Loading...
HomeMy WebLinkAbout2018-04-24 - AGENDA REPORTS - MEDIAN TURF REMOVAL- PROJ B0015 (2)O Agenda Item: 4 CITY OF SANTA CLARITA -`' AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:�1 A'1�443 DATE: April 24, 2018 SUBJECT: FY 2017-18 CITYWIDE MAJOR THOROUGHFARE MEDIAN TURF REMOVAL - MAGIC MOUNTAIN PARKWAY, PROJECT B0015 - AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the FY 2017-18 Citywide Major Thoroughfare Median Turf Removal — Magic Mountain Parkway, Project B0015. 2. Award the construction contract to Martinez Landscape Co., Inc., in the amount of $404,393 and authorize a contingency in the amount of $40,439, for a total contract amount not to exceed $444,832. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND In response to the extreme drought and the subsequent executive order issued by Governor Brown in April 2015 calling for a 25 percent statewide reduction in the use of potable urban water and prohibiting the continued use of potable water for irrigating ornamental turf within public roadway medians, the City of Santa Clarita (City) discontinued watering turf within medians and initiated the multi-year Citywide Major Thoroughfare Median Turf Removal Program designed to address the executive order and provide the benefit of well landscaped medians. The proposed Magic Mountain Parkway median turf removal, Project B0015, will remove approximately three quarters of an acre of existing median turf and replace it with plant material Page 1 Packet Pg. 25 O that requires significantly less water, replace the aging spray -head irrigation system with more durable and efficient irrigation systems, and make provisions to use recycled water when it becomes available. This project is part of the multi-year Citywide Major Thoroughfare Median Turf Removal Program and supports the Community Beautification theme of the City's five-year strategic plan, Santa Clarita 2020. This project also follows the City's current design standards for median landscaping. This project exemplifies the City's commitment to maintaining the quality of life enjoyed by our residents. Investing in high-quality landscape projects within the public right-of-way helps maintain higher property values and keeps the City on the cutting edge of water management. This project is one facet of an overall program to improve our water management infrastructure, while keeping the City's public areas well landscaped. The Magic Mountain Parkway medians were constructed in 2002 by the Valencia Company, developer of the adjacent master -planned community of Valencia. Maintained by the City's Landscape Maintenance District (LMD) since then, the landscaped medians consist primarily of turf, shrubs, and trees with the associated irrigation. The LMD provides a local funding source that is dedicated to the construction and maintenance of landscaped medians within the City. A portion of the medians is located within Southern California Edison's (Edison) right-of-way beneath high voltage electric lines near the South Fork Trailhead. A consent agreement has been obtained from Edison to perform construction within their right-of-way. An invitation to bid was published twice, on February 27 and March 6, 2018, and was advertised on the City's website. The project plans and specifications were also uploaded onto PlanetBids. A non -mandatory pre-bid job walk was conducted by staff on March 8, 2018, with 20 persons in attendance. There were a total of 12 bids submitted to the City and opened by Purchasing on March 22, 2018. The bid results are shown below: Company Location Bid Marina Landscape, Inc. Orange, CA $229,853.06 Martinez Landscape Co., Inc. Sylmar, CA $404,393.33 Pub Construction Diamond Bar, CA $428,217.22 Aramexx Construction Ontario, CA $429,733.22 KASA Construction Chino, CA $444,928.61 American Landscape Public Works Canoga Park, CA $460,665.61 Clean Cut Landscape Clovis, CA $472,872.00 Stay Green, Inc. Santa Clarita, CA $498,297.81 Terra Form, Inc. La Canada, CA $506,648.61 Landscape Support Services Santa Clarita, CA $525,618.11 FS Contractors, Inc. Sylmar, CA $533,409.72 YAKAR Covina, CA $573,409.72 On March 26, 2018, the apparent lowest bidder, Marina Landscape, Inc. (Marina) requested to have their bid withdrawn due to a significant mathematical error affecting the bid. On March 29, 2018, the City accepted Marina's withdrawal request. Staff determined the new lowest responsive bidder was Martinez Landscape Co., Inc. (Martinez). Staff recommends awarding the Page 2 Packet Pg. 26 O bid to Martinez, the lowest responsive bidder. Martinez possesses a valid state contractor's license and is in good standing with the Contractors State License Board. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsible bidder. The requested construction contingency will cover the cost of any unforeseen site conditions uncovered during the medians' remodeling, resolving conflicts with unknown utilities, potential removal of unsuitable soil, or import of plant soil if necessary. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds were appropriated as part of the Fiscal Year 2017-18 budget to expenditure account B0015357-5161.001 (Land Maintenance District Fund) to award the recommended construction contract, contingency, construction support contracts, staff and consultant time for project management, public works inspection, LMD inspection, environmental monitoring, labor compliance, and miscellaneous project administrative costs. ATTACHMENTS Location Map Bid Proposal from Martinez Landscape Co., Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 27 1NW 0IJVW - Ib'AOW3ZI =i21f11 Nb'143W 3ZI`d=IHJf10210H1210fb'W 86-L60Z) deW uoi4eoo-1 :}uauayoe}}brx - -- co N N O Q z -_ \!Z ai m _ -- CL x x o y -BROOK C( N g4¢� o � E IL a § P, a �o d7p�o� o m w RO POo 26100 z o 0 Ir N o a o o Qa R D mNL o CN OD O SO�ZN VONV re _ PA fty Ob° o M� U ap. w � b N ao w end �3P1 ZADR O ��b �'Q7 ��iy 10 TWO bo vA z CJS p U Z 00 ��Z Q 1D GP�P�\NP O � � G LO U U la N c O DR ¢ oO�Z G� NI no N P �P5 u VNMds O � 10 O <t � 1NOda31d 31/I 1p �J r YJ 301SN31HM nil/O �s 6 J Y� a3�b3ae O lO 6so J°6� C 011 J 6 W �6 �� U) G W w P � CO � 6 W Q O m d w F ONVISI W ry d l J f�^ o z co Q v aJ� F d N � �O J\U � O ° n o �llj 2 COLONIWL z a ld � LL 0000 ? t� STRA OR p2 J J�06 'l y OT rJ �Jo J -� O W 7y O� Uv o y z cB � o z � ti >VU i _�7 ON D °b JQ- Z S/fo4,u./8 MIRASOI- ' N = NO P 0 Off\ s Q SECTION C Proposal SECTION C: BID PROPOSAL MEDIAN TURF REMOVAL — MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-B0015 City Project 80015 TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY'S REQUEST FOR BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this bid is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS FOR BIDS, and all other contract documents. If this bid is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the bid guarantee accompanying this bid. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and foes. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten (10) working days afterthe date of the AGENCY's notice of award of contract to the BIDDER, this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. BIDDER agrees that the price bid for the project shall include all costs covering the performance of work including the furnishing of labor, materials, tools, and equipment. BIDDER further agrees that the cost of work necessary for the completion of a particular Bid Schedule item has been included in the price bid for that item unless the work is specifically included in another item; and if there is no bid item for a particular item of work, full compensation for such work shall be considered as included in the price bid for other items of work. Company Name: Martinez Landscape Co., Inc Company Address: 12357 San Fernando Road, Sylmar, CA 91342 E-mail Address: diana@martinezlandscape.com By: Salvador Martinez Title: President Print Name Signature: o - — Date: 03/20/2018 Median Turf Removal — Magic Mountain Parkway, Project B0015 City Bid 4 ENG -17-18-80015 C-1 City of Santa Ciarita SECTION C: BID SCHEDULE TURF REMOVAL — MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-B0015 City Project B0015 ITEM ITEM DESCRIPTION UNITS QTY UNIT COST TOTAL GENERAL 1 Mobilization/Demobilization, Bonds and Insurance, Traffic Control LS 1 $20,000.00 $20,000.00 Phasing, and Utility Coordination and Adjustments 2 Water Pollution Control and Implement Best Management LS 1 $4,500.00 $4,500.00 Practices TRAFFIC ITEMS 3 Traffic Handling, Construction Area Signs, and Electronic LS 1 $25,000.00 $25,000.00 Changeable Message Signs (CMS) 4 Thermoplastic Left Edgeline (Detail 24) and Removal of Raised LF 12,200 $1.80 $21,960.00 Pavement Markers 5 1 Remove Existing and Install New Sign(s) and Unistrut Post(s) EA 1 13 1 $375.00 1 $4,875.00 DEMOLITION AND EARTHWORK Clearing, Grubbing, and Removals (Includes turf sod, other vegetation, wires, irrigation equipment, and anything encountered 6 in the area to be excavated). No Mechanical Equipment shall be SF 28,200 $0.15 $4,230.00 used at Protected Root Zone; only by hand or other approved method. 7 Potholing of Utilities using Hand Excavation and/or Vacuum EA 6 $350.00 $2,100.00 Method - 2 (two) per Median 8 Sawcut and Remove Existing Concrete (Stamped and Non- SF 8 $10.00 $80.00 Stamped Concrete) 9 Sawcut and Remove Concrete Header LF 420 $12.00 $5,040.00 Earthwork - Lower grade at safety walk to 2" (two inches) below finished hardscape. Remove and haul away soil adjacent to safety 10 walk 2'-0" (two feet and zero inches) back from maintenance strip. LS 1 $46,500.00 $46,500.00 Construct a Swale at low point 3" (three inches) deep. No mechanical equipment shall be used at protected root zone; only by hand or other approved method. HARDSCAPE 11 1 Install 4" (four inch) Colored and Stamped Median Concrete SF 8 $15.00 $120.00 IRRIGATION 12 Provide and Install Controller Wire (in Sch. 40 Sleeve and Splice LS 38,550 $1.17 $45,103.50 Box at every Remote Control Valve) 13 Provide and Install Controller Weathertrak ET Pro3 - 12 Station EA 2 $9,500.00 $19,000.00 14 Provide and Install 1-1/2" (one and one-half inch) Remote Control EA 16 $775.00 $12,400.00 Valve + Manifold Assembly 15 Provide and Install 1-1/4" (one and one-quarter inch) Remote EA 14 $650.00 $9,100.00 Control Valve + Manifold Assembly 16 Provide and Install 1" (one inch) Remote Control Valve EA 6 $550.00 $3,300.00 17 Provide and Install Quick Coupler EA 2 $450.00 $900.00 18 Provide and Install Pull Box EA 11 $145.00 $1,595.00 19 Provide and Install 2" (two inch) Lateral Line (Sch. 40 PVC) LF 25 $10.00 $250.00 If the number entered on this page conflicts with what is entered on Planetbids the number entered on Planetbids shall govern. Median Turf Removal — Magic Mountain Parkway, Project B0015 City Bid # ENG -17-18-B0015 C-2 City of Santa Clarita SECTION C: BID SCHEDULE ITEM ITEM DESCRIPTION UNITS QTY UNIT TOTAL COST IRRIGATION (CONT'D) 20 Provide and Install 1-1/2" (one and one-half inch) Lateral Line (Sch. LF 55 $8.00 $440.00 40 PVC) 21 Provide and Install 1-1/4" (one and one-quarter inch) Lateral Line LF 205 $6.00 $1,230.00 (Sch. 40 PVC) 22 Provide and Install 1" (one inch) Lateral Line (Sch. 40 PVC) LF 525 $4.00 $2,100.00 23 Provide and install 3/4" (three-quarter inch) Lateral Line (Sch. 40 LF 8,420 $3.75 $31,575.00 PVC) 24 Provide and Install Tree Bubblers I EA 106 $45.00 $4,770.00 25 Provide and Install Shrub Bubblers - including Stream Bubblers EA 1,082 $25.00 $27,050.00 PLANTING 26 Provide and Install Moisture/Root Barrier LF 220 $25.00 $5,500.00 27 Planting Area Soil Preparation and Amendments SF 28,200 $0.25 $7,050.00 28 Furnish and Install Class A Top Soil Import (including Certificate of CY 10 $125.00 $1,250.00 Compliance) 29 Percolation Test - 12" (twelve inch) diameter by 72" (seventy-two EA 7 $250.00 $1,750.00 inch) depth augured pit - 1 (one) Per Median 30 Provide and Install 36" (thirty-six inch) Box Tree - (Variety Per Plan) EA 11 $875.00 $9,625.00 - With Root Barrier 31 Provide and Install 1 (one) Gallon Shrubs - (Variety Per Plan) EA 589 $6.50 $3,828.50 32 Provide and Install 5 (five) Gallon Shrubs - (Variety Per Plan) EA 2,041 $28.00 $57,148.00 33 Protection of Existing Trees to Remain (including watering of those LS 1 $4,500.00 $4,500.00 trees) - 96 (ninety-six) each 34 Planting Area Fine Grading SF 28,200 $0.15 $4,230.00 35 Provide and Install 3" (three inches) Deep of Organic Mulch in the CY 261 $30.00 $7,833.33 Planting Areas 36 First 90 (ninety) days of Plant Maintenance and Establishment SF 28,200 $0.15 $4,230.00 Period - Day 1 (one) to Day 90 (ninety) 37 Second 90 (ninety) days of Plant Maintenance and Establishment SF 28,200 $0.15 $4,230.00 Period - Day 91 (ninety-one) to Day 180 (one hundred and eighty) TOTAL BID SCHEDULE $404,393.33 IN FIGURES: TOTAL BID SCHEDULE IN WORDS: Four Hundred Four Thousand Three Hundred Ninety Three Dollars and Thirty Three Cents If the number entered on this page conflicts with what is entered on Planetbids the number entered on Planetbids shall govern. Median Turf Removal — Magic Mountain Parkway, Project B0015 City Bid # ENG -17-18-B0015 C-3 City of Santa Clarita SECTION C: DESIGNATION OF SUBCONTRACTORS MEDIAN TURF REMOVAL— MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-60015 City Project 60015 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 Yz of 1 percent, or $10,000 (which- ever is greater) of the prime Bidder's total bid: DBE status, age of firm and annual gross receipts are required if subcontractor is participating as a DBE. DBE IS NOT REQUIRED ON THIS PROJECT, Subcontractor: DIR Registration Number: Dollar Value of Work: Age of Firm; BBE: Yes Ne Annual Gross Receipts; Location and Place of Business: Email: Bid Schedule Item Numbers: Description of Work: CSLB License Number: CLSB License Exp. Date: Phone ( j Subcontractor: DIR Registration Number: Dollar Value of Work: Age of Firm: BBE; Yes 49 C_e Ft'F rt n,. Annual Gross Receipts: Location and Place of Business: Email: Bid Schedule Item Numbers: Description of Work: CSLB License Number: CLSB License Exp, Date: Phone ( ] Subcontractor: DIR Registration Number: Dollar Value of Work: Age of Firm: BBE: Yes No Annual Gross Receipts: Locatior and Place of Business: Email: Bid Schedule Item Numbers: Description of Work: CSLB License Number: CLSB License Exp. Date; Phone ( ) NOTE: A Bidder 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. (Use Additional Sheets if Necessary) Median Turf Rernoval — Magic Mountain Parkway, Project B0015 City Bid # ENG-17-18-BOO15 C-4 City of Santa Clarita SECTION C: REFERENCES MEDIAN TURF REMOVAL— MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-60015 City Project B0015 The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past three (3) years: 1. City of Santa Clarita 23920 Valencia Blvd. Suite 300, Santa Clarita, CA 91355 Name and Address of Owner/ Agency Major Median Landscape & Monuments Project #B0013 Project Number and/or Name Darrin Seegmiller (661) 286-4093 Name and Telephone Number of Person Familiar with Project 115,986.00 concrete sidewalk repair, city monument installation 2/25/15 Contract Amount Type of Work 2. LOS ANGELES COUNTY DEPT OF PUBLIC WORKS Name and Address of Owner/ Agency Date Completed Three Palm Trees to Halliburton Rd. Landscape Improvments RDC0015925 Project Number and/or Name Joel Zaragoza (626) 458-4973 Name and Telephone Number of Person Familiar with Project Constructionof a vine trellis and irrgation system, 680,369.46 vine planting; and other appurtenant work. Apri 2016 Contract Amount Type of Work Date Completed 3 CalTrans 2090 Fern Lane, Glendale, CA 91208 Name and Address of Owner/ Agency construct stampted color concrete, and enhance roadside safety Project Number and/or Name Ali Shalviri (818)-637-2506 Name and Telephone Number of Person Familiar with Project $925,732 � Storm Water Source control in L.A. county, update irrigation and concrete stamp Contract Amount Type of Work Medlan Turf Removal — Magic Mountain Parkway, Project 30015 City Bid # ENG -17-18-B0015 C-6 Date Completed City of Santa Clarita SECTION C: EEO CERTIFICATION FORM EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION MEDIAN TURF REMOVAL — MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-60015 City Project 80015 This Bidder Martinez Landscape Co.,Inc, proposed subcontractor . , hereby certifies that he has X, has not_, participated in a previous contract orsubcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has -�L, has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Martinez Landscape`ic� Title: President Date: 03/20/2018 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by Bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60- 1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Median Turf Removal —Magic: Mountain Parkway, Project B0015 City of Santa Clarita City Bid # ENG -17-18-80015 C-8 SECTION C: DEBARMENT FORM TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION MEDIAN TURF REMOVAL— MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-60015 City Project 8001.5 The Bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any Federal AGENCY within past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining Bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Median Turf Removal — Magic Mountain Parkway, Project 80015 City Bid # ENG-17-18-Boo15 C-7 City of Santa Clarita SECTION C: BIDDERS'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the Contract Documents. Bidder's Name: Martinez Landscape Co., Inc Business Address: 12357 San Fernando Road, Sylmar, CA 91342 Telephone: 818-364-9188 Email: diana@martinezlandscape.com State CONTRACTOR'S License No. & Class: 776616 C27, C61/D49, C-8, C36, C12 Original Date 11/19/1999 DIR Registration No. & Expiration Date Expiration Date: 1000002181 06/31/2018 03/31/2020 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this bid: Salvador Martinez President 818-612-2467 14862 Ryan Street, Sylmar, CA 91342 Frank Martinez, Vice President 818-822-0993 14733 Lakeside Street, Sylmar, CA 91342 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this bid, or any firm, corporation, partnership or joint venture of which any principal having an interest in this bid was an owner, corporate officer, partner orjoint venture are as follows: N/A Median Turf Removal — Magic Mountain Parkway, Project B0015 City of Santa Clarita City Bid # ENG -17-18-80015 C-9 SECTION C: BIDDERS'S INFORMATION AND CERTIFICATION All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this bid with the names, title, hands, and seals of all aforementioned principals this q 0 days Q$ 2018. Signature Salvador Martinez, President Name and Title of Signatory Martinez Landscape Co., Inc Legal Name of Bidder 12357 San Fernando Road, Sylmar, CA 91342 Address 818-364-9188 Telephone Number 95-4781405 Federal Tax I.D. No. diana@martinezlandscape.com _ Email Address SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED 3 cc a4a cv.c J Subscribed and sworn to this Notary Publ Median Turf Removal — Magic Mountain Parkway, Project B0015 City Bid # ENG -17-18-80015 C-10 20 (SEAL) City of Santa Clarita CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 1 County of Los Angeles J} On ?2/;®A 19 before me, Diana Martinez, Notary Date Here Insert Name and Title of the Officer personally appeared 5,dy o dor dtr-,�-c Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. DIANA MARTINEZ Commission * 2132326 z a .r Notary Public . California z Z Los Angeles County my Comm. Ex fres Oct 31, 2019 Place Notary Seal and/or Stamp Above 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 Signature — Signature o cry Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer – Title(s): ❑ Partner – ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer – Title(s): ❑ Partner – ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: �.L;.s.e... �.. awe'r�i.sr.. - :r .:t ., S+.y. -, . .,.....,.,.-, .�.a�... 3'N,. �f >' .+Y'EL:.:..,1 r..n.:f.Mr:..L. Lam'- .`i.+t✓-- 3.:. 4u"rYd.::... :r:..n.+. :^nG .r.,.rr.: � :3'r-. NG=- � -en3 . L..✓- rL-..r..r. r.d ..... .« r i+r..r...-ti:+-:�::e.�".�^. •.:...sr ..erg National• Association SECTION C: NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) MEDIAN TURF REMOVAL — MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-B0015 City Project B0015 To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE BID. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. Median Turf Removal — Magic Mountain Parkway, Project 80015 City Bid # ENG -17-18-80015 C-13 City of Santa Clarita SECTION C: NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT MEDIAN TURF REMOVAL — MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-B0015 City Project 80015 TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA j COUNTY OF LOS ANGELES } S�ltirador AAartinez being first duly sworn deposes and says that he is the President (sole owner, a partner, president, etc.) of Martinez Landscape Co.. Inc the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from proposing, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general busiljess. Signed: Title President Subscribed and sworn to and before me this day of Seal of Notary Median Turf Removal — Magic Mountain Parkway, Project 80015 City Bid N ENG -17-18-80015 C-14 20 City of Santa Clarita CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .eft§i�b�43if��$�s'�#3�k�i�.'�2'a3"'S'r,. �F�ik"',§�:ii�i4}�if��{t'�'S?�^�i4kr5k�}?+ii4`�c'97�;Piiaf�+{dS�kY�4r`.}�",'.-SSk#�M?'.S}�StffSC7k:l:•.e� �+ 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 1 County of�JJ A Los Angeles Jr On �/a0 l k before me, Diana Martinez, Notary Date ere Insert Name and Title of the Officer personally appeared IIIC[rYr�/ - Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. DIANA MARTINEZ Commission # 2132326 Fy Notary Public - CaliforniaLos Angeles CountyMComm, Expires Oct 31, 2019 Place Notary Seal and/or Stamp Above 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 officials al. Signature gnafure t Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: — Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: s ©2017 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: SECTION C: BIDDER'S QUESTIONNAIRE MEDIAN TURF REMOVAL — MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-80015 City Project B0015 If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by:1`,LLartinez Landscape CQ.. Inc Telephone: 18) 364-9188 Principal Office Address: U357 „San Fernando Rd. Sylmar. CA 91,342 2. Type of Firm: Landscape ContractQrs Corporate: Yes, Licensed incorp =ed Other: N/A Individual:_ _ _ N/A Partnership:. _U/A 3a. If a corporation, answer these questions: Date of Incorporation: 11/19/1999 State of Incorporation: California President'sName: Salvador Martinez Vice-President'sName: Frgals MartinP7 Secretary or Clerk's Name: Salvador Martinez Treasurer's Name: Salvador Martinez 3b. If a partnership, answer these questions: Date of organization: __ N/A_ State Organized in: Name of all partners holding more than a 10% (ten percent) interest: Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR'S license: Salvador Martinez C274, C61/ License number: 776616 Class: D49,C8,C36 C12Expiration Date: 03/31/2020 5, CONTRACTOR'S Representative: Diana Martinez Title: Contract Administrator Alternate: Paulette Martinez Title: Office Manager 6. List the major construction projects your organization has in progress as of this date: Owner: (A) CalTrans Project Location: 210 Freeway Type of Project: Construct gore paving, irrigation, & erosion control Median Turf Removal — Magic Mountain Parkway, Project B0015 City Bid # ENG -17-18-B0015 (B) City of Hawthorne York Ave & 126th St„ Oxford Ave & 126 th St. Alley Improvement Prciect C-15 City of Santa Clarfta SECTION C: CERTIFICATION OF NON -SEGREGATED FACILITIES MEDIAN TURF REMOVAL — MAGIC MOUNTAIN PARKWAY City Bid # ENG -17-18-B0015 City Project 80015 The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subCONTRACTOR for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. ___2" �y~r - CONTRACTOR Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). Median Turf Removal — Magic Mountain Parkway, Project B0015 City Bid # ENG -17-18-B0015 C-16 City of Santa Clarita ADDENDUM NO. t MEDIAN TURF REMOVAL- MAGIC MOUNTAIN PARKWAY City Bid ENG -17-18-80015 City Project 80015 February 28, 2018 This Addendum includes two (2) pages as a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in this Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. SPECIFICATIONS 1. Page A-2, NOTICE INVITING BIDS — Replace the second sentence of the first para- graph: "IRterested bidders must afteRd the mandatery Pre Bid job Wall, -4 PeGt the site ii­eFder to bid this prej" with the sentence: "Interested bidden are encour- aged to attend the Pre Bid Job Walk and inspect the project prior to bidding," Robert G. Newman Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE i acknowledge receipt of this Addendum No. 1 and accept the aforementioned. 2018 Date Biddig�natu e THIS DOCUMENT TO BE SUBMITTED WITH BID ADDENDUM NO.2 MEDIAN TURF REMOVAL- MAGIC MOUNTAIN PARKWAY City Bid ENG -17-18-B0015 City Project 80015 March 15, 2018 This addendum must be acknowledged vial Planet Bids and shall be included with the bid re- sponse. This Addendum includes two (2) pages as a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in this Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. There was a non -mandatory, pre-bid job walk on March 8, 2018 beginning at 10:30 AM. The job walk began at the South Fork Trailhead on the south side of Magic Mountain Pkwy., between Bouquet Canyon Rd/Railroad Ave. and Valencia Blvd., and continued westward on Magic Mountain Parkway along the medians listed in the plans to Fairways, the west end of the project. AttendiM staff. * Jim Geyer — Consultant, Public Works Julia Regan —Assistant Engineer, Public Works • Diana Previtire — Project Technician, Public Works • David Ramos — Supervising Public Works Inspector, Public Works • Katie Knybel — Project Development Coordinator, Neighborhood Services • Wayne Smith — Project Development Coordinator, Neighborhood Services Scott Allan — Inspector, Neighborhood Services • Heather Andrews — Buyer, Administrative Services + Melody Avakian — PTS Purchasing Clerk, Administrative Services The following vendors were in_attendance: • Anselmo Ventura — American Heritage Landscape • Joe Pulliam, Sonia Hill —American Landscape • Christina Guerrero — Aramexx Construction • Lillian Moon, Tony Moon — Far Past Landscape & Maintenance, Inc. • Mike Zielsdorf — Pacific Coast Land Design • Cody Christensen — Stay Green, Inc. • Jeremy Dervaes, Philip Castiglia — Terra Form Landscape Company, Inc. The fo[low[no was reviewed, The length of the medians was looked over and the specifications specific to each section were reviewed, The fotlowing.cluestionswere asked andanswered: 1, What is the projected estimated cost for this project? - The projected cost is $470,000.00. 2. Are there affirmative DBE goals? There are no DBE goals. 3. Is concrete coming out from the planters as well? - Yes. This is in the demo plans. 4. Are we keeping all of the trees? Yes. 5. Where can our equipment be stockpiled and stored? You can work with the City on this and also check with Edison. if you are dealing with private property, the City requires a permission letter. There is no stockpiling in the medians and the right-of-way and equipment must be properly maintained and secured. 6. noes plant maintenance start at the end of every phase? No. The two 90 -day maintenance periods begin at the end of the entire project. , Robert G. Newman Director of Public Works City of Santa Clarita BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 2 and accept the afo esti 2018 Dat Bidder ign6 THIS DOCUMENT TO BE SUBMITTED WITH BID