Loading...
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