will deliver consistent, high-quality landscape maintenance across LMD 6R, 9 and
10 parkways, paseos and medians in Rancho Cucamonga. Our staffing plan and daily operations are
structured to meet all contractual requirements while providing additional value where needed. Staffing
will differ slightly depending on the service level.
Crew Deployment:
x Detail Crew (3 personnel):
o Handles planter maintenance, edging, trimming shrubs and groundcover, trash pickup,
and hardscape cleaning.
o Crew floats between properties daily based on rotation schedule and seasonal needs.
x Mowing Crew (2 personnel):
o Responsible for turf areas.
o Equipped with 60" mulching mowers to maintain weekly mowing cycles per service level
A and B requirements.
o Crew rotates across designated properties Monday through Friday to meet weekly
schedule requirements.
x Irrigation Technician (1 Personnel)
o Responsible for irrigation maintenance throughout specified LMDs for this contract.
x Spray Technician (1 Personnel)
o Responsible for any annual chemical application as required per service level.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 20
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
Turf Mowing, Edging, Trimming X
Pruning, Trimming X X X X X
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
*AN = as needed *MO = monthly *WK = weekly *BI= Biweekly *DY = Daily *2X/DY = 2 times a day
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 21
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
Equipment will vary based on service level.
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 Chevy 3500HD, Single Cab, Spray Truck
1
Regular Equipment Periodic Equipment
QTY Equipment QTY Equipment
2
2
2
1
1
Trimmer String (Weedeater)
Blower backpack
Hedge Trimmer 51” Long Staff
Edger Stick Type
Truck and Tools Equipment
1
1
1
Trailer 82” x 16”, GVWR 7000, Mow Crew
Mower 60in, Recycler
Aerator Walkhebind
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 22
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 23
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
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
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 24
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 25
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.
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 the
appropriate PPE pictured below and in the following page. 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.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 26
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety • Teamwork • Quality • Integrity 27
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:
x Minimize waste by evaluating operations and ensuring they are as efficient as possible.
x Minimize toxic emissions through the selection and use of its fleet and equipment.
x Actively promote recycling both internally and amongst its customers and suppliers.
x Meet or exceed all the environmental legislation that relates to the Company.
x Adhere to all local codes and ordinances regarding water conservation.
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety •Teamwork •Quality •Integrity 28
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
Safety •Teamwork •Quality •Integrity 29
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, anddiscuss 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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
City of Rancho Cucamonga - Non-Construction Procurement
Bid Results for Project Request for Proposals (RFP) #25/26-003 for Landscape and Irrigation Maintenance LMD 6r, 9, and 10, Parkways, Paseos, and Medians (Request for Proposals (RFP) #25/26-003 for Landscape and Irrigation Maintenance LMD 6r, 9, and 10, P)
Issued on 04/21/2025
Bid Due on June 11, 2025 9:00 AM (PDT)
Exported on 07/28/2025
Line Totals (Unit Price * Quantity)
Item Num Section Description Unit of Measure Quantity Mariposa Landscapes Inc.
1 Service Level A - LMD 6R Continuous Landscape Maintenance at Service Level A f Monthly co 922929 $23,719.28
2 Service Level A - LMD 6R Continuous Landscape Maintenance at Service Level A f Monthly co 178257 $3,119.50
3 Service Level A - LMD 6R Continuous Landscape Maintenance at Service Level A f Monthly co 238489 $1,430.93
Subtotal $28,269.71
4 Service Level A - LMD 9 Continuous Landscape Maintenance at Service Level A f Monthly co 181595 $5,248.10
5 Service Level A - LMD 9 Continuous Landscape Maintenance at Service Level A f Monthly co 150732 $904.39
Subtotal $6,152.49
6 Service Level A - LMD 10 Continuous Landscape Maintenance at Service Level A f Monthly co 317728 $9,150.57
7 Service Level A - LMD 10 Continuous Landscape Maintenance at Service Level A f Monthly co 135570 $813.42
Subtotal $9,963.99
8 Service Level B - LMD 6R Continuous Landscape Maintenance at Service Level B f Monthly co 922929 $23,719.28
9 Service Level B - LMD 6R Continuous Landscape Maintenance at Service Level B f Monthly co 178257 $2,780.81
10 Service Level B - LMD 6R Continuous Landscape Maintenance at Service Level B f Monthly co 238489 $1,287.84
Subtotal $27,787.93
11 Service Level B - LMD 9 Continuous Landscape Maintenance at Service Level B f Monthly co 181595 $4,666.99
12 Service Level B - LMD 9 Continuous Landscape Maintenance at Service Level B f Monthly co 150732 $813.95
Subtotal $5,480.94
13 Service Level B - LMD 10 Continuous Landscape Maintenance at Service Level B f Monthly co 317728 $8,165.61
14 Service Level B - LMD 10 Continuous Landscape Maintenance at Service Level B f Monthly co 135570 $732.08
Subtotal $8,897.69
15 Service Level C - LMD 6R Continuous Landscape Maintenance at Service Level C f Monthly co 922929 $22,704.05
16 Service Level C - LMD 6R Continuous Landscape Maintenance at Service Level C f Monthly co 178257 $2,673.86
17 Service Level C - LMD 6R Continuous Landscape Maintenance at Service Level C f Monthly co 238489 $1,240.14
Subtotal $26,618.05
18 Service Level C - LMD 9 Continuous Landscape Maintenance at Service Level C f Monthly co 181595 $4,467.24
19 Service Level C - LMD 9 Continuous Landscape Maintenance at Service Level C f Monthly co 150732 $783.81
Subtotal $5,251.04
20 Service Level C - LMD 10 Continuous Landscape Maintenance at Service Level C f Monthly co 317728 $7,816.11
21 Service Level C - LMD 10 Continuous Landscape Maintenance at Service Level C f Monthly co 135570 $704.96
Subtotal $8,521.07
22 Service Level D - LMD 6R Continuous Landscape Maintenance at Service Level D f Monthly co 922929 $19,935.27
23 Service Level D - LMD 6R Continuous Landscape Maintenance at Service Level D f Monthly co 178257 $2,317.34
24 Service Level D - LMD 6R Continuous Landscape Maintenance at Service Level D f Monthly co 238489 $1,097.05
Subtotal $23,349.66
25 Service Level D - LMD 9 Continuous Landscape Maintenance at Service Level D f Monthly co 181595 $3,940.61
26 Service Level D - LMD 9 Continuous Landscape Maintenance at Service Level D f Monthly co 150732 $693.37
Subtotal $4,633.98
27 Service Level D - LMD 10 Continuous Landscape Maintenance at Service Level D f Monthly co 317728 $6,894.70
28 Service Level D - LMD 10 Continuous Landscape Maintenance at Service Level D f Monthly co 135570 $623.62
Subtotal $7,518.32
29 Planting, Mulch and DG Un Plant 5 Gallon Tree and Stake EA 1 $53.56
30 Planting, Mulch and DG Un Plant 15 Gallon Tree and Stake EA 1 $172.01
31 Planting, Mulch and DG Un Plant 1 Gallon Shrub EA 1 $17.51
32 Planting, Mulch and DG Un Plant 5 Gallon Shrub EA 1 $46.35
33 Planting, Mulch and DG Un Plant 1 Flat Ground Cover EA 1 $46.35
34 Planting, Mulch and DG Un Prep, Place and Grade Mulch CY 1 $77.25
35 Planting, Mulch and DG Un Prep, Place, Compact and Grade DG CY 1 $154.50
Subtotal $567.53
36 Labor Rates Landscape Maintenance Laborer - Routine HOUR 1 $46.35
37 Labor Rates Landscape Maintenance Laborer - Complex HOUR 1 $77.25
38 Labor Rates Landscape Operating Engineer HOUR 1 $154.50
39 Labor Rates Licensed or Certified Chemical Applicator HOUR 1 $77.25
40 Labor Rates Supervisor/Foreman HOUR 1 $72.10
41 Labor Rates Landscape/Irrigation Laborer HOUR 1 $133.90
42 Labor Rates Landscape Hydro Seeder HOUR 1 $133.90
43 Labor Rates Landscape/Irrigation Tender HOUR 1 $87.55
Subtotal $782.80
44 Tree Removals/Grinds Tree Removal with Stump Grind: 0" to 3"EA 1 $144.20
45 Tree Removals/Grinds Tree Removal with Stump Grind: >3" to 12"EA 1 $592.25
46 Tree Removals/Grinds Tree Removal with Stump Grind: >12" to 24"EA 1 $1,328.70
47 Tree Removals/Grinds Tree Removal with Stump Grind: >24" to 36"EA 1 $2,513.20
48 Tree Removals/Grinds Tree Removal with Stump Grind: >36"EA 1 $4,439.30
49 Tree Removals/Grinds Tree Removal without Stump Grind: 0" to 3"EA 1 $110.47
50 Tree Removals/Grinds Tree Removal without Stump Grind: >3" to 12"EA 1 $518.09
51 Tree Removals/Grinds Tree Removal without Stump Grind: >12" to 24"EA 1 $1,073.26
52 Tree Removals/Grinds Tree Removal without Stump Grind: >24" to 36"EA 1 $2,070.30
53 Tree Removals/Grinds Tree Removal without Stump Grind: >36"EA 1 $3,701.56
54 Tree Removals/Grinds Stump Grind Only: 0" to 3"EA 1 $73.65
55 Tree Removals/Grinds Stump Grind Only: >3" to 12"EA 1 $370.80
56 Tree Removals/Grinds Stump Grind Only: >12" to 24"EA 1 $740.31
57 Tree Removals/Grinds Stump Grind Only: >24" to 36"EA 1 $1,110.34
58 Tree Removals/Grinds Stump Grind Only: >36"EA 1 $2,220.94
Subtotal $21,007.37
Total $184,802.56
Docusign Envelope ID: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF
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: 95B58E3A-C02F-48C7-B8D7-01B9DBE6DAEF