Loading...
HomeMy WebLinkAbout2008-08-26 - AGENDA REPORTS - LMD ZONES MAINT CONTR (2)Agenda Item• 7 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR City Manager Approval: Item to be presented by: Dennis Luppens DATE: August 26, 2008 SUBJECT: AWARD FIVE LANDSCAPE MAINTENANCE SERVICE CONTRACTS FOR LMD ZONES: T -42A, T-42-13, T-42 C, 3, 6, 7, AND 19 DEPARTMENT: Administrative Services RECOMMENDED ACTION City Council: 1. Make determination that Grace Building Maintenance was not the lowest responsive, responsible bidder for Zone 7. 2. Award two-year landscape maintenance service contracts for the following landscape maintenance zones to the companies and amounts listed below. Authorize a 20% contingency to the awarded contractors for unanticipated repairs, vandalism, disease control, and emergencies. Company Zones Description Annual Amount Oakridge Landscape Zone 3 Sierra Heights $ ' 22,344.00 Stay Green, Inc. Zone 6 Canyon Crest $ 46,440.00 Oak Springs Nursery Zone 7 Creekside $ 68,400.16 Stay Green, Inc. Zone 19 Bridgeport/Bouquet $ 15,492.00 Oak Springs Nursery T -42A, B & C Circle J Ranch $ 178,800.00 3. Authorize the City Manager or designee to execute all contracts and associated documents, or modify the awards in the event that issues of impossibility of performance arise, and execute up to three (3) annual renewal options not to exceed the above annual amounts plus Consumer Price Index (CPI) adjustments, contingent upon the appropriation of funds by the APPROVED City Council in the annual budget for such Fiscal Year, and execute all documents subject to City Attorney approval. BACKGROUND The City assumed administrative and operational responsibility of Landscape Maintenance Districts (LMD) from the County of Los Angeles approximately 11 years ago. Currently, there are 6 landscape companies servicing the 34 LMD zones, comprised of approximately 700 landscaped acres, inclusive medians, parkways, 3 parks, 20 miles of paseos, and 27,000 trees. Landscape services for all LMD zones are provided through private landscape companies. In 2006, LMD staff conducted a review of its landscaping contracts and found most were over ten years old. They required" improved standards to address new laws, innovations, or the inclusion of best management practices for landscaping care. To this end, staff set a course to competitively bid landscaping services for all LMD zones to implement an improved set of landscape specifications. Council awarded the first bid in 2006, followed by an equally successful round of bids awarded in 2007. By July 2009, staff anticipates new specifications and contracts for all LMD zones will be in place. On July 2, 3, and 7, 2008, the City's Purchasing Section received 40 bids from 9 different landscape companies for 5 contracts. Due to the high number of bids, this process was highly competitive, resulting in lower maintenance costs for each zone and effective toward keeping future cost increases to a minimum. These, companies, their respective bid amounts, and company locations are listed on Attachment "A" of this report. Staff reviewed the bid submissions and determined the bidders identified in the recommendation represent the lowest responsive, responsible bidders for their respective contracts. A proposal submitted by Grace Building Maintenance was the apparent lowest bid for Zone 7 Creekside. As part of the bid evaluation process, staff found Grace Building Maintenance non responsive and not responsible. Grace Building Maintenance did not submit some requested information required of all bidders, and information provided by references failed to give staff the confidence that Grace Building Maintenance would be able to perform the contract work as specified and to the level expected. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT There is no impact to the General Fund. All bid amounts are proposed for City Council approval in the FY 08-09 Budget. ATTACHMENTS Attachment A CD O LO 0) OD o v co O N oc V (c) O O O CF) O Cl) OD V V O U r 64 <» 04 (» 04 to (» 00 m 0) O_ N a) 70 ; m m 0) O_ Y 'O U � �v2 a) C: mac` 0 Um(m)m CL mma� d V U Q7 Y !O m"Ot (7 U O C) E) U m V7 Q)� m a) C U) Z E O m O m m O Q m O N C Q Y �n JZ Um t� m Jm (�my 0 �J O U U U N O O It 00 n O N Cn ('7 r- N L6 r C\j 04 C\lcli 7 Vj� bc9 GNA (Al O T 7 O O O T 0 o C O y.- 0)� @ m a)a� '0 � � 0) v 0 fA N a) �� cpm c�0a :3 o �cmi2 mmd EL o_ C7v (nZU E o m _ °UU C7 m-ooL v aci c m >.• Y m Q mo J m Oco J Z @cQ U` m to O m m (n m O J co U) U (n U (d y f"..i 00a0 C) N co co o V v (O U 0) LO U �p Ln L9 co N C CC d N y p y N p��� c a) d m rnn� Udo m m c m m m 0) CL N o m o° c 2 L) o U 0 c. Cl)N U �`-° —Nn. �'c C: oom mora) ++ U d d7V E o -o m C7`-° TU �`C.)= m -0L UU C7 (0 .2 c �Z� Q=mo cum Opo m 12c< Y N y J C U c m U m m 0 F+CJii O U Lt M �N+ o U CO LO Qy U v_ o) r� (o LO (C V 00 0) 04 6 .d O U L .. H co c a) a) N N w N o:o O) Q) O O d`� cm) m ma •c-- o m N 2 0)m ° i `m c c.� m c ai m IL m d_`m V U N a)-0 m U m -a UZU � ODU m U a) C IL U r QE _C: 0 C O m o Q J m U JZ O m U m U m cn 0 �� co) U U O CN m (O Lo O O N M LQ CQ O CL N N m N M N OD N O C7 LO N � (f3 fA fR fH ER M y M cm O G1 a) O C 2 O N N d y m1 .D O �u m m Q> C1 y IL y in mac'- °UU m- OU ommm m m cy- cm mM CD CM Y U) 0 2-`o U)Z'U v m c l0 p Z .m. U) c(n m m . C Q= c o J C y m m N c Q - m 0 In In U O In J d �r N M LO c dCc c tea_ a p N Em E AE o u m 0 cu J d � N d o�