Loading...
HomeMy WebLinkAbout20-Parks and Recreation ORIGINAL CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Kevin Hawkins, Director Subject: Resolution authorizing execution of Amendment No. I to the Vendor Service Agreement with Inland Empire Landscape, Inc., and an increase to Purchase Order No. 302716 in the amount of$4,750.00 for additional work related to the Broadmoor Boulevard irrigation system retrofit project. MICC Meeting Date: April 20, 2009 Dept: Parks, Recreation & Community Services Dept. Date: March 24, 2009 Synopsis of Previous Council Action: Recommended Motion: Adopt Resolution. <.,u . \./., /v Yk .: l:. /'/titly.f Signatu ) J Contact person: Ramon Mata Phone: 5233 Supporting data attached: yes Ward: All Wards FUNDING REQUIREMENTS: Amount: An additional amount of $4,750.00 for a total not-to-exceed amount of $27,882.50 Source: A,.,d Nn ?d<\-<\R<\-'i50d-77'id Acct. Description: Park Construction Fund Finance: Council Notes: )c~:"o :2 009 - g'tf Agenda Item No. 1/J I../.2IJ..IJ, CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the Interim City Manager to execute Amendment No. I to the Vendor Service Agreement with Inland Empire Landscape, Inc., and an increase to Purchase Order No. 302716 for additional work related to the Broadmoor Boulevard irrigation system retrofit project. Background: On February 2, 2009 Inland Empire Landscape, Inc. entered into a Vendor Service Agreement with the City of San Bernardino for the retrofit of the existing landscape irrigation system on Broadmoor Boulevard medians between 30th Street and Parkdale Boulevard and adjacent medians on 34th Street and Marshall Boulevard. The proposed cost for providing these services was $24,350.00. The cost less the City's five percent reduction totaled $23,132.50. Subsequently, it was determined that the following additions to the scope of work were deemed necessary: I. Install additional solar control and pedestal; 2. Supply necessary parts and repair broken lateral lines that were not identified or included in the initial retrofit assessment; 3. Install approximately 200 additional rain bird sprinklers; and 4. Install additional valve and wiring to modify wiring damaged by tree roots that was not identified or included in the initial retrofit assessment. (Proposal No. 032309CLCO, attached and labeled Exhibit "B"; proposed cost for additional services - $5,000.00 less 5% reduction [$250.00] = $4,750.00) Staffis requesting authorization to execute Amendment No. I to the Vendor Service Agreement with Inland Empire Landscape, Inc. which provides for these changes to the scope of work and the compensation. Financial Impact: Funding in the amount of $4,750.00 is available in the Park Construction Fund account no. 243-363-5504-7754 to cover the cost of the additional work. Recommendation: Adopt Resolution. tOlPl 1 RESOLUTION NO. 2009- 2 RESOLUTION OFTHE MAYOR AND COMMON COUNCIL OFTHE CITY OF 3 SAN BERNARDINO AUTHORIZING THE INTERIM CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE VENDOR SERVICE AGREEMENT WITH INLAND 4 EMPIRE LANDSCAPE, INC., AND AN INCREASE TO PURCHASE ORDER NO. 302716 FOR ADDITIONAL WORK RELATED TO THE BROADMOOR BOULEVARD 5 IRRIGATION SYSTEM RETROFIT PROJECT. 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 7 OF SAN BERNARDINO AS FOLLOWS: 8 SECTION 1. That the Interim City Manager is hereby authorized to execute Amendment 9 No. I to Vendor Service Agreement with Inland Empire Landscape, Inc., a copy of which is attached 10 hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at 11 length; and 12 SECTION 2. That the Director of Finance is authorized to increase Purchase Order 13 No. 302716 to Inland Empire Landscape, Inc. in the amount of$4,750.00 (copy of proposal 14 attached, marked Exhibit "B"; proposed cost for additional services: $5,000 less 5% [$250] 15 equals $4,750.00) for a total amount noHo-exceed amount of$27,882.50; and 16 SECTION 3. That the authorization granted hereunder shall expire and be void and of 17 no further effect if Amendment No. I to the Vendor Service Agreement is not executed by both 18 parties and returned to the Office of the City Clerk within thirty (30) days following the effective 19 date of this Resolution. 20 /1/ 21 //1 22 /1/ 23 /1/ 24 /11 25 //1 26 /1/ 27 //1 28 //1 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE INTERIM CITY MANAGER TO EXECUTE 2 AMENDMENT NO. 1 TO THE VENDOR SERVICE AGREEMENT WITH INLAND EMPIRE LANDSCAPE, INC., AND AN INCREASE TO PURCHASE ORDER NO. 302716 3 FOR ADDITIONAL WORK RELATED TO THE BROADMOOR BOULEVARD IRRIGATION SYSTEM RETROFIT PROJECT. 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 meeting thereof, held on the . - 6 day of 7 COUNCIL MEMBERS: 8 ESTRADA 9 BAXTER 10 BRINKER 11 SHORETT 12 KELLEY 13 JOHNSON 14 MC CAMMACK 15 16 17 , 2009, by the following vote, to wit: AYES NAYS ABSTAIN ABSENT Rachel Clark, City Clerk 18 The foregoing Resolution is hereby approved this _ day of ,2009. 19 20 21 PATRICK J. MORRIS, Mayor City of San Bernardino 22 Approved as to form: 23 JAMES F. PENMAN, 24 City Attorney 25 26 27 28 AMENDMENT NO.1 TO VENDOR SERVICE AGREEMENT WITH INLAND EMPIRE LANDSCAPE, INC. This Agreement is entered into on this _ day of , 2009 by and between Inland Empire Landscape, Inc. ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). RECITALS A. On February 2, 2009, Inland Empire Landscape, Inc. and the City of San Bernardino entered into a Vendor Service Agreement for the retrofit of the existing landscape irrigation system on Broadmoor Boulevard medians between 30th Street and Parksdale Boulevard and adjacent medians on 34th Street and Marshall Boulevard, a copy of which is attached hereto as "Attachment 1" and incorporated by this reference. Purchase Order No. 302716 was issued to Inland Empire Landscape, Inc. in the amount of $23, 132.50 to cover the cost ofthis service. B. The CITY and the VENDOR now desire to alter the Agreement to increase the scope of services and the amount of compensation. AGREEMENT In consideration of the mutual promises contained in the Vendor Service Agreement, the parties agree as follows: 1. SCOPE OF SERVICES shall be amended to include the following: install additional solar control and pedestal; supply necessary parts and repair broken lateral lines; install approximately 200 additional rain bird sprinklers; and install additional valve and wiring to modify wiring damaged by tree roots. This work was not identified or included in the initial retrofit assessment. 2. COMPENSA nON AND EXPENSES shall be amended to include an additional amount of $5,000.00. The total Agreement price shall be increased to a not-to-exceed amount of $28,132.50. 3. The other provisions of the Vendor Service Agreement are reaffirmed as originally stated. III III AMENDMENT NO. I TO VENDOR SERVICE AGREEMENT WITH INLAND EMPIRE LANDSCAPE, INC. IN WITNESS THEREOF, the parties hereto have executed the Agreement on the day and date first above written. INLAND EMPIRE LANDSCAPE, INC. Accepted By: CITY OF SAN BERNARDINO Approved By: Mark Weinberg Interim City Manager Title: Date: Date: Approved by Mayor and Common Council Date: Item No., Approved as to form: James F. Penman, City Attorney ,~ "Attachment 1" VE:'iDOR SERVICE AGREDIENT This Vendor Service Agreement is entered into thi~-"'~day of F:: ,."." '1 J 2009, by and between Inland Empire Landscape, Inc. ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council have determined that it is advantageous and in the best interest of the CITY to acquire the services of a professional contractor to retrofIt existing landscape irrigation system on Broadmoor Boulevard medians between 30th Street and Parkdale Boulevard and adjacent medians on 34th Street and Marshall Boulevard; and WHEREAS, the City of San Bernardino did solicit and accept bids from a number of vendors for the upgrade of the irrigation system on Broadmoor Boulevard medians between 30th Street and Parkdale Boulevard and adjacent medians on 34th Street and Marshall Boulevard; and WHEREAS, Inland Empire Landscape, Inc. is a local contractor, and is the apparent low bidder. NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, the CITY hereby engages the services of VENDOR to retrofit existing landscape irrigation system on Broadmoor Boulevard medians between 30th Street and Parkdale Boulevard and adjacent medians on 34th Street and Marshall Boulevard. 2. COMPENSATION AND EXPENSES. For the services delineated above, the CITY, upon presentation of invoices, shall pay the VENDOR the amount of$23,132.50. As part of the City's budget savings measures, the vendor was requested to reduce the contract amount by five percent (5%); the initial quote was $24,350.00. A contingency amount of $1 ,75000 is included to cover the costs of any unforeseen ~Y( needs related to the irrigation system upgrade project: [Otal project funding included IS $14,882.50. 3. I:'iDDL\rITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, agents or representatives, free and harrnless from all claims, actions, damages and liabilities of any kind and nature arising from bodily injury, including death, or property damage, based or asserted upon any actual or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or perforrnance of services under this Agreement, unless the bodily injury or property damage was caused by the sole negligence of the City, its elected officials, employees, agents or representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees, the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omISSiOns. Vendor hereby waives any and all rights to any types of express or implied indemnity against the City, its elected oftlcials, employees, agents Or representatives, with respect to third party claims against the Vendor relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. 4. INSURANCE. While not restricting or limiting the foregoing, during the terrn of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1 ,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance 2 furnished to the CITY shall require the insurer to notify CITY of any change or rermination in the policy. 5. NO:'1-DISCRlYII\ATION. In the performance of this Agreement and in the hiring and recruirment of employees, VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, mental or physical disability, medical condition, marital status, sexual gender or sexual orientation, or any other status protected by law, except as permitted pursuant to Section 12940 of the California Government Code. 6. INDEPENDENT CO;'>{TRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 7. BUSI;'>{ESS REGISTR.-\TIO;,>{ CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. III III 3 8. NOTICES. Any notices to ce given pursuant to this Agreemem shall be deposited with the United States Postal Service. postage prepaid and addressed as follows: TO THE CITY: Director of Parks, Recreation and Community Services 201-A Nonh "E" Street. Suite #103 San Bernardino, CA 92401 Telephone: (909)384-5233 TO THE VENDOR: Inland Empire Landscape, Inc 2456 Kern Street San Bernardino, CA 92407 Telephone: (909) 473-9066 9. ATTORNEYS' FEES In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. 10. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 4 II. VE:\'t'E. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried ar.d litigated either in the State Courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be mandatory and not permissive in nature. 12. GOVERJ'<ING LAW. This Agreement shall be governed by the laws of the State of California. 13. SUCCESSORS Al'iD ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 14. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convemence only and shall not affect the construction or the interpretation of any of its provisions. 15. SEVER-\BILITY. If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable for any reason, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance, and the remaining provisions of this Agreement shall remain in full force and effect. III 5 VENDOR SERVICE AGREDIENT BEHVEP; THE CITY OF SA.'; BER~ARDINO AND I';LA';D EMPIRE LA';DSCA.PE, INC. 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supersedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may be modified or amended only by a written instrument executed by all parties to this Agreement. IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated c::J. - / / - , 2009 VENDOR [,lmd ~m::: L7" [" By. L~ Its / i'<uopc/V7" / Dated By. tv! , ,2009 BERNARDINO Approved as to form. James F. Penman, City Attorney .p~ 6 CERTHOLDE,R COPY SJ STATE COMPENSATION INSURANCE FUND PO. BOX 420807, SAN FRANCISCO,CA 94142-0807 CERTIFICA TE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 02-10-2009 GROUP: POLICY NUMBE,: 1680826-2008 CERTIFICA TE 10: 123 CERTIFICATE EXP"'ES: 08-01-2009 08-01-2008/08-01-2009 CITY OF SAN BERNARDINO CITY HALL 300 N 0 ST 4TH FL SAN BERNARDINO CA 92418-0001 SJ 30TH ST & BROADMOOR BLVD. This is to certify that we have issued a valid 'vVorkers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. ThiS policy is not suoject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advar:ce notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an inSurance policy and does not amend. extend or alter the coverage afforded by the policy listed herein. Notwithstanding ar'Y requirement, term or condition of any contract or other docume"nt with respect to which thiS certificate of Insurance may be issued or to which it may pertain, the insurance afforded by the poliCY described herein is subject to all the 'terms, exclusions. and conditions, of such policy. a::: REPRESENT A TI EMPLOYER'S LIABILITY LIMIT ~~~ PRESIDENT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - JOEL IBARRA, PRES SEC TRES VP - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 08-01-2006 IS ---ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER INLAND EMPIRE LANOSCAPE, INC 2456 KERN ST SAN BERNARDINO CA 92407 SJ [Bl1,SJ] , _o~f?D. f lTC Iris 1....!3.:1ce Services 1740 E. W~s~lngton S:reec, C::Jlton CA 92324 CERTIFICATE OF LIABILITY INSURANCE I , #e3 0'" TE (MMlOOfYY) 02/10/09 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERl1FICA TE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. COMPANIES AFFORDING COVERAGE C8MPA.NY A USF Insu:ca~ce Comoan." INSURED ::Inland E:1i~i.re Landscape, In.::. 2456 Ker~ Street Saf1 Berna~dln::J, CA 92407 CC'MP..NY B C8MP.l,J.f( C CCMPANV D COVERAGES T:--iIS IS TO CE:1T1FY THAT THE PQL:CIES OF INSL'RANCE LISTED BELOW HAVE BEEN ISSL.;ED TO THE INSURED NAME) ABOVE FOR THE POLICY PERIOD iI\.OI.':ATEJ, NcrNrn"~STA.NOING ANY REGUIRE,\1E~T, TER.\! OR CONDiTION OF ANY CONTRACT OR OTHER DOCUME'.jT WIT~ RESPECT TO WHICH THIS CERn,:iCATE rAA~ BE ISSUED ()R ,\IAY PERTAIN, THE j~jSURA.'.JCE AF;:OROED BY Ti-"E POLICIES DESCRIBED HEREIN IS SUB..;ECT TO ALL THE TEm,1S, EXCLl;SI,~."'s A'J~ CQ\J21]QNS 01= SUCH POllCIE3 LIMITS SHOVliN MAY HAVE BEP; REJL.:CEJ BY PAI~ CLAL\1S I POUCY EFFECTIVE iPOucy EXPIRATION TYPE OF tNSURANCE POLICY NUMBER I OA. TE (M"'iOOfYY) OA TE (MM/OOIYY) CO I LTA, I GENERAL LIABILITY A !7i CO'-"MERCIAl.. GENE,=1;:t liAB,LITY '------, ....-----,-, : : : C<.-AIMS f,I;.OE I ",i I:CCUR '- '----' W D\<\NERS & :CN8ACTCR'S PROT I C-.J . I UM/TS LGBGL69855 11/20/08 11/20/09 GENERAL. "GGREGATE PR(:CUCTS . CQMP,OP AGG PE.%CNAL & ADV INJURY EACH OCCURRENCE .2,000,000 .2,000,000 .1,000,000 .1,000,000 .100,000 .5,000 I AUTOMOBILE LUBIUTY ,'--"; J AAY AiJTO ,..., HALL CWNEO AUTCS H SCHEJULED AUTOS ~~ HIRE::! AUTOS LJ NON-OWNED AUTOS ::IRE DAMAGE (Anyone rOI&) MEO EXP (My one person) C(:Mi:liNEQ SINGLE liMIT BOCll Y INJURY (Per person) BOOIl Y INJURY (Per accident) . PROPERTY OA}.\AGE ~A.CiELIABIUT'i' H ANY AUTO AUTO ONLY - SA ACCIDENT S OTHER THAN AUTO ONlY EACH ACCIDENT S AGGREGATE EACH OCCURRENCE S . AGGREGATE S . I EXCESS LIABILITY R UMBRElLA FORM OTHE!'i THAN UMBRELLA ."DAM WORKERS COMPENSATION AND ENPlOYERS' UABILfTY I THE PROPRIETOR/ PARTNERs/EXECUTrYE I 'JFFlCERS ME R'NCL I EXCL QT>;. ER I OTHER I I DESCRIPTION OF OPERATIONSlLOCAnoNSNEHICLfSiSPECIAL lTEMS Job Description: Landscape Maint./Install. Project: 30th St./Broadmoor Blvd. *10 Days Notice for Non-Payment of Premium. Certificate Holder named as Additional Insured er form CG2033 0704 attached. City of San Bernardino :ity Hall 300 N "D" St., 4th San Bernardino, CA Floor 92418 SHOULD ANY OF Tl1E ABOVE DESCRIBED POUCtES BE C.lNCEUfO BEFORE THE ^ EXPIRATlON DATI THEREOF, Tl1E lSSU}H,G COMPANY WU ENDEAVOR TO MAll 30* DAYS WRITIEH NOTICE TO TH!t CEftTlFICA .~ NAMED TO THE LEFT, I . \ BUT FAILURE TO MAll SUCH NOTltE SHAU SE NO OBUCAOON OR UABlU1'Y ! J, I OF ANY kINO UPON THE COMPANY, OR: REPRESENTATIVES. AUTHORIZED REPRESENTATIVE I I L \ ) ,>rnt:l:"l ?<::c<:: f1;1:t<:1 ..--.-- COMMERCIAL GENERAL LIABILITY CG 20330704 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, ADDiTIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU Th:s endorsement modifies insurance provided under the following COMMERClft.L GENERftL LIABILITY COVERAGE PART A. Section If . Who Is An Insured is amended to Include as an additional insured any person or or- ganization for whom you are pertorming operations when you and such person or organization have agreed in writmg in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with respect to liability for "bodily injury", "property damage" or ~personal and advertiSing injury" caused, in whole or in part, by. 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com. pleted. B. WIth respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to. 1, "Bodily injUry", "property damage" or "personal and advertising injury" arising out of the ren- dering of, or the failure to render, any profes. sional architectural, engineering or surveying services, including 3. The preparing, approving, or failing to pre. pare or approve, maps, shop drawings, opinions, reports, surveys, fieJd orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily InJury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of ''your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcon- tractor engaged in performing operations for a principal as a part of the same project. CG 20 33 07 04 <9150 Properties, Inc, 2004 Page 1 of1 r CERTIFICATE ...OF.......lIABllITYiINSURANCE 0' TE (MUiOCIYYj I ACORD~ 02/10/09 .' .... THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ) PROOUCER P-.l fonso Costas Ins. Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1740 E. Wa.shington St:-eet, #C3 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I Cclton CA 92324 I COMPANIES AFFORDING COVERAGE I CC"-IPANY I A Truck Insurance ExchanGe INSURED , CCMP~NY I:1land Empire Landscape, Inc. I B 2456 Kern Street I CCMPAN" San Bernardino, CA 92407 I C CO/l;IPANY D I COVERAGES ....... ...... ..... .... ....... .... . . ........ ii.... ii'.. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO Tf-'E INSURED NAMED ABOVE FOR T~E POLICY PERIOD iNDICATED, NOTWITHSTANCING A,~Y REQUIREME,\JT, TERM OR COi'\DITIQN OF ANY CO~TRACT OR QT.,EA DOCUMENT WITH RESPECT TO Wi-iICH THIS CERTIFICATE MAY BE ISSUEJ OR MAY PERTAIN, THE INSURANCE AFFORCED B'y THE POLICIES DESCRIBEQ HERE!o\l IS SUEJECT TO All THE TERMS, EXCL'''':SIONS A~~D CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEE'J REDUCED BY P.1,~D CLAI~..~S co i TYPE OF INSURANCE I POUCY NUMBER POUCY EFFt:cnVE POWCY EXPIRATION I UMITS llR DATE (MM/ODIYYj DAtE (MMlDDfYY) n~A; WBllITI GENERAL AGGREGATE , _ COMMERCiAl GENERAl UA81UTY PRODUCTS - COMP/OP AGO , , . CLAIMS MADE 0 OCCUR P€ASONAl &- ADV INJURY , - OWNER'S &- CONTRACTOR'S PROT EACH OCCURRENCE , !- F;RE DA.\1AGE (Anyone fire) , , MEO EXP (Anyone perSQ(1) , I~TOMOBILf LJAB1UTY COMBiNED SiNGLE LIMIT '1 ,000,000 I--- ANY AUTO h ALL OWNED AUTOS 12/08/08 12/08/09 BODILY INJURY , A d SCHEDULED AUTOS 602630726 iFerperson} A rn HIRED AUrOS BODilY INJURY A -J NON-OWNED AUTOS (Peracc.denl) , H PROFERTY DAMAGE , ~RAGE UlBILlTY AUTO ONLY - €A ACCIDENT , I--- ANY AUTO OTHER THAN AUTO ONLY' . I--- EACH ACCIDENT , AGGREGATE , I EXCESS LIABILITY I EACH OCCURRENCE , R' UMBREllA FORM AGGREGA IE , OTHER THAN UMBRElLA FORM , WORKERS COMPENSATION ....ND I i6~l[~J~~ I IOJ~- ... ... EMPLOYERS' UABIUTY EL EACH ACCIDENT , THE PROPRIETOR! R'NCl EL DISEASE - POliCY LIMIT , PARTNERS/EXECUTIVE I OFFICERS ARE EXCl I El DISEASE - EA EMPLOYEE , IOlliER I I , I I I I I , DESCRIPTION OF OPER....OONS/LOCATIONSlVEHICLfSfSPECI....LlTEMS . Project: 30th Street & Broadmoor Blvd. Job Description: Landscape Maintenance Installation *10 Davs Notice for Non-Pavment of Premium. i city;i ................ii .............................. San Bernardino SHOULD ANY OF THE ABOVE DESCRIBED (fOUC1ES BE CANCELUD BEFORE TME City Hall .: .........-" EXPIRATION DATE THEREOF, THE ISSUING COMPANY Will ENDEAVOR TO MAL 300 !1D" i I N St. , 4th Floor 30* DAYS WRITTEN NonCE TO nlE i:ERT'6fA~ HOLDER, N....MED TO THE lEFT, San Bernardino, CA 92418 BUT FAILURE TO MAIL SUCH NonCE rHAL~ !\.tE NO oe~T1ON OR UABI\JTY OF ANY KINO UPON lliE COMPANY" ITS GENTS o~ REPRESENTATIVES. AUTHORIZED REPRESEHrA.T1VE \ ) '~f..--<. . ....,. ~ '", ~"---_._-::-.'-=.,,-' --.._----~-'.---_..'- ~._._--- _.--~_.._. - . --- Ci ty of San Bernardi no 8 / 789 02/10/2009 12:43:41 Reg 2CC04 Account: 106363 - INLANO EMPIR Starting BaTance $ Validation Receipt CHARGES- 0010004301 545C Construction Busines$ 100.00 0010004301 PROCES Processing Fee For N$ 10.00 ---------------------------------- Sub-tota i $uu**110.00 PAYMENT - 2 - VS 1914 $ 110.00 Nothing due $**_uuuO.OO CUSTOMER COpy ~'8n :3 09 10:13a iNLAND EivlPIRE L,~r--JCSCAPE 9C9473S040 p,2 Infana'Empire Lamfscape, Inc. 24561(mr S.. Sa" 'Elm",r{i"", Ca ~2407 Co,,!raaor's Liuns. 'No. 802299 Off..a 909-'"777-9066 Fax 909--+7;-90+0 January 13, 2009 fk Ra'T1on Mala Parks Division Manager Parks, Recreation and Community Services 201 A North E Street, Suite 103 San Bernardino, CA 92401 Re: "Irrigation System Upgrade" Dear Mr Mata I acknowledge Ihe City's request for a 5% (five percent) reduction in that amount quoted by Inland Empire Landscape, Inc for the work to be performed to accomplish the irrigation system upgrade - Broadmoor Avenue (RFQ F-09-02). I hereby authorize that reduction in the quoted price for the war,: the qucted price is, therefore, $23,13250 ($24,350.00 less $1,217.50). This quote will be valid until March 3, 2009. ~'.J ~/~ /Joel Ibarra Presiden t Exhibit "8" Inland Empire Landscape, Inc. 2+56 Kern 5t 5an 5ernardino, Ca 92+07 Contractors license No. 802299 OUice 909-+7)-9066 Fax 909-+7)-90+0 Proposal No.032309CLCO Submitted To: City of San Bernardino Date Submitted: March 23, 2009 Property Name: Broadmoor Blvd Project Name: Control and Sprinklers Property Location: City of San Bernardino. Contact Person: Ramon Mata Telephone No.: 909-384-5030 Fax No.: 909-384-5160 Inland Empire Landscape will furnish all necessary insurance, and equipment to install the following: labor, materials, supervision, SCOP6 Of' WOR.K. 1. Install control and pedestal [ solar control.] 2. Fix galvanized main lines and lateral lines are leaking, broken on several areas. Using necessary parts. 3. Install rain bird model 1804, 1806 12h pop-up whit swing joints. Approximately. [ 200] 4. Install extra valve and \\-ires for extra zone TOTAL $ 5000.00 "E>Lcl 6xcLuswV\.s: Permits and fees, extensive barricades or extended security, damage or vandalism repair, sleeves, utilities, cost water cost, water meter. CLAR.lf'ICATlONS: 1. Any plan changes will be performed subject to approved change order. ./ " Authorized Signature: .,.., ," ,- .-<' - "'/ -~-/~---i:'--;/I-' '::_~' ..-., .' ---. Joel Ibarra/President Acceptance proposal-the above price, specifications, and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined above. Signature(s): Date: _1_/2009