Loading...
HomeMy WebLinkAbout05.J- Parkd, Recreation & Community Services RESOLUTION (ID # 3574) DOC ID: 3574 CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Purchase Order From: Mickey Valdivia M/CC Meeting Date: 12/01/2014 Prepared by: Demetra Moore, (909) 384- 5233 Dept: Parks, Recreation & Community Ward(s): All Services Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Execution of Amendment Number One to the Agreement with Inland Empire Landscape, Inc. and Increasing Purchase Order No. 2015-00000724 by $50,000 to $381,836 for Parks Maintenance and Irrigation Repairs at the City's North Park Sites. (#3574) Current Business Registration Certificate: Yes Financial Impact: Account Budgeted Amount: $1,200,000 Account No. 001-380-0072-5506 Account Description: Landscape Contracts Balance as of November, 2014: $159,520 Balance after approval of this item: $95,120 (after Council approval of increase to purchase order 2015-00000172 in the amount of$14,400) Please note this balance does not indicate available funding. It does not include non- encumbered reoccurring expenses or expenses incurred, but not yet processed. Motion: Adopt the Resolution. Synopsis of Previous Council Action: 08/07/2014: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the City Manager to Execute the Vendor Services Agreements Between the City of San Bernardino and Inland Empire Landscape, Inc. for Park Maintenance, Restroom Maintenance, and Trash Service at the City's North Park Sites and Between the City of San Bernardino and RP Landscape for Park Maintenance, Restroom Maintenance, and Trash Service at the City's Central and South Park Sites. Background: On August 8, 2014, Mayor and Common Council approved vendor services agreements with Inland Empire Landscape, Inc. and RP Landscape Inc. for park maintenance services of the City's North, Central, and South park sites. Additional park maintenance and irrigation repairs were identified; thus, additional expenses have been incurred. The Updated: 11/25/2014 by Steven Graham I Packet'Pg.94 3574 Parks, Recreation, and Community Services Department ("Parks Department") is requesting an increase to the current purchase order with Inland Empire Landscape, Inc. in the amount $50,000 (additional encumbrance in the Parks Maintenance Division only) for city-wide irrigation repairs and park maintenance of the City's North park sites. Sufficient funding for landscape contracts was appropriated for fiscal year 2014-15; therefore, the Parks Department is requesting an increase of funding to the current purchase order. An additional encumbrance of funding will ensure proper park maintenance, proper irrigation repairs, and compliance with the State of California's mandated water conservation bill. City Attorney Review: Supporting Documents: Resolution - IE Landscape (DOC) agrmt. 3574 (PDF) Updated: 11/25/2014 by Steven Graham Packet Pg. 95 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN 3 BERNARDINO AUTHORIZING THE EXECUTION OF AMENDMENT NUMBER 4 ONE TO THE AGREEMENT WITH INLAND EMPIRE LANDSCAPE, INC. AND INCREASING PURCHASE ORDER NO. 2015-00000724 BY $50,000 TO $381,836 FOR 5 PARKS MAINTENANCE AND IRRIGATION REPAIRS AT THE CITY'S NORTH PARK SITES. c 6 — ti 7 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF a SAN BERNARDINO AS FOLLOWS: a 8 J 9 SECTION 1. That the Director of Finance is hereby authorized and directed to increase w d 10 Purchase Order 2015-00000724 by $50,000 to an amount not exceed $381,836. The $50,000 L V 11 increase shall be funded from Account# 001-380-0072-5506, the Park Maintenance Divisions' L (D 12 landscape contracts account. 0 as 13 R SECTION 2. That the City Manager is hereby authorized to execute on behalf of the City of I' 14 � G. 15 San Bernardino Amendment Number One to the Vendor Services Agreement Between the City U) Ili 16 of San Bernardino and Inland Empire Landscape for Park Maintenance Services, a copy of c. 17 which is attached hereto as Exhibit "A" and incorporated herein as though set forth fully at 18 length. w 19 — 2 o SECTION 3. That these authorizations are rescinded if the actions described above are not c 21 performed within sixty(60) days of the passage of this Resolution. 0 a� 22 c 23 E U f4 24 25 26 /// 27 28 1 Packet;Pg.96 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AMENDMENT NUMBER 2 ONE TO THE AGREEMENT WITH INLAND EMPIRE LANDSCAPE, INC. AND 3 INCREASING PURCHASE ORDER NO. 2015-00000724 BY $50,000 TO $381,836 FOR PARKS MAINTENANCE AND IRRIGATION REPAIRS AT THE CITY'S NORTH 4 PARK SITES. 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and -- c 6 Common Council of the City of San Bernardino at a meeting thereof, held on Q 7 v 8 the day of , 2014,by the following vote,to wit: J 9 Council Members: AYES NAYS ABSTAIN ABSENT W as U) 10 MARQUEZ y � 11 = BARRIOS L Q 12 VALDIVIA 13 w 14 SHORETT a 15 NICKEL to 16 JOHNSON d CL 17 v MULVIHILL 18 R J W 19 — Georgeann Hanna, City Clerk , c 20 2 The foregoing Resolution is hereby approved this day of 12014. 21 v°> d 22 c 23 R. CAREY DAVIS, Mayor E City of San Bernardino 24 Approved as to form: a 25 GARY D. SAENZ, City Attorney 26 2 7 By. 28 2 Packet Pg.97 AMENDMENT NUMBER ONE TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND INLAND EMPIRE LANDSCAPE,INC.FOR PARK MAINTENANCE SERVICES This Amendment Number One (the "First Amendment") is entered into this day of 20—,BY AND BETWEEN: the City of San Bernardino, a Charter City organized under the laws of the State of California, with an address of 300 N. "D" Street, San Bernardino, California (the "CITY"); CL U AND, Inland Empire Landscape, Inc. (the "VENDOR") (individually CITY or VENDOR may w be referred to as a "PARTY"and collectively CITY and VENDOR may be referred to as the"PARTIES"). a L WITNESSETH : L d WHEREAS, on the 4''" day of August, 2014, the CITY and VENDOR entered into that certain p Agreement titled VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN N BERNARDINO AND INLAND EMPIRE LANDSCAPE, INC. FOR P.A.RK. MAINTENANCE SERVICES (the "Agreement") for park maintenance, restroom maintenance, and trash service at the City's north park sites; and, ° LO ti WHEREAS, CITY and VENDOR desire to amend the Agreement for park maintenance, restroom maintenance, and trash service and desire to amend their rights, duties,and liabilities in connection with their performance thereunder; and, M NOW, THEREFORE, for and in consideration of the mutual covenants and conditions E, contained herein,the PARTIES hereby agree as follows: c d I. That Section 2 Compensation and Services, subsection a, shall be amended to read as E follows: r Y Q "For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of$381,836.00 for park maintenance, restroom maintenance and trash services at the City's north park sites." IIl fl! AMENDMENT NUMBER ONE TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND INLAND EMPIRE LANDSCAPE,INC.FOR PARK MAINTENANCE SERVICES Page I of 2 Packet Pg.98 2 . Exhibit A to the Agreement is hereby amended by: (i) removing the document previously identified as Exhibit A; and inserting the document identified as Attachment I to this Amendment, attached hereto and incorporated herein as though set forth fully at length, as Exhibit A to the Agreement. IN WITNESS THEREOF,the parties hereto have executed this Agreement on the day and date set forth below. d CL R Dated: , 2014 VENDOR: Inland Empire Landscape,Inc. w m By: - -- d L Its: _ L d L O Dated 2014 CITY OF SAN BERNARDINO U L a. By: ti Ln Allen Parker,City Manager Ln ti M APPROVED AS TO FORM: r Gary D. Saenz, City Attorney E 04 z. By E� r a AMENDMENT NUMBER ONE TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND INLAND EMPIRE LANDSCAPE,INC.FOR PARK MAINTENANCE SERVICES Page 2 of 2 Packet Pg.99 ci c AV A m CL m ATTACH .Ml. , ENT 1 U N 'C C R J W d N d L U L d O N tG s U L 7 IL ti LO M ti LO M E L 0 m C d E U a City of Sap Bernardino Parks and Recreation,Recreation & Community Services Department Landscape Maintenance.Scope of Work I. TURF MOW/EDGE A. MOWING i. All turf areas shall be mowed once per week. Winter schedule(October- _ February)shall be a reduced mow schedule. There maybe certain projects CL that the CITE'will require mowing on specific days:for sporting activities. ii. Work shall be performed on the same day each week.. Initial.mowing week schedule and any changes must be approved by the..Parks and Recreation Director or his designee prior to implementation. J All mowings missed due to inclement weather or ground conditions from such weather shall be rescheduled and completed within.3 working;days N on weekly schedule. d iv, Cuttings heights shall be adjusted according to the type.of grass in accordance to the.followin criteria: L d Grass Type Time Period Height Bluegrass and Fescue (June thru.September) 3inches 0 m (September thru May) 2nches St.Au stine (Yeah Hound) 271/4inches Bermuda (Year Round) 3/4inches a V. All warm season..grasses such as Bermuda and St. Augustine shall be M .mowed with a power-driven reel type mower. Bluegrass and Fescue may be mowed with either power-driven reel or rotary type mowers. All LO equipment shall be adjusted to the proper cutting heights and shall be M adequately sharpened. E vi. All visible grass clippings shall be collected and removed from the site prior to the completion of that day's mowing operations or the end of the day,whichever occurs first. d vii. All glass, leaves,paper and other debris shall be.removedand:disposed of Off'SiteL prior to mowing: w viii. All portable obstructions such as picnic tables and trash containers shall be t moved in order to mow all portions of tuff. ix. All walkways,roadways,trails or other areas,dirtied by mowing operations shall be cleaned and all debris disposed of off-site prior to the completion of that day's mowing operations or the end of the day, whichever occurs first. Q Packet Pg. 101 M EDGING i. All turf grass borders shall be neatly and uniformly edged or trimmed concurrent with every mowing. ii, Mechanical methods shall be used except where physically not.possible,or practical. iii. Chemical application shall be used on areas such as planters,buildings,around trees along asphalt trails/paths,around sports field equipment;or fence lines.. iv. CONTRACTOR'S shall use non-restricted chemicals:only to perform -� chemical edging. V. Chemicals shall be recommended and approved by Parks and Recreation prior to use, A"Notice of Intent"form shall be completed if applications of °' non-restricted/restricted materials are utilized. The form,shall be completed and submitted to..Parks and Recreation within fourteen;(14),days prior to intended use. "Notice.of Intent"form shall be provided by CONTRACTOR, w No work.shall begin until Parks and Recreation and Recreation's approval js obtained. vi. Chemicals shall only be applied under the supervision of persons possessing a valid California pest control operator's license. Records of all chemical c application operations dates,times,method of applications,chemical d formulations, applicator's name and weather conditions at the lime of application shall be made and retained n an active file`for aminimum of one 0 i (1),year. After this period .records shall be retained mi accordance with San Bernardino County Department of Agriculture regulations. L vii. Chemicals shall be applied to limit drift to six(6)inches.All precautionary a measures necessary to ensure public and worker safety shall be employed:since all areas will be open for public access during application.. M viii. Chemical edging shall be restricted to a six(6)inch wide.strip around buildings,planters,asphalt trails/paths, and other projections and a`twelve('12) LO inch wide strip around trees,sports field equipment and firnee.lines, ix. All walkways;roadways,trails or other areas dirtied by edging operations E shall be cleaned and debris disposed of off--site prior to the completion of M that day's operations or the end of the day,whichever occurs first. r c as C. WATERING i. All turfareas shall be irrigated as required to maintain adequate growth and a appearance. ii. Irrigation shall be.accomplished in accordance with the following time frames wherever possible: (aj Parks and Recreation;:8pm to 6am (b) Slopes/Landscaping: 8pm to.6arn (c) Medians*Parkway; .8pm to 6am (d) Manual Irrigation: as needed (e) Point to Poii t Irrigation: 24 hours Packet Pg. 102 5.J.b iii. CONTRACTOR shall monitor the requirements of the plant material,soil conditions,seasonal temperature-variations,wind conditions and rainfall and shall recommend appropriate changes induration of watering.cycles:No actual changes will be implemented without prior approval of Parks and Recreation and Recreation. iv. Special watering required during daytime hours such as after fertilization, during periods of extreme:dryness,heat,or during manual irrigation circles shall be conducted in accordance with the following.criteria: (a) There shall be minimal drift.onto private property or roadways causedfrom the wind. c (b) "There shall be no interference with sports field activities.or other special activities. M (c) There shall be irrigation personnel present at each looation..until watering cycle is,completed. (d) CONTRACTOR'S:shall respond within two(2)hours of.any request by Parks J w and Recreation to turn on/off irrigation systems,particularly in respect to , rainfall. N D, WEED CONTROL _ i. A regular program of chemical application shall be used to control weed growth, d supplemented by hand removal or noxious weeds or grasses as.necessary. o ii. Chemical control of broadleaf weeds shall be employed as often as necessary to a, maintain turf areas in a"weed free"condition, M iii, All equipment used to perform chemical application shall be thoroughly cleaned P when necessary to,prevent injury to persons,plants oranfinals from residues of a materials previously=used in the equipment-Equipment shall be cleaned in accordance with the procedure recornmended..on the label. M iv. All damage resulting from the CONTRACTOR"s operations shall be repaired or replaced at CONTRACTOR's expense. LO v. Non-restricted chemicals shall be used whenever possible to perform weed control in turf and landscape areas. E II. FERTILIZATION � E s A. Scheduling i. All turf,areas shall be fertilized in accordance with soils report recommendations a when granular fertilization is used;if no soils report exists;the following criteria shall revail: E.. R RATE (a)Bluegrass 16-6-8 w/trace 1 ib..actol ii'strogen 1000 sq.ft (b) Bermuda Ammonia Nitrate 1 Ib.actual.nitrogen 33.5-0-0 1, 1000s q.ft 16-6-8 w/trace 11 b.actual nitrogen Elements 19gosq.ft Packet;Pg. 103 (c)fescue 16-6-8 w/trace 1 lb;actual nitroeen Elements 1000 scs.ft (d)St.Augustine Ammonia!Nitrate �_tb.actual nitrogen 33.5-0-0 1000 so.ft ii. All proposed.changes in.formulation shall be submitted to Parrs and Recreation for approval prior to use. iii, All fertilization schedules shall commence on the effective date of the cortract then.follow the.cycles. iv. Turf shall be free of moisture at the time of fertilizer application. Application of c the fertilizer shall be done in sections; determined by the areas covered by Q. each irrigation system. All areas fertilized shall be thomugl3ly soaked immediately after the fertilizer is broadcast. v. All turf areas shall be fertilized in accordance with the fallowing criteria when C liquid fertilizers are used in conjunction with irrigation injection:systems: w a. All liquid concentrate fertilizer formulations shall be approved by Parks and Recreation•prior to use. b. The rate of injection.ofthe liquid concentrate fertilizers shall be established upon initial installation of the fertilizer.injection system.Any c changes to the meters affecting rate of injection of fertilizer shall be approved by the inspector prior to making any adjustments to the system. o C. All liquid concentrate fertilizers shall be water soluble, emulsifiable and d shall be capable of remaining suspended in water until the fertilization cycle is completed. Fertilizers shall be thoroughly flushed from irrigation L lines prior to the start of the next irrigation.cycle, a vi. All fertilization schedules shall commence on the effective date of the:contract N: then follow the cycles established in the annual schedule. M vii.All damages to the landscaping resulting from use of unauthorized fertilizers, unauthorized adjustment to ini eetion system settings and/or failure to flush Ln irrigation Iines after the use of liquid concentrate fertilizers shall be repaired or replaced at the expense of the CONTRACTOR. E as III. LANDSCAPED AREAS d A. Procedure and Scheduling i. All landscaped areas shall be fertilized in accordance with.soils report „a recommendations,if no soil report exists,the following criteria shall a revail.. TYPE RATE Herbaceous Plants ];I}a,Igu,g nitro en 10(Xf.•sq;ft Grass Areas 1 lb.actual nitrogen 12€10 .ft. Ground Cover 11 b.actual nitrogen 1;000 sq,ft Shrubs I tb,a gud nitrogen IOW sq.ft ii. All proposed chemical formulations-shall be submitted to Parks and Recreation for approval prior to use. Packet Pg. 104 5.J.b iii. All fertilization schedules shall commence with the effective date of the contract. iv. Ground cover areas shall be free of moisture at the time of fertilizer application. Application of the fertilizer shall be done in sections, determined by the:areas covered by each irrigation system.All areas fertilized shall be thoroughly soaked immediately aver the fotilizer'is broadcast. RESEEDING A. Scheduling i. All bare,worn or sparse areas m the turf shall be reseeded to re-establish turf to = an acceptable.condition annually between February 15 and March 15 in sports and a athletic fields and between April 1 and April 30 in all other areas, 0 ii. Reseeding shall be performed in accordance with the fallowing cr teriia. a. All areas to be reseeded shall be raked or verticut to remove all thatch and to provide arough(scarified)seedbed suitable for.seeding: w b. ,Areas to be reseeded shall be fertilized to-provide one(I)to one and one- N half(1-112)pounds of nitrogen per thousand(1,000)square:feet. d iii. Grass seed shall be applied at the rate specified on the label for the type of seed v being used for reseeding. Seed quality shall meet the following criteria::, L a. .Minimum purity shall be 98%weed free for all grasses. b. Minimum germination rate shall be 85%for all grasses. o C. No seed shall be applied without prior labeled verification:of seed quality. d. All-seeding equipment shall be calibrated to deliver the:desired.seeding rate for the specific species or seed mixture to be used prior to each reseeding a operation. ,e. Once seed has been applied,CONTRACTOR shall cover all seed asad firm LO the soil with a water ballast roller,either empty or partiaUy-Bled depending upon soil conditions. Seed shall then be lightly covered with mulch to n prevent erosion and reduce evaporation of soil moisture, M iv. Due to extensive scheduling of sports fields in certain areas,reseeding may be required which far exceed the norrual.Under,these circumstances Parks and as Recreation may determine that reseeding is beyond the normal reseeding requirernetats and:shall be performed as extra work Ifthexeseeding operation is determined to be extra work,the CONTRACTOR shall submit estimates for s labor,materials and all required authorizations. Y Y a G. WATERING i. All landscape areas shall be irrigated as required to maintain adequate growth and appearance. ii. Irrigation shall be accomplished in accordance with the following time frames wherever possible(see Section C, Pg.'1) Packet Pg. 105 S.J.b Q iii. CONTRACTOR shall.monitor the requirements of the plant material,:soil conditions,seasonal temperature variations,wind conditions,and rainfall and shall recommend appropriate changes in duration of watering cycles. No actual:changes will be implemented without the prior approval of Parks and Recreation and Recreation. iv. Special watering required during daytime-hours such-as afterfertilization, during periods of extreme dryness of heat and during,manual irrigation cycles shall be conducted in accordance with the.following criteria: a. There shall-be minimal drift onto private property or-roadways caused from the wind. c b. There shall be no interference with sports field activities or other a special activities, c. There.shall be irrigation personnel present at each location.until watering.cycle is completed., d. CONTRACTOR shall respond within 2 hours of any.request by Parks w and Recreation to turn onloff irrigation systems,particularly in respect to rainfall.. y d L V H. WEED CONTROL L d L i. A regular program of pre-emergent chemical application shall be-used to O control weed growth,supplemented by hand removal of noxious weeds or grasses as necessary. L ii. Weeds and grasses shall be removed from all planted areas within seven a (7).days from the time that they are first visible, Methods for removal shall It be hand removal of cultivation dependent upon planting concentration. M IV. GROUND COVER � ti LO M A. Ground cover areas shall be maintained in a manner which will promote the healthy E growth of the plant material in a somewhat natural state while removing weed infestations. r B. All ground cover shall be trimmed to restrict growth from sidewalks,trees,.shrubs, trails,behind curbs,.and from private.property, s U R VIL MMGATION SYSTEM a A. OPERATION/REPAIR: i.The entire irrigation-system to include all components from connection at meters shall be maintained in an,operational state at all times. This coverage applies to all controllers and remote.control valves,gate valves,and backflow devices,main and lateral lines,sprinkler heads, and moisture-sensing devices. ii. CONTRACTOR shall coordinate with Parks and Recreation for all non-routine irrigation maintenance repairs. iii. All systems shall be adjusted in orderto: Packet Pg. 106 5.J.b a. Provide adequate coverage of all landscape areas, b. Prevent excessive runoff and/or erosion by multiple start times. C. Prevent watering roadways,facilities such as tennis,basketball or handball courts,walkways,trails,fences, and.private property. iv. In addition to weekly testing, all irrigation systems shall be tested and inspected as.neeessary when damage i`s suspected, observed or reported. V. Adjustments,damages,and repairs shall be evaluated based on the following categories and actions: a. All sprinker heads.shall be adjusted to maintain-proper toverage. Adjustments shall include actual adjustments to heads, cleaning and flushing heads and lines,and removal of obstn?ations.Costs a for adjustment shall be included in.costs for operaflon and maintenance of the.irrigation system. a b. All damage resulting from the CONTRACTOR.'s operations shall J be repaired-or replaced prior to the end of:the.work:day at the w CONTRACTOR's expense. C. Damage and repairs for causes other than the CONTRACTOWs operations shall be evaluated based on the following categories and actions: c i. Minor repairs shall include replacement of adjusting pins, friction collars, washers,trip,assemblies and other small parts.The cost for minor repairs shall be included`in the 0 costs for.operation and maintenance of the irrigation s system, ii. Major repairs shall include all items other than small paft a including repairs to valves,main and lateral lines,. controllers,quick couplers and backflow preventers, and M will be paid in accordance with the provisions of extra work. Ln d. Repairs to the irrigation.system shall be completed within twelve (12)hours after approval by Parks and Recreation major component E damage such as broken irrigation lines, defective or broken valves and within forty-eight(48).hours after approval by Parks and Recreation repairs to smaall parts such as:sprinkler heads and other E minor items. e. All replacements shall be with original type and model materials unless a substitute is approved by Parks and Recreation. a f CONTRACTOR shall maintain an adequate stock:of:mediurn.and high usage items for repair ofthe irrigation system. g. CONTRACTOR shall implement repairs in:accordance with all effective warranties and no separate payment.will be made-for repairs on equipment covered by warranty: h. CONTRACTOR shall pay for all excessive utility usage-due to failure. Packet Pg. 107 AF A VIII. FACILrrY MAINTENANCE A. SPECIALTY/SPORTS AREAS: L General (applies to all park and landscape maintenance areas): a. All animal feces or other materials detrimental to human health shall be removed from the park areas daily; b. All broken glass and sharp objects shall be removed daily. c, All areas shall be inspected daily and maintained in a neat,clean and safe condition at all times. — d. All,areas shall be raked to remove leaves and debris-daily. C e. All park and sports equipment shall be inspected for vandalism, N safety hazards and serviceability daily. Deficiencies:shall be � reported in writing immediately to Parks and Recreation and J Recreation. w SAND COURT AREAS: d a These areas.shall include tot lots,play areas. volleyball courts, etc. d b. All areas shall be maintained weed free. _ c. During the first week in April, June,August and October,all sand L I areas shall be rototilled to the maximum depth#hat will allow complete loosening of the sand,but will not cause lower base 0 materials to be mixed in with the sand. After rototilling,all areas shall be raked level. d. On Monday of each week, all sand areas shall be raked level. a ill. Hard Surface Areas: a. These areas shall include tennis courts,handball courts',basketball courts,bicycle trails; A.C.walkways,.etc. iv. Restrooms. a. Restrooms shall be cleaned daily,water closets scrubbed,and M graffiti removed. w b. Tissue and paper products shall be checked and refilled daily E, c. CONTRACTOR is responsible for maintenance of equipment and `0 supplies required to operate restrooms in a clean and orderly d manner E d. CONTRACTOR.shall unplug toilets,si mks,.and.dithhkiing fountains. e. Restrooms hours are 8:00 a.m.to 5:00 pan. daily:(Novetr ber— a February)grid 8:00 a:m,to 8.00 p-mr daily(February—November). B. GENERAL FACILTY OPERATIONS: k i. AlI drinking fountains.shall be kept.:clean and operational at.all times. a. Minor,repairs to include,but not.limited to unclogging drains. b, All repairs shall be completed within seven(7)'days aver damage 4 occurs. c. Any damage shall be reported to Parks and Recreation d. Should damage be repetitive,Parks and Recreation will evaluate replacement with a more damage resistant model. Packet Pg.108 e. All sidewalk areas shall be cleaned if dirtied by C—ONTRACTOR'S operations and at other times as required. f All leaves,paper and debris shall be removed from landscaped areas and disposed of off-site., g. Trash cans provided by the CITY shall be emptied daily And washed after:emptying when necessary, h. CONTRACTOR'S shall provide plastic bags for all trash cans at CONTRACTOR's expense. C. PICNIC AREAS AND PAVELLIONS i. All concrete"V"drains to include the portion under the sidewalk shall be,kept free of vegetation,debris and algae to allow unrestricted water flow. CL CU ii.. All other drainage facilities shall be cleaned of all vegetation and debris. All grates shall be tested forsecurity and refastened as necessary. Missing or damaged grates shall be reported to Parks and Recreation and Recreation, iii. All barbecue grills shall be emptied of all ashes twice per weep; Mbndays and W Fridays. iv. All security and sports area fighting shall he inspected Weekly;,any damaged or malfunctioning equipment shall be reported to Parks and Recreation immediately. v Picnic tables,benches,slabs,braziers and trash containers and receptacles shall be cleaned daily. 0 vi. Picnic tables and benches shall be checked for graffiti, cravings, looseness of planks or braces, cleanliness and general need of repair. U vii. Cooking,grills,braziers,fireplaces and fire rings; shall be inspected for general need of repair. viii. The CONTRACTOR's observation of the general need of repair or replacement of loose planks or braces,braziers and fireplaces shall be LO immediately reported to Parks and Recreation, n ix. All ashes,burned charcoal, garbage and leftover food in and around cooking LO and picnic facilities shall be removed. x, The entire picnic area shall be kept free of broken glass, cans,paper,etc. E D. PLAYGROUND EQUIPMENT i. All playground sites and equipment shall be inspected at,thestart of each work day,and the sand cleaned and-raked level to remove,any foreign and/ E or hazardous material and be.neatly groomed. ii. Any equipment showing signs of wear,fatigue or otherwise presenting an unsafe condition shall be reported immediately to the Parks and < Recreation. iii, Special attention shall be given to low sand areas around play equipment. These sand areas shall be leveled by distributing sand from high..'areas to low areas. During the leveling and distribution of sand,.no concrete footing shall be.exposed that could allow children to trip or fall. iv. During re'gular mairitenance raking,fulling, or depressions shall be,done in a manner to prevent material compaction. Packet Pg. 109 V. The raking and distribution of sand/wood shavings around and below the play equipment.shall have a cushioning potential and this condition shall extend for eight(8).feet beyond any part of the play equipment: vi. All sand/wood shavings.play areas shall be maintained free of litter,cans, broken glass and other harmful and unsightly debris, Imo. RODENT/Pl✓ST CONTROL A. All methods.employed to perform rodent/pest control shall conform to all federal, state and local environmental regulations. c B. Rodent control shall be performed in accordance with the,following criteria: a i, All rodents shall be identified and feeding habits deter�ned.prior to treatment of the area. y a ii. All mounds shall be raked level a minimum of twenty-four(24)hours � prior to treatment w iii. Soil shall be checked in the areato be treated to ensure proper soil moisture exists prior to treatment with treated baits. � iv. All treated bait,traps and gases used to control rodents shall.be placed.in L the tunnel, Traps shall be covered with soil once inserted into tunnel to c prevent vandalism and to ensure public safety. V. Any spilled bait shall be picked up or buried immediately. vi. All bait containers and/or applicators shall minimize spills. vii. All treated areas shall be inspected after treatment for dying animals. CONTRACTOR shall remove all.dying animals and/or carcasses and dispose of them off-site prior to the end of each workaday until area no a longer requires further treatment. C. rest control shalt be performed in accordance with the following criteria: M Ln i. All insect pests to be treated shall be identified and life stage.determined prior to treatment. LO ii. All areas which may be adversely affected by cheinical treatment M operation shall be identified( e:,waterways;food preparation sites and E eating areas and agricultural production areas)and all precautionary measures necessary shall be taken to prevent contamination of.these areas. iii. All pesticides shall be applied in accordance with the label E recommendations and shall be applied to infested plants only_ E. CONTRACTOR shall be allowed to use the following rostriated chemicals for r rodentipest control without prior submittal.of a written recommendation from a Q certified pest control.advisor when applied in accordance with the following_ i.. 5tryohnine: a. All mounds shall be raked level twenty-four(24)hours prior to treatment with bait. Soil shall be inspected for proper moisture content; Batt shall not be applied to saturated soil. b. Equipment required-for bait application shall consist of probe,.pail, tablespoon,waterproof gloves,respirator and probing bait gun, Packet"Pg.`110 C. Bait shall be applied in areas where active gophers have created new mounds.Tunnels shall be probed to locate active nMS and.treated bait shall be applied in amounts specified in products label recommendations. d. All treated bait shall be placed in the tunnel with a tablespoon or probing bait gun. Strychnine of 1.8 percent,or higher,shall.be applied.with a probing bait gun only..All holes shall-then be covered. Aiiy spilledbait shall be picked up immediately or buried in gopher hole. All containers shall be of the type to minimize spills. e. Follow-up inspections of the treated areas shall be made;ss'otteti as necessary for new mounds dead or dying animals ar3' yang . and treated hart = rejection. Rejected bait shalt be buried immediately:and Oe* ad':or dying ai CL animals shall be disposed of off site in a manner-to prevent contamination to wildlife and to the environment, �a J W d N l0 L V C L d 0 N t V L a. ti Ln M d' ti LO M r E L CO _ E s r a Packet Pg. 111 5.J.b AF City of Sara Bernardino Technical Specifications RFP F-14-31 Parks Maintenance Services .NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" The Parks, Recreation, and Community Services Department{through the City of San Bernardino) is requesting proposals (hereinafter"RFP") for the maintenance.9f the City of San Bernardino's(hereinafter"CITY") North, Central, and South park sites. The C CITY is interested in the most qualified CONTRACTOR with experience in_providing a large-scale maintenance services. Through a competitive selection and bid based N procurement process, the CITY will enter into an agreement with the best qualified:and most responsive CONTRACTOR (s). J w The CONTRACTOR is expected to provide all staff, tools, materials, and v equipment deemed necessary to properly maintain all park sites. The CONTRACTOR is responsible for the removal and disposal of all replaced items, debris, and other items used during maintenance. L a The CITY will not incur any financial obligation regarding costs incurred as a result of preparation, submission, and/or acceptance of a,proposal. Through submission of this RI=P, the CONTRACTOR agrees to all costs incurred in preparing,submitting and/or accepting a proposal �- The CONTRACTOR has the option to submit a proposal (s) for all park sites M (North Central, and.South), a combination of park sites (i.e., North and South park sites only) or a particular park site (i.e., Central Sites only). M Services: Bidder shall respond to all statements provided in the left-hand column, If E there is an exception, Bidder shall respond in the right-hand column with a brief reason for exception to the requirement (s).. Otherwise, state "Acceptable" if requirements are agreeable as specified in the1eit-hand column. a Equipment: Bidder shall respond to all statements provided in the left-hand column indicating specific size, make and/or model of all components when not exactly specified. State "As Specified" if the item is exactly specified in the left=hand column. Packet Pg. 112 5.J.b GENERAL SPECIFICA"nONS �. Each proposal shall be in accordance with Request for Quote (RFQ)F-14-31. All specifications,are minimum. Offeror(s) are expected to meet or exceed these specifications as written. Offeror(s).shall attach to their proposal a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional Quotes,or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and -- may be rejected. 0 2. The City reserves the right to accept or reject any and all Quotes and:to award a 6 CL contract to the Offeror(s)whom best meets-the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis J after due consideration of all relevant factors, including but not limited to, w workmanship, accessibility of parts and service, known evidence .of manufacturer's responsibility and record, durability and known operational record.of'product and suitability'as well as conformity to City needs and requirements. in ail cases the best interest of the City shall prevail in all contract awards, z_ The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices proposal. ° 4. Quotes shall be firm offers, subject to acceptance or rejection within 120 days o minimum of the opening thereof. 5. Regular dealer. No Offeror(s) shall be acceptable who is not a reputable ! manufacturer or dealer of such items as submitted for proposal consideration. a s. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of M the equipment and the service for which it is intended to be used and shall be produced by use of the current manufacturing processes. "Seconds", factory rejects, LO and substandard goods are not acceptable. 7. Each Offeror(s) shall submit with their proposal a copy of the proposed product E specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. e. Manufacturer and/or Contractor shall defend any and all.suits and assume all liability E for any and all claims made against the City of San Bernardino or any of itS'officials or agents for the use of any patented process, device or article forming apart of equipment or any item furnished under the contract. a 9. Each Offeror(s) must state in their proposal the guaranteed delivery date of product and/or services in number of calendar days from the date of contract execution by the City of San Bernardino, time is of the essence relative to this contract. Contractor Shall prosecute the work continuously and diligently and shall deliver the items at the earliest possible date following the award of the contract. Io. Each Offeror(s) shall list in their proposal all factory, manufacturer's:and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the proposal. Packet Pg. 113 5.J.b AOMN t1. Successful Offeror(s) (-Contractor) shall furnish and deliver to the City complete equipment as proposed and awarded, ready for installation and fully equipped as detailed in these specifications. i2. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be fully prepaid), and shall include all discounts. Proposal sha.li:inciude California sales tax, where applicable, (effective January 1, 2013) computed at the rate of 8.25%,this will normally be shown as a separate line item on the price form.. 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino:and receipt of the Contractor's priced invoice. 14, All"standard equipment" is included in any proposal. OFFEROR(S) furnishing a Quotes under these specifications shall supply all items advertised as ustandard" CU equipment even If such items are not stipulated in'thOL specifications, unless c otherwise clearly excepted in the proposal. 15, The items which the Offeror(s) proposes to furnish the City must comply in all w respects with the appropriate safety regulations of all regulatory commissions.of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or not: ;v 16. Contractor delivering equipment pursuant to these RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the o Contractor shall be required to correct the same at their own expense. 1-r. By submitting a proposal, each Offeror(s) agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. M 1e. In case the delivery of the items under this contract:is-delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance.beyond LO the control of the Contractor, the time for delivery may be extended (in the Cit)(s "' sole discretion) by a number of days to be determined in each instance by mutual E written agreement between the Contractor and the Purchasing Division of the City of San Bernardino. The City shall not unreasonably refuse such extension. 1a. Contract. Each proposal shall be submitted and received with the undelrstanding that acceptance by the City of San Bernardino of proposal in respons&to this solicitation shall constitute a contract between the Contractor and the City. This-shall bind the Contractor to furnish and deliver at the prices proposed and in complete:acc©rdance a with all provisions of RFQ F-14-31. In most cases the basis of award Will be the City's_standard purchase order that may or may not incorporate this solicitation by reference. Packet Pg. 114 20, Prohibited interest, No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no board member, officer or employee of the City has any interest, whether contractual, non-contractual, financial or otherwise, in this transaction, or in the business of the contracting party other than the City, and that if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such interest would not be considered a conflict of -- interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing with Section 1120) of Division 4 of Title I of the Government Code of the State of a California. 21, One Document. These specifications,the Request for Quotes, RFQ F-14-31, the Contractor's proposal, any written agreement executed by the parties,the purchase J order and all documents referred to in the complete specifications and purchase order, and all written modifications of said documents shall be construed together as CD one document. Anything called for in any one of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work properly shall be performed by the contractor,whether specifically set out in the contract or not. All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one o section shall be construed as applying to all sections. CD 22. The City of San Bernardino reserves the right to accept or reject any and all Quotes. 23. Prompt payment. Each Offeror(s) may stipulate in their proposal a percentage prompt payment discount to be taken by the City in the event the City makes a payment to the Contractor within ten (10)working days of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to be M made on the date of mailing of the City check. NOTE: prompt payment discounts will only be used during proposal evaluation in the case of ties. 24. inquiries. Technical questions may be sent via fax to 909-384-5043, or email: sanchez vaOsbcity.orct. The answers to material questions will be provided in E writing by Addendum(s)to all potential Offeror(s)by a posting to the City's website. C as, proposal/Fee Schedules. No proposal will be acceptable unless fees/prices are submitted on the pricing forms furnished by the contractor berms, and all required forms are completed and included with proposal. Deliver all Quotes, SIGNED and SEALED,to the Finance Department at 300 North "D" Street, 4t' Floor, City Hall, Y San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION Q TITLE: Parks Afaintenrance Services RFQ F-14-31 ON THE OTSIDE OF THE ENMELOPE, 26. Time, All Quotes must be received in the Purchasing Division no later than 3:00 PM, PST, April 28, 2014, where at such time and said place Quotes will be publicly opened, examined and declared. Any proposal may be withdrawn by Offeror(s) prior to the above scheduled time for the opening of Quotes. Any proposal received after that time and date specified shall NOT be considered. Packet Pg. 115 2r. The City of San Bernardino reserves the right at its own discretion to award separate contracts for each category, or to award multiple contracts, or to award one contract for furnishing and delivering of all equipment and/or services in all categories. 2e, Equipment, In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment Quotes. 29, in submitting a proposal to a public purchasing body, the Offeror(s)offers and agrees that if the proposal is accepted, it will assign to the purchasing body all rights, title, and interest in and to ail causes of action it may have under Section 4 of'the -- Clayton Act (U.S.C. Sec 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), a arising from purchases of goods, materials, or services by the Offeror(s) fat sale to the purchasing body pursuant to the proposal. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the J Offeror(s). W 30. Contractor shall indemnify, defend and hold City, its officers, employees<and agents harmless from any claim,demand, liability,.suit, judgment or expense.(including, R without limitation, reasonable costs of defense) arising out of or related to d Contractor's performance of this agreement, except that such duty to indemnify, _ defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sole negligence. The costs, salary and o expenses of the City Attorney and members of his office in enforcing this Agreement 0 on behalf of the City shall be considered as"attorney's fees" for the purposes of this L paragraph. 31. While not restricting or limiting the foregoing, during the term of this Agreement, a Contractor shall maintain in effect policies of comprehensive public,,g6neral, and automobile liability insurance, in the amount of$1,,000,000 combined sin limit, LO and statutory worker's compensation coverage, and shall file copies of said policies M with the City's Risk Division prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten;- (10) day notification to the City if said policies are terminated or materially altered. E 32. FAITHFUL PERFORMANCE BOND. Not reatAred. _,.... � d E hand shall have a rating iR I;ert'r*raosd renenti idej a 'W 33. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFQ. 34. The City may, at its discretion, exercise option year renewals for up to four(4) years, in one-year Increments. Packet Pg. 116 35. By submitting a proposal, Offeror(s) warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by Offeror(s), and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in Offeror(sys response, uotes lackin cop lies acid/or proof of said licenses and/or certifications may be deertl6d non- responsive and may be reiec ted. 36. Once the award has been made and prior to the commencement of the job, the = City's Municipal Code (KC. 5.04.OD5) requires that a Business doing business with Q the City, obtain and maintain a valid City Business Registration Certificate during the M term of the Agreement, N 37, Vendor(Contractor)/Consultant services agreement(s) (VSA/CSA). A signed J vendor/Consultant service agreement may be required between both parties prior to w commencement of the job. d L U L 0 N L U L 3 a ti LO M Ln d' ti M r E L f+ Q E U Y Q Packet Pg. 117 5.J.b1-11tl-W San 8errrardno,CA 92407 LANDSCAPE , I C . 9e.473,9W6 fax 909.473.9= Landscape Development & Maintenance ST.X,802299 copy April 28,2014 cli Dear City's Selection Committee, U Re.Request for Quotes RFQ F-14-31 = J Inland Empire Landscape,Inc. is honored and would like to thank you for the w opportunity to submit this proposal for the City of San Bernardino. N As we continue to expand our services and landscape management, in the private and public industry providing quality services for numerous municipalities, it is our intent to consider contracts that we believe we can effectively service without jeopardizing our quick response time and the overall quality of service we always aim to provide our 0 customers with. U We have .read and fully understand the RFQ F-14-31 and specifications. We are willing a to enter into a contract under the terms and conditions prescribed by your RFQ, 1 am confident that we would be an excellent fit for the proposed work as we have operated as LO a licensed C-27 landscape contractor for over 13 years. We have assessed the character, the quality and the quantities of Work to be performed, and concluded that we are rl- prepared and willing to commit all the resources necessary to perform our services. M r We believe that our experience will allow us the opportunity to provide a well-rounded E option for your landscape and general maintenance management program needs. fQ E Respectfi lly, Joel lbarra Q Presid O we(909)473-94166 Joel@iolandempirelandscape.com Cell Phone Number: (951)538-7574 Packet Pg. 118 Qu_affleations -- Licensed C-27, Cbl, L}49 Contractor-802299 U) Licensed Pest Control Operator W Licensed Pest Control Applicator L V Residential and Industrial Electricity Certificate o Reclaimed Water Certificate N s Certified Arborist- WE- 9350A a ti (OSHA Compliant v LO State and Federal Labor Law Compliant w E L E Y Y 4 Packet Pg. 179 5.J.b i Referenccs City of Riverside Parks&Recreation 3936 Chestnut Street " U Riverside CA 92501 Office: 951-351-6250 a Contact: bark Superintendent—Sonya Baca Chavarria(951-826-2000) Project:Annual Landscape Maintenance Services at various locations including Medians,Parkways, Slopes;Maintaining,Turf,Planters,Fertilizing, Weed.Control, Vines,Pest Control,Irrigation,Tree Care Bid#6236 w Contract Estimated Amount$377,424.00'Y'r. � pacific Communities Builder.Inc. 1000 Dove Street, Ste, 100 Newport Beach, California 92660 Phone: 949-660-8988 L Contact: Jaime Bedolla—Purchasing(Multiple active subdivisions) o CD Projects: Monthly Landscaping Maintenance for various owned properties and Landscaping Construction Projects upon Request and approval. Project Total Yearly Cost$1054681.00 a v City oglewood M One Manchester Blvd Inglewood, CA 90302 Phone;310-412-5429 M Contact; Supervisor Juan Mata(310-743-7314) E Projects; Landscape and general maintenance services Project Total Yearly Cost$3454000.00 } a� E t U Y Y Q Packet Pg. 120 City of Riverside Public Works Division 1900 Main street Riverside,CA 92501 Phone: 951-351-6112 Contact: City Landscape Inspectors-Robert Filiar(951-712-4365), Projects: Landscape and general Maintenance Services for Downtown Area Parking Lots. (Request for proposal)including Planter,Pot,Color,Turf,Pressure Wash,Hand — Watering,Pest Control,Irrigation Maintenance,Tree Care,Daily Trash Removal, C Fertilizing,Weed Control N Project Total Yearly Cost$418,912.00 = J City of San Bernardino w 300 N."D"Street San Bernardino CA 92418 Office: 909-384-5233 Contact: City Landscape Inspector—Willie Brigham L Project:Landscape district maintenance services of slope,open park space and parkways including ground covers, shrubs,trees, irrigation,trash and debris, weed control, 0 fertilizations Contract Estimated Yearly Amount$216,000.00 L Q LO M ti LO M E i CD C d E t V fC w Q Packet Pg. 121 RFQ F-14-91 Parks Maintwmcc SSttAW9 City of San Bernardino Technical Specifications RFP F-14-31 Parks Maintenance Services N0TIC ' "SPF.gj6L INSTRUCTIONS Ta TffiAIQU�B- The Parks, Recreation, and Community Services Department (through the City of San Bernardino) is requesting proposals (hereinafter"RFP")for the maintenance of the -� U City of San Bernardino's(hereinafter'CITY') North, Central, and South park sites. The CITY Is interested in the most qualified CONTRACTOR with experience in providing a large-scale maintenance services. Through a competitive selection and bid based N procurement process, the CITY will enter into an agreement with the best qualified and CU most responsive CONTRACTOR (s). W The CONTRACTOR is expected to provide all staff, tools, materials,and equipment deemed necessary to properly maintain all park sites. The CONTRACTOR is responsible for the removal and disposal of all replaced items,debris, and other items used during maintenance, L a The CITY will not incur any financial obligation regarding costs incurred as a. o CD result of preparation, submission,and/or acceptance of a proposal. Through submission of this RFP, the CONTRACTOR agrees to all costs incurred in preparing, submitting L and/or accepting a proposal. a The CONTRACTOR has the option to submit a proposal (s) for all park sites LO (North Central, and South), a combination of park sites (i.e., North and South park sites only) or a particular park site (Le., Central Sites only). ti LO M Services. Bidder shall respond to all statements provided In the left-hand column. If .� there is an exception, Bidder shall respond In the right-hand column with a E L brief reason for exception to the requirement(s). Otherwise, state f6 "Acceptable" if requirements are agreeable as specified in the left-hand column. U Equipment: Bidder shell respond to all statements provided in the left-hand column a Indicating specific size, make and/or model of all components when not exactly specified. State "As Speeifled" If the item is exactly specified in the left-hand column. 21 Packet Pg. 122 5.J.b RFQ F-14.3! F&6URg IQ Parks Mainfienauct 5erv[Cts IIAPLETE RIGHT HANQ CQLUMN WILL I E BID CATEGORY i ACCEPTABLE/ AS SPECIFIED 1. Scope oti Work The scope of worts provided applies to all proposed park sites such Acceptable as: North Central, and South park sites. II. WORK SCHEME U The CONTRACTOR shall perform all maintenance services during normal working hours. Normal working hours are considered Q Monday through Friday from 7:00 a.m. to 5:00 p.m. At the discretion of the Parks, Recreation, and Community Services Director or his designee, the CONTRACTOR may perform maintenance services J at other flours. w The CONTRACTOR shall provide a routine work schedule in order N to perform the request provided in this RFP. A copy of the schedule Acceptable should be provided to the Parise, Recreation, and Community Services Director or his designee prior to the performance of any work. Changes in the work schedule should be provided In writing. -o The CONTRACTOR is responsible for immediately Informing the o Parks, Recreation and Community Services Director or his designee, of any work schedule changes. L The CONTRACTOR shall conduct maintenance services at all times a in a manner which does not disturb constituents visiting the park facilities or normal pedestrian traffic. M LOCATION Please see Exhibit S—North Park Sites �- Please see Exhibit C—Central Park Sites Acceptable M Please see Exhibit D—South Park Sites E L iv. 'dder's CoriftMoo A bidder's conference will be scheduled on Tuesday, April 14, 2014 at 10!00 em. at City Hall 4th Hoar Finance DeplL, 300 North "D" Street, San Bernardino, CA 82410.Attendance Is mandatory. s All CONTRACTORS are eacmuraged to submit questions in writing Y during the bidder's conference. a Acceptable At the CITY's discretion, additional addenda within the RFP may occur prior to or after the conference. If additional information Is included, addenda will be posted on the CITY's website on April 22, 2014. i i 22 Packet Pg. 123 PXQ F-34.31 Parks Maimtepance Smicaa The CITY will allow CONTRACTORS to submit questions regarding the RFP. All questions must be addressed to Vanessa Sanchez and submitted via email (sanchezva @sbcity.org) no later than Thursday, April 17, 2014 at 3:00 p.m. The subject line of the email should read as follows: "INQUIRY regarding RFP F-1431 — Parks Maintenance Services" Acceptable All answers to inquiries submitted prior to and after the conference will be posted on the City's website (hftp://www.sbclty.org) by 6:00 pm, on Tuesday, April 22, 2014. There will be no further — submission of uestionsa�,�nd answers after rll 22, 2014. C. Y. ftgMal RgcdgUl n U A detailed description of the proposal shall Include, but Is not limited to the following information: J A. Brief overview of the business (include office location number of employees, number of supervisors, etc.); 8. Services offered; C. Proof of Contractor's State License (C-27) and CITY business license D, References-CONTRACTOR shall provide 3 references from companies, individuals, or agencies that have used services o within the last 2 years. Please provide contact information such as: full name,title (if applicable), address, and phone number; E. A detailed statement explaining the CONTRACTOR'S understanding of the CITY's needs; a F. A detailed statement explaining how the CONTRACTOR plans to fulfill the CITY's needs hued upon the request provided LO wlthln the RFP; M G. Narrative of proposed day to day operations. Please provide a detailed plan of activities (wort{, schedule, time needed to M complete project, percentage of time allocated to perform Acceptable specific duties, etc.); ,. H. An explanation of constraints (if applicable); 1. A statement clearly indicating the CONTRACTOR has no current or potential commitments that may adversely affect the E CONTRACTORS assets, line (s) of credit, guarantor letters, and/or ability to adhere to the terms of agreement with the .2 CITY; a J. Disclosure Indicating no use of a subcontractor (s); K. Proof of general liability insurance of one million dollars ($1,000,000) or more; L. Prevailing wage estimate with certified payroll form,and M. All employees must wear standard professional unifomris which clearly identifying the name of the CONTRACTOR. 23 Packet Pg. 124 S.J.b RErQ P-14-31 Park&Ma`sntwmtce Sere= Pro oasis Deadline: April 28, 2014. All proposals shalt be Acceptable submitted and postmarked no later than the date provided. Vt. EgMonne 1 A. Supervisor CONTRACTOR shall provide and require competent supervisors to be present on Job sites at all times while work is performed. Supervisors must possess adequate technical background, preferably with formal education in ornamental horticultural. B. Other Personnel a CONTRACTOR shall provide sufficient personnel with full capability Acceptable N of completing all tasks promptly and on-time. All work required under this contract should be completed during the regular and J prescribed hours mutually agreed by both Parties. All personnel w shall be physically able to perform assigned work. All personnel shall be United States citizens or legal residents. CONTRACTOR and other personnel shall exhibit professional and = proper conduct at ail times, Personnel shall cause the least possible annoyance to the public. VII. COSTS D The CONTRACTOR is required to provide a complete and accurate quote for services. Quotes shall include full compensation for all labor (prevailing wage included), landscape maintenance, tools, Acceptable a equipment, and materials. No additional compensation will be allowed. The quote provided shall be binding for one-hundred LO twenty (120) days, Payment for services shall be paid at the pLoposed/negotated bid rice_ �r VIII. LENGTH OF CONTRACT LO M The length of this contract shall be for one (1) year with the Aoceptable possibility of two 2 one ear extensions . E rn a E L V fG w Q 24 Packet Pg. 125 RFQ F-1 4-31 Parks Maintensnm savicas IX. LICENSES, PERMIT,ANC t RANGE A. License(s) The CONTRACTOR must provide proof of valid licenses including. 1. C-27: Landscaping Contractor license; 2. CITY business license permits; and 3. Any other approvals legally required to provide the proposed services. All licenses shall be valid and active throughout the tenure of c. this contract. Acceptable N 8. Insurance = The CONTRACTOR is required to provide proof of general w liability insurance of one million dollars ($1,000,000) or more. cc The CITY reserves the right to conduct reasonable inquiries regarding the validity of information submitted by the CONTRACTOR. L a� X. BFP SERVICE AGREEMENT no EIIA T ° Upon acceptance of the RFP, the CONTRACTOR will be required to sign and agree to terms and conditions provided within the VENDOR SERVICE AGREEMENT. The final � VENDOR SERVICE AGREEMENT pertaining to this RFP will a provide specific Information such as: Date of Agreement, Acceptable CONTRACTOR Name (s), Compensation and Expenses, LO Tarmss/Termination, etc, Terms and conditions included in the VENDOR SERVICE LO AGREEMENT are not subject to negotiation. The agreement is w subject to approval by the C!jX Attorney. E L XI, MPONSE TIME The CONTRACTOR shall provide a call service on a 24-hour, 7 day a week basis. A response time to an emergency or E inquiry should be within one hour and not more than two hours. Acceptable cc If the CONTRACTOR is unable to respond to an emergency call,the Parks, Recreation and Community Services Director or Q his designee, should be notified immediately. 2� Packet Pg. 126 i RFQ F-14.31 Parks Wnbmmce Services X11. York MQdifiggitMe & inspection During the course of this agreement, new or existing landscape areas may be added or omitted. CONTRACTOR shall be given a fifteen (15) day written notice regarding an addition or omission of landscaped areas. The CONTRACTOR and Parks, Recreation and Community U Services Director or his designee shall be present during S inspection of all park site locations prior to acceptance of new a landscaped areas. Payment for maintenance of additional landscaped areas shall J be based upon the contract monthly unit price Acceptable w Additional work may include, but is not limited to the following, a. Replacement of materials due to failures beyond CONTRACTOR's control; b. Replacement of worn, damaged, vandalized, or stolen sprinkler heads, valves, quick couplers, etc.; o c, Additional treatment required for planting or soil 0 amendment as not clearly set forth in this specification; d. New planting or other Installations and special services; e. Soil or plant testing; a f, Remedial landscaping ; and Repairs or replacements due to vandalism. ti XIiI_ CONTRACTOR NOA:GO PLIANCY Should the Parks, Recreation and Community Services Director or his designee, recognize any deficiencies in the M performance of this agreement; a written notice staying deficiencies will be provided. Deficiencies shalt be corrected E and completed within the timeframe specified, w If the CONTRACTOR fails to correct deficiencies within the Acceptable stated time frame, the Parks, Recreation and Community Services Director or his designee will have just cause to. Y a. Deduct from the CONTRACTOR's payment the amount a necessary to correct the deficiency; b. VVithhold or deduct a partial payment; and/or c. Terminate the contract and award to second bidder. 26 Packet Pg. 127 5.J.b Completed Operations: I i I City of Rivers&Parks&Recreati2p 3936 Chestnut Street Riverside CA 92501 a Office: 951-351-6250 N Contact: Park Superintendent—Sonya Baca Chavarria(951-826-2000) Project:Annual Landscape Maintenance Services at various locations including Medians, Parkways,Slopes;Maintaining;Turd Planters,Fertilizing, Weed Control, w Vines, Pest Control, Irrigation, Trec Care Contract Estimated Amount$377,424.00 Yr. � 100"1/o Completion as of December 31,2008. c City of Riverside Public Works Division 1900 Mainz Street p Riverside,CA 92501 N Phone: 951-351-6112 Contact: City Landscape Inspectors-Robert Piliar(951-712-4365), Projects: Landscape and general Maintenance Services for Downtovsm Area.(Request for a proposal)including Planter,Pot,Color, Turf,Pressure Wash,Band Watering,Pest Control,Irrigation Maintenamce,Tree Care, Daily Trash Removal,Fertilizing,Weed M Control Contract Estimated Amount$690,000.00 Yr. ,�, n 100%Completion as of December 30,2008. "' w E L City of San Bernardino 300 N. "I3"Street r C San Bmwdino CA 92418 Office: 909-384-5233 Contact:City Landscape Inspector—Willie Brigham r Project:Landscape district maintenance services of slope,open park space and parkways Q including ground covers,shrubs,trees,irrigation,trash and debris,weed control, fertilizations Contract Estimated Yearly Amount$216,000.00 100°! Completion as of June 30,2011. OWN Packet Pg. 128 D Qtv of VicWryille 14343 Civic Drive P.O.Box 5001 Victorville CA 92393-5001 Phone:(760)955-5000 ` Contact: Ro Ratliff(760)628-7722 Project: Landscape Maintenance Services N Contract Estimated Yearly Amount$264,600.00 = J W City of Riverside Public Utilities Water Engineering 3750 University Ave. 3rd Floor Riverside,CA 92501 U Office.951-826.2253 L Contact: Joe Solano 951-826-5258 Project: Landscape Maintenance Services o Contract Estimated Yearly Cost$195,000.00 N s U L a v ti LO M d' ti U) Cl) E L CSl fB C d E V IG Q Packet Pg. 129 i Personnel Oualifxcfion, _ U C President d CL ca U Joel lbarra- Responsibilities: Over sees company operations,signs contracts and proposals and meets J with clients for work progress and new projects, w Mr. lbarra holds the company C27,C61,D49� & Pest Control Business License, Has over 23 years of office and field experience. L Geoff Rutherford—Business Manager c Responsibilities: Landscape Maintenance Division Manager,preparation and delivery of bids and proposals, meets with clients for work progress and new projects. o 0 Has been with the company for 10 years and has 24 years of experience working in the Municipality field U L Nick Alvarado a Nick holds a QAL License Categories B-C and is a Certified Arbor:ist. � Has over 20 year's of field and office experience including supervising many LO Municipalities. `" ti Guillermo Perez—Supervisor M Responsibilities: Oversees the day to day operations in the field,meets with the City Inspectors and Supervisors for work progress schedules and projects. M He is certified in Reclaimed Water Management. f° Experience- Guillermo has 10 years of hands on field experience and 5 years of supervisor experience, supervises up to 25 employees. s Guillermo is bilingual and has a dedicated,very reliable track record of responsibility he has been with the company 10 years. Q Packet Pg. 130 S.J.b i Irrigation.Technician-Miguel Ibarra-Supervisor c Responsibilities:Repair,maintain,program and operate all the irrigation systems,works — along with other maintenance workers on the daily maintenance tasks. C He is certified in Reclaimed Water Management. U Experience: Miguel is bilingual,has 10 years of field experience as Supervisor and Irrigation Technician,and supervises up to 20 maintenance workers. � He has been with the company for 12 years, w Maintenance Crew Members-It is our intent to hire City of San Bernardino area residents and pre existing maintenance personnel to perform all of the routine and c; specialty tasks in the contract specifications listed by the RFQ F-14-31. _ L Q� L 0 U L a ti LO M d' ti In M w E L cSS C d E t U l4 rr Q Packet Pg. 131 i Customer and ONUIX Servic Procedures Inland Empire Landscape Inc.takes a practical,customer-focused approach to deliver landscape maintenance services. Satisfying customers is Inland Empire Landscape Inc. number one priority.We have high standards in improving the Way we create and deliver upon client expectations, C Inland Empire Landscape provides incentives,trains, and empowers local managers and c supervisors to make decisions necessary to service and completely satisfy our customers. -j We strive to fully understand the needs of our customers and to address those needs with W a high personal level of service. Inland Empire Landscape leverages its scale and expertise to minimize labor and material expenses,providing savings to its customers. — L Inland Empire Landscape has unraveled reputation in the private and public sector o working successfully with; developers,builders,property managers, and owners to R beautify the Inland Empire area and surrounding cities. L a �r ti LO M d' ti LO M w E i w C d E t U Q Packet Pg. 132 5.J.b M F-1431 Parks Maintvauc a Ssry m PRICE FORMS REQUEST FOR QUOTES: R>=Q F-14- 1 DESCRIPTION OF RFQ: Parka MaintIn COMPANY NAME: Inland Empire Landscape, Inc. ADDRESS: 2456 Kem St, San Sernardlno, CA 52407 d a U N 'D C PRINT NAME OF AUTHORIZED REPRESENTATIVE Joel Ibarre-President w SIGNATURE n Maintenance of the City of S ernardlno's North Park Sites Exhibit 8 L Monthly p Item Name of Paris Park Address Park Price O # Acreage 1 Al Guhin Park 3650 Little League Drive 8.0 $ 1,516.00 per month N .0 U 2 Blair Park 1466 W.Marshall Blvd. 34.+0 ' 3,468.00 per nth a 3 Freddie Spellacy Park Ash&North Park Blvd. 1. 153.00 per month d 4 Harrison Canyon Park 39 and Golden 6.0 $ 612.00 per month M 5 Horine Park 3145 Leroy and 3150 Waterman Ave. 5.67 $ 578.00 per month 6 Hudson Park 4355 Park Drive 10.1 $ 1,530.00 per month c`e) 7 Jack Relly Park Norma Lane&Stephanie 0.25 $ 26.00 per month E L 8 Littlefield/Shultis Park Buckboard and Kendal Way 15.0 $ 1,830.00 per month � 9 Newberry Park 560 Hill Drive 1.53 $ 1$6.00 per month a 10 Newmark Field 3890 Pershing(39th&Severence) 5.02 $ 512.00 per month E s 11 Ronald Reagan Park Irvington&Chestnut 4.0 $ 408.04 per month N r 12 Rowe Library 108 E.Marshall —7-5r$ 151 A0 per month a 13 Tom Gould Park 240 W.40th Street .51 $ .52.00 per month 14 Tom Minor Park Irvington&Palm 5.0 $ 510.00 per month 15 Wildwood Park 536 E.40th Street 24.2 $ 2,8$$,00 per month 16 Hampshire Greenbelt 1167 E.40th Street 3.0 $ 306.00 per month TOTAL: $ 142676.00 per month 28 Packet Pg. 133 S.J.b RFQ F 14-31 Parks Maintananw SFrvim Trash Service of the City of San Bernardino`s North Park Sites Deily Item Name of Park Park Addross Bark charge it Acrepse 1 Al Guhin Park 3650 Little League drive 8.0 $ 26,00 per day 2 Blair Park 1466 W.Marshall Blvd. 34,0 $ 85.00 per day 3 Freddie Spellacy Paris Ash&North Park Blvd. I.5 $ 20.00 Per day c 4 Harrison Canyon Park 390 and Golden 6.0 $ 25.00 perday a 5 Horine Park 3145 Leroy and 3150 Waterman Ave. 5.67 $ 25.00 per day N 6 Hudson Park 4365 Park Drive 10.1 $ 30.0() per day c 7 Jack Relly Park Norma Lane&Stephanie 0.25 $ 20,00 per day —t ua 8 Littlefield/Shuttle Park Buckboard and Kendal Way 15.0 $ 40.00 per day 9 Newberry ark 560 Hill Drive ve 1.53 $ 20.00 Per day � m 10 Newmark Field 3690 Pershing(39th&Severence) 5.02 $ 25.00 per day 0 11 Ronald Reagan Park Irvington&Chestnut 4.0 $ 25.00 per day � 12 Rowe Library 108 E.Marshall 0.5 $ 20,00 per day 13 Tom Gould Park 240 W.40th Street .51 $ 20.00 per day O 14 Tom Minor Park Irvington&Palm 5.0 $ 25.00 perday � 15 Wlldwood Paris 536 E.40th Street 241 $ 70.00 per day a. 16 Hampshire Greenbelt 1167 E.40th Street 3.0 $ 25.00 perday fOTAIM S LO 500.00 M �y ti i t)rAiA S — ' ,0340 600 r E Adpwk w a 31 Packet Pg. 134 5.J.b RFQ F-14.31 Patkb MailntC=oe smioa Relstroarn Maintenance Service of the City of San Rernardino s No" Park SRes Monthly Item Name of Park Park Address Park Charge # Acreage 1 Al Guhin Park 3650 tittle League Drive &0 520.010 p $ er month 2 Blair Park 1466 W.Marshall Blvd. 34.0 $ 2,000.00 per month CL m 3 Freddie Spellacy Park Ash&North Park Blvd. 1.5 $ 520.00 per month N 4 Harrison Canyon Park 39 and Golden 6.0 $ c 0 per month J S Horine Park 3145 Leroy and 3150 Waterman Ave. 5.67 5 20.00 w 520.00 � , 6 Hudson Park 4365 Park Drive 10.1 $ 520.00 per month 7 Jack Relly Park Norma Lane&Stephanie 0.25 $ 0 per month 1- 7 L 8 Littlefield/Shultis Park Buckboard and Kendal Way 15.0 $ 520.00 Per month p` CD 9 Newberry Park 560 Hill Drive 1.53 $ 0 per month c 10 Newmark Field 3890 Pershing(39th&Severence) 5.02 $ 0 per month a 11 Ronald Reagan Park Irvington&Chestnut 4.0 $ 0 per month LO 12 Rowe Library 108 E.Marshall OS $ 0 per month `✓ v ti 13 Tam Gould Park 240 W.40th Street 51 $ 0 per month 7 M .r 14 Tom Minor Park Irvington&Palm 5.0 $ 0 per month a, 15 Wildwood Park 536 E.40th Street 24.2 $ 2,600.00 per month 16 Hampshire Greenbelt 1167 E.40th Street 3.0 $ 0 per month r TQTAU $ 7,200.00 Q 0 36 Packet Pg. 135 5.J.b i Work Plan(North Area) President-As needed U Strategic planning for special projects. CL ai Project Manager-As needed Responsibilities; Site inspections, meeting with inspector,implementation; of schedules and a oversees supervisor and plans renovations. _ Supervisor(20 Hours/Monday-Friday) w Responsibilities:Site inspections,meet with inspectors,oversees foreman,renovations and specialty operations. m L U Irrigation Technicians(1-40 Hours/Monday-Friday) Responsibilities; Specialty irrigation repairs,main lines and trouble shooting. Foremen(1.5-60 Hours/Monday-Friday) O CD Responsibilities:Oversees crew and site operations v Maintenance Personnel(4- 160 Hours/Monday-Friday) a Responsibilities;All daily tasks outlined in specifications to included litter pickup. LO v r, Pesticide Technician(I- 16 Hours/Monday-Friday) Responsibilities: Responsible for applying pesticides,herbicides and pest control.Chemical and v fertilizer applicator. LO M Restmom/Trash(3.5- 140 Hours/Monday-Friday) E Responsibilities:Daily tasks include opening and closing ofrestrooms.Maintain,pressure wash � restrooms,and replenish the supplies.Oversee and maintain playground equipment and picnic shelters. Pick up trmh barrcis and liticr from City parks and faailitios. m E Restroom/Trash Weekend Services(3.5-56 Hours for Saturday&Sunday) Responsibilities:Opening and closing of restrooms. Maintain,pressure wash restmoms,and replenish the supplies.Oversee and maintain playground equipment and picnic shelters.Pick up brash barrels and titter from City parks. Packet Pg. 136 S.J.b RFQ F-1431 Parks Maintenance Services Restroom maintenance Service of the City of San Bernardino's Central Park Sites Item Park Monthly # Nanw of Pork Park Address Acr®si $ Charge 1 Anne Shirrefls 1367 N.California Street 12.0 $ 9,020,00 per month 2 Delmann Heights Park 2969 N.Flares Street 19.7 $ -520.60 permonth c 3 Encanto Park 1180 W.9th Street 8,9 $ b20 00 per month a CU 4 Guadalupe Field 780 Roberds Ave, 2.25 $ 520.00 per month a 0 5 Gutierrez Field 14th Street and Mt.Vernon Ave. 1.98 $ 520.00 per mantis w G Ninth Street Park 2931 Garner Ave. 3,ts2 $ 520,00 per month 7 Perris Hill Park 607-1135 E.Highland Ave. 64.4 $ ermonth U 2,060.003 P = 8 Perris Hill Senior Center 780 W,21st Street 1.0 $ pet month 9 Speicher Park 1535 N.Arden Ave. 28.0 O $ 520.00 Per month 0 10 Campo Santo Memorial Park 2651"D"Street 515 $ 0 permonth U 11 Boys&Girls Club 1180 9th Street 3.0 $ 0 per month a v ti Total $ 6,2030.00 M v r` LO M E L _ d E U r Q 35 Packet Pg. 137 5.J.b UQ F 14-31 Parks Maiatenoce services Trash Service of the City of San Bernardino's Central Park Sites Item Patio Daily # Name of Park park Address Acreage Charge, 1 Anne Shirrells 1357 N.California Street 1.2.11 $ 40.00 per day 2 Delmann Heights Park 2959 N,Flores Street 19,7 $ 70.00 per day 3 Encento Park 1180 W.9th Street 35.E per day U c 4 Guadalupe field 780 Roberds Ave, 2.25 $ 20.00 per day CL 5 Gutierrez Field 14th Street and Mt.Vernon Ave. 1.98 $ 20,00 SU per day N 6 Ninth Street Park 2931 Garner Ave, 3.62 $ 2 .00 per day J 7 1 Perris Hill Park 507-1135 E. Highland Ave. 64.4 $ 230.00 per day w S Perrls Hill Senior Center 780 W.21st Street 1.0 $ 15.00 Per day $ m 9 Speicher Park 3535 N.Arden Ave. 28,0 100,00 �r day U c 10 Campo Santo Memorial Park 2651 01)"Street 5.5 $ 30. L 00 per day v 11 Boys&Girls Club 1180 9th Street 3.0 $ 1$.00 per day O W Total $ 500.00 s LO LO U L �• LO LO M a� E L d E V Y Q Packet Pg. 138 RFQ F-]4-31 Parks Maintenmw Services Maintenance of the City of San Bernardino's Central Park Sites Exhibit C Item Park Mont* # Marne of Park mark Address Acreage Charge Z Anne Shirrells 1367 N.California Street 12.0 $ 1,250 00 per month m a 2 Delmann Heights Park 2969 N.Flores Street 19.7 $ 2,200,00 per month N 3 Encanto mark 1180 W.9th Street 8.9 $ gO8.00 per month c� J 4 Guadalupe Field 780 Roberds Ave. 2.25 $ 250,00 per month w 5 Gutierrez Field 14th Street and Mt.Vernon Ave. 1.98 $ d 20 per month N 6 Ninth Street Park 2931 Garner Ave. 162 $ 369.00 per month U� c 7 Perris Hill Park 607-1135 E.Highland Ave. 64.4 $ 7„�i6S.00 per month 8 Perris HIII Senior Center 780 W.21st Street 1.0 $ 300,00 per month O 9 Speicher Park 1535 N.Arden Ave. 28.0 $ 2,9'56.#10 per month _ U 10 Campo Santo Memorial Park 2651"D”Street 5,5 $ $00 OD per month a 11 Boys&Girls Club 1180 9th Street 10 $ 320.00 per month v t` N 'dotal 17,171.00 Per month LO ti M w+ E L d E v ns Q 29 Packet Pg. 139 5.J.b Work Plan L4Z0JrMJ Areu) President-As needed Strategic planning for special projects. Project Manager-As needed Responsibilities:Site inspections,meeting with inspector,implementation of schedules and a oversees supervisor and plans renovations. Supervisor(1-20 Hours/Monday-Friday) _ CU Responsibilities: Site inspections,meet with inspectors,oversees foremen, renovations and J specialty operations, w m Irrigation Technicians(1-32 Hours/Monday-Friday) CU Responsibilities: Specialty irrigation repairs,main lines and trouble shooting. Foremen(1.5-60 Hours/Monday-Friday) Responsibilities:Oversees crew and site operations o Maintenance Personnel(4- 160 Hours/Monday-Friday) Responsibilities:All daily tasks outlined in specifications to included litter pickup, L Pesticide Technician(I- 16 Hours/Monday—Friday) a. Responsibilities:Responsible for applying pesticides,herbicides and past control.Chemical and fertilizer applicator. L, v Restroom/Trash(3.5- 140 Hours/Monday-Friday) LO Responsibilities:Daily tasks include opening and closing of restrooms.Maintain,pressure wash "' restrooms, and replenish the supplies.Oversee and maintain playground equipment and picnic E shelters. Pick up trash barrels and litter from City parks and facilities. Restroom/Trash Weekend Services(3.5-56 Hours for Saturday&Sunday) c Responsibilities:Opening and closing of restrooms.Maintain,pressure wash restrooms,and s replenish the supplies.Oversee and maintain playground equipment and picnic shelters.Pick up trash barrels and litter from City parks. Q Packet Pg. 140 S.J.b RFQ P-14-31 Parks Mainwwce Services Maintenance of the City of San Bernardino's South Park Sites Exhibit D Item Park Monthly N Nam of Park mark Address Acreage Charge 1 City Hall 300 North"Q"Street 0.5 per month 400.00 2 Colony Park 1583 E.Hardwick Drive&Weir ltd 6.4 $ 550.041 Per month 3 Court Street Square 457 Court Street 015 $ 350.410 Per month A Fifth Street Senior Center 6130 W.5th Street U.5 $ 375.00 per month m CL 5 La Plaza Park 685 Mt,Vernon Ave. 2.04 $ 205,00 per month c� 6 Lytle Creek Park 380 South"K"Street 17.9 $ 1,826.00 per month w 7 Meadowbrook Fields 179 E.Rialto Ave. 4.95 $ 500,00 per month m N 8 Meadowbrook Park 2nd Street&Sierra Way 14.12 $ 1,440.00 per month U 9 Mill Park 503 E.Central Ave. 2.0 $ 204.00 per month L 10 Nicholson Park 2750 2nd Street 9.52 $ 970100 per month 0 13 Nunez Park 1717 W.Sth Street 22.04 $ 2,245.00 per month Cn 12 Palm Field 888 E.6th Street 22.3 $ 1,825 00 per month 13 Pioneer Park/Feidheym Library 565"F"Street 5.0 a $ 810.00 per month v t` 14 Pioneer Memorial Cemetery 211 E.9th Street 22.0 $ 3,350.00 per month v 15 Secoombe Lake Park 160 E.5th Street 44.0 $ 4,488 00 per month ti LO M 16 Villasenor Library 525 North Mt.Vernon Ave, 0.5 $ 150.00 per month .� E 17 Parking Structure&Annex 260 North"D"Street 5 $ 500.00 per month 1$ Norton Gym/Ballroom 1554 Art Townsend Drive 3.8 $ 499,00 p cr month Total $ Z9,093.00permonth a 30 Packet Pg. 141 5.J.b i I RFQ F-1431 Parks Maiaonan"Scrvi= Trash Service of the City of San Bernardino's South Park Sites item par* Daily Narne'of Park Park Address ftmage Charge A City Hall 300 North'D'Street 0.5 115,00$ per day 2 Colony Park 1583 E. Hardwick Drive&Weir Rd 6.4 $ 25.0{} Per day 3 Court Street Square 457 Court Street 0.5 $ 20.00 per day 4 Fifth Street Senior Center 60o W.5th Street $ 15.00 per day C 5 La Plaza Park 685 Mt.Vernon Ave. 2.04 $ 25.00 per day = 6 Lytle Creek Park 380 South V Street 17.9 LU $ 50.00 Per day w 7 Meadowbrook Fields 179 E, Rialto Ave. 4.96 $ per day N 25.00 ie 8 Meadowbrook Park 2nd Street&Sierra Way 14.12 $ 50,00 Per day c 9 Mill Park 503 E.Central Ave. 2.0 a� $ 20.00 per day o 10 Nicholson Park 2750 2nd Street 9 52 $ 4 50.00 0.00 per day 0 11 Nunez Park 1717 W. 5th Street 22,04 $ perday 12 Palm Field 888 E. 6th Street 22.3 $ 50.00 per day a �. ti 13 Pioneer Park/Feldheym Library, 555"F"Street 5.0 "' $ 45.00 Per day 14 Pioneer Memorial Cemetery 211 E.9th Street 22,0 $ v 50.(?0 per day M 15 Seccombe lake Park 160 E.5th Street 44.o $ 150.00 Per day E rn 16 Villasenor Library 525 North Mt.Vernon Ave. $ 20.00 per day 17 Parking Structure&Annex 260 North'D"Street 5 $ 2500 per day E 18 Norton Gym/Ballroom 1554 Ark Townsend Drive 3-8 - $ 25.00 per day a Total $ 700.00 33 Packet Pg. 142 5.J.b RFQ F-14-31 Parks Maintonance Services Restroom Maintenance Service of the City of Sari Bernardino's South Park Sites Item Park Monthly R Name of Park Park Address Acreage Charge 1 City Hall 300 North"D"Street 0.5 $ 0 per month 2 Colony Park 1583 E. Hardwick Drive&Weir Rd 6.4 $ 520,00 per month 3 Court Street Square 457 Court Street 0.5 $ per month ai CL CU 4 Fifth Street Senior Center 600 W.5th Street OS $ 0 per month -a 5 La Plaza Park 685 Mt.Vernon Ave. 2.04 $ 524 0Qper month J 6 Lytle Creek Park 380 South 01("Street 17.9 $ 520.00Per month W I 7 Meadowbrook Fields 179 E.Rialto Ave. 4.96 $ 0 per month L U 8 Meadowbrook Park 2nd Street&Sierra Way 14.12 $ r month c 520.00 L d 9 Mill Park 503 E.Central Ave. 2.0 $ 0 per month 0 ��► 10 Nicholson Park 2750 2nd Street 4.S2 $ 520.00per month o U 11 Nunez Park 1717 W.Sth Street 22.04 $ 1,020 00per month o- 12 Palm Field 888 E,6th Street 22.3 $ 520 OO per month r`*. M_ 13 Pioneer Park/Feldheyrn Library 565"F"Street 5,0 $ 0 per month r` LO 14 Pioneer Memorial Cemetery 211 E.9th Street 72.0 $ 520,00permonth ` w"' 15 Seccombe Lake Park 1.60 E.5th Street 44.0 $ 2,499 00per month 0 16 Valasenor Library 525 North Mt.Vernon Ave. 0S $ 0 per month E 17 Parking Structure&Annex 260 North"D"Street 5 $ per month 0 r 18 Dorton Gym/Ballroom 1554 Art Townsend Drive 3.8 $ 0 per month Q Total $ 7,09,00 34 Packet Pg. 143 S.J.b i Work Pigg&uth Area) President-As needed Strategic planning for special projects. U Project Manager-As needed a Responsibilities: Site inspections,meeting with inspector,implementation of schedules and v oversees supervisor and plans renovations. c Supervisor(20 Hours/Monday.Friday) Responsibilities: Site inspections,meet with ins w po pec inspectors,oversees foreman,renovations and , specialty operations. ca Irrigation Technicians(1-40 Hours/Monday-Friday) U Responsibilities; Specialty irrigation repairs,train lines and trouble shooting. L m Foremen(2-80 Hours/Monday-Friday) o Responsibilities:Oversees crew and site operations d Maintenance Personnel(4- 160 Hours/Monday-Friday) Responsibilities:All daily tasks outlined in specifications to included litter pickup. a Pesticide Technician(1- 16 Hours/Monday—Friday) LO Responsibilities: Responsible for applying pesticides,herbicides and pest control.Chemical and fertilizer applicator. d LO ti Restroom!Trash(3-5-140 Hours/Monday-Friday) �M; Responsibilities:Daily tasks include opening and closing of restrooms,Maintain,pressure wash E i restrooms,and replenish the supplies.Oversee and maintain playground equipment and picnic shelters.Pick up trash barrels and litter from City parks and facilities. c m Restroom/Trash Weekend Services(3.5-56 Hours for Saturday&Sunday) E Responsibilities:Opening and closing of restrooms.Maintain,pressure wash restrooms,and replenish the supplies. Oversee and maintain playground equipment and picnic shelters.Pick up a trash barrels and litter from City parks. Packet Pg. 144 S.J.b liNC�F-t43t parks MaintmA=Scsveccs Equipment Rates for Maintenance of the City of San Bernardino's Park Sites and Amenities IN tem Equipment Hourly Rate Explanation 2. Trucks $36.00 For extra wor requestecl by the rsmnmu , 2. 580 Hustler mower 3. Power Hedge Trimmer $18.76 4, Back Pack Power Slower 18.75 _ il S. Power Edger $1$.75 5. Pressure Washer 18.7'5 7. n re over $30.00 C g. 60"Ex Mark Mower $30.00 y 9. 40"Ex Mark Mower $30.00 10 Weed Eater 18.75 J oto er ec me $18.75 w Back-Hoe Tractor $75.00 m Flall Mower Tren er 5. U Stump Grinder S Concrete Mixer $25.00 TotBi $475.60 p CD y L Labor Rates for Maintenance of the City of San Bernardino's Park Sites and Amenities a. Item Labor Classification Hourly Rate Explanation Laborer 28.0Q Maintenance Worker 2. Irrigation Technician 35.00 Irrigation Spedallst n LO 3. Construction/Operator $45.00 Cement-Mansory-Playground Equipment 4, oreman $40.00 13166bts Crew at all times E s. Supervisor $45.00 ups se re r -On C-aF- 0 6. .r 7. m 8. E 91 c� w 10. a 0 Total $190.00 34 Packet Pg. 145 5.J.b RF'Q F 24-31 Parks Maintenance Semioes Percentage Mark up of Materials&Supplies for Maintenance of the City of San Bernardino's Park Sites and Amenities Item Material&Supplies Percent"a Explanation No. Mark 1. Material 16% PR-ant'Nisrkup far Miterial 2. 4. U C 5. 6. a (a 7. N C 9. J 1¢. W CJ N D) L U C L L Total 0 N lG t U L ANNUAL PUf g A5g9 R a Effective on or about July 1, 2014 through June 30, 2415 plus two (2) one-year renewal LO options, for City's requirements, v potion year one, It exercised, shall be effective July 1, 2015 through June 30, 2016. M Qotion veer two, If exercised, shall be effective July 1, 2016 through June 30, 2017. E L Actual option year pricing shall be negotiated with the successful Bldder(s) prior to exercising of any given option year. Option years shell become effective only upon issuance by the City of a duly authorized Purchase Order. E U Are there any other additional or Incidental costs, which will be required by your firm in Q order to meet the requirements of the Technical Specifications? Yes 1 No (circle one). If you answered "Yes"% please provide detail of said additional costs: NO 35 Packet Pg. 146 5.J.b xFQ r-�a•�i Parke Maimenenre Suviam AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME &TITLE: .foal Iba a President DATE SIGNED: ZZ,: 20/ n an re scape, nc. COMPANY NAME= &ADDRESS: 2456 Kern St. San Semardino, CA 92407 c PHONE: (909473-9068 a ns U FAX: {949}473-9040 EMAIL: loelOinfandempireiandsca R+B.cOm w IF SUBMITTING A "NO RID", PLEASE STATE REQSON(S) BELOW; a� L U L O CD U L a v r- uo Lo M d r• Lo M a.i E L r W E U d.• Q 37 Packet Pg. 147 5.J.b RFQ F.14.31 Forks Wintanaucc Scrvlccc Please indicate any elements of the Technical Specifications that cannot be met by your firm: We can meet all elements of the Technical 9padficatiam for RFQ F-1431. ci Have you included in your bid all Informational items and forms as requested? _Yjs I Jo (circle one). If you answered "No", please explain: Q ca U yes N c J W_ CD V) t� d L This offer shall remain firm for 120 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid, E Cash discount allowable: a% days; unless otherwise stated, payment terms are: Net thirty(30) days. U In signing this bid, Bidder warrants that all certifications and documents a requested herein are attached and properly completed and signed. ti From time to time, the City may issue one or more addenda to this RFQ. Below, n please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. LO M w E CD L Verification of Addenda Received: Addenda No: Ivry Receivers on: Addenda No: NIA Received on: Q Addenda No: WA Received on: 36 Packet Pg. 148 5.J.b R1~'Q F-1431 Parks Maintenance Services SUBCONTIRACTOR'$ LIST As required by California State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount In excess of one-half of one pent of the General Contractor's total bid and will state the firm name and principal location of the mill, shop, or office of each, if a General Contractor fails to specify a subcontractor, or if he specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he agrees that he is fully — qualified to perform that portion himself and that he shall perform that portion himself. U DIVISION OF NAME OF FIRM OR LOCATION WORK OR CONTRACTOR CITY w TRADE N/A L U C L L 0 U L ti Ln Joel lbarra Print Name Sigria re of i er LO M w Company Name: Inland Empire Landscape, Inc. E, ' Address: 2456 Kern St. San Bernardino, CA 92407 E U REJECTION OF BIDS Q The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to waive informalities in a bid or bids not affected by law, if to do seems to best serve the public interest. I 38 Packet Pg. 149 RF4 P-101 Pitea A4x1nWnvzGe$oMm NON -COLLUSION AFFIDAVIT TO. THE COMMON COUNCIL, CITY OF SAN BERNAROINO In a=tdance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in — connection with RFQ F-14-31. a U N C Business Name Inland Empire Landscape, Inc w — Business Address 2456 Kern St. San Bernardino, Ca 92407 Signature of bidder X _ U L Q� L 0 Place of Residence U L a Subscribed and sw before me this._ day of 20 M Notary Public in and for the Co my of State of California. LO My commission expires: 20� E U fC a 39 Packet Pg. 150 S.J.b State of California County of San Bemardino Subscribed and Sworn to for affirmed) before me on this 28t1� day of_ rll 20..#.$.,, by-Jowl fhC� proved to me on the basis of satisfactory evidence to be the person(*who appeared before me, d d KIMBERLY COSTA$Commission IV 1901005 57,Notary Public California a U San Bernardino County � N M Comm. Ex fires Oet 3,2014 zs cu (Seal) Signature w m m m m L U C L O CD N U L a LO M LO ti M E L .i+ C d U Q Packet Pg. 151 5.J.b INLAND EMPIRE 2458 kern Street • San Bernard#-o,CA 92407 tax 9MA73.9040 Landscape Development & Maintenance ST.IIC.8022gg Inland Empire Landscape,Inc.will guarantee ottr propose price.Validity for 150 days as of U Monday,April 28,2014 for RFQ F-14-31 Parks Maintenance Services. CL M U fp tC • J W G1 N cu W L Sincerely, c L d E 0 Joel arra � U L 85ident d v ti LO M d' ti lC> M w E L Y E Y Y Q Packet Pg. 152 i S.J.b AC<>R& CERTIFICATE OF LIABILITY 09 PROM" INSURANCE Q4128I2U14 THIS CERTIFICATE D 13 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS No 1%IGmTS UPON THE CERTIFICATE WXDEM T!i RTHFICATE DOE$ Not Affff MATIVELY OR NEGIATTVaY AMEND, EXTEND OR ALTER THE CO'V RAGE AFFORM BY THE POUCM B"OW. TH2 CERTW"TE OF INBURANCE OM NOT CORnTUTE A CONTRACT SETtAIMN THI= ISSUING INSURMS),AIITItURIZE REPRIMNTATIVE OR PRODUCER,AND THE CERI*ICATE HOLDER IIYIPORTA e®rtlflaeta haldeP Ie err ADDITIONAL INSURED,Ow pohey(Ift)mlot be bndvre�c9. 9UBRtKir4TIpM i$WAIVED,aub9eCt I thi bBlrns and coredEtfonip of the Pallcy,Rer hlin PDRalas MY doqulra an ernlorswIent A$tsi wwnt on this eartlffaaw dw*not cow rw t to th dr 0flaats holder In Neu of such andofteimn s. PRODUCER MM24.0293 909-422-1414 ALC Insurance Services 924.093 909 1740 E Wastllngtoft Street 422.1414 Suite C3 C211M CA 92324 xaaNO rxlvFRaaE e NamED 909-473-9066 909-473-9040 A., R Inland Empire Landscape,Inc. INSWeRon: 2456 Kern Street adeuReRC: c INSU trtR D: San t3emar1ndy,CA 92407 �; CL Ia AMMER F: U N COVERAGES CIEmnFtGATE R: RHVF$ICIR[fitiNfBER: THIS IS TO CERTIFY TNAr THE 7a 1CWS OF INSURANCE LISTED BELOW HAVE 8"I k"MD TO TW WWRIED NAMED ABOVE FOR M POLICY PERIOD J INDICATED. NOTVMSTANDING ANY REQUIREMENT,TERM OR CONDMON OF ANY CONTRACT OR OTHER DOCUMENT VWTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBEo HEREIN IS SUBJECT TO ALL THE TERMS, W EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SH"MAY NAVE BEEN REDUCED 8Y PAID CLAIMe, , HYPE OF ik8l "CE POLICY Nyvaim Lars N MR a +IAL uPlalurY �/ �xc+e O=UP we w A 7./ comvgRGft aeemL Lu eLm L 6 U CLIUbtSiAAOE ®OCCUR _ _ BAG-1026313 11/2=013 1tl2012014 pavArjALaAD1+NV.RNtY s - v r;1Pz_0ZL1 7FOATELasIfTAFPLrE3PER AROGUM-CUMPMPAGO d CY LOG ALITCMp♦sLELUN9ILrTY COMBINED SINGLE Llmrr � ANY AUTO ALL OWVEO AUTOS somy KARY(Prr Pxsasl ZS 0_ 6CM11PLAXDAVTO$ BODILY NIII)RY(Ppv vtoum) $ HIRED ALIT08 P TY 1DAMAG* i Ln NON-OWNED AUTOS S d° LWNELLA LIAR OQCL7R $ LO GE ce) 0""UAR ClA1MSMRCE Afl3RPQaPE $ •.+ DEDUCTIBLE RETEWI >3S %Opu a COMPOWTKA! AND ENAL$YP.yIA'UAWAV YIN C AOWARTNERO:CUTNE — y R exoLUD®t IA IA i mENT ; eq E.L,ZftAw.eA eWL0 s � t lldRl' " �r0"' Dr�ase-P{aLICYL�/:T` s 1�v a.. Q DES MOTLCN OP OFBRATIONS f UXAMN9S I VE (AWag ACM fOl.A"No.M1 Ramarm BCM&U,If 0100*POO Is? A r*M Job Des0ption: Landscape Maintenancellnstallataon Project: Certificate Holder named as Additional insured per form CG 2010 07 04 attached. CERTIFICATE HC91" ANGEIJA'npN City of San I3emsrdno MOULD ANY OF THE AaOW DFSCRMED POLICU in CANCELLED 90:ORE 300 North D Street, 3rd FkHOr THE EVIRATHM DATE TMM SOF, NOTICE AML BE IHLwudw rN San Bernardino,CA 92418 ACCOROANCL WIFE 01n THE poUCY aR toN8. AUTMatt�D Re�RCaacTaTrvrt 1988-2408 ACOIti3 COIZP0RA AU djto rmrvotl. ACORD 26(20&18/0@) The ACORD name and Ioga are reglsVo od nlarka of ACORD Packet Pg. 153 A<>RV CERTIFICATE OF LIABILITY INSURANCE �rzs THIS CERTT7=lCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS-NO RIGHT$ LIPON THE CER*cA19 0=19L Tmis CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COR/ERAQE AFFOR)L;p by THE POUGIES SLOW. THIS CERTIFICATE OF INSURANCE DOER NOT CONSTITUTE A CONTRACT BET MM THE MUINo lNsuRER(S),AUTHORIMD REPRESENTATIVE OR PRODUCER,AND THE CERTW=kTE HOLDER If IPORTANT: ff the certftlaate holder Is an ADDITIONAL INSURED,the policy(les)must be endonsed_ N SUBROUTION I8 WAAIVED,subje to the term:and conditions of#*Policy,OwUln pofiCles may require an endoraome t. A ointment On Oft cedffiaw don not corer ft ft to the certiflcaty hofdar hi Pfau of such endolseme 6). PIMUCMR W9424.9821 909--422.141 Alfbnso AII`onso Costars FWNE I)-S -9821 •91)�t2�-1414 1740 E Weshllnc#nn Suet Set.�stef3latlalrsren#_t�rr1 suite C3 _ A 324 AFFOMW COVERAGE Mw_0 INSUROD 909-473-9066 909-4T3-9040 I!LWO 2A: I n Inland Empire Landscape,Inc. INSUSeas: 2456 Kern Street I e Immi tD: d CL San I3emt3rdino,CA 92407 : Rl�l td: N COVERAGES CERTIFICATE N REVISION l9UMSEP. c TENS IS TO CERTIFY THAT THE POLCIES OF INSURANCE LISTED BELOW HAVE BEEN f8SUED TO THE INSUREo NAAIED-ABOVE IsOR 71fE POLICY PER166 � INDICATED. NOTIMTHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER 00CUA'PUr WITH RESPECT To Wr#CH THIS � CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE.INSURANCE AFFORDED BY THE POLICIES DESCMSED HEREIN IS SUBJECT TO ALL THE TERIsAS, LU "CLUSIONS AND-CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY BANE BEEN REDUCED BY PAID CLANS. f M TYKOFWWRANCE (D LICY mm L11N7A UI GENERA!LNA@ILITY i;;11CF1 pCCUFtRETbCE � COMMERCLAL GWERAL ILABILTY EB ) ; — - U CLARIB•MADE OCCUR MED EXPO_ i i PERSONAL.6 AW POURY $ L GENERAIAGGREAATE $ 0 IMIL AGGREGATE LIMIT APPLIES PER: PRMCTS-C AGQ >i N _ POLICY LOC >t M AUTOMOOU UABRM COWWW BLNaLE LMIT U {L;p eboiderki ! U ANY AUTO BODU Y kNOl#tY{Par pprygA) S EZ ALL OwnAUT08 ^— SCHEDULED AUTpH BODILY INA RY(Perao0wom $ d PROPERTYDAMAGF $ LO HIRED AUTOS {P-modden9 ch NON-OwgeD AUTO$ $ cl' s n LO UNBLUIUALM OCCUR EACROGCUFUMNOe Cl) i WZWUAe OLAIMSWLwe AGGREGATE 3 DEDUCT10LE S 0) $ I M WORKW OMPONATIOR wC STATiY T AND WVWYM 1-1091-ITY Yt to ANY MUTt WA"NERADMLITAI i�RL ELL EACH A00MENT S QOQ UOQ � A OMCH EMWERexa.,s�, Q MIA 801102"A 0710TW13 07107=14 Mlta E ty+ a'Yx+tR7) FL.DLSEABE-LAEEWPLOYE 31,OO13,fJOt'i .c Ir deeolbe r ERATIO below 1L DISEASE-PpUCYLUXT 0 1 tlQO,f7U0 F _7 w Q DaAIPTioN of OPfd1ATwN$iW0AT*W/VW0CL96{At[ao6 AOORC Too.Atldltonel qe s BcRsrNda.I more spas Is rmgWrWl Job Description: L.andsmpe Maintenance/Installation Project: CIER'nFICATIE H LOM CANCELLATION City of San Bernardino SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE THE EXPIRATION DATE TiiEREOIr, NOTICE VWU BE DE NEM IN 300 North D Street 3rd Floor ACCORDANCE WITH THE POLICY PROM MIL San Bernardino,CA 92418 `. AUTNGRQ[D R[iPR�fi'rATiVE C 1OW2009 ACORD CORPORATION, All rieft rswrood. ACORD 26(2t}09 O) The ACORD name and logo are regicbm*d marls of ACORD Packet Pg. 154 S.J.b ,CERTIFICATE OF LIABILITY INSURANCE 04,2812014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTtMCATE HOLMR,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR N14ATIVELY AMEND, EXTEND OR Al-TOR THIF CL]VM;tAGE AFFORDED BY THE POLICIES BELOW, THIS CIERTIIFICATI OF INSURANCE DOES NOT CONSTITUTE A CONTRAQT BETWEEN T"F_ ISSUING INSURER(Sj AUTHORIZED REPRESEN'T'ATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT; if the CBrttflcats ha der Is an ADOrrIQNAL INSURED,the Wley(iea)must be endorsed. If BUSROOATION is WAVED;sil to the terms anti conditions of the p0€Icy,certain palieiss may require An endorsement. A tta(enwnt on thk ce tift4b does not wafer r#gtnato the ceffftata holder in lieu of such®ndoraumsnf(s PRODUCER 808.824-9821 900-422-1414 TAlfonso Costas Alfonso Costas insurance Services �i 809-824-9821 309-422-1414 1740 E Wasbington Street „D Suite C3 PROWLER oltoo&A 9 24 --_ -- w AF IOMMO COVERAgE Nalco iNSLIrtED 909-473-90W6 9+79473-9044 a:T X Inland Empire Landscape, Inc, c 2456 Kern Street uLSUrIExc: D: CL San Bernardino,CA 92407 waXR$; U V) INSURER F: -Q COVERAGES cERTIFICATE NUAIIBER; REVISION NU MISER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN tssUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD J INDICATED_ NOTW(TH$TANOING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER 00CUMENT WITH RESPECT TO Wim THIS W CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, — EKCLUSION$AND CONDITIONS_OF SUCH POLICIES,LIMITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAIMS. (NTH- •�T TYPE C3F IN9URAWCE _ -—L.DOLU R P Y U4fClt — I U! GENERAL LIAWLITY LIMrB EP�SAEECRDSHBOOXNWCACiL AU 8+R7.ARaCBnN N0 CVPddE _COMMERCIAL GENERAL LIASXfTY .f Ae1aRnY l ,S S f 5 V CLAW-MADE OCCUR GENERALADOREQATE S O GEN'L AGGREGATE LIMIT APPIE5 PER' nel �L a L _PREMIM(EA_ PROWCTS-COwtOP AW 1 d LOC v$ to N AUTOMOII"UAWLITY I 07iL"FDSINGLE L(MTT I _. ANY auto tea seaaerey I s 9,000,000 U _._.. ALLOwNEDauTas 802630728 ;t2/aer2v�3 7 Tzroarzal4' BODLLYIN.01RY(PwPw wt) s ti t30DILY(NJ4RtY'(Aasaotldsnll B f SCHEDULED AUTOS } i -- ••..— A HIREDAUTOS 1 f PROPERTYDAl1AAE s (l N{7NAWNED AL>'r65 V UMBM.LA I." OCCLfR EACH OCCURRENCE I$ Lr EXCESS L TAR M CIINAM1S•MAOE, i AOOREQAT@ I S MOVOTIBLE s E RETEND9N r j L WORKERS COMPENSATION YA 8tA f0 AND EMPLOYER&LIABILITY .. YIN ANY PNOPMETOWPARTNEWEXECUTIVE E.L.EACH ACCIDENT 'S C 0PFICWWEMWtffXCLUDEa� NIA 11 �In E.L,_DISEASE.EA EMPLOYED S P7tON OPERATIONS x ow E.I_WIEAW-POLICY UM1t S .0 U R DESCRI"ON OF CPERATtOM I LOCAIMS 7 VEMBCCES tALt"h ACOR0101.Addhlonet RMA fm Schedule,If MOM spun b r"Ulft!) Q Job Description: Landscape Maintenancelinstallation Project: RFQ F-14-31 CERTIFICATE HOLDER CAtdCELLATIQN City of San Bemardino SHOULD ANY OF THE ABOVE DEaCRIBED POUCIES W CANCrZURD MMKfi Finance Dt: /PLIrdTasin Division THE EMPAMON DATE THEREOF, NOTICE MLL BE DELIVERED IN Pt $ ACCORDANCE WrrH THE POLICY PROVISION$, 300 N"D"Street,3rd Floor San Bernardino,CA 92418 AUTHaazED REPRP. MTAYIVS 01988-2DOG ACORD CORPORATION. Alt rights reserved. ACORD 25(2009109) The ACORD name and togo are registered marks of ACORD Packet Pg. 155 5.J.b Experience Inland Empire Landscape, Inc.has been providing quality landscape services in the Inland Empire area for over 13 years,specializing in large scale municipal maintenance. We install and maintain all phases of landscaping including the insWIation of a 36 acre passive park for the City of Banning which include; a U Current Operations: J City of Riverside Public VV orks Djvvlisian W 1900 Main Street Riverside,CA'92501 Phone:951-351-6112 Contact: City Landscape Inspectors-Robert Filiar(951)712-4365 L Project~ Landscape Maintenance Services a Project: Total Yearly Cost$418,912.00 0 County of&ivcrside Transpgrtation Derartment U 4080 Lemon Street Riverside CA 92502 a Office: 951-955-6767 ti Contact:Principal Engineering Technician-Mark P Hughes (951-830-6860) Projects: Monthly Landscaping Maintenance for various Zones within Riverside County and Landscaping Construction Projects upon Request and approval. M Project: Total Yearly Cost$189,172.00 City of Rialto 249 South Willow Avenue c Rialto, CA E Office: 909-820-2525 U Contact: Landscape Administrator—Sam Sung(809)620-2525 ext 2303) Project: Landscape and Grounds Annual Maintenance Services Project: Total Yearly Cost$547,600.00 C Packet Pg. 156 S.J.b I - Oly Qf San Bc asdinn 300 N, °`U"Street San Dcrnardino CA 92418 Office:909-384-5233 Contact: City Landscape Inspector—Willie Brigham Project: Landscape Maintenance Services Project:'Total Yearly Coat$188,400.00 a� a CU U City of Wil�lomar N 23873 Clinton Keith Road J Suite 201 Wildomar;CA 92595 w Phone: 951-677-7751 Contact: Superintendent-Les Chapman{951}990-3600 Project:Landscape Maintenance Services Project: Total Yearly Coat$96,000.40 L as n s U L a v M d' ti LO M E L Y E s U c� a Packet Pg. 157 5.J.b Q m nication ethods Communication is key w ensure a successful partnership and is our top priority.The following will describe our plan to proactively stay involved and communicate in every passible way. P ical InWq tr_ •ons: Our General Manger of our Landscape Maiateztance Division or Area Supervisor will tour property alongside the City Representative to identify new U opportunities to address and improvement. a 1''referre4 CP=_tmjcati!2n Methods: Our preferred communication methods include: Cellular Phones: Our staff members arc equipped with cellular smart phone allowing us to respond immediately to arising issues, w Emails: Smart phones capable of receiving emails,allowing us to respond immediately to arising issues. L U C Fax:During normal business.hours which include Monday-Friday 7:00 am.-5:00 p,m. (909)473-9040. o Landline:During normal business hours which include Monday-Friday 7.00 a.m.-4:30 p.m. (909)473-9066 or(909)887-0782. a. Emergency(24 Hour)Contacts:For emergency purposes,pleasc follow the list as ti LO provided.. The first call should be made to the General Division Manger, if there is no answer please leave a message and allow 10 minutcs for a response. If there is no response within the specified time,please move down the list. Lo M w.+ General Division Manager Geoff Rutherford 951-538-6906 E rn ca Project Manager Samuel Rodriguez 951-538-5490 c as E General Supervisor Guillermo Perez 951-538-3993 w Supervisor Max Gonzales 909-567-9743 ¢ Irrigation Service Technician is available on nights and weekends,will be familiar with site to mitigate the issue. Packet Pg. 158 5.J.b Water Management Inland Empire Landscape Inc.understands the value of water management With the rising cost,escalating restrictions and regulations,the proper use of water has become a major part of a good landscape management program. This is vital not only for proper plant health but also to control costs. To help ensure proper water management Inland Empire Landscape Inc.conducts the following: a • All water meters are read by our staff'at the end of each mouth. These readings � are then used to calculate the past month use. The calculation is then entered into the budget report and used to monitor any overages. Reports are then shared with c, managers,supervisors, and the appropriate field staff.Immediate attention is Ca given to any situations to determine cause and take appropriate action, c Ncheduhng&,adjustments Projects are inspected,clones identified by zone and this information is stored on o a clack schedule. This allows water managers to develop and monitor irrigation y programs based on actual field conditions.Weather data is obtained,and used to CU calculate station runtimes.This information is then programmed into the controllers and adjusted as necessary. Manual systems adjustmcnts are made a based on current weather data. ti LO A4��Ili� d. • Water budgets are established from historical data.. This information is entered M into a water budget tracking system for monthly reporting.Water use is then .; recorded into the same system and used to compare to budgets E Tenting&Repair % c + Trained personnel perform routine inspections of irrigation systems to instue proper operation. All technicians have cell phones for immediate communication with supervisors and office staff for emergencies and special requests. a Trouble shootin¢ Each supervisor has state of the art electronic trouble shooting equipment for any problems that might arise, Packet Pg. 159 S.J.b I Personnel Continued: SWialty Grew: We have 5 Specialty Crews to perform seasonal tasks such as 1. Aerifications Z. Dethatch 3. Fertilizing a 4. Overseeding U 5, Weed Abatement 6. Pest Control T Park Amenity Repairs w 8. Graffiti and Painting 9. Mowing Operations L U C L d D N CU t U L CL v ti LO M ti N M w E L C N E t U cC a Packet Pg. 160 5.J.b Lggiltion 2f Main Office and Location..2LAreil Ofli � Inland Empire Landscape, Inc. Information Inland Empire was Founded 11 Years ago by Mr.Joel ibarra with the name of lbarra Landscaping. 9 Years ago he Changed the Name to Inland Empire Landscape,Inc. Located at 2456 � Kern.Street, San Bernardino,CA 92447.Phone#(909) 473-9466 Fax#(909)473-9040 J W Inland Empire Landscape is a well-established Company in the City of San Bernardino . has been in Business for 11 Years.Performing landscape Services in the public&Private cn Industry such as;Landscape Maintenance,New Landscape Construction,Tree Trimming, CU Pest Control, Tree planting,Weed Abatement, Shrub&Ground Cover plantings, Landscape Upgrades,Landscape Modifications,Etc, L Inland Empire Landscape Currently has Approximately 45 Employees performing a Landscape Maintenance and Landscape Construction. o d N tB U L a �r ti LO M h- LO M w+ E i C d E t U f0 a.. Q Packet Pg. 161 5.J.b uipment Lest and 5pecialtl„E ui ment Trucks&Equipment Proposed for Project 1 Trucks c 1 -Trailer — 1 -ExMark 60"Ride On Mulching Mower C I- ExMark 36"walk behind Mowers N 2-Power Weed cater c 2-Power Blower 1 -Power Hedge Trfinmer I -200 Gal Water Tank c, 1 -Power Edger 1 -Pressure Washer I - 100 Gal Spray Rig L 1 -4 Gal Back Pack Spraycr 1 —504 Gallon Hidrosccding Machine O I —Rototilling Machine N 1 -Grading Tractor C 1 - Flail Mower a I —Trencher .. 1 -Stump Grinder 1 -Concrete Mixer M I -Power Compactor � I -Post Hole Digger M Safety equiPff=t,Arrow Board,Concs.Vests,Flags. Signs, Etc, Miscellaneous Hand Power Tools&Supplies(Rakes, Shovcls.Volt Meters Irrigation a� E; uipmem, Hoses, Quick Couplers,Burlaps,Etc.) d E a Packet Pg. 162 5.J.b .Additional �Lr�icg Full Time irrigation Technicians (Recycled Water Certified) Weed Abatement Services Qualified Electrician;Lightning Inspection and Installation,Evaluations Pest Control Licensed Technicians Certified Arborists; Tree Risk Assessment. Cement and Masomy Play Ground Repairs Pluming Fencing Repairs Stucco.Repairs W CD V) L V L V L a v ti LO M d' ti LO M E L f0 C d E t V r-+ Q Packet Pg. 163 Technical ApIggash We propose to work out of yard in San Bernardino off the 210 lawy and State. Business Manager will be available 8 firs,per Week to meet with city Managers and Representatives to discuss work progress,Ideas,Projects,bevel of Satisfaction, Work -- Projections,Visit Work Areas, I-Supervisor to run the Da Da Y to Y Operations Meet With City Represztatives discuss work progress, Visit Work Areas and new projects. 3-Irrigation Technician 8 Hrs.Monday-Friday in his Utility Truck to check,report and w repair irrigation systems. (1 Per Area) — d 9-Detail Crews to Maintain All of the Landscaped areas including; Complete Mowing Operations, Weed Control, Shrub and Ground cover Pruning,Trash and Debris Removal, Restrooms,Tree Safety Clearance,Hardscape, Mulchscape,Trail maintenance,Trash Receptacle Maintenance,Storm Debris Clean up(For All Areas) o 3-Pest Control Technician to run our IPM Program in the city doing the applications of 2- Pre emergent,Post Emergent,Vertebrate and Invertebrate control and reporting.(I Per a Area) tn v r. M ti M E L LT3 f0 C d E U l0 Y Y Q Packet Pg. 164 S.J.b MilestonPEimelfine We Propose: U C Initial Irrigation Inspection: a co Report and Repair Irrigation Problems such as Broken Sprinklers, Broken Water Lines, 0 Repair. 'Valves,Wire Problems,Etc. � a w Pest Control: CD V) CU We will have an Integrated Pest Management Program(IPM)to Control Vertebrates, U Invertebrates and Weed populations in the irrigated areas as well as the non-Irrigated = areas throughout the areas of Maintenance, L O Rain Days and Wind Storm Days: We will utilize our Personnel to Sand bag, Clean.Drains,Remove and Repair Wind a Storm Damages,Provide Assistance to city along with City Staff even in other Landscaped Areas. LO Clean and Detail: One Initial Cleanup of Weeds,Trash and Debris in Planter Beds, Shrub and Ground LO cover Pruning, Tree Safety CIearance `" E Certified Arborist, M Tree InTwflonn and Risk Assessment Provided to the City = as E Inland Em ire &L&caj2 Q Would Like to Thank You for the Opportunity to Present our R»a Q and our Experience on Behalf of the City of San Bernardino. We would Like the Opportunity to 'Work for you and Become an Extension of you. Packet Pg. 165 C) LLJ ELM I N r C J EEE�rr. 0) w C4 �- o d N T QN ti Co L t V L a v ti u) LnM ti M w E L C E t V mr f� .r+ a Packet Pg.166 7 h L' a � i cc (j J --� u +Z u W CL I -o Q7 W R .T ,v v d A. U.;p U)to cv a ti La r to 7'•. N `:+ �! ul L p" n C7 L W i y*� m 0 a O CD 3 a�i tr ='�tWC c a M te E E d E s L LL V r I a r L Packet Pg. 167 CALIFORNIA DEPARTMENT OF PESTICIDE fMGLTLATION 1001 1 STREET SACRAWNT0.CALIFORNIA 95814 ISSUED:Dmob 01, ,20 PEST CONTROL BUSINESS MAIN c; E,ICPIttI%S:I)ecsmber 31,2014 LICENSE LMNSE NO,37897 tm:llNllElih{It11140 /Ih�rq'lftLlllftaf�rk7'NgNA1tJ!(Mdluteuta�mrB/kendrJ�, vUj _ ylBiinlp:1{ktr�•,. J litisNRti Lah;1t14n W INI D EMPIRE LANDSCAPE INC INLAND EMPIRE LANDSCAPE INC N 2456 KERN ST SAN BERNARDINO.CA 92407 SRN BERNAWINO,CA 92,407 L d POSTIVIS1.►(r\Xt f�R(1�tfV:�rL1 I;.r>_f$11( VILrW 'a THIS I1C'LW,11 NOT TRAX-SH:k,\dU.-ANY CHA-14GE t,.,,U11''irm-opp MQUIRLS A Nf:'W i K; Mr 0 N e) I. Please:make sure the inibri73ation on Vour iie(;tt w is eormet. � CL ?. 'tiptif�l us immediate) of any l'IIIIt2gL'ti to N our bulinesti [4.�.. nllftl�`,1ttt1TCS5,inSUranre carrier or qualified person 1. LO 3, if you lase your license,then you may ro4ue5t;;I nett (tile fi)r a ;?if fec 4. Plea_•e refer to the license'ltMll'fe1'10t:,ttcd in tht mieldh:(Dille IuIBc c�hen contacting us. � �. For more information,pica.r cofltart u.:It,(f 445-40+.�,'(.)r at- IIel3nsem8ii'(r cdpr ca.gov>,Or you may write to M aapartlaeur of Pesticide Regulation E Pest-NIA"Agem nt*ad Licensing Branch Licensing and Certification Program P.O. Box 401 E !sare�Itlfrnrel.('aiif;llrnfa 9!t$i i-�1t1i5 � cts a Packet Pg. 168 5.J.b U C d O. f6 U N C t4 J ' W N N N L U C L Q� O DEPARTMENT OF PESTICIDE REGULATION m LICPNSINGJCERTlFjCAr�[ON FROG dAM N t U L f?UALXFIlEi3 APPLICATOR LiCE,NSE d DATE OF ISSUE v ti VALID'I' itoUGA 01/4112013 ti 12/31 f2014 M OAL 1 22218 JOOEL,A MARRA KERN ST SAN i ERNARDINO CA 92407 E U Q Packet Pg. 169 S.J.b D$l xBtAYEN'TiOFPFSTiCID$p�gCl.rtY'�02t IdCSNSA ocitMR)CATtON PRpGRAk4 AEM QVAI-*'=APPUCATORLICEW DATX OF IsUll Vi1l.M Tl3 WG;R 01MI 2@11 IZIZV2012 QA1. 1020b3 BC NICK C ALVARADO 1027 E ACACIA 0T ONTARIO CA 01201 _ U U to C M J W International Society of Arboriculwre U c CERTIFIED A BORIST L Nick Chavez Alvarado ° at Cerbneste dumber: WE-9350A rpirraOanDate Dec 31,2013 a ti Lo M d' f` to M r E L f0 G d E U lC a Packet Pg. 170 5.J.bM CL w t Cu 005 Ln Cz F� CCi M" U L •o a A Packet Pg. 171 5.J.b RECI'CLED WATER sn sapwma TkAv4NQ vmww,wwmo sm 97 Joel 4barra z=201 g U C 6 CL RECYCLED Wail&SITE - Ca SUPTI Nft TRADONG N NDV 2010 � 170 0, !Miguel Marra w Q) d L U y O N s SUPM'ISOR TRAMING CL CQVIftdf4*v2OI8 m�1712 ~ Gu#lewm Peru v ti M w E 11if dd�r20b0 � Cl7 s c Q Packet Pg. 172 5.J.b LOIN Z CL � J W � D S a� Cm �- f0 d CCU r � r a 0 ' C#03 { f�C VJ s +� I LO 1144 Lf) Cz _W w E C-2 LAJ LAJ LAJ LAJ � E 'mot <t = LAJ �! Packet Pg. 173 S.J.b i # ' Li m 1 j N 7 uw i LAJ LU � m t Ca ' d Colo j yy L 7€ 0 Q y u 6. Co is CO* W ; a LO Q `' Ii ;` M i! LAJ Cm E LAJ Cm Cz LAJ •J �, L dI coo E jd U o i� f Packet Pg. 174 ci ai CL u N c m w .._...�._, m N d L V _ d O d � � s a « L un Ln ti ti tl► 0 M E i E ' s R Pad 8. 175 y 6 N loft f fill .� w N L V L ftoj* PON uv*pot N t 3 IL ti LO M ti LO M r E L C E V a Packet Pg. 176 5.J.b U C U Q m U N C m J W N m d L U _ G L L lot LO LO y U a a .� .. .. LO N eff ch t z d umopowv w � � i4 � a Packet Pg. 177