Loading...
HomeMy WebLinkAbout2012-10-09 - AGENDA REPORTS - LMD CONTR T 23, T 29,17, T 51 (2)CONSENT CALENDAR DATE: .SUBJECT: DEPARTMENT: Agenda Item: 5 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval: Item to be presented by: October 9, 2012 Kevin Tonoian AWARD CONTRACTS FOR BID NUMBER LMD 12-13-01 TO PROVIDE LANDSCAPE MAINTENANCE SERVICES IN LMD ZONES T-23, T-29, T-51 AND 17 Administrative Services RECOMMENDED ACTION City Council: Award a two-year maintenance service contract to Stay Green Inc., to provide contractual landscape maintenance for Landscape Maintenance Districts (LMD) Zones T-23, T-29 and 17 in the annual amount of $214,500 and $80,000 for unforeseen repairs and maintenance that are not part of scheduled services for a two-year contract in an amount not to exceed $589,000. 2. Award a two-year maintenance service contract to Oakridge Landscape Inc., to provide contractual landscape maintenance for Landscape Maintenance Districts (LMD) Zone T-51 in the annual amount of $84,900, and $40,000 for unforeseen repairs and maintenance that are not part of scheduled services for a two-year contract in an amount not to exceed $249,800. Authorize the City Manager or designee to execute all contracts and associated documents, or modify the awards in the event issues of impossibility of performance arise, and execute up to three (3) annual renewal options not to exceed the annual bid amounts plus Consumer Price Index (CPI) adjustments, 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. Continued To: l0/a3/ao1 a come. I "TtCD BACKGROUND The City currently administers 40 zones within the Landscape Maintenance District (LMD). The LMD operation is comprised of approximately 1,000 landscaped acres, including medians, parkways, three parks, over 20 miles of paseos, bridges, and 38,000 trees. Landscape maintenance services for the City's LMD operation are provided through contracts with private companies. During the coming six months, the City will assume responsibility for eleven (11) additional local LMD zones as a result of the completed Copperstone, Fair Oaks, Jakes Way and Vista Canyon annexations, and the pending North Copperhill annexation. Purchasing staff advertised LMD Bid 12-13-01 for the maintenance of LMD Zones T-23 (Mountain View), T-29 (American Beauty), T-51 (Valencia High) and 17 (Railroad Avenue) on two occasions during the months of August and September 2012. Bid notifications were also provided to the Santa Clarita Valley Chamber of Commerce, Valley Industrial Association, and 157 known vendors on file with the Purchasing Division. All bid documents were also made available on the City's website. As a result, seven sealed bids in response to LMD 12-13-01 were received and opened by Purchasing staff on September 19, 2012. The results of the bids are shown in Attachment "A." 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 ten percent (10%) of the lowest bid or quote, whether or not that bidder is the second lowest bidder, may be deemed to be the lowest bidder if the bidder agrees to reduce its bid to match the bid or quote of the lowest bidder. In this instance the lowest and most responsible bidder for each LMD zone (Stay Green, Inc., LMD Zones T-23, T-29, and 17; and Oakridge Landscape, Inc., LMD Zone T-51) are local companies. Based on actual expenditure history during the previous two fiscal years, staff can forecast certain reoccurring maintenance activities and expenditures which are not a part of the routine monthly maintenance for each of these LMD zones including unanticipated maintenance and repairs activities, irrigation and/or drainage repairs, and plant replacement due to damage, inclement weather, or end of plant life cycle. In consideration of these non -routine expenditures staff is requesting the Council increase the potential total annual value of the Stay Green Inc. contract by $80,000 and the Oakridge Landscape contract by $40,000 beyond their base bid amount. It is important to note that neither of these amounts are guaranteed compensation under the terms of a proposed contract but rather provides the City the ability to use the successful contractor for maintenance activities not associated with the specified and routine monthly of LMD maintenance services. A thorough evaluation of the bids determined the proposals submitted by Stay Green Inc., and Oakridge Landscape Inc., to be the lowest and responsive bids. Special Districts' staff conducted a due -diligence review of Stay Green's and Oakridge Landscape Inc.'s professional references and determined their performance record meets the City's high standards. Hourly costs for —2— unscheduled services are capped and not guaranteed compensation through this recommended contract award. The presence of numerous and qualified vendors within the landscape industry, coupled with existing economic conditions, has created an environment where aggressively priced bids have become the norm during the past few years. As a result, the City continues to achieve significant cost reductions for landscape maintenance services through the competitive bid process, securing lower annual maintenance costs and enabling the City to minimize future maintenance cost increases. ALTERNATIVE ACTIONS 1. Other action as determined by the City Council. FISCAL IMPACT There is no impact to the General Fund. Sufficient LMD funds were appropriated by the City Council as part of the Fiscal Year 2012-2013 budget in the following accounts: T-23 - 12512-5161.010, 12512-5141.001 T-29 - 12515-5161.010, 12515-5141.001 T-51 - 12553-5161.010,12553-5141.001 Zone 17 - 12535-5161.010, 12535-5141.001 ATTACHMENTS Attachment A - Landscape Maintenance Service Contracts Lm R a a — L�— 0 0 0 0 0 0 0 c 0 0 0 0 0 N CN 0 0 v c 0 0 � N 7 0� 00 Q\ N 7 F vi 7 7 7 �O N F M N Fo b9 6n 69 6R y � � ro O G G G O o O N A �, � O O L O a N O 7 �c 7 C, �c � 00 O5q .M.i N d MN ..y U 6I (!I 69 l- A� v C r °, u N N� n G a J F F F N — L�— 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CN o 0 v �0 0 0 � N 7 0� 00 Q\ N 7 O vi 7 7 7 �O o0 Fo b9 6n 69 6R b9 (f3 O (= O O O O O O O O O O O O O 00 7 �c 7 C, �c F 7�6 oc N\�6 W N 00— Y3 b9 fA uo Ff3 6n 69 O O O O O O O O O O O O O O T 0O0 O o0 000 N V1 M 7 M V7 N 7 N N M N �s GX) V) Us vn vs O O O O O O O Cl O Cl O O O O O N Y �o 0 7 7 M o0 M T N O O N kn v1 l— F t 7 0o N M T C 00 N N M N N N 69 69 69 69 fig EA 69 c Q Q U U V U Q L z 0U C U — a c .5 c C O `n U 3 >. C O a > Q V) — L�—