Loading...
HomeMy WebLinkAbout2018-03-13 - AGENDA REPORTS - LANDSCAPE MULCH CONTR (2)O Agenda Item: 6 CITY OF SANTA CLARITA -`' AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:�1 A11�443 DATE: March 13, 2018 SUBJECT: AWARD CONTRACT FOR PURCHASE AND DELIVERY OF LANDSCAPE MULCH DEPARTMENT: Neighborhood Services PRESENTER: Keith Miller RECOMMENDED ACTION City Council: 1. Award a two-year contract to Foothill Soils, Inc. for the purchase and delivery of mulch in support of the City of Santa Clarita's (City) Landscape Maintenance District (LMD) operation as specified in Bid No. LMD 17-18-31 for an annual amount not to exceed $125,000. 2. Authorize the City Manager or designee to execute all contracts and associated documents, or modify the award in the event other issues 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 (3) additional one-year renewal options beginning in year three, not to exceed the base contract of $125,000 plus CPI adjustments, upon request of the contractor and contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year. BACKGROUND The use of mulch is a landscaping best management practice. The City's LMD operation spreads more than 2,400 tons of mulch throughout the 59 financially independent zones within the LMD. Mulch is far more aesthetically pleasing than bare dirt, helps retain moisture in the soil thereby reducing water use, and inhibits weed growth, thus reducing the use of chemical weed retardants. On January 3, 2018, Bid No. LMD-17-18-31, for the procurement and delivery of mulch on an as -needed basis, was circulated to potential vendors. For the purpose of the procurement Page 1 Packet Pg. 28 O process, proposers were asked to submit pricing based on the delivery of 12,000 cubic yards of mulch. This solicitation was posted on PlanetBids and directed to 288 vendors, including the Santa Clarita Valley Chamber of Commerce and the Valley Industrial Association. Sixteen vendors downloaded the bid, with four companies submitting responses. Proposals were opened on February 2, 2018, with the results of the bid shown below: BID COMPANY LOCATION BID AMOUNT Bid 1 Recommended Foothill Soils, Inc. Santa Clarita, CA $108,000 Bid 2 C & M Top Soil Inc. Sylmar, CA $138,000 Bid 3 Martinez Landscape Co., Inc. Sylmar, CA $2735000 Bid 4 Athens Services City of Industry, CA $491,010 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 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. Foothill Soils, a local company, was the only local vendor to respond to this solicitation and ultimately submitted the lowest bid. Staff has reviewed all submissions and determined Foothill Soils, Inc. to be the lowest responsible bidder. Special Districts staff has completed their due diligence, determined the vendor's performance meets the City's high standards, and recommends awarding this contract to Foothill Soils, Inc. ALTERNATIVE ACTION Other action as determined by the Council. FISCAL IMPACT Adequate funds were appropriated by the City Council during the Fiscal Year 2017-18 budget process to support this contract. The procurement of mulch via Foothills Soils, Inc. beyond Fiscal Year 2017-18 is contingent upon the appropriation of funds by the City Council during future budget processes. ATTACHMENTS LMD-17-18-31 Mulch Bid Response Foothill Soils, Inc. (available in City Clerk's Reading File) Page 2 Packet Pg. 29 NOTICE INVITING BIDS Bids must be received electronically before 11:00 AM on Friday, February 2, 2018 by the Purchasing Agent of the City of Santa Clarita. Bids must be uploaded to the PlanetBids website, before the due date and time, at which time, or shortly thereafter, they will be publicly opened online and in Suite 120. Specifications for this electronic bid may be viewed at: http://www.planetbids.com/portal/portal.cfm?CompanvlD=16840# Mulch Supplier For Landscape Maintenance Districts Bid # LMD-17-18-31 Specifications for this bid may be downloaded from the City's Purchasing website at http://www.santa- clarita.com/city-hall/departments/administrative-services/purchasing. Please refer to specifications for complete details and bid requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. Purchasing (661) 255-4399 Bid # LMD-17-18-31 CITY OF SANTA CLARITA INVITATION FOR BID BID # LMD-17-18-31 BID OPENING: February 2, 2018 The City of Santa Clarita invites electronically sealed bids for: Mulch Supplier For Landscape Maintenance Districts 1. Bids must be ELECTRONICALLY received at: http://www.r)lanetbids.com/portal/r)ortal.cfm?CompanvlD=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 One Hundred Twenty (120) 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 23, Exhibits A. 5. Bid Questions. Questions should be submitted electronically to: http://www.planetbids.com/portal/portal.cfm?CompanvlD=16840# The last day for questions will be 10:00 AM, January 25, 2018. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. Name (Print): Company: Email: Address: Company Phone No.: City: State/Zip: Bid # LMD-17-18-31 2 TABLE OF CONTENTS Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts Section..............................................................................................................................................Page NoticeInviting Bid...................................................................................................................................1 InvitationFor Bid.....................................................................................................................................2 Tableof Contents....................................................................................................................................3 Instructionsto Bidders............................................................................................................................4 Scopeof Work.........................................................................................................................................9 Contract Agreement (Sample Only)........................................................................................................ 13 PricingSchedule......................................................................................................................................19 AdditionalPricing....................................................................................................................................20 Designation of Subcontractors............................................................................................................... 21 References.............................................................................................................................................. 22 DocumentChecklist................................................................................................................................23 Bid # LMD-17-18-31 3 A. BID INSTRUCTIONS Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts 1. Submitting Proposals. (a) The bid response must be ELECTRONICALLY submitted on this form and include the notice, Request for Bid Schedule, and all forms or information included in or required by Section B, Specifications, (attachments accepted) (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (c) Proposals/corrections received after the closing time will not be accepted. The City will not be responsible for bids not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 2. Currency. All references to dollar amounts in this solicitation and in vendor's response refer to United States currency. Payments will be made in United States Currency. 3. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City has the option of accepting or rejecting any alternative bid. 4. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post-industrial and post -consumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 5. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 6. Resection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will be available from the City's website. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. Bid # LMD-17-18-31 8. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works, professional services or is federally funded. Qualifications of responsibility will be in accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the goods and/or services resulting from this solicitation. The City may make an award based on partial items unless the bid submitted is marked "All or none." Where detailed specifications and/or standards are provided the City considers them to be material and may accept or reject deviations. The results of the bid will be posted on the City's website at www.santa-clarita.com/purchasing, normally within 24 hours. 9. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy -back" procurements. 10. Amendments. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor will be considered agreement with the terms of this contract. 11. Taxes, Charges and Extras. (a) Bidder must show as a separate item California State Sales and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 12. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 13. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 14. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. 15. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor Compliance Program is included herein as an informative reference for the successful bidder. It does not require any completion prior to contract award but should be reviewed for all necessary provisions and requirements. 16. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 17. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the bidder must defend the City (at the City's request and with Bid # LMD-17-18-31 counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. 18. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid OR 10 % of the value of the 1St year of service for service bids, to guarantee that bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "BID BOND FOR" and the bid #, "NO LATER THAN the bid due date and time, for the vendor to be considered responsive. 19. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided prior to contract signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement). For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 20. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 21. Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 22. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 23. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. Bid # LMD-17-18-31 24. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay "surcharges" of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. 25. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 26. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 27. Termination. The City may terminate any service or contract with or without cause either verbally or in writing at any time without penalty. 28. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 29. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 30. Invoices. Invoices will be forwarded to: City of Santa Clarita NS - Special Districts 23920 Valencia Blvd. Ste. 295 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 31. Bid Questions. Questions must be submitted electronically to: http://www.planetbids.com/portal/r)ortal.cfm?Comr)anvlD=16840# The last day for questions will be 10:00 AM, January 25, 2018. Bid # LMD-17-18-31 7 32. SB 854 — 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. 33. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to three 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 - All Urban Consumers (not seasonally adjusted), Los Angeles Area -Riverside - Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in Planet Bids. Bid # LMD-17-18-31 8 B. ADMINISTRATIVE SPECIFICATIONS Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts EVENT DATE Solicitation advertisement January 2, 2018 Last day for questions January 25, 2018 Return of proposals February 1, 2018 The City of Santa Clarita is soliciting sealed bids from qualified vendors for the supply and delivery of mulch. The mulch will be used throughout the City's Landscape Maintenance District (LIVID) zones, parkways, medians, hybrid parks, paseos, and other various locations. LIVID estimates using approximately 12,000 cubic yards of mulch annually. Mulch loads typically consist of either twenty (20), forty (40), or eighty (80) cubic yards but amounts will vary. The City may or may not utilize the entire quantities listed. The mulch supplier is being asked to provide a cost response for supply and delivery to sites on an "as needed" basis. A complete response shall include all material, delivery, handling, miscellaneous charges, and applicable sales tax. (All bids MUST include the City's tax rate of 9.5%, no matter where the mulch will be shipped from.) This is a two year initial contract with three possible, one year renewals annually. There is no job walk for this solicitation. There will be no pre-bid meeting for this solicitation; however, an 8 oz. sample of the mulch in a sealed zip lock plastic bag (bid number and the company name included on bag) will be required. All samples must be in the City's possession PRIOR TO the due date and time of 11:00 am, February 1, 2018. Samples should be mailed to: City of Santa Clarita Attn: Wayne Smith 25663 W. Avenue Stanford Valencia, CA 91355 Ref: LMD-17-18-31 MULCH SAMPLE 1. Scope of Work: a. Supply and deliver mulch to Landscape Maintenance District (LIVID) sites throughout the City of Santa Clarita. Mulch will typically be ordered in 40 yard loads but smaller and larger loads will be ordered as needed. b. Supplier of mulch must be able to accommodate all orders within a twenty-four (24) hour maximum time frame and provide the necessary number of transport/ delivery vehicles to accommodate all loads on time and within the required delivery window. c. Mulch deliveries will be made in areas with limited and restricted vehicle access along Landscape Bid # LMD-17-18-31 9 Maintenance District zones, paseos, hybrid parks, open space sites, and contractor construction yards. d. Delivery hours are Monday through Friday from 7:00 am to 11:00 am. The City of Santa Clarita reserves the right to modify delivery windows as needed to accommodate special projects and special events that have time restraints. e. Damage to irrigation lines, sprinklers, plant material, concrete walkways, light poles, fencing, or any public or private property, due to driver negligence, shall be the responsibility of the supply company for repair. Repairs shall be completed within forty-eight (48) hours at no additional cost to the City of Santa Clarita or within a timeline agreed upon with LIVID Staff. f. All change orders will be approved in advance by the City's Project Manager. g. No alterations of material shall be made to the mulch specifications without the written consent from the City's LIVID staff. h. The awarded vendor will be required to enter into a Letter of Agreement contract with the City of Santa Clarita (see Section D, "Sample Contract.") i. All invoices must have the signed proposal attached. 2. Material Specifications: a. The mulch provided shall be screened to 3 -inches in size with a maximum length of 4- inches. The mulch shall have an appearance suitable for high visibility areas such as City Hall building, outdoor pedestrian and business friendly streetscapes, shopping malls, commercial centers, parkways, hybrid parks, and paseos. The appearance of the mulch shall not be black or yellow in appearance. The appearance of the mulch shall be between the colors light brown to dark brown. b. The mulch must be from a compost producer who is a participant in the United States Composting Council (USCC) Seal of Testing Assurance (STA) program. c. The compost producer must be fully permitted as a compost producer in accordance with requirements of the California Integrated Waste Management Board (CIWMB), Local Enforcement Agencies (LEA) and any other State and Local Agencies that regulate solid waste facilities. If exempt from State permitting requirements, the composting facility must certify that it follows all guidelines and procedures for production of compost meeting the environmental health standards of Title 14, California Code of Regulations, Division 7, Chapter 3.1, and Article 7. Proof of which is required to accompany vendor response. d. Mulch material may be derived from tree bark, wood chips, shredded bark or either wood chips or tree bark or a combination of both. Any single or mixture of chipped, shredded, or ground vegetation; or clean processed recycled wood products. e. Compost materials such as weed seeds, pathogens and deleterious materials are reduced as specified under Title 14, California Code of Regulations, Division 7, Chapter 3.1, Article 7, Section 17868.3. f. Mulch material must not contain trash, plastics, infested tree or bark, paint, petroleum products, herbicides, fungicides or other chemical residues harmful to animal life or plant growth. Compost must possess no objectionable odors. g. Metal concentrations in mulch material must not exceed the maximum metal concentrations listed in Title 14, California Code of Regulations, Division 7, Chapter 3.1, and Section 17868.2. h. Mulch material must comply with the attached Physical and Chemical requirements table. Bid # LMD-17-18-31 10 Attachment A. i. Certificate of Compliance. Compost Technical Data Sheet (CTDS). Before mulch delivery; Producer Submits Samples to STA Lab. Samples Tested via STA Methodologies, submit a Certificate of Compliance under Section 6-1.07, of the California Department of Transportation Solid Waste Trust Fund Standard Specifications of July 1999. Proof of which is required to accompany vendor response. j. Mulch wood chips shall be screened to 3 -inches in size with a maximum length of 4 -inches. k. Mulch that is delivered which does not meet the above specifications will be required to be removed by the supplier at no additional cost to the City of Santa Clarita within 24 hours. Bid # LMD-17-18-31 11 Attachment A Physical and Chemical Requirements Property Test Method Requirement pH TMECC 04.11-A Elastometric pH 1:5 Slurry Method 6.0-8.5 pH Units Soluble Salts TMECC 04.10-A Electrical Conductivity 1:5 Slurry Method 0-10.0 dS/m (mmhos/cm) Moisture TMECC 03.09-A Content Total Solids & Moisture at 70+/- 5 deg C N/A % Wet Weight Basis Organic Matter TMECC 05.07-A Content Loss -On -Ignition Organic Matter Method 30-100 (LOI) % Dry Weight Basis Maturity TMECC 05.05-A Germination and Vigor N/A N/A Seed Emergence Seedling Vigor % Relative to Positive Control Stability TMECC 05.08-B Carbon Dioxide Evolution Rate N/A mg CO2-C/g OM per day Particle Size TMECC 02.02-B Inches % Sample Sieving for Aggregate Size Passing Classification 3 99% % Dry Weight Basis 3/8 < 25% Max. Length 4 inches Pathogen TMECC 07.01-B Fecal Coliform Bacteria Pass < 1000 MPN/gram dry wt. Pathogen TMECC 07.01-B Salmonella < 3 MPN/4 grams dry wt. Pass Physical TMECC 02.02-C Contaminants Man Made Inert Removal and Classification: Combined Total: Plastic, Glass and Metal < 1.0 % > 4mm fraction Physical TMECC 02.02-C Contaminants Man Made Inert Removal and Classification: None Detected Sharps (Sewing needles, straight pins and hypodermic needles) %> 4mm fraction NOTE: TMECC refers to "Test Methods for the Examination of Composting and Compost," published by the United States Department of Agriculture and the United States Compost Council (USSC). Bid # LMD-17-18-31 12 B. SAMPLE CONTRACT SAMPLE CONTRACT MAINTENANCE AGREEMENT (SAMPLE) BETWEEN THE CITY OF SANTA CLARITA AND FOR THIS MAINTENANCE AGREEMENT ("Agreement") is made by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and , ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an amount set forth in the attached Exhibit " " which is incorporated by reference, for CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's invoice. 2. TERM. The term of this Agreement will be from 20 to 20 The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit " B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. Bid # LMD-17-18-31 13 B. If this contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. C. Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed; and Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: 14 Bid # LMD-17-18-31 Type of Insurance Commercial general liability: Business automobile liability Workers compensation Limits (combined sinale $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary' such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, F. City may cancel the Agreement immediately with no penalty. G. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 15 Bid # LMD-17-18-31 8. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 9. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. 10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 11. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: Name Address City B. When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 16 Bid # LMD-17-18-31 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. 20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 22. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other. 23. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there are additional terms and conditions contained in Exhibit " " that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. 24. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. (SIGNATURES ON NEXT PAGE) Bid # LMD-17-18-31 17 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONTRACTOR: By: Sample Only - Do Not Sign Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: 18 Bid # LMD-17-18-31 C. PRICING SCHEDULE Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts Use this form for reference ONLY. Pricing must be entered into line items section of PlanetBids. If the number entered on this page or the total entered on page one of the bid response conflicts with what is entered on Planetbids, the number entered on Planetbids shall govern. Pricing MUST reflect all costs for supply and delivery of all mulch shipments. This table includes three tiers of mulch amounts. LIVID estimates using 12,000 cubic yards annually. The costs listed in the vendor responses will be used to calculate costs on the entire contract. A 9.5% sales tax must be added on to each invoice. 19 Bid # LMD-17-18-31 DESCRIPTION COST PER EXTENDED LINE OF MULCH QUANTITY CUBIC YARD PRICE AMOUNTS 1 0-20 cubic $ 3,000 $ yards 2 21-40 cubic $ 6,000 $ yards 3 40+ cubic yards $ 3,000 $ TOTAL COST (Add lines 1 through 3 in $ numbers): 19 Bid # LMD-17-18-31 ADDITIONAL PRICING Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT include this pricing entered on PlanetBids. The additional services below 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 of Santa Clarita. Description Unit Price Tax at 9.5% Total Price Mulch only (No delivery) Same day delivery: (Check one) YES NO Blow mulch: (Check one) YES NO 20 Bid # LMD-17-18-31 DESIGNATION OF SUBCONTRACTORS Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts City of Santa Ciarita, California 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 ( ) 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 ( ) Subcontractor DBE STATUS: Age offirm: 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. 21 Bid # LMD-17-18-31 REFERENCES Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts 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. If the scope of work/specifications requests refrences duifferent than instructions above, the scope of work/specifications shall govern: 1. Name and Address of Owner/ Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner/ Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner/ Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid # LMD-17-18-31 22 DOCUMENTS CHECKLIST Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts In addition to the items requested for the proposal the following documents are required to be completed and submitted by the proposer. DO NOT send more information than is requested. DO send the REQUESTED information. • Request for Proposal Invitation page filled out • Any addendum published through Planetbids — signed form and acknowledgement through planet bids • Designation of Subcontractors form — ifnone, write "n/a"; Do NOT leave blank • Reference Page • Price Schedule —use this form for reference ONLY. Pricing must be entered into line items section of PlanetBids • Additional Pricing Page -Do NOT include this pricing in the cost of your bid response. Fill out form and return with bid Bid # LMD-17-18-31 23 CITY OF SANTA CLARITA INVITATION FOR BID BID # LMD-17-18-31 BID OPENING: February 2, 2018 The City of Santa Clarita invites electronically sealed bids for: Mulch Supplier For Landscape Maintenance Districts 1. 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 One Hundred Twenty (120) 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 23, Exhibits A. 5. Bid Questions. Questions should be submitted electronically to: http://­www.planetbids.com/i)ortaljportal.cfm?CompanvlD=16840# The last day for questions will be 10:00 AM, January 25, 2018. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. Name (PPr[rintt):M Company: �'"—It Sp A L /��/� , Email: T-CQL4) (�r+1�.C�Address,: � ` 1 � �1 9,k, -O A Jc A l/L Company Phone No.: �s ! l City: -A-/ i W 14,a I I �t State/Tip: C A 9( J a Bid # LMD-17-18-31 City of Santa Clarita Page 1 Mulch Supplier For Landscape Maintenance Districts (LMD-17-18-31), bidding on February 2, 2018 11:00 AM (Pacific) Printed 02/21/2018 Bid Results Bidder Details Vendor Name Foothill Soils, Inc Address 24981 Railroad Ave Newhall, CA 91321 United States Respondee Steven Rohletter Respondee Title General Manager Phone 661-254-1045 Ext. Email Steve@foothillsoils.com Vendor Type OSB,CADIR,Local Bid Detail Bid Format Electronic Submitted February 1, 2018 10:45:19 AM (Pacific) Delivery Method Planet Bids /1/31/2018 7:39 am Bid Responsive Yes Bid Status Submitted Confirmation # 130196 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type INVITATION TO BID INVITATION FOR BID 001.pdf Request for Proposal Invitation page filled out DESIGNATION OF SUBCONTRACTOERS SUBCONTARCTORS 001.pdf Designation of Subcontractors form REFERENCES REFERENCES 001.pdf Reference Page ADDITIONAL PRICING additinal pricing.pdf Additional Pricing Page Line Items Discount Terms no discount Type Item Code UOM Qty Unit Price Line Total Discount Comment Section 1 1 0-20 cubic yards CUBIC 3000 $9.0000 $27,000.0000 $27,000.0000 YARD 2 21-40 cubic yards CUBIC 6000 $9.0000 $54,000.0000 $54,000.0000 YARD 3 40+ cubic yards CUBIC 3000 $9.0000 $27,000.0000 $27,000.0000 YARD Subtotal $108,000.0000 $108,000.0000 Total $108,000.0000 $108,000.0000 PlanetBids, Inc. ADDITIONAL PRICING Bid # LMD-17-15-31 Mulch Supplier For Landscape Maintenance Districts Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT include this pricing entered on PlanetBids. The additional services below 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 of Santa Clarita. Description Unit Price Tax at 9.5% Total Price Mulch only (No delivery) 9 a Same day delivery: (Check one) V. YES NO Blow mulch: (Check one) YES X NO 20 Bid # LMD-17-18-31 REFERENCES Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts 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. If the scope of work/specifications requests refrences duifferent than instructions above, the scope of work/specifications shall govern: 1. r0 Nc-TV P(+&ens �. � k(C_ Name and Address of Owner / Agency To &-\ \a A,-,- t 4g s- 647 ) Name and Telephone Number of Person Familiar with Project 3a -0o0 <L'. 0L)tC'W Contract Amount Type of Work Date Completed 2. t6w� Scikoc) � �:s�h.'L l� -&) Name and Address of Owner / Agency :yNC-)c & S a -O V(Z� S b 6 Name and Telephone Number of Person Familiar with Project 6riGo, N (, �) ,�.*''�- MJI, h Diy�o•'N� Contract Amount Type of Work Date Complete 3. C- t -T `'( o � � rs- ,, ,d 0 - Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date ompleted The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Bid # LMD-17-1 B-31 22 DESIGNATION OF SUBCONTRACTORS Bid # LMD-17-18-31 Mulch Supplier For Landscape Maintenance Districts City of Santa Clarito, California Subcontractor/1 /* DBE STATUS: Dollar Value of Work A e of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule item Nos: Description of Work License No. Exp. Date: / / Phone ( J Subcontractor / DBE STATUS: Dollar Value of Work Age of firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp, Date: / / Phone ( ) Subcontractor ILI DBE STATUS: Dollar Value of Work Age of firm: Certifying Agency: 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-17-18-31