Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2015-190 BOUND AGREEMENT
1 RESOLUTION NO. 2015-190
2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY
3 OF SAN BERNARDINO AWARDING A CONTRACT TO RP LANDSCAPE FOR THE
MAINTENANCE OF LANDSCAPING IN VARIOUS ASSESSMENT DISTRICTS.
4
BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE
5 CITY OF SAN BERNARDINO AS FOLLOWS:
6 SECTION 1. RP LANDSCAPE is the lowest responsible bidder for Area "C":
7 MAINTENANCE OF LANDSCAPING IN ASSESSMENT DISTRICT NOS. 959-Z1 & 1042,
8 PER PLAN NOS. 6363-A & 11705A. A contract is awarded accordingly to said bidder in a total
9 amount of$146,746.88 for the initial term beginning on September 17, 2015, through January
10
31, 2017. All other bids for Area "C", therefore, are hereby rejected. The City Manager is
11
hereby authorized and directed to execute said contract on behalf of the City; a copy of the
12
contract is on file in the office of the City Clerk and incorporated herein.
13
SECTION 2. This contract and any amendment or modifications thereto shall not take
14
15 effect or become operative until fully signed and executed by the parties and no party shall be
16 obligated hereunder until the time of such full execution. No oral agreements, amendments,
17 modifications or waivers are intended or authorized and shall not be implied from any act or
18 course of conduct of any party.
19 SECTION 3. This contract may be extended by two additional one (1) year terms as set
20 forth in said contract.
21 SECTION 4. The authority granted by this resolution shall expire if the parties to the
22 contract fail to execute it within sixty (60) days of the passage of this resolution.
23
24
25
26
27
28
1
1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN
2 BERNARDINO AWARDING A CONTRACT TO RP LANDSCAPE FOR THE
MAINTENANCE OF LANDSCAPING IN VARIOUS ASSESSMENT DISTRICTS.
3
4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and
5
Common Council of the City of San Bernardino at a joint regular meeting thereof, held on the
6
7 17th day of August, 2015, by the following vote, to wit:
8 Council Members: AYES NAYS ABSTAIN ABSENT
9 MARQUEZ X
10
BARRIOS X
11
12 VALDIVIA X
13 SHORETT X
14 NICKEL X
15 JOHNSON X
16
MULVIHILL X
17
18
19 GeorgeandHanna, C , City Clerk
20 The foregoing resolution is hereby approved this 'ZI day of August 015.
21 y`
22 R. CAREY AVIS, Mayor
23 City of San Bernardino
24 Approved as to form:
25 GARY D. SAENZ, City Attorney
26 By' l
27
28
2
COUNCIL MEETING 8/17/15
ITEM 711
RESOLUTION 12015-190
FILE NO. 14.40A-C
ACCT.NO:254-150-0106-5506+ Project No.:
AD 959-Z1 -PROJECT NO.:1958
AD 1042-PROJECT NO.:6029
CITY OF SAN BERNARDINO
STATE OF CALIFORNIA
N BID AND CONTRACT DOCUMENTS
FOR THE MAINTENANCE OF LANDSCAPING AND APPURTENANT
FACILITIES IN PORTIONS OF:
ASSESSMENT DISTRICT NOS. 959-Z1 AND 1042
(.RE KC»)
r Hl�Si
(2015-16)PLAN AND SPECIAL PROVISIONS NO.
6363-A (SCHEDULE 1,AD 959-Z1)
11705A (SCHEDULE 4,AD 1042)
ati .:�v
Exp, 12-31-15
•�` rn
j
.y
`+ DEPARTMENT OF PUBLIC WORKS
CITY OF SAN BERNARDINO
BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M.
ON TUESDAY,JULY 21,_2015.
FOR THE MAINTENANCE OF LANDSCAPING AND APPURTENANT FACILITIES IN
PORTIONS OF:
(SCHEDULE 1, AD 959-ZI) - KENDALL DRIVE, SHANDIN HILLS CIRCLE, SHANDIN HILLS DRIVE AND OPEN
SPACE AND FIRE BREAK AREAS IN TRACTS 12995, 12958, 14252 AND 14253;AND
(SCHEDULE 2,AD 1042)-WESTERLY SIDE OF SHANDIN HILLS DRIVE,THE FUEL MODIFICATION AREA IN THE
WESTERLY AND SOUTHERLY PORTION OF TRACT NO. 14254,AND DRAINAGE CHANNELS AND RETENTION
BASINS WITHIN OR ADJACENT TO SAID FUEL MODIFICATION AREA.
.w
CITY OF SAN BERNARDINO
DEPARTMENT OF PUBLIC WORKS/ENGINEERING
April 1, 2015
BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M. ON
TUESDAY,JULY 21,2015
INDEX
BID DOCUMENTS
A. Notice Inviting Bids
B. Proposal Form
C. Bid Schedule
D. Designation of Sub-Contractors
E. Worker's Compensation Certification
F. Non-Collusion Affidavit
G. MBE/WBE Information-Good Faith Efforts
H. References
SPECIAL PROVISIONS
SECTION 1 - Specifications and Plans SP-1
SECTION 2 -Proposal Requirements and Conditions SP-2
SECTION 3 -Award and Execution of Contract SP-5
SECTION 4- Supervision of Work SP-6
SECTION 5 - Legal Requirements SP-8
SECTION 6 -Payments/General SP-13
SECTION 7 - Description of Work SP-16
SECTION 8 -Technical Specifications SP-20
SECTION 9 -Irrigation/System SP-22
SECTION 10 - Shrubs and Ground Cover Plants SP-25
SECTION 11 - Fertilizer and Pest Control Agents SP-26
SECTION 12 - Lawn/Turf SP-27
SECTION 13 - Slope/Bank/Drain Maintenance SP-29
SECTION 14 -Weed Control SP-30
SECTION 15—Trees SP-31
CONTRACT AGREEMENT SP-33
PART I
ADMINISTRATION
Engineer's Estimate:
Schedule 1,AD 959-Z1: $58,941
Schedule 2,AD 1042: $38,343
TOTAL ESTIMATE: $97,284
NOTICE INVITING BIDS
(AREA "C")
NOTICE IS HEREBY GIVEN that the City of San Bernardino will receive bids or proposals for:
THE MAINTENANCE OF LANDSCAPING AND RELATED FACILITIES IN PORTIONS OF:
(SCHEDULE 1, AD 959-Z1) - KENDALL DRIVE, SHANDIN HILLS CIRCLE, SHANDIN HILLS DRIVE AND OPEN
SPACE AND FIRE BREAK AREAS IN TRACTS 12995, 12958, 14252 AND 14253;AND
(SCHEDULE 2,AD 1042)-WESTERLY SIDE OF SHANDIN HILLS DRIVE,THE FUEL MODIFICATION AREA IN THE
WESTERLY AND SOUTHERLY PORTION OF TRACT NO. 14254,AND DRAINAGE CHANNELS AND RETENTION
BASINS WITHIN OR ADJACENT TO SAID FUEL MODIFICATION AREA;AND
in accordance with(2015-16) Special Provisions No. 6363-A(SCHEDULE 1,AD 959-Z1) and 11705A
(SCHEDULE 2,AD 1042),on file in the Office of the City Engineer,3rd Floor,San Bernardino City Hall.
Deliver all bids to the City Engineer's Office,Third Floor,City Hall,300 North"D"Street,San Bernardino,
California,with the specification title and number and"SEALED BID" clearly marked on the outside of
the envelope.
Said bids or proposals will be received up to the hour of 2:00 P.M. on TUESDAY, JULY 21, 2015 at
which time all of said bids or proposals will be publicly opened, examined and declared in the City
Engineer's Conference Room.
No bid will be received unless it is made on a proposal form furnished by the City. All bids or proposals
shall be signed,sealed and accompanied by cash,cashier's check,certified check or bid bond made payable
to the City of San Bernardino,in the amount of ten percent(10%)of the bid. Such cash,check or bond shall
be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder
refuses to execute said contract,the use by the public of the improvements will be delayed,and the public
will suffer great damage. From the nature of the case,it would be extremely difficult and impractical to fix
said amount of damage. Therefore,the City and the bidder agree that the above sum of 10%shall be paid to
the City upon the condition above set forth as liquidated damages and not as a forfeiture. All bonds
furnished pursuant to this notice must be underwritten by a surety company having a rating in Best's most
recent Insurance Guide of"A" or better.
Pursuant to law,the Mayor and Common Council of the City of San Bernardino,by Resolution No.90-358
and any and all amendments thereto which are hereby referred to and made a part hereof by references as
fully as though set forth at length herein,have ascertained and determined the general prevailing rate of per
diem wages,and of per diem wages for legal holidays and overtime work for each craft or type of workman
needed in the execution of contracts under jurisdiction of said Mayor and Common Council.
Said prevailing rates of wages shall conform to Section 1773 of the California Labor Code. The General
prevailing wage rates in the county in which the work is to be done have been determined by the"Director of
Industrial Relations" filed in the Office of the City Clerk, which are made a part of said Resolution No.
A-1
90-358 and amendments thereto. These wages are available from the California Department of Industrial
Relations Internet web site at: http//www.dir.ca.gov/dirdatabases.html General prevailing wage rates,in
effect ten(10)days prior to the actual Bid Opening,which have been predetermined and are on file with the
California Department of Industrial Relations are also referenced and made a part thereof.
The Contractor may substitute securities for any monies withheld by the Agency to ensure performance
under the contract as provided for in Section 22300 of the California Government Code and Section 10263
of the California Public Contract Code.
It shall be mandatory upon the Contractor to whom the contract is awarded and upon any Sub-Contractor
under him to pay not less than said specified rates to all laborers,workers,and mechanics employed by them
in the execution of the contract,and to prevent discrimination in the employment of persons because of race,
creed, color, national origin, sex, age, or marital status as set forth in the provisions of Resolution No.
90-358 of the Mayor and Common Council of the City of San Bernardino.
The term of the contract will continue from September 17,2015 to the termination date of January 31,
2017, renewable for up to a maximum of two(2)additional one year periods by mutual agreement between
the Director of Public Works and Contractor. Contract renewal costs to be negotiated at the time of each
such renewal.
A MANDATORY Pre-Bid meeting will be held on TUESDAY, JULY 14, 2015, at 2:00 P.M., at the
office of the City Engineer,City Hall,Third Floor,300 North"D" Street,San Bernardino,CA 92418. This
meeting is to serve as a pre-bid review for prospective bidders and also to inform MBEs/WBEs of
subcontracting and material supply opportunities and to make the prime contractor aware of the City's
outreach program as it relates to minority hiring and participation. Bidder's attendance at this meeting is
mandatory.Attendance and/or certification may be used as part of the good faith effort.
There will also be a non-mandatory pre-bid field review, following the pre-bid meeting. Due to the large
number of Assessments Districts, the field review may be continued the following day, at 9:00 am,
commencing at the office of the City Engineer, Third Floor, 300 North "D" Street, San Bernardino, CA
92418.
The City of San Bernardino reserves the right to waive any informalities or inconsequential deviations from
contract specifications or to reject any and all bids.
No bidder may withdraw his bid within 60 calendar days from the date of the bid opening. The CITY
reserves the right to take all bids under advisement for a period of 90 calendar days.
Any Contractor who has their contract terminated by the City for non-performance shall be deemed a
"non-responsible"bidder for a period of three years following the date of termination and will not be allowed
to submit a bid for any other assessment district landscape maintenance contract during that period.
The condition of the maintenance area is as it exists. Potential bidders are encouraged to familiarize
themselves with all areas. The successful bidder will be required to bring the areas of the contract into
compliance with the specifications set forth herein,within a time frame as determined by the Inspector,but
not to exceed 90 days.
Contractor must submit along with bid,copies of the California Agricultural Pest Control Certificate,(for the
person(s)or firm performing the work),and copies of certificates for chemical applications from the County
of San Bernardino.
A-2
Electronic copies of the above documents are available to be downloaded (copied), at no cost, from the
CITY's website at:
www.ci.san-bemardino.ca.us/services/request for bids/public works/default.asp. Conversely,the Project
documents are also available on CD,at no cost,if picked up in person. Upon request,a CD of the Plans and
Special Provisions may be mailed for an additional fee of$10.00.
It is the responsibility of firms wishing to bid on this Project to provide a firm name, physical address,
contact person, phone number, fax number and email address for inclusion on the CITY's List of Plan
Holders. The above listed information and confirmation of receipt of any issued addendum to the City
Engineer's Office shall be submitted to the CITY a minimum of one(1)business day prior to the scheduled
day of the Bid Opening. Only those firms listed on the CITY's "LIST OF PLAN HOLDERS" and
providing confirmation of any issued addendum shall be eligible to submit bids for this Project.
The Contractor shall possess a Class "C-27" License at the time the contract is awarded.
The Contractor shall furnish all equipment and supplies required to perform the specified items of work and
to maintain the irrigation system in a fully operational manner and all landscaping in an attractive and
healthy condition.
Each bidder shall provide, with his/her bid, a complete list of equipment, number and classification of
personnel and the names and telephone numbers of three(3)references for projects of a similar nature.
Specific questions regarding this project should be submitted in writing to the City Engineer's Office as
follows:
City Engineer's Office
Third Floor, San Bernardino City Hall
300 North"D" Street
San Bernardino, CA 92418
Attention: Ryan Sandoval and/or Laszlo "Les" Fogassy
Tel: (909) 384-5226/5026 Fax: (909) 384-5190
E-mail: sandoval_ry@sbcity.org
Fogassy_le @sbcity.org
Inquiries or questions based on alleged patent ambiguity of the Plans or the Special Provisions must be
communicated as a bidder inquiry prior to the bid opening. Any such inquiries or questions, submitted
after the bid opening,will not be treated as a bid protest.
Written responses will only be provided to written questions. No written response will be provided to
verbal questions.
NOTICE TO ADVERTISE
CITY OF SAN BERNARDINO
SPECIFICATION NO. 6363-A,& 11705A
SHALL APPEAR IN THE FIRST ISSUE NOT LATER THAN
DATE: June 22, 2015 & June 27, 2015
City Clerk
SECOND PUBLICATION FIVE DAYS LATER
SIGNATURE DATE
BID DOCUMENTS
BID FORM
TO THE MAYOR AND COMMON COUNCIL OF
THE CITY OF SAN BERNARDINO
The undersigned declares that he has carefully examined the location of the proposed work and read the
accompanying instructions to bidders and the entire contract documents and hereby proposes to furnish
any and all required labor,materials, transportation and service for:
THE MAINTENANCE OF LANDSCAPING AND RELATED FACILITIES IN PORTIONS OF:
(SCHEDULE 1, AD 959-Z1) - KENDALL DRIVE, SHANDIN HILLS CIRCLE, SHANDIN HILLS DRIVE AND OPEN
SPACE AND FIRE BREAK AREAS IN TRACTS 12995, 12958, 14252 AND 14253;AND
(SCHEDULE 2,AD 1042)-WESTERLY SIDE OF SHANDIN HILLS DRIVE,THE FUEL MODIFICATION AREA IN THE
WESTERLY AND SOUTHERLY PORTION OF TRACT NO. 14254,AND DRAINAGE CHANNELS AND RETENTION
BASINS WITHIN OR ADJACENT TO SAID FUEL MODIFICATION AREA;AND
in accordance with(2015-16) Special Provisions No. 6363-A (SCHEDULE 1,AD 959-Z1) and 11705A
(SCHEDULE 2,AD 1042),on file in the Office of the City Engineer,3rd Floor,San Bernardino City Hall,
and also in accordance with Standard Specifications for Public Works Construction, current edition, as
amended by the Special Provisions and "Landscape Cost Estimating" by Colton, current edition.
Undersigned proposes and agrees if this proposal is accepted, that he will contract with the City of San
Bernardino,in the form of the copy of the contract annexed hereto,to provide all necessary machinery,tools,
apparatus and other means of maintenance,and to do all the work and furnish all the materials specified in
the contract, in the manner and time therein prescribed, and that he will take in full payment therefore the
following unit prices or lump sum prices,to-wit:
B-1
PAGE 1 ACCOUNT NUMBER 254-150-0106-5506-1958
BID SCHEDULE
PLAN NO. 6363-A(2015-16)
(SCHEDULE NO. 1): ASSESSMENT DISTRICT NO. 959—SHANDIN HILLS AREA
(Zone 1 ONLY)
BASIC BID
UNIT TOTAL ANNUAL
ITEM QUANTITY UNIT DESCRIPTION OF ITEMS PRICE PRICE
1 1 L.S. Maintenance of lawns/turf and irrigation system at L.S.
(114,000 sq.ft.f) the lump sum price of: $ 30,000
2 1 L.S. Maintenance of plants,shrubs,groundcover and L.S.
(100,000 sq.ft.f) irrigation system,at the lump sum price of $ 12,000
3 1 L.S. Maintenance of landscaped slopes,drains and L.S.
(825,500 sq.ft t) drainage channels and irrigation system at the lump $ 4,800
sum price of.
4 1 L.S. Maintenance of trees and irrigation system at the L.S.
lump sum price of: $ 1,200
TOTAL BASIC BID I (A) is 48,000
SCHEDULE 1)
PAGE 2 ACCOUNT NUMBER 254-150-0106-5506-1958
C-1
BID SCHEDULE
PLAN NO. 6363-A (2015-16)
(SCHEDULE NO. 1):ASSESSMENT DISTRICT NO.959-SHANDIN HILLS AREA
(Zone 1 ONLY)
SUPPLEMENTAL ITEMS OF WORK
TOTAL PRICE
(Quantityx Unit
ITEM QUANTITY UNIT DESCRIPTION OFITEMS UNITPRICE Price)
1 30 EACH Replacement of Trees (15 gal.) per each
$125 $3,750
2 200 SQ.FT. Replacement of Turf per sq.ft
$.95 $190
3 10 EACH Replacement of Shrubs(1 gal.)per each
$12 $120
4 10 EACH Replacement of Shrubs (5 gal.) per each
$14 $140
5 25 FLAT Replacement of Ground Cover per flat
$13 $325
6 75 EACH Replacement of Sprinkler Heads :Pop-up
type, under 12",including necessary pipe,
fittings, etc.,per each
$18 $1,350
7 75 EACH Replacement of Sprinkler Heads :Pop-up
type, 12"or over, including necessary pipe,
fittings, etc., per each
$30 $2,250
8 35 EACH Replacement of Sprinkler Heads :Rotor type,
under 12" including necessary pipe, fittings,
etc.,per each
$18 $630
9 35 EACH Replacement of Sprinkler Heads :Rotor type,
12"or over, including necessary pipe, fittings,
etc., per each
$32 $1,120
10 5 EACH Replacement of Sprinkler Heads : Shrubbery
type, including necessary pipe, fittings, etc.,
per each
$15 $75
11 96 HOURS Cost of labor for irrigation system repair for
EXTRA WORK per hour
$30 $2,880
TOTAL SUPPLEMENTAL
ITEMS OF WORK (SCHEDULE 1) (B) $12,830
TOTAL BID :
BASIC BID + SUPPLEMENTAL (A+B) $60.830
ITEMS OF WORK (SCHEDULE 1)
PAGE 3 ACCOUNT NUMBER 254-150-0106-5506-6029
C-2
BID SCHEDULE
PLAN NO. 11705A (2015-16)
(SCHEDULE NO.2)ASSESSMENT DISTRICT NO. 1042-SHANDIN HILLS &SHADY CREEK
BASIC BID
UNIT TOTAL ANNUA L
ITEM QUANTITY UNIT DESCRIPTION OFITEMS PRICE PRJCE
1 I L. Maintenance of plants shrubs, groundcover and L.S. 28 140
0 7,800 q.A.. :!::.) irrigation ystem al the lump sum price of $ '
2 1 L.S. Maintenance of Fuel-Mod slope drain and L.S.
(229 330 sq.ft J) drainage channels and irrigation y tern at the lump $ 6,000
um price of:
3 1 L.S. Maintenance of trees and irrigation y tern at the L S. 1 200
lump sum price of: $ ,
TOTAL BASIC BID (A) 35,340
35,340
(SCHEDULE 2)
PAGE 4 ACCOUNT NUMBER 254-150-0106-5506-6029
BID SCHEDULE
C-3
PLAN NO. 11705A (2015-16)
(SCHEDULE NO.2)ASSESSMENT DISTRICT NO. 1042-SHANDIN HILLS&SHADY CREEK
SUPPLEMENTAL ITEMS OF WORK
TOTAL PRICE
(Quantity x Unit
ITEM QUANTITY UNIT DESCRIPTION OF ITEMS UNIT PRICE Price)
1 30 EACH Replacement of Trees (15 gal.) per each
$125 $3,750
2 20 EACH Replacement of Shrubs (1 gal.) per each
$12 $240
3 20 EACH Replacement of Shrubs(5 gal.)per each
$14 $280
4 50 FLAT Replacement of Ground Cover per flat
$13 $650
5 35 EACH Replacement of Sprinkler Heads : Pop-up
type, under 12", including necessary pipe,
fittings, etc.,per each
$18 $630
6 35 EACH Replacement of Sprinkler Heads :Pop-up
type, 12"or over, including necessary pipe,
fittings, etc., per each
$30 $1,050
7 20 EACH Replacement of Sprinkler Heads :Rotor type,
under 12" including necessary pipe, fittings,
etc.,per each
$18 $360
8 20 EACH Replacement of Sprinkler Heads :Rotor type,
12"or over, including necessary pipe, fittings,
etc.,per each
$32 $640
9 5 EACH Replacement of Sprinkler Heads : Shrubbery
type, including necessary pipe, fittings, etc.,
per each
$15 $75
10 96 HOURS Cost of labor for irrigation system repair for
EXTRA WORK per hour
$30 $2,880
TOTAL SUPPLEMENTAL
ITEMS OF WORK (SCHEDULE 2) (B) $10,555
TOTAL BID :
BASIC BID+ SUPPLEMENTAL (A+B) $45,895
ITEMS OF WORK (SCHEDULE 2)
PAGE S BID SUMMARY
C-4
BID SUMMARY
ALL SCHEDULES
Indicate Total Bid for each schedule in the spaces provided and the total of all
schedules.
TOTAL BID:
SCHEDULE 1-AD 959-Z1 $60,830
TOTAL BID:
SCHEDULE 2-AD 10 4 2 $45,895
TOTAL BID FOR CONTRACT-
SUM OF ALL SCHEDULES: $106,725
NOTE:
IF MAINTENANCE IS PERFORMED FOR ONLY A PORTION OF THE TERM OF THIS CONTRACT, TOTAL PAYMENT
AMOUNT FOR BASIC BID SHALL BE PRORATED ACCORDINGLY.
BASIS OF AWARD OF CONTRACT:THE CITY RESERVES THE RIGHT TO AWARD A CONTRACT TO THE LOWEST
RESPONSIBLE BIDDER FOR THE TOTAL OF THE TOTAL BASIC BIDS PLUS THE TOTAL OF THE SUPPLEMENTAL
ITEMS OF WORK. BIDDER MUST SUBMIT BIDS FOR BOTH THE BASIC AND SUPPLEMENTAL ITEMS
OF WORK FOR ALL SCHEDULES.
C-5
1. The total price must be extended for each item of work and the total of all items inserted in the space
provided.
2. The contract will be awarded for the total of the Basic Bid plus the Supplemental Items of Work.
3. An estimate of the square footage involved in each Basic Bid item has been provided to assist the
Contractor but are not to be construed as actual quantities. The Contractor,by submitting bid,has
satisfied themselves of the actual character and quantity of work and the price bid will be for the
lump sum unit price.
4. An estimate of the quantities involved in each Supplemental Items of Work item has been included
for the bid comparison purposes only and no adjustment shall therefore be made in the contract unit
price for increased or decreased quantities.
BIDDER'S INFORMATION AND SIGNATURE
It is the understanding of the undersigned that the work hereinabove described shall be commenced on,
September 17,2015 except as previously noted, and shall continue in a good and workmanlike manner for
C-6
BIDDER'S INFORMATION AND SIGNATURE
It is the understanding of the undersigned that the work hereinabove described shall be commenced on,
September 17.2015 except as previously noted, and shall continue in a good and workmanlike manner for
the term of the contract.
The undersigned further agrees that in case of default in executing the contract, or furnishing necessary
bonds, all within the specified time, the proceeds of the Bidder's Guarantee accompanying this bid shall be
paid to the City of San Bernardino as liquidated damages.
LICENSED IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRATION OF
CONTRACTORS,
702393
LICENSE NO.
C27
CLASSIFICATION
RP LANDSCAPE & IRRIGATION
FIRM NAME:
P.O. BOX 1200, SAN BERNARDINO, CA 92402
BUSINESS ADDRESS:
SIGNATURE OF BIDDER:
If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all
individuals,co-partners composing the firm. If a corporation, state legal name ofthe corporation,also the
names ofthe president, secretary,treasurer and manager thereof.
N/A
Telephone No. (,909) 889-9987
Dated 7/21/2015
BIDDERS ACKNOWLEDGEMENT OF ADDENDUM:
ADDENDUM N0. 1 DATE:
ADDENDUM NO. 2 DATE:
ADDENDUM NO.3 DATE:
RP LANDSCAPE &IRRIGATION
DESIGNATION OF SUB-CONTRACTORS
In compliance with the provisions of Section 4100-4110 of the Public Contract Code of the State of
California, and any amendments thereof, each bidder shall set forth below the name and location of each
sub-contractor who will perform work or labor or render service to the Contractor.
Name&Address
Under Which Agency &No. of
Subcontractor MBE/WBE CERT. Sub-Contractor Sub-Contract Specific
Licensed (If Applicable) Phone No. Amount Sub-contract
1.
2.
3.
4.
5.
6.
WORKER'S COMPENSATION INSURANCE
CERTIFICATION
I am aware of, and will comply with, Section 3700 of the Labor Code, requiring every employer
to be insured against liability for Workers' Compensation or to undertake self-insurance before
commencing any of the work.
Contractor:
RP LANDSCAPE&IRRIGATION
NAME OF FIRM:
ROY PEREZ
BY:
OWNER
TITLE:
7/21/2015
DATE:
E-1
(This affidavit shall be executed by all bidders at the time of bid Submittal.Failure to execute the affidavit on
this page will result in rejection of bid)
NON-COLLUSION AFFIDAVIT
To the City of San Bernardino, State of California,Department of Public Works:
The undersigned in submitting a bid for performing the fallowing work by contract, being; duly sworn,
deposes and says:
The he/she has not,either directly or indirectly,entered into any agreement,participated in any collusion,or
otherwise taken any action in restraint of free competitive bidding in connection with such contract.
Business Name RP Landscape & Irrigation
Business Address 1905 W Rialto Ave.
Signature of Bidder
Printed Name&Title d >A-w A Wvz-6 Z.T OLV 14 �
S saz,�1aro
Place of Residence 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,
State of a accuracy,or validity of that document.
County of
tyl
Subscribed and sworn to (or affirmed)before me on thia day of c �(,�� , 2015,by
16 �z�- ,proved to we on the basis
of satisfactory evidence to be the persog"o appeared before me.
(Sea!) Signa ure
Signatures for bids B, C, E, F & K.
:::.�.. BRIT TNEYALE;M DRIAJASSO
COMM.#1957997
N Notary Public-Catifomia
SAN BERNARDINO
MY ommission EVires Oct.24,2015
F-1
FORM OF BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we,the undersigned,
as Principal,and
as Surety,are hereby and firmly bound
unto the City of San Bernardino , State of California, hereinafter referred to as"Obligee"in the penal sum of ten percent S
10%1 of the total amount of the bid of the Principal submitted to the Obligee for the work described below,for the payment of which
sum we hereby jointly and severally bind ourselves,our heirs,executors,administrators,successors and assigns.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT:
WHEREAS,the Principal has submitted to Obligee,a certain Bid,attached hereto and hereby made a part hereof to enter into a contract
in writing,for the
(Copy here the exact title description of work, including location, as it appears on the Bid and Contract Documents)
for which bids are to be opened on
(Insert date of opening)
NOW,THEREFORE,
a. If said Bid shall be rejected,or in the alternate,
b. If said Bid shall be accepted and the Principal shall execute a contract
in the Form of contract attached hereto(properly completed in accordance with said Bid)
and shall furnish a bond for his faithful performance of said contract,
and shall in all other respects perform the agreement created by the acceptance of said Bid,
then this obligation shall be void;otherwise,the same shall remain in force and effect;it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall,in no event,exceed the penal amount of this obligation as herein stated.
The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired
or affected by any extension of the time within which the Obligee may accept such Bid;and said Surety does hereby waive notice of any
such extension.
Signed,this day of 20
IN WITNESS WHEREOF,the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations
have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first
mentioned.
(SEAL) (SEAL)
Principal Surety
By: By:
Signature Signature
Printed Name and Title Printed Name and Title
NOTE: Notarization of Principal and Surety signatures and Power of Attorney of the Surety shall accompany this form.
F-2
*AIA Document A310TM - 2010
Bid Bond
CONTRACTOR: SURETY:
(Name,legal status and address) (Name,legal status and principal place
RP Landscape&Irrigation of business)
1905 W.Rialto Ave. Philadelphia Indemnity Insurance Company
San Bernardino,CA 92402-1200 One Bala Plaza,Suite#x100 This document has important legal
Bala Cynwyd,PA 19004 consequences.Consultation with
OWNER: an attorney is encouraged with
(Name,legal status and address) a ped to Its completion or
modification.
City N"of D"St.San Bernardino Any singular reference to
300
San Bernardino,CA 92418 Contractor,Surety,Owner or
BOND AMOUNT: Ten Percent of the Total Amount Bid(10%) other party shall be considered
plural where applicable.
PROJECT:
(Name,location or address,and Project number,if any)
Landscape Maintenance Lighting District Project Number,if any:
Various Locations,San Bernardino,CA
The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the
Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and
severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and
Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such
bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted
in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract
and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the
difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount
for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this
obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of
an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of
notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for
acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for
an extension beyond sixty(60)days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall
be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,
any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and
provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so
furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.
Signed and sealed this 21st day of July, 2015
,/ �d�tt2d (Prfreci a (Seal)
(Witness)
�tl
($ur (Seal)
(Witness) Sandy ger V I Todd Stein(Attome -In-Fact)
rtle)
AIA Doeumsrt A310-—2010.Copyright®1963,1970 and 2010 by The American Institute of Architects.All rights taaa.-ved.WARNING:This A10
Ink. Document Is protected by U.S.Copyright Law and International Treades.Unauthorized reproduction or distribution of this AI0 Document,or
any portion of it,may result In severe ddv0 aid dxlmkW penapies,and will be prosecuted to the mmudmurn extak possible under the law.This
doc umerd was created on 01 12V2012 07 23:12 under the terms of AIA Doc uments-on-Domand 70 order no. 2008397483,and is not for
resale.This document is licensed by The American Institute of Architects for ormki ne Liss only,and may not be reproduced prior to its completion.mud ro
33
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19004
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and
existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint:Jeff McOuate,Mark Levinson and Todd Stein of Brunswick
Companies.
Its true and lawful Attorney(s)in fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings
obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$25,000,000.00
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1 a day of July,2011.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company to: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the
authority given. And,be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attorney or certificate relating thereto by facsimile,and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and biding upon the Company in the future with the respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND
ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 7TH DAY OF FEBRUARY 2013.
(Seal)
Robert D.O'Leary Jr.,President&CEO
Philadelphia Indemnity Insurance Company
On this 7`h day of February 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that
he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the
Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed.
1 K=7 KVTNWBM-
Di rMWw THPORA
Notary Public:
residing at: Bala Cynwyd PA
(Notary Seal)
My commission expires: March 22,2016
I,Craig P.Keller,Executive Vice President,Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that
the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in full force and effect.I do
further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly
elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY,
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of 20
Craig P.Keller,Executive Vice President,Chief Financial Officer&Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE NQ 07927
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY THAT Pursuant to the Insurance Code of the State of California,
Philadelphia Indemnity Insurance Company
�f
Of Bala Cynwyd, Pennsylvania , organized under the
laws of Pennsylvania subject to its Articles ofincorporation or
other fundamental organizational documents,is hereby authorized to transact within the State,subject to
all provisions of this CerVficaie,the following classes of insurance:
Fire, Marine, Surety, Plate Glass,
Liabiliiy, Boiler and Machinery, Burglary,
Sprinkler, Automobile, and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTWICATE is er pressly conditioned upon the holder hereof now and hereafter being in
full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect
and applicable,and as such laws and requirements now are, or may hereafter be changed or amended
IN WITNESS WHEREOF,effective as of the 14th
day of October 2004 I have hereunto
set my hand and caused my official seal to be affixed this
14th day of October 2004
John G endi
Insur stoner
By f
e
1
for Ida Zodrow
Asst. Chief Depu
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the Califo rations p
after issuance of this Certificate of Authority.Failure to do so will be a violation of insurance Code ectton 701 and will be
grounds for revoking this Certificate of Authority pursuant to the convenants made in the application therefor and the
conditions contained herein.
FORM 034 osP oo 3W1
PH[LADELPHIA INDEMNITY INSURANCE COMPANY
Statutory Statements of Admitted Assets,Liabilities and Capital and Surplus
(in thousands,except par value and share amounts)
Admitted Assets As of December 31
2014 2013
Bonds(fair value$6,153,215 and$5,687,336) $ 5,869,602 $ 5,603,006
Preferred stocks(fair value$59,525 and$-) 59,413 -
Common stocks(cost$110,951 and$3,594) 97,616 3,594
Mortgage loans 21,402
Other invested assets(cost$156,141 and$26,678) 154,549 26,678
Cash and short-term investments 45.054 2,441_
Cash and invested assets 6,247,636 5,635,719
Premiums receivable,agen&balances and other receivables 673,590 626,337
Reinsurance receivable on paid losses 27,162 26,176
Accrued investment income 65,074 61,467
Receivable from affiliates 4,104 2,948
Net deferred tax asset 164,545 162,476
Federal income taxes receivable - 10,909
Guaranty funds receivable 106 29
Total admitted assets S 7.182.217 $ 6.526.061
Liabilities and Capital and Surplus
Liabilities:
Net unpaid losses and loss adjustment expenses $ 3,169,910 $ 2,895,803
Net unearned premiums 1,260,065 1,164,576
Reinsurance payable on paid loss and loss adjustment expenses 3,747 3,621
Ceded reinsurance premiums payable 63,104 63,156
Commissions payable,contingent commissions and other similar charges 226,034 204,448
Federal income taxes payable 13,990 -
Accrued expenses and other liabilities 50,060 31,505
Payable to affiliates 9,877 4,695
Provision for reinsurance 1,000 1,323
Payable for policyholders'dividends 221 220
Payable for purchased securities 46,833 -
Total liabilities 4,844,841 4,369,347
Capital:
Common stock,par value of$10 per share;1,000,000 shares
authorized,359,995 shares issued and outstanding 3,600 3,600
Surplus:
Gross paid-in and contributed surplus 386,970 386,970
Unassigned surplus 1.946.806 _ 1,766144
Total surplus 2,331776 2.153.114
Total capital and surplus 2.337.376 2.156.714
Total liabilities and capital and surplus 7.182.211 $ 6,526,06-1
The undersigned,being duly sworn, says: That she is the Executive Vice President and Chief Financial Officer of
Philadelphia Indemnity Insurance Company; that said Company is a corporation duly organized in the state of
Pennsylvania, and licensed and engaged in the State of Pennsylvania and has duly complied with all the
requirements of the laws of the said State applicable of the said Company and is duly qualified to act as Surety under
such Iaws; that said Company has also complied with and is duly qualified to act as Surety under the Act of
Congress. And that to the best of her knowledge and belief the above statement is a full,true and correct statement
of �
COMMONWEALTH OF PEW4MVaM
Nowbi seat .
Attest: Lower Mer A-T ,Notary ptrbllc
tommmon Dc erY t.ou�y Karen il -Pauciello,EVP&CFO
MY DDS Dec la,2(116
MEMAER pENNSYLYANfl1 AS50C2ATM OF NOTARIES
Sworn to before me this 8th day of June 2015.
Kimberly Kessleski,Notary
RPLANDSCAPE &IRRIGATION
BIDDER'S FIRM NAME
MBE/WBE INFORMATION - GOOD FAITH EFFORTS
The City of San Bernardino has established a Minority Business Enterprise (MBE) Goal of 15% and a
Women Business Enterprise (WBE) Goal of 5% for this project. The information provided herein shows
that adequate good faith efforts were made.
A. The names and dates of each publication in which a request for MBE/WBE participation for this project
was placed by the bidder (please attach copies of advertisements or proofs of publication):
Publications Dates ofAdvertisement
B. The names and dates of written notices sent to certified MBEs/WBEs soliciting bids for this project and
the dates and methods used for following up initial solicitations to determine with certainty whether the
MBBs/WBEs were interested (please attach copies of solicitations, telephone records, fax
confirmations, etc.):
Names ofMBEIWBE Initial Solicitation Follow Up Methods
Solicited Dates and Dates
C. The items of work which the bidder made available to MBE/WBE firms, including, where appropriate,
any breaking down of the contract work items(including those items normally performed by the bidder
with its own forces) into economically feasible units to facilitate MBE/WBE participation. It is the
bidder's responsibility to demonstrate that sufficient work to facilitate MBE/WBE participation was
made available to MBE/WBE firms.
Items of Work Breakdown of Items
G-1
D. The names, addresses andphone numbers of rejected MBE/WBE firms, the reasonsfor the bidder 's
rejection of the MBE/WBE, and the firms selected for that work (please attach copies of quotes from
the firms involved):
Firms Rejected
Firms Selected
E. Efforts made to assist interested MBE/WBEs in obtaining bonding, lines of credit or insurance, and any
technical assistance or information related to the plans, specifications and requirements for the work
which was provided to MBE/WBEs:
F. Efforts made to assist interested MBE/"Es in obtaining necessary equipment, supplies,materials or
related assistance or services, excluding supplies and equipment the MBE/WBE subcontractor
purchases or leases from the prime contractor or its affiliate:
G-2
G. The names of agencies, organizations or groups contacted to provide assistance in contacting,
recruiting and using certified MBEs/WBE firms (please attach copies of requests to agencies or
organizations,and any responses received,i.e.,lists,Internet page download,etc.):
Name of Method I Date Results
Agency/Organization of Contact of Contact
H. Any additional data to support a demonstration of good faith efforts
(use additional sheets if necessary ):
RP Landscape & Irrigation attended pre-bidding meeting on 7/14/2015 as part of the good faith
effort.
G-3
BIDDER'S FIRM NAME
REFERENCES
Date:
The following are the names, addresses, and phone numbers for three public agencies for which BIDDER has
performed similar work within the past two years:
Public Agency's Contract Name,Title
Name&Address Type of Project Contract Amount Date Completed &Phone Number
1. $
2. $
3. $
H-1
RP LANDSCAPE&IRRIGATION
REFERENCES
Date: July 21, 2015
The following are the names, address and phone numbers for three public agencies for which RP Landscape &
Irrigation has performed similar work within the past two years:
Type of Contract Date Completed Contact Name,Title&
Name of Agency Project Amount Phone No.
County of San Bernardino Landscaping $43,200 7/1/2013—in progress Rudy Guerrero
Special Districts Dept.
157 W 5th Street, 2nd Floor 09.338-1618
San Bernardino, CA 92415
City of San Bernardino Landscaping $660,000 7/1/14- in progress Jim Tickemyer
Parks& Recreation
201 N. "E" Street, Suite 301 909.384.5052
San Bernardino, CA 92401
OmniTrans Landscaping $60,000 01/15/13 in progress Mark Montgomery
1700 W. 5th Street
San Bernardino, CA 92411 09.379.7175
San Bernardino County Library Landscaping $30,000 04/13/13 In progress Susan Lemay
77 E. Rialto Avenue
San Bernardino, CA 92415 909.387.2263
Housing Authority of County of Landscaping $96,000 02/01/13 in progress Mary Bigness
San Bernardino
715 E. Brier Drive 909.890.0644 x2211
San Bernardino CA 92408
City of Colton Landscaping $120,000 Completed: 41 Garcia
160 S. 10th Street 12/31/2012
Colton, CA 92324 909.370.5065
The City of Riverside Landscaping $350,000 Completed 5/31/2006 Fred Cerda
Parks&Recreation8095 Lincoln
Avenue 951.351.6126
Riverside, CA 92504 Department
PART II
SPECIAL PROVISIONS
SPECIAL PROVISIONS
SECTION 1
SPECIFICATIONS AND PLANS
1-A GENERAL -- The work embodied herein shall be done in accordance with the Standard
Specifications for Public Works Construction,current edition,amended by any Special Provisions set forth
herein,the"Landscape Cost Estimating"by Colton,and in accordance with the following Special Provisions.
1-B DEFINITIONS--Whenever in the Standard Specifications the following terms are used,they shall
be understood to mean and refer to the following:
Agency/Owner-The City of San Bernardino.
Board -The Mayor and Common Council for the City of San Bernardino.
Engineer -The City Engineer, Department of Public Works for the City of San Bernardino or
authorized designee.
Inspector -Authorized designee of the Engineer.
Laboratory -The laboratory to be designated by the City of San Bernardino to test materials
and work involved in the contract.
Notice Advertising for Bids -Notice Inviting Bids.
Standard Specifications -Standard Specifications for Public Works Construction,current edition.
Landscape Cost Reference - "Landscape Cost Estimating"by Colton, current edition.
Other terms appearing in the Standard Specifications, and these Special Provisions,shall have the intent and
meaning specified in Section 1-2, "Definitions" in the Standard Specifications.
In case of conflict between the Standard Specifications,the Landscape Cost Estimating reference,and these
Special Provisions,the Special Provisions shall take precedence over and be used in lieu of such conflicting
portions.
1-C LIGHTING--Repair,replacement and maintenance of all street lighting shall be the responsibility
of the City and is not a part of this contract.
1-1) TOT LOT EQUIPMENT--Repair,replacement and maintenance of all Tot Lot equipment,if any,
shall be the responsibility of the City and is not a part of this contract.
SP-1
SECTION 2
BID REOUIREMENTS AND CONDITIONS
2-A GENERAL --Bids must be submitted on the bid form contained herein. All bids or bids shall be
signed, sealed and accompanied by cash, cashier's check,certified check, or bid bond made payable to the
City of San Bernardino, in the amount often percent(10%) of the bid. Such cash,check or bond shall be
given as a guarantee that the bidder will enter into the contract if his bid is approved and the Mayor is
authorized to execute the contract. In the event the bidder whose bid is approved refuses to execute said
contract,the use by the public of the improvements will be delayed and the public will suffer great damage.
From the nature of the case, it would be extremely difficult and impractical to fix said amount of damage.
Therefore, the City and the bidder agree that the bid guarantee of 10%of the bid shall be paid to the City
upon the conditions set forth above as liquidated damages and not as a forfeiture. Bid bonds shall be
underwritten by a surety company having a rating in Best's most recent Insurance Guide of"A" or better.
2-B MINORITY AND WOMEN'S BUSINESS ENTERPRISES--A policy for establishing goals for
participation of minority and Women's Business Enterprise(MBE/WBE)was adopted by Resolution No.95-
409 by the mayor and Common Council of the City of San Bernardino,on 11-20-95.This outreach program
superseded Resolution No. 93-411 and the Standard Operating Procedures dated January 1994.
Bidder's outreach efforts (good faith efforts) must reach out to MBEs, WBEs and all other business
enterprises. Prime bidders could reasonably be expected to produce a level of participation by interested
subcontractors of 15% MBE and 5% WBE on this project.
Bidders shall make every reasonable effort to solicit bids from MBE/WBEs.
A justification shall be provided to support the rejection of any bid from a minority or women's business
enterprise, certified by Caltrans.
SP-2
POLICY
MINORITY, WOMEN AND OTHER BUSINESS ENTERPRISES
AND CITY PROCUREMENTS
It is the policy of the City of San Bernardino to provide Minority Business Enterprises(MBEs),Women
Business Enterprises (WBEs) and all other enterprises an equal opportunity to participate in the
performance of all City contracts. Bidders shall assist the City in implementing this policy by taking all
reasonable steps to ensure that all available business enterprises, including local MBEs and WBEs, have an
equal opportunity to compete for and participate in City contracts. Bidders' good faith efforts to
reachout to MBEs,WBEs and all other business enterprises shall be determined by the following factors:
(1) The bidder attended pre-solicitation or pre-bid meetings,if any,scheduled by the City to inform all
bidders of the requirements for the project for which the contract will be awarded. The City may waive
this requirement if the bidder certifies it is informed as to those project requirements.
(2) The bidder identified and selected specific items of the project for which the contract will be
awarded to be performed by sub-contractors to provide an opportunity for participation by MBEs,WBEs and
other business enterprises. The bidder shall,when economically feasible,divide total contract requirements
into small portions or quantities to permit maximum participation of MBEs, WBEs and other business
enterprises.
(3) The bidder advertised for bids from interested business enterprises not less than ten calendar days
prior to the submission of bids, in one or more daily or weekly newspapers, trade association
publications,minority or trade oriented publications, trade journals, or other media specified by the City.
(4) The bidder provided written notice of its interest in bidding on the contract to those business
enterprises, including MBEs and WBEs,having an interest in participating in such contracts. All notices of
interest shall be provided not less than ten calendar days prior to the date the bids were required to be
submitted. In all instances,the bidder must document that invitations for sub-contracting bids were sent to
available MBEs, WBEs and other business enterprises for each item of work to be performed.
The Mayor's Affirmative Action Office shall be available to help identify interested MBEs, WBEs
and other business enterprises.
(5) The bidder documented efforts to follow up initial solicitations of interest by contacting the business
enterprises to determine with certainty whether the enterprises were interested in performing specific
portions of the project.
(6) The bidder provided interested enterprises with information about the Plans, Specifications and
requirements for the selected sub-contracting work.
(7) The bidder requested assistance from organizations that provide assistance in the recruitment and
placement of MBEs,WBEs and other business enterprises not less than fifteen days prior to the submission
of bids.
SP-3
(8) The bidder negotiated in good faith with interested MBEs WBEs and other business enterprises and
did not unjustifiably reject as unsatisfactory bids prepared by any enterprises,as determined by the city. As
documentation the bidder must submit a list of all sub-bidders for each item of work solicited, including
dollar amounts of potential work for MBEs, WBEs and other business enterprises.
(9) The bidder documented efforts to advise and assist interested MBEs, WBEs and other business
enterprises in obtaining bonds, lines of credit, or insurance required by the City or Contractor.
If the City has established expected levels of participation for MBE and WBE sub-contractors,failure to
meet those levels shall not be a basis for disqualification of the bidder.A determination of the adequacy of a
bidders'good faith effort must be based on due consideration of the indicia of good faith as set forth above,
In the event that the City is considering awarding away from the lowest bidder or not awarding a contract
to a bidder because the bidder is determined to be non-responsive for failure to comply with the good faith
indicia set forth above,the City shall, if requested,and prior to the award of the contract,afford the bidder
the opportunity to present evidence to the Mayor and Common Council in a public hearing of the bidders'
good faith efforts in making its outreach. In no case should the City award away pursuant to this program if
the bidder makes a good faith effort but fails to meet the expected levels of participation.
For the purposes of this Policy, "minority" shall be synonymous with"minority person" as defined in
California Public Contract Code Section 2000(f). Nothing herein restricts the discretion of the City to reject
all bids in accord with Charter Sections 140 and 23 8 or Chapter 3.04 of the San Bernardino Municipal Code.
The directions set forth herein shall take effect immediately,and all City Departments shall modify their
implementation programs to the extent such programs are inconsistent with this policy.
SP-4
SECTION 3
AWARD AND EXECUTION OF CONTRACT
3-A GENERAL -- The bidder whose bid is approved by the Mayor and Common Council with the
Mayor authorized to execute the contract shall file with the Engineer all required bonds and insurance
policies and execute the contract within 10 calendar days after receiving notification of the approval. Failure
to file the stipulated documents and execute the contract within the prescribed time shall constitute good and
sufficient grounds for recession of the award and payment of 10% of the bid to the City as liquidated
damages. Action by the Mayor and Common Council in approving a bid and authorizing the City Manager
to execute a contract shall be deemed to obligate the bidder to proceed in accordance with the bid bond to
execute the contract and provide required documentation(e.g.,insurance policies and performance bond)to
the City. No work shall be undertaken toward the completion of the contract,nor subcontracts entered into,
until the contract has been fully executed by both the Contractor and City.
3-B CONTRACT BONDS -- The Payment and Faithful Performance Bonds shall be filed with the
Engineer before the Contract is executed by the City in accordance with Section 2-4, "CONTRACT
BONDS"of the Standard Specifications.In lieu of the Bond as referenced above,the Contractor may deposit
with the City a cash amount equal to $100 or ten percent(10%) of the total amount bid for the first year's
maintenance,whichever is greater. The amount so deposited shall be retained by the City of San Bernardino
and will be returned to the Contractor upon completion of the term of the contract. There will be no interest
paid to the Contractor on the amount so deposited.
3-C CONTRACT RENEWALS -- The initial contract period may be renewed annually for up to a
maximum of two (2)additional one year periods by mutual agreement of the Director or Public Works.
3-D COMPLIANCE -- The condition of the maintenance area is as it exists. The successful bidder is
encouraged to familiarize themselves with all areas and be required to bring the areas of the contract into
compliance with the specifications set forth herein,within a time frame as determined by the Inspector,but
not to exceed 90 days.
SP-5
SECTION 4
SUPERVISION OF WORK
4-A MONTHLY EVALUATIONS--The Inspector will prepare a monthly evaluation and performance
report relative to the project area. Contractor and Inspector shall meet at least once each month at the office
of the Inspector or at another location as agreed upon by the parties, to discuss the report. Weekly reports
may constitute the monthly evaluation based upon the Inspector's discretion.
4-B INSPECTIONS --An inspection form will be completed by the Inspector every week. Any items
noted not to be in compliance with the specifications will be discussed immediately with the Contractor's on
site representative. Correction of these items shall be accomplished as set forth at Section 6-G of this
agreement. Continued noncompliance, or failure to correct noted deficiencies in a timely manner, shall
constitute sufficient grounds for further action,up to and including termination of the contract. Contractor or
his representative shall also meet once each week on site for field inspections with the Inspector to discuss
and sign said inspection report.Failure on the part of the Contractor to meet at the designated time and
place will result in a 10% reduction in the monthly contract payment for each occurrence.
4-C REPRESENTATIVE OF CONTRACTOR--An authorized on-site English speaking responsible
representative of the Contractor shall be designated in writing at the time this contract is executed by the
Contractor. This representative shall be considered as an agent of the Contractor with authority to receive
official notices and make binding agreements on the prosecution of the work. The Inspector shall be given
5 days prior written notice of a change in such representative.
4-D UNIFORMS--All employees shall be dressed in a uniform shirt identifying them as the Contractor's
personnel,and shall be so attired at all times,including all necessary safety attire,equipment,and vehicles,
which shall also bear the Contractor's State License number.
4-E ENFORCEMENT OF NON-COMPLIANCE -- Payment for any items of work not done in
compliance with this Agreement, or brought into compliance within the period of time allotted, may be
withheld from the next monthly payment. Any funds so withheld will be limited to the cost incurred by the
City to correct the problem or for services not fulfilled by the Contractor. A statement will be provided with
the monthly payment describing the reason for withholding a portion of the payment and a listing of the
amount. (See also Section 6-E of these Special Provisions.)
4-F TERMINATION OF CONTRACT --Failure to perform specified items of work as provided in
these Special Provisions, after receipt of two formal notices of non-compliance, will constitute good and
sufficient grounds for terminating the contract. Notice of termination will be given by certified mail and will
be effective 15 calendar days after receipt of said notice. This contract may be terminated at any time, for
any reason by the City after giving sixty(60) days written notice to the other party.
Notification of any termination will be given to the surety, who shall have the right to take over the
contract within 15 days of being notified. Failure of the surety to assume the provisions of the contract
within 10 days shall constitute grounds for the City to assume responsibility for providing maintenance
services with the right to recover damages from the principal or the surety arising from the principal's failure
to perform.
SP-6
4-G NOTICE TO BIDDERS/CONTRACTORS -- Pursuant to Resolution No. 94-358 adopted
November 21, 1994,the Mayor and Common Council established a policy which states that any assessment
district landscape Contractor who has their contract terminated by the City for non-performance shall be
deemed a"non-responsible"bidder for a period of three years following the date of termination and will not
be allowed to submit a bid for any other assessment district landscape maintenance contract during that
period. A Contractor so deemed may appeal such finding in accordance with Chapter 2.64 of the San
Bernardino Municipal Code.
SP-7
SECTION 5
LEGAL REQUIREMENTS
5-A LIABILITY INSURANCE -- The Contractor's attention is directed to Section 7-3, "Liability
Insurance" of the Standard Specifications,providing that the Contractor shall furnish the City with a policy
or certificate of liability insurance as prescribed therein,prior to the execution of the contract.The Insurance
Policy shall name the City of San Bernardino as additionally insured. The endorsement shall be provided
by,/or agent of the insurance company and shall be notarized to that effect. ACCORD Forms are not
acceptable nor are forms signed by the broker, unless they have Power of Attorney to bind the insurance
provider. (See attached sample forms.)
Following is the required minimum limits of Insurance:
Bodily Injury . . . . . . $250,000 each person
5500,000 each occurrence
$500,000 aggregate products
and completed operations
Property Damage . . . $100,000 each occurrence
$250,000 aggregate
A combined single-limit policy with aggregate limits in the amount of$1,000,000 will be considered
equivalent to the required minimum limits. The insurance requirement shall otherwise be as set forth in
Section 7-3 of the Standard Specifications.
5-B WORKER'S COMPENSATION INSURANCE -- The Contractor's attention is directed to
Section 7-4, "Worker's Compensation Insurance" of the Standard Specifications, providing that the
Contractor shall file a signed certification Certificate of Worker's Compensation Insurance for itself and its
Subcontractors before execution of the contract.
5-C PAYMENT OF WAGE RATE -- Pursuant to law, the Mayor and Common Council of the
City of San Bernardino, by Resolution No. 90-358 and any and all amendments thereto which are
hereby referred to and made a part hereof by references as fully as though set forth at length herein, have
ascertained and determined the general prevailing rate of per diem wages, and of per diem wages for
legal holidays and overtime work for each craft or type of workman needed in the execution of contracts
under jurisdiction of said Mayor and Common Council.
Said prevailing rates of wages shall conform to Section 1773 of the California Labor Code. The General
prevailing wage rates in the county in which the work is to be done have been determined by the
"Director of Industrial Relations" filed in the Office of the City Clerk, which are made a part of said
Resolution No. 90-358 and amendments thereto. These wages are available from the California
Department of Industrial Relations Internet web site at: http//www.dir.ca.gov/dirdatabases.htmi
General prevailing wage rates, in effect ten (10) days prior to the actual Bid Opening, which have been
predetermined and are on file with the California Department of Industrial Relations are also referenced
and made a part thereof.
SP-8
The Inspector shall have the right to interview any craft or worker on the project site in order to verify
payment of prevailing wage rates in accordance with Resolution No. 90-358.Prevailing wage shall comply
with current rates and all updates. Also, the City retains the right to examine the Contractor's payroll
records to determine if wage rates indicated are being paid. Submittal of weekly certified payrolls may be
required by Inspector in the event of a problem becoming evident.
5-1) SAFETY REQUIREMENTS--All work performed under this contract shall be performed in such
manner as to provide maximum safety to the public and the safety standards outlined in the Federal OSHA
cluidelines. The Inspector reserves the right to issue restraint or cease and desist orders to the Contractor
when unsafe or harmful acts are observed or reported relative to the performance of the work under this
contract.
5-E HAZARDOUS CONDITIONS -- The Contractor shall maintain all work sites free of hazards to
persons and/or property resulting from his operations. Any hazardous conditions noted by the Contractor,
which is not a result of his operations, shall immediately be reported to the Engineer(909) 384-5111.
5-F USE OF CHEMICALS--The Contractor shall submit a list of all chemical herbicides or pesticides
proposed for use under this contract for approval by the Inspector. This listing shall be limited to
chemicals approved by the State of California, Department of Agriculture and not appearing on any Federal
or State list of prohibited toxic materials, and shall include the exact brand name and generic formulation,
California Registration No. and Chemical Abstract Service No. (Case#),and based on the recommendations
of a licensed Pest Control Advisor. The use of chemicals shall conform to the current San Bernardino
County Department of Agriculture regulations.
No chemicals,herbicide or pesticide shall be applied until its use is approved,in writing,by the Inspector
as appropriate for the purpose and area proposed. City does not hereby undertake to indemnify or hold
harmless the Contractor for damages arising from the use of any such chemicals, herbicides or pesticides
and hereby specifically reserves to itself full rights against any party for any damages which are proximately
caused by the negligence or improper use of any such chemicals, herbicides or pesticides.
Spraying of chemicals will not be permitted under windy conditions as determined by the Inspector.
Spraying of chemicals with Toxicity Category I shall not be utilized unless a permit has been obtained from
the County of San Bernardino Department of Agriculture and written permission has been obtained from the
Engineer.
5-G DISCRI.IVIINATION/AFFIRMATIVE ACTION CLAUSE--Contractor hereby certifies that it
will not discriminate against any employee or applicant for employment because of race,color,religion,sex,
marital status or national origin.
Contractor shall promote affirmative action in its hiring practices and employee policies for minorities
and other designated classes in accordance with federal, state and local laws. Such action shall include,but
not be limited to, the following: Recruitment and recruitment advertising, employment, upgrading and
promotion. In addition,Contractor shall not exclude from participation under this Agreement any employee
or applicant for employment on the basis of age,handicap or religion, in compliance with state and federal
laws.
5-H SOUND CONTROL REQUIREMENTS--The Contractor shall comply with Chapter 8.54 of the
City of San Bernardino Municipal Code regulating and prohibiting loud,unnecessary and excessive noises.
SP-9
Each internal combustion engine,used for any purposes on the job or related to the job,shall be equipped
with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be
operated on the project without said muffler.
No equipment, machinery,or apparatus that permits loud and excessive noise shall be operated during the
hours of 10:00 p.m. and 7:00 a.m., unless approval has first been secured from the Mayor and Common
Council of the City of San Bernardino.
Said noise level requirement shall apply to all equipment on the job or related to the job, including but not
limited to trucks, mowers, weed eaters, blowers or other equipment that may or may not be owned by the
Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required
by safety laws for the protection of personnel.
5-I PERMITS & LICENSE -- The Contractor shall obtain a City Business Registration prior to
execution of the contract.
54 WARRANTY-- Consultant warrants that it shall perform the services required by this Agreement
in compliance with all applicable Federal and California employment laws including, but not limited to,
those laws related to minimum hours and wages; occupational health and safety; fair employment and
employment practices; workers' compensation insurance and safety in employment; and all other Federal,
State and local laws and ordinances applicable to the services required under this Agreement. Consultant
shall indemnify, defend, and hold harmless City from and against all claims, demands, payments, suits,
actions, proceedings, and judgments of every nature and description, including reasonable attorneys' fees
and costs, presented, brought, or recovered against City for, or on account of any liability under any of the
above-mentioned laws, which may be incurred by reason of Consultant's performance under this
Agreement.
SP-10
DATE(MM/YYIOD)
ACORD H; CERTIFICATE OF INSURANCE o-/15/9&
PRODUCER THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
COMMERCIAL ASSOCIATES INS, INC AFFORDEDBYTHEPOLICIESBELOW.
12-2-6 EAST LA PALMA AVE COMPANIES AFFORDING COVERAGE
ANAHEIM CA 91-807 COMPANY
' A CNA-TRANSCONTINETAL
INSURED COMPANY
B CNA-VALLEY FORGE
INLAND LANDSCAPING SERVICES COMPANY
3000 CALIFORNIA STREET C CHUBB GROUP-FEDERAL INSURANCE
SAN BERNARDINO, CA 9"407 F.-D MPANY
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL
THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION OMITS
LTR DATE(MMNYIDO) DATE(MMIYWOD)
GENERAL LIABILITY GENERAL AGGREGATE S=',(I(} ,0,0 n
PRODUCTS-COMPIOP AGG 5 1,0 00 0 01_i
A X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ® OCCUR PERSONAL 8 ADY INJURY ; 1,0 0 0,U;)O
X 1Clnne757E.9 02 10 9tl� 02/<}1/99 EACH OCCURENCE S 1 00,000
OWNER'S 8 CONTRACTOR'S PROT
" FEE DAMAGE{Any one firer S J 0,_71?''.j
Med exp(Any one person) S 5,00 0
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT ; 1 t)it!0,'00(}
ANY AUTO
BODILY INJUTY f
X ALL OWNED AUTOS (Per person)
B X SCHEDULED AUTOS
X HIRED AUTOS BODILY INJURY S
(Per accident)
,... X NON-OWNEDAUTOS HAP 5_q7135 0-_/,Jlf 98 X10 011''-+9
PROPERTY ACCIDENT S
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT
ANY AUTO I1� ��
NUT S
S
EXCESS LIABILITY $
UMBRELLAFORM S
OTHER THAN UMBRELLA FORM S
WORKERS COMPENSATION AND WYTLA EE
EMPLOYER'S LIABILITY
EL EACH ACCIDENT $
THE PROPRIETOR!
PARTNERSIE.XECUTIVE INCL EL DISEASE-POLICY LIMIT S
OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $
OTHER
DESCRIPTION OF OPERATIONSiLOCATIONSi QiICLES!SPECIAL ITEMS
JOB LOCATION: ALL CALIFORNIA OPERATIONS OF THE NAMED INSURED
RE: AD _2000, CONTRACT 989q
BELOW NAMED AS ADDITIONAL INSURED WITH RESPECTS TO GENERAL LIABILITY
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
THE CITY OF SAN BERNARDINO EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL E46&&AMOA MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMES TO THE LEFT,
DEPARTMENT OF DEVELOPMENT SERVICES
PUBLIC WORKS DIVISION
3Jtl NORTH "D" STREET
SAN BERNARDINO, CA 9.4 - i i_ AUTIIgRZr�aREPRE�TT S�r��__„
ACORD 25-S(1/95) 1 n/ `7 V ACORD CORPORATION 1966
SP-11
COMMERCIAL GENERAL LIABILITY
NAMED INSURED:
POLICY NUMBER:
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED ------ OWNERS, LESSES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART-OCCURRENCE
SCHEDULE
NAME OF PERSON OR ORGANIZATION:
CITY OF SAN BERNARDINO
DEPARTMENT OF PUBLIC WORKS
300 NORTH "D" STREET
SAN BERNARDINO, CA 92418-0001
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED(Section II)is amended to include as an insured the person or organization shown in
the Schedule,but only with respect to liability arising out of"your work" for that insured by or for you.
NOTE: MUST BE SIGEND BYAUTHORIZED REPRESENTATIVE FOR PROVIDER. MAY
ALSO SUPPLY POWER OFATTORNEY GIVING AUTHORITY TO BIND
CG 20 10 11 85
Authorized Representative for
CNA Insurance Group
Golden Eagle Insurance Company
SP-12
SECTION 6
PAYMENTS/GENERAL
6-A PAYMENTS -- Payment will be made to the Contractor by the 21 st of the month following the
month the work is performed,or 21 days after approval by the Inspector, whichever occurs later. The first
payment may be pro-rated in accordance with the actual portion of the month worked. Request for
payments must be submitted each month and shall be hand delivered to the Inspector at the monthly
evaluation meeting.
Extra work shall NOT be listed on the request for payment, but billed separately on forms
provided by the Inspector for extra work billing and the work must have been previously approved as
set forth in Section 6-1)below. Upon acceptance and approval of the billing by the City,payment for
Extra work will be made the following billing cycle.
6-B PAYMENTS WITHHELD--The City may withhold payment to such extent as may be necessary
to protect the City from loss due to:
1. Defective work not corrected.
2.Claims filed or reasonable evidence indicating probable filing of claims by third parties against the City
arising from the performance of the Contractor or any subcontractor under this agreement.
3. Maintenance not being performed or completed.
6-C WITHHELD AMOUNT -- The amount to be withheld shall be determined by the Inspector and
shall be based upon actual damages and/or the amount and type of maintenance not completed.Retention of
payment for damaged irrigation components,or loss of any plant material may be released to the contractor
upon repair or replacement of the needed items or completion of work. Deductions for incomplete or
inadequate maintenance not performed at the required schedules shall be a permanent deduction.
6-D EXTRA WORK--Any extra work done shall conform to the provisions in Section 3.3 "EXTRA
WORK" of the Standard Specifications. However, equipment rental rates shall conform to State of
California Business and Transportation Agency, Department of Transportation, Division of Construction,
"LABOR SURCHARGE AND EQUIPMENT RENTAL RATES" latest edition, unless the extra work is
done for a negotiated price. Prior approval shall be obtained in writing from the Engineer,or his designee,
before performing any extra work, except for urgently needed repairs to the irrigation systems. With
submission of the bill for such Extra Work,Contractor shall attach copies of material invoices and rental
receipts,if any,as backup for the amount charged. Extra Work includes repairs and replacement made as a
result of vandalism. Extra Work does not cover any repairs or replacement of items needing repair or
replacement due to the Contractor's negligence or failure to perform the scheduled maintenance and
contractor shall be required to make necessary repairs or replacement at no cost to the City if work needed is
a result of contractor's negligence. Inspector shall make final determination if work needed is due to
vandalism or contractor's negligence.
6-E SUPPLEMENTAL WORK -- Any supplemental work done shall be performed at the price
indicated in the"SUPPLEMENTAL ITEMS OF WORK SCHEDULE". Renovation of existing landscaping
due to age or poor growth as determined by the Inspector and the Engineer not related to Contractor's
SP-13
negligence shall be classified as Supplemental Items of Work.All supplemental work performed shall be as
directed by the Inspector and then Engineer.
The provisions contained in Section 3-2,"Changes Initiated by the Agency",of the Standard Specifications
shall not apply to Supplemental Items of Work,and no adjustment shall,therefore,be made in the contract
unit price for increased or decreased quantities of Supplemental Items of Work.
6-F PROJECT APPEARANCE --The Contractor shall maintain a neat appearance to the work. The
Contractor shall dispose of all cuttings, weeds, leaves, trash, and other debris developed during his
operations.
6-G FAITHFUL PERFORMANCE -- The Inspector shall have right of review of the performance
elements of the maintenance contract. The Inspector will be responsible for checking the performance of the
Contractor to the established standards and reporting any lack of maintenance to the Engineer. The
Contractor will be notified of any maintenance failure and will have a reasonable amount of time, as
determined by the Inspector, not to exceed ten(10)days,to conform to the contract standards. If after said
reasonable amount of time the problem has not been resolved,a formal notice of noncompliance will be sent
to the Contractor with a specific target date to resolve the problem. If the problem is still present on the
specific target date, the Inspector will notify the Engineer who will have the option of terminating the
contract and re-advertise for a new contractor. The necessity of sending more than two(2)formal notices to
the Contractor to correct a maintenance failure anywhere within the contract area shall constitute grounds for
termination of the contract. In such event, then the amount of cash or bond deposited with the City as a
performance bond shall be forfeited by the Contractor to cover all costs incurred by the City as a proximate
result of Contractors' failure to perform as required by the Agreement.
6-H HOURS OF LABOR--The Contractor shall conduct his operations during the hours specified in
Section 7-B-2.
6-I PERSONNEL--The Contractor shall furnish sufficient supervisory and working personnel of such
capabilities as to promptly accomplish on schedule,and to the satisfaction of the Inspector all work required
under this contract during the regular and prescribed hours. All such personnel shall be physically able to do
their assigned work. The Contractor and his employees shall conduct themselves in a proper and efficient
manner at all times. They shall be clothed in a suitable uniform as determined by the Inspector, with a
company identifying marker. The Inspector may require the Contractor to immediately remove from the
work site any employee(s)observed to pose a threat to the public and whose continued employment on the
job is contrary to the best interests to the City.
The Contractor shall assign an English speaking responsible Foreman,who maybe a working Supervisor,
on the job at all times work is being performed, with whom the Inspector may consult with respect to
performance of this contract.Adequate and competent supervision,as determined by the Inspector, shall be
provided for all work done by the Contractor's employees to ensure accomplishment of a first-class job.
Full compensation for conforming to the requirements of Section 6 shall be considered as included in the
prices paid for the various contract items of work involved and no additional compensation will be allowed
therefore.
64 ATTORNEY'S FEES -- The prevailing party in any legal action to enforce or interpret any
SP-14
provisions of this Agreement will be entitled to recover from the losing party all attorney fees,court costs,
and necessary disbursements in connection with that action. The costs, salary and expenses of the City
Attorney and members of his office,in connection with that action shall be considered as attorney's fees for
the purpose of this agreement.
SP-15
SECTION 7
DESCRIPTION OF WORK
7-A GENERAL -- It is the intent of these Special Provisions that the maintenance of landscaping and
irrigation system provided shall be adequate to maintain the landscaping in a healthy and attractive condition
and the irrigation system in a fully operational manner. All services shall be provided in a good
workmanlike manner, consistent with the standards of the industry as determined by the Inspector.
7-B WORK TO BE PERFORMED--The work to be performed consists,in general,of the following:
7-B-1 Maintenance--Complete landscape maintenance of all contract areas to include litter removal,
irrigation,pruning,shaping and training of trees,shrubs,and ground cover plants;raking;fertilization;weed
control; control of all plant diseases and pests; mowing; edging; irrigation and drainage systems; and all
other maintenance required to maintain the contract areas in a safe,attractive,usable,healthy and vigorous
condition.
All other areas,such as sidewalks,curbs,gutters,expansion joints,median hardscape(if any),within the
contract defined areas, shall be kept free of weeds as per the maintenance schedule for weeding.
Unimproved areas beyond described limits are not a part of this contract.
For unimproved areas within described limits,ten (10)feetfrom curb face shall be maintained weed
free by Herbicides and manual methods. Herbicides shall be approved by the City prior to use and only
State of California licensed Pest Control Operators shall apply the Herbicides. Unimproved areas to be
maintained are shown on the Plan.
7-B-2. Scheduling of Work: The Contractor shall accomplish all normal landscape maintenance
required under this contract from Monday through Friday,excluding holidays,as defined and as specified in
this Section of these Special Provisions. Exceptions may be made to normal working hours (7:00 a.m. to
4:30 p.m.) where incidence of use may be too great during the hours specified to allow for proper
maintenance. The Inspector may grant,on a case by case basis,permission to perform contract maintenance
at other hours or on designated holidays.
Designated legal holidays are: January 1",the third Monday in January,the third Monday in February,
the last Monday in May,July 4th,the first Monday in September,November I Ith,Thanksgiving Day and the
Friday following,December 25th and the working day preceding or following)as directed by the Mayor and
Common Council and the last working day of the year. When a designated legal holiday falls on a Sunday,
the following Monday shall be a designated legal holiday. When a designated legal holiday falls on a
Saturday, the preceding Friday shall be designated a legal holiday.
7-B-3. The Contractor shall establish a schedule of routine work to be followed in the performance of
this contract. A copy of this schedule shall be provided to the Inspector prior to the performance of any work
required by these specifications,and any changes in scheduling shall be reported in writing,to the Inspector
immediately.
SP-16
7-B-4. The Contractor shall conduct the work at all times in a manner which will not interfere with
normal pedestrian traffic on adjacent sidewalks or vehicular traffic on adjacent streets or parking lots. In
addition,a special notification listing exact start date for fertilization,aerification,renovation,pruning and
other infrequent operations shall be furnished to the Inspector at least five(5)working days in advance of
performing these operations.
7-B-5. The Contractor will be responsible for replacing trees and plant material due to over watering,
under watering or improper horticultural practices or neglect as determined by the Inspector at Contractor's
cost.
7-C MAINTENANCE SCHEDULES
The following items of work shall be performed by the Contractor with the frequency indicated:
Pick up of trash and debris Weekly or as needed.
Note:Areas adjacent to high pedestrian traffic may require
more frequentpickup of trash as determined by the inspector.
Complete Irrigation Test Weekly(with Inspector)
Rodent Control Weekly
Irrigation Repair Check Weekly, or as often as climatic conditions require to ensure
proper and adequate irrigation. (e.g. daily during hot, dry
weather).
Trimming/Pruning Trees/Shrubs Every two months(areas adjacent to sidewalks&right of way
-as needed)
Fertilization- (small trees,
shrubs, ground cover) Semi-annually
Fertilization- (turf) Quarterly
Weeding Slopes (all debris to
be removed- Slope Areas are
as shown on Plan) Monthly
Continual Weeding(all shrub/
planter beds,banks, and ALL other
areas including hardscape,sidewalks
and expansion joints not defined as
slopes) Weekly
Raking beds; removal of leaves,
pine needles, etc. Weekly
Shrub/planter bed edging Semi-monthly
SP-17
Sweeping/Blowing Walks (after
mowing and edging) Weekly
Washing walks/Median Hardscape Monthly
Concrete Drainage channels cleaned As needed
Spraying pre-emergent Quarterly
Spraying for weeds As needed
Turf mowing Weekly
Turf edging Weekly
Turf trimming * Weekly
Turf aerification Annually(before July 15 or as directed by Inspector)
Turf renovation ** Annually(before October 15 or as directed by Inspector)
Overseeding Annually(before October 15 or as directed by Inspector)
Pest control on trees As needed
Leach Irrigation ***
(min. 12" of water) 4 Times Annually
*With a power trimmer around all poles,obstructions,tree wells,sprinkler heads and other miscellaneous
items as designated by the Inspector.
** Lawn renovation shall include the following:
1. Eradication of undesirable species.
2. Thatch removal by vertical mowing.
3. Cultivation by coring, grooving slicing or spiking
4. Fertilization and possibly liming.
5. Seeding(with seed approved by the Inspector)
6. Repair damaged irrigation facilities.
*** Dates, location and necessity to be determined by the City. The City of San Bernardino shall be
responsible for soil tests prior to any fertilization and leaching to determine nutrients needed and leaching
dates.
7-D FUTURE WORK -- The cost of maintenance of landscaping which will be installed in the future
within those areas which are presently unimproved,if any,will be negotiated with the Contractor at the time
SP-18
of City's acceptance of said improvements.However,the cost of maintenance shall not exceed the unit price
awarded under this contract.(i.e.same cost for irrigation components as awarded in this contract;turf and/or
ground cover shall not exceed to cost per square foot awarded under this contract).
7-E SUPPLIES -- All supplies required to accomplish the items of work specified herein, and to
maintain the landscaping in a healthy and attractive condition and the irrigation system in a fully operational
manner, shall be provided by the Contractor.
Full payment for furnishing landscaping and irrigation supplies shall be considered as included in the
contract bid prices and no additional compensation will be allowed therefore.
7-F CONFLICTS -- In the event that this area is subject to construction of new and/or expanded
facilities, landscaped areas, irrigation systems or shrubs and trees may be disturbed or eliminated by this
construction. The Contractor shall provide maintenance up to the construction area and insure proper
irrigation at all times. Replacement of landscape and irrigation disturbed by the construction will be by
others. Upon restoration,the Contractor shall again be responsible for maintenance. Areas eliminated by
construction of hardscape shall be deducted from the gross area under the same provisions as provided above
for FUTURE WORK.
7-G AREAS ELIMINATED/MODIFIED -- Any areas permanently or temporarily eliminated or
modified within the maintenance area shall be negotiated with the Contractor under the same provisions as
provided above for FUTURE WORK.
The City of San Bernardino may also permanently or temporarily eliminate or modify landscaping within
maintenance areas in order for the City to comply with State of California regulations regarding water
conservation.
SP-19
SECTION 8
TECHNICAL SPECIFICATIONS
8-A MAINTAINING TRAFFIC -- Attention is directed to Section 7-10 "Public Convenience and
Safety" of the Standard Specifications, and these Special Provisions.
Warning signs, lights and devices for use in performance of work upon highways shall conform to the
"Manual of Traffic Controls," current edition, published by the State of California, and the "Work Area
Traffic Control Handbook," current edition, adopted by the City of San Bernardino, California.
A minimum of one(1)lane shall be maintained for each direction of traffic at all times,unless approved
otherwise by the Engineer.
Full compensation for furnishing and installing all signs,lights,flares,barricades and other traffic control
devices necessary to expedite passage of public traffic through the work area shall be considered as included
in the prices paid for the various contract items of work involved and no additional compensation will be
allowed therefore.
The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays and
designated legal holidays, after 3:00 p.m. on Fridays and the day preceding designated legal holidays,and
when maintenance operations are not actively in progress on working days.
Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time.
The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall
make his own arrangements relative to keeping the working area clear of parked vehicles.
The provisions in this section may be modified or altered if,in the opinion of the Engineer,public traffic
will be better served and work expedited. Said modifications or alterations shall not be adopted until
approved in writing by the Engineer.
8-B COOPERATION AND COLLATERAL WORK--Attention is directed to Section 7.7,"Cooperation
and Collateral Work" of the Standard Specifications, and these Special Provisions.
Certain companies,governmental agencies,or their Contractors may be working within the area. Certain
utility facilities in various locations within the project limits may be removed, relocated, abandoned, or
installed by companies' or agencies'contractors.
It is anticipated that these existing utilities will not interfere with the Contractor's operations. However,
the Contractor shall exercise due care to ensure that these utility facilities are not damaged during his
operations.
The utility locations shown on the original landscaping plans are correct to the best of our knowledge.
When in doubt,the Contractor shall contact the utility concerned before proceeding further.
Full compensation for conforming to the requirements of this Section,not otherwise provided for,shall be
SP-20
considered as included in the lump sum prices paid for the work involved and no additional compensation
will be allowed therefore.
8-C REMOVAL OF SIGNS--Any unauthorized signs,stakes,posts/poles,political or otherwise,found
within the landscaped areas from time to time shall be considered as trash and debris and shall be removed
by the Contractor as directed by the Inspector.
Full compensation for removal of such items shall be considered as included in the prices paid for the
various contract items of work involved and no additional compensation will be allowed therefore.
8-D CLEANUP AND DUST CONTROL--Cleanup and dust control shall conform to the provisions in
Section 7-8.1, "Cleanup and Dust Control" of the Standard Specifications.
SP-21
SECTION 9
IRRIGATION SYSTEMS
9-A The Contractor shall provide the following repairs,maintenance and supply all needed materials,and
perform the work as necessary in accordance with the following:
9-B The Inspector shall be immediately notified, of any damage suspected to be caused by accident,
vandalism,theft,or Act of God. Immediate notification of any such damage,prior to start of work within the
area,will serve to indicate the Contractor's belief that it was caused by factors beyond his control. The City
shall review the damage and/or request information from the Contractor in order to establish the true cause
of damage and determine responsibility for repair. The Contractor shall not be responsible for vandalism,
theft, Acts of God or accidents involving landscape and irrigation not related to his operations.
9-C The Contractor shall repair, replace, clean and adjust, straighten, raise and lower the following
sprinkler system components as needed,for no additional cost,under normal wear conditions as determined
by the Inspector:
Sprinkler Heads
Sprinkler Head Risers
Anti-theft/vandalism sprinkler head devices
Valve Covers
Valve Boxes or Sleeves
Quick Coupler Valves and Hose Bibs
Bubblers, Emitters, etc.
Sprinkler System Lateral Piping
Sprinkler Main(Pressure Line)
Sprinkler Control Valves
Sprinkler Controller
Valve wiring to Controller
Ball and gate valves
Drip irrigation system including multi-outlet emission device, tubing, and emitters.
9-D The Contractor shall, at no cost to the City, repair or replace any damaged irrigation system
components due to his own negligence, including removal of anti theft devices.
9-E The cost of all repairs to, or replacement of, irrigation system and landscape caused by vandalism,
theft or Act of God, shall be classified as Supplemental Items of Work. Any repairs or replacement not
covered by an item of Supplemental Work,shall be paid for as Extra Work,in accordance with Section 6-A,
"EXTRA WORK", of these Special Provisions.
Any replacement must conform to the type and kind of existing system,unless the use of anti-theft or
anti-vandalism devices have been authorized by the Inspector. Any other deviation must be approved in
writing by the Inspector.
9-F Irrigation shall be done by the use of the automatic sprinkler systems,where available and operable;
however, failure of the existing irrigation system to provide full and proper coverage shall not relieve the
Contractor of his responsibility. In the event of a failure of any irrigation component that would prevent
SP-22
proper automatic irrigation of the landscaping, Contractor shall apply irrigation manually until the repair
and/or replacement is accomplished.
9-G In those areas where an automatic sprinkler system is installed,the Contractor shall inspect weekly,
or more often if climatic conditions requires, for any damage to the system and for the operation of the
system for any malfunction. The Contractor shall maintain all sprinkler systems in such a way as to
guarantee proper coverage and full working capacity, and make whatever adjustments which may be
necessary to prevent excessive run-off into street right-of-way,or other areas not meant to be irrigated. The
periodic inspection may occur more often,but not less frequently,than one inspection each week,in
operation,with the Inspector. Care shall be exercised to prevent a waste of water or erosion. Irrigation
shall be accomplished as follows:
9-G1 Turf,if any,shall be irrigated as required,to maintain horticulturally acceptable growth and color
and to encourage deep rooting. Additional irrigation shall be performed in the event of unusually hot/dry
weather conditions (as are present during winter Santa Ana conditions, or other times of less humidity or
high winds, or during a prolonged high temperature period during the summer months).
9-G-2 Landscaping on banks and slopes, if any, shall be irrigated as required, to maintain
horticulturally acceptable growth and color, and to encourage deep rooting and preventing erosion.
9-G3 Shrub beds, if any, shall be irrigated as required,to maintain horticulturally acceptable growth
and color,and to promote deep rooting. Irrigation rates for shrub areas shall be applied in such a manner as
to keep surface runoff at a minimum. The irrigation rate shall be adjusted to the needs of shrub types,
seasons and weather conditions.
9-G4 Newly planted trees,shrubs,ground cover and turf shall receive special attention until these
plants are established. Adequate water shall be applied to promote normal,healthy growth. Proper berms or
basins where needed shall be maintained during the establishment period.
9-H The entire irrigation system will be inspected and maintained by the Contractor on a daily basis for
proper operation, repairs and replacement of sprinkler heads, nipples and elbows to maintain adequate
irrigation. Such repairs will be made by the Contractor with same type/brand head,or approved equal by the
Inspector.
9-I All other irrigation components will be inspected and maintained by the Contractor on a weekly
basis.This will include laterals,main lines,control valves,control wire,timer/controller and any other items
in the system. If any of the items mentioned in this paragraph are found to be defective or in need of
repair during the weekly inspections,said items shall be repaired immediately. All materials or parts
shall be the same brand or approved equal. Contractor shall notify the City Inspector immediately before
making any such repairs by calling 384-5111 during working hours.
94 Replacement of the various types of sprinkler heads shall be accomplished as directed by the
Inspector. New sprinkler heads shall be the same type,size and brand as the one to be replaced,except for
anti-theft or anti-vandalism devices as approved by the Inspector.
The unit price paid for replacing sprinkler heads shall include all items of work (including necessary
repairs and/or replacement of piping,fittings,etc.)involved in restoring a sprinkler to full operation and at
the price indicated in the "SUPPLEMENTAL ITEMS OF WORK SCHEDULE".
SP-23
9-K Replacement of a defective timer/controller shall be accomplished as directed by the Inspector. A
new timer/controller shall be of the same model and manufacturer as the one to be replaced unless otherwise
approved by the Engineer.
The City may,at its option,provide Contractor with a replacement timer/controller,in which case the hourly
rate for irrigation repair under Supplemental Items of Work Schedule shall apply.
Replacement of a defective timer/controller is determined as Extra Work and shall be subject to Extra Work
requirements as set forth in Paragraph D, Section 6.
9-L Any replacement or repair of the irrigation system accomplished as"EXTRA WORK"shall be at the
hourly rate bid price under Supplemental Items of Work Schedule shall apply,plus material costs.
SP-24
SECTION 10
SHRUBS AND GROUND COVER PLANTS
10-A All shrubs and ground cover plants,if any,growing in the work area shall be pruned as required to
maintain plants in a healthy, growing condition. Dead or damaged limbs, clippings, or branches shall be
removed immediately and all pruning cuts shall be made cleanly with sharp pruning tools, with no
projections or stubs remaining. Any pruning shall be accomplished in a manner which will maintain plant
growth within reasonable bounds, but shall permit all plants to grow naturally in accordance with their
normal growth characteristics. Shearing, hedging or severe pruning of plants, unless authorized by the
Inspector,will not be permitted.
10-B Plants to be maintained shall conform to the requirements of Section 2.2,"Tree and Shrub Care"and
"Ground Cover Care" of the Landscape Cost Estimating reference and these Special Provisions.
10-C Replacement of plants,shrubs and ground cover shall be in accordance with construction plans and
said Special Provisions on file in the office of the City Engineer of the City of San Bernardino,and/or with
the landscaping construction plans for the various subdivisions which are included within this project,or as
otherwise directed by the Inspector and Engineer. All shrubs replaced shall be 5 gallon.
The unit price paid for replacing shrubs and ground cover shall include all items of work involved in
removing and planting shrubs and ground cover and at the price indicated in the"SUPPLEMENTAL ITEMS
OF WORK SCHEDULE".
A Flat of ground cover is considered to contain 64 plants.
SP-25
SECTION 11
FERTILIZER AND PEST CONTROL AGENTS
11-A Soil fertilizing and pest control agents shall conform to the requirements of these Special Provisions.
11-B--Turf Grass
11-B-1 Manure shall not be used as a fertilizer or soil conditioning material.
11-B-2 Fertilization of all turf grass areas within the designated work area shall be accomplished
quarterly with a complete commercial fertilizer in homogeneous pellet form. Guaranteed analysis shall be
approved by the Inspector.
11-B-3 Fertilizer shall be packaged in multi-wall paper bags,polyethylene lined for moisture resistance.
11-B-4 Fertilizer shall be applied at a rate to provide the required elements necessary for healthy
growth as determined by the Inspector or based on the results of the soil testing and at the times specified
below(or as otherwise directed by Inspector):
July 1 - July 15
October 15 - November 1
January 15 - February 1
April 15 - May 1
11-B-5 Fertilizer shall be applied in granular form and shall be moisture-free so as to obtain optimum
spread. Notify the Inspector 2-3 days before application and submit bag tag.
11-C Shrub Beds, Ground Cover, and Small Tree Fertilization
11-C-1 Fertilization of all shrub beds,ground cover areas and all young trees(3"caliper and smaller)
within the designated work area shall be accomplished two (2) times per year with a commercial grade
fertilizer having the guaranteed analysis of 6-10-4 or equal. Guaranteed analysis shall be approved by the
Inspector.
11-C-2 Fertilizer shall be applied at the rate specified on the package for type of plant material.
Fertilizer shall be applied at the times specified below:
October 1 - October 15
March 15 - April 1
11-C-3 Adequate irrigation will immediately follow the application of fertilizer to force fertilizer
material to rest directly on the soil surface.
11-D The fertilizer shall be delivered to the site in the original unopened containers bearing the
manufacturer's guaranteed analysis.
11-E Pest Control Agents shall be as required by the Landscape Cost Estimating reference.
SP-26
SECTION 12
LAWN/TURF
12-A All turf shall be edged adjacent to all improved and unimproved surfaces; turf edges shall be
maintained if the turf area abuts a shrub bed,property line or to maintain a turf delineation.
12-B All lawn areas included in this contract shall be mowed with approved power-propelled reel-type or
rotary mowers. The mowers shall be equipped with catchers.Mowing shall be done in such a manner as to
prevent ruts or depressions from forming by the wheel and/or weight of the mower. NOTE: A MULCH-
MOWING PROGRAM MAY BE PERMITTED WITH PRIOR APPROVAL OF INSPECTOR.
12-C Mowers shall be maintained so as to provide a smooth, even cut without tearing; mowers are to
provide a uniform,level cut no higher than three(3)inches,or as otherwise instructed by the Inspector,but
no more than 25%of existing growth to be removed in any one mowing.
12-D Inclement weather may preclude adherence to the frequency schedule of mowing. The Contractor
may request,from the Inspector,for reasons of rain or prolonged cold,alteration of this mowing frequency.
12-E Renovation shall be any approved operation that removes accumulated thatch from turf areas; a
schedule of equipment to be utilized by the Contractor shall be submitted to the Inspector ten(10)days prior
to beginning work;renovation shall occur upon thirty(30)days notice from the Inspector. Care should be
taken during the renovation process to assure a neat and clean appearance to turf areas after the renovation
process has taken place.
12-F Overseeding shall be done on an annual basis following the fall renovation and prior to October
15th of each year. All turf areas shall be over seeded with a seed mix that meets with the Inspector's
approval. Steps must be taken during the renovation process to ensure seed to ground contact. Failure to
realize a minimum of 75%germination will require reseeding by the Contractor at no extra cost to the City.
12-G Turf area shall be aerified a minimum of one time each year. Aerification will be scheduled
immediately prior to the July fertilization. Under adverse conditions or as a result of high use where turf is
suffering from compaction,aerification may be necessary at more frequent intervals at no additional cost to
the City. The frequency intervals shall be as required to promote healthy vigorous growth as determined by
the Inspector.
A schedule of aerification equipment to be used shall be submitted to the Inspector ten(10)days prior
to beginning work.
12-H All grass clippings are to be picked up by means of the appropriate attachments to mowers or by use
of other mechanical devices necessary to achieve a clean,neat appearance of turf areas. In the event of the
mulch-mowing as provided under Section 12-B, all clippings must be adequately fine-cut and spread as to
achieve a neat appearance.
SP-27
12-I Any turf to be replaced which suffers any Act of God,vandalism or other destructive occurrences,in
excess of the number stated in the bid item,and not directly or indirectly caused by Contractor's negligence
or failure to perform scheduled maintenance, shall be classified as supplemental items of work.
12-J Defective turf shall be removed and replaced with sod. The sod shall be of the same type of turf
removed and shall be installed as directed by the Inspector.
The unit price paid for replacing turf shall include all items of work involved in removing and placing sod
and at the price indicated in the "SUPPLEMENTAL ITEMS OF WORK SCHEDULE".
SP-28
SECTION 13
SLOPE/BANK/DRAIN MAINTENANCE
13-A All Slopes are to be weeded by hand or using a power weed cutter.All other plant material located on
the slope shall be maintained as stated in these Special Provisions. All debris and trash is to be removed
weekly.
AREAS TO BE MAINTAINED AS "SLOPES AREAS", IF ANY, ARE DELINEATED ON SAID
PLAN (S).
13-B All vertical areas not defined as"Slopes Areas"will be considered as Banks and are to be maintained
as stated in these Special Provisions.
13-C Drainage Channels/Ditches are to be kept free of obstructions at all times and are to be completely
cleaned as needed.
SP-29
SECTION 14
WEED CONTROL
14-A Weed growth in all areas identified as future roadbeds, non-landscaped traffic islands, medians,
undeveloped slopes and underdeveloped areas shall be cut to a 4" height and treated with Round-up per
manufacturer's label on an "as needed" basis. Said height is for erosion control. Said areas are to be
maintained as such for duration of contract. This shall also include weekly trash and litter pick-up.
14-B All landscaped areas within the specified maintenance area including lawns,shrub and ground cover
beds, planters, tree wells, shall be kept free of weeds. A weed will be considered as "any undesirable or
misplaced plant." Weeds shall be controlled either by hand, mechanical, or chemical methods. The
Inspector may restrict the use of chemical weed control in certain areas. Complete removal of all weed
growth shall be accomplished within each seven (7) days. This section includes all undesirable growth
adjacent to curbs, gutters, and sidewalks.
SP-30
SECTION 15
TREES
15-A All trees shall be maintained in their natural shapes. Pruning shall be performed in such a manner as
to promote the best growth habits, appearance,and health of the tree. The Contractor shall,as a part of
this contract,be responsible for TOTAL TREE CARE PROGRAM(all of each tree). Said program is
the selective and natural approach to pruning of all trees on site and includes pest and disease control and
removal of any dead limbs, fronds or branches. The Contractor shall bring to the attention of the Inspector
any tree that: shows signs of root heaving,and leaning,or has hanging limbs or is in some manner,a safety
hazard. Contractor shall notify the Inspector 48 hours prior to any pruning.
15-B All street tree replacements will be 15 gallon,in kind and shall include the removal of the existing
tree and root ball. The Contractor shall provide a new plant pit and amended soil for planting. Amendments
to include compost,nitrogen wood product and fertilizer suitable for sustained tree growth. Plant pit shall be
2 1/2 times the diameter and same depth as the root ball.
15-C Planting shall be accomplished only twice a year during either the Spring or Fall with a list provided
by the City of the type and location of trees to be replaced or as determined by the Inspector.
15-D Any trees to be replaced which suffer any Act of God,or vandalism and not due to negligence by the
contractor, shall be classified as supplemental items of work.
15-E Tree removal and replacement due to the Contractor's negligence,including lack of pest and disease
control, shall be at Contractor's expense.
15-F All newly planted trees shall be securely staked at all times with an approved stake and secured to the
stake with at least four approved ties. Tree ties shall be inspected monthly,and corrective action taken to
ensure against girdling and abrasion. Removal of stakes and ties shall be accomplished as directed by the
Inspector. Replacement, adjustment or removal of stakes and ties is included in the basic bid price for tree
maintenance.
15-G Replacement of trees shall be done in accordance with Paragraph 15-B of this Section.
The unit price paid for replacing trees shall include full payment for all work involved in furnishing and
planting new trees at the price indicated in the "SUPPLEMENTAL ITEMS OF WORK SCHEDULE".
SP-31
CONTRACT
AGREEMENT
SP-32
AGREEMENT
CITY OF SAN BERNARDINO
THIS AGREEMENT is made and concluded this day of , 20 ,
between the City of San Bernardino, (hereinafter "City") and
,
(hereinafter "Contractor").
1. For and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the City,and under the conditions expressed in the bond as deposited with the City,Contractor
agrees with the City,at his own proper cost and expense to furnish any and all required labor,materials,and
transportation as set forth in the Special Provisions to be furnished by City,necessary to complete in good
workmanlike and substantial manner the
THE MAINTENANCE OF LANDSCAPING AND RELATED FACILITIES IN PORTIONS OF:
(SCHEDULE 1, AD 959-Z1) - KENDALL DRIVE, SHANDIN HILLS CIRCLE, SHANDIN HILLS DRIVE AND OPEN
SPACE AND FIRE BREAK AREAS IN TRACTS 12995, 12958, 14252 AND 14253;AND
(SCHEDULE 4,AD 1042)-WESTERLY SIDE OF SHANDIN HILLS DRIVE,THE FUEL MODIFICATION AREA IN THE
WESTERLY AND SOUTHERLY PORTION OF TRACT NO. 14254,AND DRAINAGE CHANNELS AND RETENTION
BASINS WITHIN OR ADJACENT TO SAID FUEL MODIFICATION AREA;AND
in accordance with(2015-16) Special Provisions No. 6363-A (SCHEDULE 1, AD 959-Z1) and 11705A
(SCHEDULE 2,AD 1042),on file in the Office of the City Engineer,3rd Floor,San Bernardino City Hall,
and also in accordance with Standard Specifications for Public Works/Construction,current edition,on file
in the office of the City Engineer,and the"Landscape Cost Estimating"by Colton,current edition,on file in
the office of the Director of Public Works, which said Plans, Special Provisions, Standard Specifications,
and Landscape Cost Estimating are hereby especially referred to and by such reference made a part hereof.
2. Contractor agrees to receive and accept the prices as set forth in the bid schedule as full compensation for
furnishing all materials and doing all the work contemplated and embraced in this agreement; also for all
loss or damage arising out of the nature of the work aforesaid or from any unforeseen difficulties or
obstructions which may arise or be encountered in the prosecution of the work and for all risks of every
description connected with the work;also for all expenses incurred by or in consequence of the suspension
or discontinuance of work, and for well and faithfully completing the work and the whole thereof, in the
manner and according to the Plans and Special Provisions, and requirements of the Engineer under them.
The Contractor herein covenants by and for himself or herself,his or her heirs,executors,administrators,and
assigns, and all persons claiming under or through them, that there shall be no discrimination against or
segregation of,any person or group of persons on account of race,color,creed,religion,sex,marital status,
national origin, or ancestry in the performance of this contract, nor shall the Contractor or any person
claiming under or through him or her,establish or permit any such practice of practices of discrimination or
segregation with reference to the selection of subcontractors,vendees,or employees in the performance of
this contract.
SP-33
3. City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said
Contractor to provide the materials and to do the work according to the terms and conditions herein
contained and referred to, for the prices as set forth in the successful bid, and hereby contracts to pay the
same at the time,in the manner,and upon the conditions above set forth;and the said parties for themselves,
their heirs,executors,administrators,successors,and assigns,do hereby agree to the full performance of the
covenants herein contained.
4. It is further expressly agreed by and between the parties hereto that should there be any conflict between
the terms of this instrument and the bid or proposal of said Contractor,then this instrument shall control and
nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith.
5.Notices. All notices herein required shall be in writing and delivered in person or sent by certified mail,
postage prepaid, addressed as follows:
CITY CONTRACTOR
Director of Public Works
City of San Bernardino
300 North "D" Street
San Bernardino, CA 92418
[Signatures to follow on next page]
SP-34
AGREEMENT FOR LANDSCAPE MAINTENANCE—AREA "C"
IN WITNESS WHEREOF,the parties to these present have hereunto set their hands the year and
the date first above written.
CONTRACTOR CITY OF SAN BERNARDINO
Name of Firm:
BY:
AkfEN J. PARKER, City Manager
City of San Bernardino
BY:
TITLE: WAll ATTEST:
MAILING ADDRESS:
GEORGtANN HA AH, City Clerk
PHONE NO: (1r,�� $�9' �� APPROVED AS TO FORM:
GARY D. SAENZ, City Attorney
BY:
SP-35
Bank of America Cashier's Check No. 0936803382
Dade 0,9 1&151"1
7 iio Da
-meAt end 9(�day waiting*64' red,,
III be recltti
stolen,a sworn soifL
N
gcqAZ'
ptiae,to reolacctnent,Thl,s�heck;should b e ne iatcdvvithin 00 dayi. z
SAN BER14ARDINQUAIN
00110 0000106'z `0'044
,,��BANK OF ,'a I
' , EE R6 C S!CTS ***$8,334.00
Pay AMER F
To The CITY OF SAN BERNARDfN0
Order Of BOND FOR AD 959-21&1042 AREA C
Remitter(Purchased By): RP LANDSCAPE&IRRIGATION INC
Bank of America,N.A.
PHOENIX,AZ
nN0936803382iis 1: L221000611: 45 ?00293l ? 1 ?11*
THE ORIGINAL DOCUMENT HAS A REFLECTIVE WATERMARK ON THE BACK. HOLD AT AN ANGLE TO VIEW WHEN CHECKING THE ENDORSEMENTS.