HomeMy WebLinkAbout2015-10-27 - AGENDA REPORTS - LMD ZONE T-51 VALENCIA HIGH (2)Agenda Item: 14
CITY OF SANTA CLARITA
Q) AGENDA REPORT
CONSENT CALENDAR
i,
CITY MANAGER APPROVAL: 1 j=�
DATE:
October 27, 2015
SUBJECT:
AWARD SERVICE CONTRACT FOR LANDSCAPE
MAINTENANCE ZONE T-51 (VALENCIA HIGH SCHOOL)
DEPARTMENT:
Administrative Services
PRESENTER:
Dennis Luppens
RECOMMENDED ACTION
Award a two-year maintenance service contract to Stay Green, Inc. to provide contractual
landscape maintenance for Landscape Maintenance District (LMD) Zone T-51 (Valencia
High School) for an annual amount of $170,850, and authorize an annual contingency in the
amount of $34,170, for a total amount not to exceed $205,020.
2. Authorize the City Manager or designee to execute all contracts and associated documents, or
modify the awards in the event issue of impossibility of performance arise, contingent upon
the appropriation of funds by the City Council in the annual budget for such Fiscal Year, and
execute all documents subject to City Attorney approval.
3. Authorize the City Manager or designee to execute up to three additional one-year renewal
options not to exceed the bid amounts.
BACKGROUND
The City of Santa Clarita (City) administers 55 financially independent zones within the
Landscape Maintenance District (LMD). In total, the LMD maintains approximately 1,200
landscaped acres, including parkways, over 20 miles of paseos, 46 miles of landscaped medians,
30 bridges and tunnels, and approximately 60,000 trees. The LMD operation is also responsible
for the landscape maintenance of eight City parks. Landscape maintenance services for the
City's LMD operations are provided through contracts with private companies.
Bid number LMD-15-16-02 for the maintenance of LMD Zone T-51 was published and
circulated via the City's PlanetBids system on August 25, 2015. The request for bid was sent to
335 vendors (including the Santa Clarita Valley Chamber of Commerce and Valley Industrial
Association) and was downloaded by 26 companies.
Page 1
Packet Pg. 169
To improve maintenance standards and enforce contractor accountability, LMD-15-16-02
encompasses an updated scope of work that provides staff with the ability to impose payment
reductions upon the contractor when maintenance schedules are not met or poor performance is
documented. This updated scope also requires a minimum number of staff and hours be
dedicated to weekly maintenance. The inclusion of minimum staffing and weekly hours will be
factored in the competitively awarded base bid price and is intended to mitigate prospective
vendors from under -bidding such contracts. Additionally, contractors will also be required to
use commercial -grade, battery-operated leaf blowers in lieu of gas -powered equipment.
At the time of bid opening, the apparent lowest bid was identified as ValleyCrest Landscape
Maintenance. However, upon further evaluation, staff determined that the bid submitted by Stay
Green, Inc., which is a local business and maintains their corporate headquarters in the
incorporated City, was within 10% of ValleyCrest Landscape Maintenance's bid. Pursuant to
the City's Municipal Code, Purchasing staff contacted Stay Green, Inc. and received a formal
written offer within 24 hours of the bid opening to match ValleyCrest Landscape Maintenance's
proposal.
Santa Clarita Municipal Code (S.C.M.C.) § 3.12.205 "Support of Santa Clarita Businesses"
states that the lowest bid or quote submitted by a Santa Clarita business that is within 10 percent
(10%) of the lowest bid or quote, whether or not that bidder is the second lowest bidder, may be
deemed to be the lowest bidder if the locally -based bidder agrees to reduce its bid to match the
bid or quote of the lowest bidder. As a result of their decision to match the apparent lowest
responsive bid, staff is recommending award of Bid Number LMD-15-16-02 to Stay Green, Inc.
BID
COMPANY
LOCATION
BID AMOUNT
Bid 1
(Recommended)
Stay Green, Inc.
Santa Clarita, CA
$ 170,849.88
*($180,960)
Bid 2
ValleyCrest Landscape
Maintenance
Thousand Oaks
$ 170,849.88
Bid 3
Oakridge Landscape, Inc.
Santa Clarita, CA
$ 197,220.00
Bid 4
Venco Western
Oxnard, CA
$ 199,980.00
* Represents Stay Green, Inc. original bid amount
In consideration of potential unscheduled expenditures, staff is requesting authorization to
increase the total potential value of Stay Green, Inc.'s annual base contract by a contingency
amount of $34,170 for a total amount not to exceed $205,020 for LMD Zone T-51. his
important to note that hourly costs for unscheduled services are capped through the bid
specifications and does not represent any guarantee of compensation under the terms of the
recommended contract.
By authorizing a contract expenditure authority beyond the base bid amount, the City Council is
taking action to ensure that LMD revenues generated by property owners are utilized in the most
cost-effective manner. Specifically, the City retains the discretion to authorize and compensate
the contractor for additional work once it has been reviewed by field monitors and approved by
the LMD Administrator.
Page 2
Packet Pg. 170
A thorough evaluation of the bids determined the proposal submitted by Stay Green, Inc. to be
the lowest, most responsive, responsible bid for annual landscape maintenance of LMD Zones T-
51. Subsequently, Special Districts staff completed a due -diligence review of Stay Green, Inc.'s
professional references to ensure their performance records meet the City's high standards.
ALTERNATIVE ACTION
1. Do not award contract to Stay Green, Inc.
2. Other action as determined by the City Council.
FISCAL IMPACT
No impact to the General Fund. Sufficient funds were appropriated by City Council in the Fiscal
Year 2015-16 budget.
ATTACHMENTS
Stay Green Bid Response Zone 51 (Available In City Clerk's Reading File)
Page 3
Packet Pg. 171
Stay
]]Green Inc.
Ym AnJobiiomlL�Cnape 9en/m
September 25a, 2015
City of Santa Clarita
ATTN: Purchasing Department
23920 Valencia Blvd,
Santa Clarita, CA 91355
Bid# LMD 15-1602
To whom it may concern,
In the event of Valley Crest being disqualified for LMD-15-16-02 for Zones T-51, Stay Green
Inc. would like to implement the City of Santa Clarita Municipal Code (3.12.205 Support of
Santa Clarita Business).
Stay Green Inc. is prepared to match the pricing by Valley Crest if awarded the city contracts,
and meet all the specifications required for landscape maintenance pursuant LMD-15-16-02 for
Zones T-51.
LMD-15-16-02 Stay Green Inc. $170,849 Zones T-51
If you have any other questions or concerns regarding this matter please do not hesitate to contact
us.
Regards,
c" Ge'lL
Chris Angelo
PIesidant/CEO
Stay Cuccm Inc.
26415 Snmmia Cod, Santa Chnm CA 91350 • (800) 858-5508 • (661) 291-2800 • Fu: (661) 705-2089
wwwsaygccv.com • C-27. C-61 License #346620
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT
ZONE T-51, VALENCIA HIGH SCHOOL
Bid # LMD-15-16-02
DOCUMENTS CHECKLIST
The following documents are required to be completed and submitted by the Contractor at the
times specified by an X opposite each title. If no column is marked, document will not be
required.
DO NOT send more information than is requested.
DO send the REQUESTED information.
With Bid Proposal (All Bidders)
With Agreement (Awardee only)
Prior to Starting Work (Awardee only)
X
Proposal — electronic
X
Proof of Contractor's License - license number will suffice
X
Bidder's Bond (MUST be received at City Hall prior to bid due date)
X
List of Subcontractors — if none, write "n/a",*Do NOT leave blank
X
References
X
Bid Schedule — Use the City supplied pricing page only
X
Pricing pages that require initials
X
j
Required certificates/qualifications (as identified in solicitation
including but not limited to, License C27 and CLIA certification)
X
Contract Agreement
X
Insurance Requirements — Return only if Awardee
X
Bond for Faithful Performance
X
Payment Bond (for Labor and Material)
X
Certification of Public Liability and Property Damage Insurance
X
Certification of Worker's Compensation Insurance
X
Certification of Fire and Extended Coverage Insurance
X
Maintenance Meeting
X
Emergency Contact Information
Bid # LMD-14-15-02 51
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # LMD-15-16-02
BID OPENING: September 24, 2015
The City of Santa Clarita invites electronically sealed bids for:
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT
ZONE T-51, VALENCIA HIGH SCHOOL
1. Electronic Bids must be ELECTRONICALLY received at:
http://www.planetbids.com/portal/portal.cfm?CompanylD=16840#
2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is
longer.
4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read
and understands the requirements contained on pages 1 to 51 and Exhibits A to C.
5. Bid Questions. Questions should be submitted electronically to:
http://www.planetbids.com/portal/portal.cfm?Companv[D=16840#
The last day for questions will be 5:00 PM, September 16, 2015.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
7. Renewal and Pricing Adiustment. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually up to 3 times, in accordance with the terms of the contract. If not otherwise
stated, the contract may be renewed if the new pricing of the contract does not change more than
the Consumer Price Index identified in the most recently City Council approved City of Santa
Clarita Combined Engineer's Report for Landscape Maintenance Districts.
Name (Print): Aomp/ CkP-Ck-
Email: AC` XCk 0,S�AV
Company Phone No.:(OSS)1gZ - WIG
Bid # LMD-14-15-02
Company: S. eeA �,i.G
Address:
City: �gn�iti Ci�ar�
State/Zip: Cly q v 3s'o
E. BID SCHEDULE
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT
ZONE T-51, VALENCIA HIGH SCHOOL
Item Project Site
No.
LMD-14-15-02
Monthly Total
Maintenance Cost Annual cost
1. LMD Zone T51 15' 0`&O x12mos
VALENCIA HIGH SCHOOL
Total bid amount, annually, in legibly printed
4-4 n I t A
\Q' q&o /annually
Total bid in numbers
Please initial the following statements to acknowledge vendor ability to provide following staff and
minimum hours of work
ZONE T51
One (1) full time working crew foreman (completely dedicated to this contract) 40 hours/week
Minimum crew of two (2) 80 hours/week
Minimum one irrigation specialist (CLIA trained) 3/days 24 hours/week
One/Separate mow crew 1X/week (bi weekly Dec — Feb)
►AA"— (initial)
Bid # LMD-14-15-02 45
LIVID ADDITIONAL PRICING (SHEET #1) DO NOT ADD TO TOTAL
Pricing and Billing Schedule Detail
Hourly labor rates to be used in performing the work required in the specifications for annual
landscape maintenance. These rates will not be used in evaluating the bid, but shall be used in
evaluating cost estimates for "additional" or "extra" work requested by the City under this
contract.
Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below:
Skill Level Hourly cost After hour emergency
Irrigation Specialist/Laborer
(if applicable for extra work)
Landscape Laborer
$40.00 per hour
$30.00 per hour
QAC/QAL Herbacide and Pesticide Applicator $30.00 per hour
$65.00 per hour
$45.00 per hour
Please initial to verify acknowledgement of labor rates - e-O�' (initial)
N/A
Bid # LMD-14-15-02 46
LMD ADDITIONAL PRICING SHEET #2
Please list the unit price for labor, EXCLUDING part/material costs for the following tasks. These rates
will not be used in evaluating the bid, but may be used in evaluating cost estimates for additional work
requested by the City under this contract.
LINE
DESCRIPTION
UNIT OF
UNIT
MEASURE
PRICE
Price for irrigated
1
landscaped planter
1 square foot
d�Zs
maintenance
Price for irrigated
2
landscaped slope
1 square foot
maintenance.
3
Price for irrigated turf
1 square foot
maintenance
Price for landscaped
2
median maintenance for
1 square foot
shrubs and ground cover.
3
Price for concrete median
maintenance.
1 square foot
C)k
Price for irrigated
4
landscaped slope
1 square foot
maintenance.
�{
Bid # LMD-14-15-02 47
DESIGNATION OF SUBCONTRACTORS
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT
ZONE T-51, VALENCIA HIGH SCHOOL
LMD-15-16-02
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and
vendor who will perform work or labor or render service in excess of '/2 of 1 percent of the prime
contractor's total bid: DBE status, age of firm, certifying agency and annual -gross receipts are
re uired if sub contractor is Rarticipating as a DBE. The form MUST be returned with bid, filled in or
annotated with "No Subcontractors" if none will be usedk
Subcontractor DBE STAT Dollar Value of Work
Age of firm: Certi enc al Gross Receipt
Location and Place of Business
Bid Schedule Item Nos: / 1 DescAbtion of Work
cense No. / 1 [A). Date:
Subcontractor
Age of firm:
'13
D STATUS:
Certi enc
Dollar Value of Work
A Gross Receipts:
Location and Place of
s
Bid Schedule os:
I D of Work 'IV
License No.
Exp. Date: / / Phone( )
'or
FA
Subcontractor DBE STAZenCy.
Age of firm: Certi in
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No. Exp. Date: / /
Phone ( )
Bid # LMD-14-15-02 48
REFERENCES
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT
ZONE T-51, VALENCIA HIGH SCHOOL
LMD-15-16-02
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for
which BIDDER has performed work of a similar scope and size within the past 3 years:
1.C1� e Sam- Ckcr:� !
Name and Address of Owner / Aaencv
66��
Name and Telephone Number of
31 K A�•wa11�
Contract Amount
2. C�� � S�� Nv_ A- ,
Name and Address of Owner/ Ai
ame
1`t Y_
JK
T K (o Oor�bc
51A�-ktl L&(,,> 7 -lb(. - Naos
elephone NumlYer of Person Familiar i
Type of Work
3. &�Ll A- �AAA-A CkQr' -vl
Name and Address of Owner / Agenoy
J ^� "aAsc^ (&& %) ZSS- 6Z Ota
Name a d Telephone Number of Person Famil
AZt 61_ A vA,.U,w 14/06
Contract Amount TVDe of
Z00&-ZoIN
s Completed
to COMDIeted
Z i 3� iH , T-5, 7
n Hroject
N4;.4&aaM
Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
SWL,A� Lwcu-c - ICXS me . 1635 d --.4.c A"e., Fres" . OA °I3-127. (551) 650 -3sSs
5& rSOA - taa-t'Of,WIJ A—,� c�. 1�ox I'$�. Ui �ta.5a, e^ 2 MI-W.Leco*-Z--56"
Bid # LMD-14-15-02 50
PROPOSAL GUARANTEE
BID BOND
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT
ZONE T-51, VALENCIA HIGH SCHOOL
LMD-16-16-02
City of Santa Cama, Caiifomia
KNOW ALL MEN BY THESE PRESENTS that Stay Green Inc.
as
BIDDER, and Nationwide Mutual Insurance Company as SURETY, are
held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of
Ten Percent of Amount Bid dollars ($10% ). which is ten
percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the
payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by
these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to
submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is
accepted and the contract is awarded and entered into by BIDDER in the manner and time
specified, then this obligation shall be null and void, otherwise it shall remain in full force and
effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
21 st day of September 2015
BIDDER y G een, Inc.
By ,cam VTV
SURETY" Nationwide Mutual Insurance
By.__ ()1 6 A n r ( 0 t
Shauna Lucero, Attorney -in -Fact v�
Subscribed and sworn to this day of
20
NOTARY PUBLIC
SEE ATTACHED CALIFORNIA NOTARY ACKNOWLEDGEMENT
`Provide BIDDER and SURETY name, address, and telephone number and the name, title,
address, and telephone number for authorized representative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State
where the project is located.
Bid # Wc•1a•=.s-e2 35
Stay Green, Inc. Nationwide Mutual Insurance Company
26415 Summit Circle Josh Severson, Sr. Contract Bond Underwriter
Santa Clarita, CA 91350 P.O. Box 1820
Phone 800-858-5509 LaMesa, CA 91944-1820
800-822-3666
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Fresno
On ��s� Se �� apl, ' before me, Pamela Severson, Notary Public
(insert name and title of the officer)
personally appeared Shauna Lucero
who proved to me on the basis of satisfactory evidence to be the person whose nameJRf
subscribed to the within instrument and acknowledged to me that /she/Ipeq executed the same in
/her/tom authorized capacity, and that bye/her/tWr signatureoY on the instrument the
person, K, or the entity upon behalf of which the persoW acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. PAMELA SEVERSON
NOTARY PUBLIC - CALIFORNIA
® COMMISSION # 2103694 E
FRESNO COUNTY
My Comm Exp. April 15, 2019
Signature �, ,�, �l'��• wv �� (Seal)
f,E : SN-k.l,- "tom
KNOW ALL MEN BY THESE PRESENTS THAT:
Nationwide Mutual Insurance Company, an Ohio corporation
Farmland Mutual Insurance Company, an Iowa corporation
Nationwide Agribusiness Insurance Company, an Iowa corporation
Power of Attorney
AMCO Insurance Company, an Iowa corporation
Allied Property and Casualty Insurance Company, an Iowa corporation
Depositors Insurance Company, an Iowa corporation
hereinafter referred to severally as the "Company" and collectively as the "Companies," each does hereby make, constitute and appoint:
Shauna Lucero Fresno, CA
each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings,
and other obligatory instruments of similar nature, in penalties not exceeding the sum of
Two Million and no/100 $2,000,000.00
and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said
Attorney pursuant to the authority given are hereby ratified and confirmed.
This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company:
"RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in-fact of the Company, and to
authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers,
contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the
business of the Company may require; and to modify or revoke, with orwithout cause, any such appointment or authority; provided, however, that the authority granted
hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company."
"RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company
subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be
necessary for the validity of any such documents."
This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company.
Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved
documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief
executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document,
contract, instrument, or other papers of the Company.
IN WITNESS WHEREOF, the Company has caused this instrument to be sealed an duly attested by the signature of its officer the
13'h day of February , 2014.
6 ,
°""�
�/
vy,
h
Terrance Williams, President and Chief Operating Officer of Nationwide Agribusiness Insurance Company
and Farmland Mutual Insurance Company; Vice
%, SEAL�
.-�w
SEALS
and President of Nationwide Mutual Insurance Company,
AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance
Company
ACKNOWLEDGMENT
j�,�?!!!.o,'
/ =
.!e"`"w,�
•.
STATE OF IOWA, COUNTY OF POLK: ss
'h
On this 13day of February, 2014, before me came the above-named officer for the Companies aforesaid,
to me personally known to be the officer described in
0, SEAL .
0 :.SEAL°,0
and who executed the preceding instrument, and he
acknowledged the execution of the same, and being by duly deposes
�� `i
me sworn, and says, that he is the
+r,.tia
officer of the Companies aforesaid, that the seals axed hereto are theCompanies,
affixed corporate seals of said
and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the
authority and direction of said Companies.
Sandy Alitz
Notarial Seal — Iowa
FmyComrnisslon
s, SEAL.
4
f SEAL 0
i•: .�
Commission Number 152785
Expires March, 24, 2017
Notary Public
'44 e -d
My Commission Expires
CERTIFICATE March 24, 2017
I, RobertW Horner III, Assistant Secretary of the Companies, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by
the Company; that the resolution included therein is a true
and correct transcript from the minutes of the meetings of the boards of directors and the same has not been
revoked or amended in
any manner; that said Terrance Williams was on the date of the execution of the foregoing power of attorney the duly elected officer of the
Companies, and the corporate seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the
foregoing power of attorney is still in full force and effect.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seals of said Companies this 21 s1 day
of September 20 15
Assistant Secretary
This Power of Attorney Expires March 24, 2017
BDJ 1(04-14) 00
ADDENDUM #1
For
City of Santa Clarita Invitation to Bid
LMD-15-16-02
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT
ZONE T-51, VALENCIA HIGH SCHOOL
Septemberl1, 2015
This addendum must be acknowledged via Planet Bids and should be included with the bid
response.
There was a non -mandatory, pre-bid meeting on September 9, 2015 beginning at 9:00 AM.
The meeting was located at City Hall, 23920 Valencia Blvd., in the Council Chambers.
Attending staff. Linda Kunishige, LMD Specialist (Project Manager), Wayne Smith,
Project Development Coordinator, Martin McKnight, LMD Specialist, Mary Alice Boxall,
Labor Compliance Specialist and Jennifer Killian, Buyer.
The following vendors were in attendance:
Oakridge landscape, Inc. — Andre Bouweraerts
Stay Green Inc. — Dave Colburn
Valleycrest — Andrew Sanders
Addition to Bidder Instructions
NOTICE REQUIREMENTS
• January 1, 2015: All bid documents must include the following information:
• No contractor or subcontractor may be listed on a bid proposal for a public
works project (submitted on or after March 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5 [with
limited exceptions from this requirement for bid purposes only under Labor
Code section 1771.1(a)].
• No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with
the Department of Industrial Relations pursuant to Labor Code section 1725.5.
• This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Bid #LMD-1 5-16-02ADD 1
Attachments (at the end of this addendum)
Pre-bid meeting summary (written by the project manager)
EXIHIBIT "C" (T-51 area map as noted in original bid)
Corrected Designated Subcontractor form, 2 pages (replaces existing form)
tkr,V,&tk aacy.
Contractor's representative
,&kM`t CUA T_V G
Company Name
917,1116-
Date
12 I1sDate
Bid #LMD-15-16-02ADD1 2
Pre -Bid Meeting Summary
BID LMD 15-16-02
Wednesday, September 9, 2015
Introduction
• Zone T51 — Valencia High School
— Approximately 40 Acres including but not limited to: parkway turf, irrigated
landscape, irrigated slopes, paseos and paseo bridge
— Boundaries (Newhall Ranch Road, Copperhill Drive, Dickason Drive)
Bid Instructions
Labor Compliance
Administrative Specifications — Highlighted from Contract Documents
• Contract Term — Two Years with option for 3 additional 1 -year renewals
• Specified/Required Minimum Staff and Hours
• Contractor's employees or representative shall be thoroughly trained in Weather -
Trak
• Certification/Reports/Records — Daily Staff Attendance Report
• Maintenance Schedules — Bi -weekly work schedule
• Contractor's Deficiencies — Subject to payment adjustment
• Contractor's Staff — Specified/Required Minimum Staff and Hours with separate
mow crew
• Water Management and Irrigation System Maintenance or Repair
• Non Landscaped Medians & Undeveloped Medians
• Plant Replacement — Labor and material included for specified amounts
Bid Schedule
Site Walk — Typical examples for some maintenance including: trimming, trees, irrigation,
drain/swale maintenance, clean-up per Contract Specifications
• Location 1: Paseo/Pedestrian Bridge — Decoro Drive & Copperstone Drive
• Location 2: Smyth Drive Slopes — Smyth Drive, west of Valencia High School
• Location 3: Newhall Ranch Slopes — Newhall Ranch Road, east of Copperhill
Drive
Bid #LMD-15-16-02ADD1
DESIGNATION OF SUBCONTRACTORS (CORRECTED)
ANNUAL CONTRACT FOR LANDSCAPE MAINTENANCE DISTRICT
ZONE T-51, VALENCIA HIGH SCHOOL
LMD-15-16-02
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and
vendor who will perform work or labor or render service in excess of '/2 of 1 percent of the prime
contractor's total bid: DBE status, age of firm, certifying agency and annual gross receipts are
required if sub contractor is participating as a DBE. The form MUST be returned with bid, filled in or
annotated with "No Subcontractors" if none will be used.
Subcontractor
Age of firm: itcertifying
BE STATUS:
A en
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
License No. Exp. Date: / /
Bid Schedule Item No
X on of Work
License No.
x/p. Date: Phone( )
r
Subcontracto VF DBE TUS: i
Age of firm: 'Afying A en
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No De tion of7l5rk
License No. Exp. Date: / /
Phone ( )
Subcontractor DBE ST S:
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date:
NOTE: A contractor or subcontractor shall not 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 contract
for public work, as defined in this chapter, unless currently registered and qualified to perform public work
pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered
contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by
Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public
work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded.
Bid #LMD-15-16-02ADD1
DESIGNATION OF SUBCONTRACTORS
AS NEEDED MAINTENANCE SERVICES: PAINTING
AN -13-14-54
City of Santa Clarita, California
Subcontractor
Age of firm:
DBE STATUS:
Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Description of rk
Bid Schedule Item Nos:
escription of Work
/T '.00 a
License No.
Exp. Dat / / Z I Phone( )
Subcontractor E STATU -
Age of firm: //Cettifyi,enc
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Z40**V' ' '404
Bid Schedule Item Nos:
Description of rk
License No.
Exp. Z/ /
Phone( )
FA
Subcontractor DBE STATUS:
Age of firm: Certifying Agency:
Dollar Value of Work
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not 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 contract
for public work, as defined in this chapter, unless currently registered and qualified to perform public work
pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered
contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by
Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public
work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded.
Bid #LMD-15-16-02ADD1 6
State Of California ,
CONTRACTORS STATE LICENSE BOARD
. , ACTIVE LICENSE
.346620 - CORP
a.,;;•„ STAY - GREEN INC
C27 C61/D49 Affih-�
.��:�. 12/31/2016 www.cslb.ca gov
Stay Green Inc.
STAFF QUALIFICATIONS
Name Title Certification
Richard Angelo Executive Chairman/Founder
Richard Angelo
Executive Chairman/Founder
Andrea Musick
Vice President Landscape Management
Grant Clack
Operations Manager
Jeff Norquist
Operations Manager
Kevin Cawley
Account Manager
John Barton
Account Manager
Dave Colburn
Production Manager
Adam Hall
Production Manager
Leonardo Moran
Plant Health Care Spray Technician
Gerardo Gonzales
Plant Health Care Spray Technician
Jorge Donapetry
Human Resources Manager
Jorge Castaneda
Operations Manager
Adam Hall
Production Manager
Melissa Rodriguez
Business Developer
Steve Seely
Account Manager
Gabriel Castaneda
Crew Leader
Silvestre Quintana
Crew Leader
Ignacio Natera
Production Manager
Ignacio Natera
Production Manager
Luis Quintanilla
Crew Leader
Richard Angelo Executive Chairman/Founder
Richard Angelo Executive Chairman/Founder
Jose Romero
Irrigation Technician
Alejandro de Alba
Irrigation Technician
Francisco Cortes
Irrigation Technician
Leonardo Vera
Irrigation Technician
Samuel Romero
Irrigation Technician
Pest Control Advisor
Qualified Applicators License
Qualified Applicators License
Qualified Applicators License
Qualified Applicators License
Qualified Applicators License
Qualified Applicators License
Qualified Applicators License
Qualified Applicators License
Qualified Applicators Licence
Qualified Applicators Certificate
TCIA Certified Tree Care Safety Professional
ISA Certified Arborist
ISA Certified Arborist
ISA Certified Arborist
ISA Certified Arborist
ISA Certified Tree Worker
ISA Certified Tree Worker
ISA Certified Tree Worker
Certified Line Clearance Tree Trimmer
Certified Line Clearance Tree Trimmer
California Landscape Technician
Certified Water Auditor
Irrigation Technician Certificate
Irrigation Technician Certificate
Irrigation Technician Certificate
Irrigation Technician Certificate
Irrigation Technician Certificate
ABDE73173
98566
100530
126914
126918
108212
99677
126919
122279
119089
11927I
1322
WE -8703A
WE -9301A
WE -9346A
WE -10138A
Stay Green Inc.
26415 Summit Circle, Santa Clarira, CA 91350 • (800) 858-5508 • (6.61) 291-2800 • Fax: (6.61) 705-2089
"'wNr.staygreen.conl . C-27, C-61 Liccnsc #346620 B