Loading...
HomeMy WebLinkAbout05.K- Parks, Recreation & Community Services 5.K RESOLUTION (ID # 3570) DOC ID: 3570 A 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 RP Landscaping, Inc. and Increasing Purchase Order No. 2015-00000172 by $57,569 to $627,513 for Parks Maintenance, Cemetery Maintenance, and Irrigation Repairs at the City's Central and South Park Sites. (#3570) Current Business Registration Certificate: Yes Financial Impact: Account Budgeted Amount: $1,200,000 (Parks Maintenance Division); 80,632 (Cemetery Fund) Account No. 001-380-0072-5506; 106-380-0001-5506 Account Description: Landscape Contracts Balance as of November, 2014: $159,520 (Parks Maintenance Division); $80,632 (Cemetery Fund) Balance after approval of this item: $145,120 (Parks Maintenance Division - prior to Council approval of increase to purchase order 2015-00000724 in the amount of $50,000); $37,463 (Cemetery Fund) The Parks Department is requesting to increase the purchase order using the following accounts: Parks Maintenance 001-380-0072-5506 in the amount of$14,400 Cemetery Fund 106-380-0001-5506 in the amount of $43,169 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. Updated: 11/25/2014 by Jolena E. Grider A I Packet Pg. 178 Background: 3570 On August 8, 2014, Mayor and Common Council approved vendor services agreements with RP Landscape Inc. and Inland Empire Landscape, Inc. for park maintenance services of the City's North, Central, and South park sites. Additional park maintenance, cemetery maintenance, and irrigation repairs were identified; thus, additional expenses have been incurred. The Parks, Recreation, and Community Services Department ("Parks Department") is requesting an increase to the current purchase order with RP Landscape, Inc. in the amount $57,569 (Parks Maintenance Division: $14,400; Cemetery Fund: $43,169). The additional encumbered funding with RP Landscape Inc. will ensure funding for park maintenance services at the City's Central and South park sites and maintenance services at the City's cemeteries. 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 and cemetery maintenance, proper irrigation repairs, and compliance with the State of California's mandated water conservation bill. City Attorney Review: Supporting Documents: Resolution - RP Landscape (DOC) agrmt 3570 (PDF) Updated: 11/25/2014 by Jolena E. Grider A Packet Pg. 179 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 RP LANDSCAPING, INC. AND INCREASING PURCHASE ORDER NO. 2015-00000172 BY $57,569 TO $627,513 FOR PARKS 5 MAINTENANCE, CEMETERY MAINTENANCE, AND IRRIGATION REPAIRS AT THE CITY'S CENTRAL AND SOUTH PARK SITES. a 6 v 7 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF a SAN BERNARDINO AS FOLLOWS: J 8 a. SECTION 1. That the Director of Finance, or his/her designee, is hereby authorized and 9 m lo directed to increase Purchase Order 2015-00000172 by $57,569 to an amount not exceed 11 $627,513. The $57,569 increase shall be funded from the following accounts: 12 0 a. General Ledger Account: 001-380-0072-5506 in the amount of$14,400 N 13 b. General Ledger Account: 106-380-0001-5506 in the amount of$43,169 3 14 a 15 SECTION 2. That the City Manager is hereby authorized to execute on behalf of the City of LO 16 San Bernardino Amendment Number One to the Vendor Services Agreement Between the City a 17 of San Bernardino and RP Landscape for Park Maintenance Services, a copy of which is 18 attached hereto as Exhibit"A" and incorporated herein as though set forth fully at length. a. 19 20 SECTION 3. That these authorizations are rescinded if the actions described above are not 2 0 21 performed within sixty(60) days of the passage of this Resolution. 22 /// (D E 23 t 24 Q /// 25 26 /// 21 28 1 Packet Pg. 180 i 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 RP LANDSCAPING, INC. AND INCREASING 3 PURCHASE ORDER NO. 2015-00000172 BY $57,569 TO $627,513 FOR PARKS MAINTENANCE, CEMETERY MAINTENANCE, AND IRRIGATION REPAIRS AT 4 THE CITY'S CENTRAL AND SOUTH PARK SITES. 5 6 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 7 Common Council of the City of San Bernardino at a meeting thereof, held on 8 J 0. the day of , 2014,by the following vote, to wit: 9 Council Members: AYES NAYS ABSTAIN ABSENT @ to 11 MARQUEZ L 12 BARRIOS O d N 13 VALDIVIA v 14 a SHORETT 0 15 ti Ln NICKEL 16 m Q 17 JOHNSON N U C 18 MULVIHILL a 19 20 Georgeann Hanna, City Clerk .2 0 0 21 The foregoing Resolution is hereby approved this day of , 2014. 22 d 23 R. CAREY DAVIS, Mayor w 24 City of San Bernardino `t 25 Approved as to form: GARY D. SAENZ, City Attorney 26 27 28 By. 2 Packet Pg. 181 AMENDMENT NUMBER ONE TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES This Amendment Number One (the "First Amendment") is entered into this _ day of 20_3 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"); AND, RP Landscape (the "VENDOR") (individually CITY or VENDOR may be referred to as a "PARTY" and collectively CITY and VENDOR may be referred to as the "PARTIES"), WITNESSETH : WHEREAS, on the 4" day of August, 2014, the CITY and VENDOR entered into that certain Agreement titled VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPING FOR PARK MAINTENANCE SERVICES (the "Agreement") for park maintenance, restroom maintenance, and trash service at the City's central and south park sites; and, 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, NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein,the PARTIES hereby agree as follows: 1. That Section 2 Compensation and Services, subsection a, shall be amended to read as follows: "For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of$627,513.00 for park maintenance, restroom maintenance and trash services at the City's Central and South park sites." rrr rrr rrr rrr rir AMENDMENT NUMBER ONE TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES Page I of 2 Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) i 2. Exhibit A to the Agreement is hereby amended by: (i) removing the document previously identified as Exhibit A;and (ii) inserting the document identified as Attachment 1 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. Dated: , 2014 VENDOR: RP Landscape& Irrigation P g By: Its: Dated , 2014 CITY OF SAN BERNARDINO I By: Allen Parker, City Manager APPROVED AS TO FORM: Gary D. Saenz, City Attorney By. AMENDMENT NUMBER ONE TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES Page 2 of 2 v, Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) ATTACHMENT 1 Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) City of San 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 may be certain projects that the CITY will require mowing.on specific days for sporting.activties. ii. Work shall be performed on the same day each week. Initial.tnowing week schedule and any changes must be approved by the Parks and Recreation Director or his designee prior to implementation, iii. All mowings missed due to inclement weather or ground conditions from such weather shall be rescheduled and completed within 3 working days on weekly.schedule. iv, Cuttings heights shall be:adjusted according to the type of grass in accordance to thefollowina criteria; Grass Type Time Period height Bluegrass and Fescue (June thru September) 3inches (September thru May) 2inches St.Augustine (Year Round) 2-1/4inches Bermuda (Year Round) 3/41inches V, All warm season.grasses such as Bermuda and St. Augustine shall be mowed with a power-driven reel type mower. Bluegrass and Fescue may be mowed with either power-driven reel or rotary type mowers. All equipment shall be adjusted to the proper cutting heights and shall be adequately sharpened. vi. All visible grass Aippings shall be collected and removed from the site prior to the completion of that day's.mowing operations orthe end.of the day,whichever occurs first, vii. 411 glass, leaves,paper and other debris shall be removed and disposed of off-site prior to mowing. viii. All portable obstructions such as picnic tables and trash containers shall be moved in order to mow all portions of turf. 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 ofthat day's mowing operations or the end of the:day, whichever occurs first. m 0o a'r "' Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) i B. 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:perfonn 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. No work shall begin until Parks and Recreation and Recreation's approval is 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 application operations„dates,times,method of applications,chemical formulations,applicator's name and weather conditions:at the:time of application shall be made and retained in an active file_for a minimum_of one (1)year. After this period,records shall be retained in accordance with Sari Bernardino County Department of Agriculture.regulations. vii. Chemicals shall be applied to limit drift to six(6).inches.. All precautionary measures necessary to ensure public and worker safety shall'be employed since all areas will be open for public access during application. 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) inch wide strip around trees,sports field equipment-and fence lines. ix. All walkways,roadways,trails or other areas dirtied by.edging operations shall be cleaned and debris disposed of off-site prior to the.completion:of that day's operations or the end of the day,whichever.occurs first. C. WATERING i. All turf areas shall be irrigated as required to maintain adequate growth and appearance. ii. Irrigation shall be aecomplished.in accordance with the following.time'frames wherever possible: (a) Parks and Recreation,$pm to 6am (b) SlopesiLandscaping: 8pm to 6am (c) Medians&Parkway: 8pm to 6am. (d) Manual Irrigation: as needed (e) Point to Point irrigation:24 hours Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) iii.CONTRACTOR shall monitor the requirerncnts 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 prior approval of Pants 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 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. (b) There shall be no interference with sports field activities or other special activities. (c) There shall be irrigation personnel present at each location until watering cycle is completed. (d) CONTRACTOR'S shall respond within two(2)hours of-any request by Parks and Recreation to turn on/off irrigation systems,particularly in respect to rainfall. D. WEED CONTROL i. A regular program of chemical application shall be used to control weed growth, supplemented by hand removal or noxious weeds or grasses asmecessary. ii. Chemical control of broadleaf weeds shall"be employed as often as necessary-to maintain turf areas in a"weed free''.condition. iii. All equipment used to perform chemical application shall be thoroughly cleaned when necessary to prevent injury to persons,plants or animals from,residues of materials previously used in the equipment,Equipment shall be cleaned in accordance with the procedure recommended on the label. iv. All damage resulting from the CONTRACTOR's operations shall be repaired or replaced at CONTRACTOR's expense. v. Non-restricted chemicals shall be used whenever possible to perform weed control in turf and landscape areas. IL FERTILIZATION A. Scheduling i. All turf areas shall be fertilized in accordance with soils report recommendations when granular fertilization is used;if no soils report exista,;.the following criteria shall reva.1 TYPE FORM t_l RATE (aj Bluegrass 16-6-8 w/trace I Ib.actual nitrogen 1000 s .ft. (b) Bermuda Ammonia Nitrate 1 ib,actual nitrogen 33.5-0-0 1000 N.ft 16-6-8 w/trace 1 Ib.actual nitrogen Elements 1000 sq.ft A' a Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) i Q (c) Fescue 16-6-8 w/trace 1 Ib:actual nitrogen Elements 1000 sq.ft (d)St,Augustine Ammonia Nitrate 1 Ib,actual nitrogen 33,5-0-0 100Q sq.£t ii. All proposed changes in formulation shall be submitted to Parks and Recreation for approval prior to use. iii. All fertilization schedules shall commence on the effective date of the contract then follow the cycles. iv, Turf 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 after the fertilizer is broadcast. v, Ml turf areas shall be fertilized in accordance with the following criteria when liquid fertilizers are used in conjunction with irrigation injectibn.systems: 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 changes to the meters affecting rate of injection of fertilizer:shall'be; approved by the inspector prior to making any adjustments:-to the system.. c. All liquid concentrate fertilizers shall be water soluble,emulsifiable and shall be capable of remaining suspended in water until the fertilization cycle is completed. Fertilizers shall be thoroughly flushed from irrigation lines prior to the start of the next irrigation cycle. vi. All fertilization schedules shall commence on the effective date of the contract then follow the cycles established in the annual schedule. vii.All damages to the landscaping resulting from use of unauthorized fertilizers, unauthorized adjustment to injection system settings and/or failure to flush irrigation lines after the use of liquid concentrate fertilizers shall be repaired or replaced at the expense of the CONTRACTOR. LANDSCAPED AREAS A. Procedure and Scheduling i. All landscaped:areas shall be fertilized in accordance with:sails report recommendations;if soil report exists,thefollowing criteria shall prevail, TYPE RATE Herbaceous Plants 1 lb.actual nitrogen 1090-sq. ft_ Grass Areas 11b.actual nitrogen 1,000 sq.ft. Ground Cover 1 Ib..actual nitrogen 1;000:sq,ft Shrubs 1 I c nitrogen 1,000 sq.ft ii. All proposed chemical formulations shall be submitted to Parks and Recreation for approval prior to use. Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) 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 after the fertilizer is broadcast. RESEEDING A. Scheduling i. All bare,worn or sparse areas in the turf shall be reseeded to re-establish turf to an acceptable condition annually between February 15 and Match 15 in sports and athletic fields and between April 1 and April 30 in all other areas. ii. Reseeding shall be performed in accordance with the following criteria: a.. All areas to be reseeded shall be raked or verticut to remove:all thatch and to provide a rough(scarified)seedbed suitable for seeding: b. Areas to be reseeded shall be fertilized to.provide one(1)to one and one- half(1-112)pounds:of nitrogen per thousand(1,000)square feet. iii, Grass seed shall be applied at the rate specified on the label for the type of seed being used for reseeding. Seed quality shall meet the following criteria: a. Minimum purity shall be 98%weed free for all grasses. b. Minimum germination rate shall be$5%for all grasses. c. No seed shall be applied without prior labeled verification of seed duality. 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 operation. e. Once seed has been applied, CONTRACTOR shall:cover all seed and firm the soil with a water ballast roller,either empty or partially filled depending upon soil conditions. Seed shall then be lightly covered with mulch to prevent erosion and reduce evaporation of soil moisture. iv, Due to extensive scheduling of sports fields in certain areas,reseeding may be required which far exceed the normal.Under these circumstances parks and Recreation may determine that reseeding is beyond the.normal reseeding requirements and shall be performed as extra work.If the reseeding-operation is determined to be extra work,the CONTRACTOR shall submit estimates for labor,materials and all required authorizations. 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. 7) br Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) 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 af@er:fertilization, 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. b. There.shall be no interference with sports field activities or other special activities. c. There shall be irrigation personnel present at each location until watering cycle is completed. d. CONTRACTOR shall respond within Z hours of any request by Parks and Recreation to turn on/off irrigation systems,particularly in.respect to rainfall. H. WEED CONTROL i. A regular program of pre-emergent:chemical application shall be'used to control weed growth,supplemented by hand removal of noxious weeds or grasses as necessary. ii. Weeds and grasses shall be removed from all planted areas within seven (7)days from the time that they are first visible.Methods for.:removal shall be hand removal or cultivation dependent upon planting concentration. IV. GROUND COVER A. Ground cover areas shall be maintained in a manner which will promote the healthy growth of the plant material in a somewhat natural state while removing weed infestations.. B. All ground cover shall be trimmed to restrict growth from sidewalks,trees,shrubs, trails,behind curbs, and from private property. VII. IRRIGATION SYSTEM A. OPERATION/REP AIR: .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 order to: rr Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) 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 necessary when damage is suspected,observed or reported. V. Adjustments,damages,and repairs shall be evaluated based on the following categories and actions: a. All sprinkler heads shall be adjusted to maintainproper coverage, Adjustments shall include actual adjustments to Beads,cleaning and flushing heads and lines,and removal of.obstructions.Costs for adjustment shall be included in costs for operation and maintenance of the.irrigation system. b. All damage resulting from the CONTRACTOWs;operationi shalt be repaired or replaced prior to the end of the work._day,at:the CONTRACTOR'S expense: C. Damage and repairs for causes other than the CONTRACTOR's operations shall be evaluated based on the following categories and actions: 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 costs for operation and maintenance of the irrigation system. ii. Major repairs shall include all items other than small parts including repairs to valves,main and lateral'lines,. controllers,quick couplers and backflowpreventers,and will be paid in accordance with the provisions of extra work. d. Repairs to the irrigation system shall be completed within twelve (12)hours after approval by Parks and Recreation major component damage such as broken irrigation lines,defective or broken valves and within forty-eight,(48)hours after approval by Parks:and Recreation repairs to small parts such as:sprinkler heads and other minor items. e.. All replacements shall be with original type and model materials unless a substitute is approved by:Parks and Recreation. f CONTRACTOR shall maintain an adequate stock af'medium and high usage items forxepair of the 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. is Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) VIII. FACILITY MAINTENANCE A. SPECIALTYISPORTS AREAS; i. General(applies to all park and landscape maintenance:.areas) a. All aniimal.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. e. All pads and sports equipment shall.be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to Parks and Recreation and Recreation. ii. SAND COURT AREAS. a. These areas shall include tot lots,play areas,volleyball courts,etc. b. All areas shall be maintained weed free. c. During the first week in April,.June,August and{October,all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand,but will not cause.lower base 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. iii. 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 graffiti removed. b. Tissue and paper products shall be checked and refilled daily c. CONTRACTOR is responsible for maintenance of equipment and supplies required to operate restrooms in a clean and orderly manner d. CONTRACTOR.shall unplug toilets,sinks,and dr inking fountains. e. Restrooms-hours are 8:00 a.m.to 5:00.p.m. daily. (November February)and 8:00 am,to 8:00 p.m. daily{February—November). B. GENERAL FACILTY OPER..4TIONS: i. All drinking fountains shall be kept clean:and operational,at:all times. a. Minor repairs to include,but.not limited to unclogging draiais. b. All repairs shall be completed within seven(7) days,after damage occurs. c. Any damage shall be reported to Parks and Recreation d. Should damage be repetitive;Parka and Recreation will evaluate replacement with amore damage resistant model. X iT Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) e. All sidewalk areas shall be cleaned if dirtied by CONTRACTOR's operations and at other times as required. f All leaves,paper and debris shall be removed from landscaped areas and disposed ofoff-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 PAVILLIONS 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. ii. All other drainage facilities shall be cleaned of all vegetation and:debris. All grates shall be tested for security 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 week.;Mondays and Fridays. iv. All security and sports area lighting shall be 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. vi_ Picnic tables-and benches shall be checked for graffiti,cravings, looseness of planks or braces, cleanliness and general need ofrepair. 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 immediately reported to Parks and Recreation. ix. All ashes,burned charcoal, garbage and leftover food in and around cooking and picnic facilities shall be removed. x. The entire picnic area shall be kept free of broken glass,cams,paper,etc. D. PLAYGROUND EQUIPMENT i. All playground sites and equipment shall be inspected at the start of each work day,and the sand cleaned and raked level to remove any foreign and/ or hazardous material and be neatly groomed. ii. Anyequipment 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 regular maintenance raking,filling,or depressions shall be done in a manner to prevent material compaction. Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) i 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. M RODENT/PEST CONTROL A. All methods employed to perform rodentipest control shall conform to all federal, state and local environmental regulations. B. Rodent control shall be performed in accordance with the following criteria:. i. All rodents shall be identified and feeding habits determined prior to treatment of the area. ii, All.mounds shall be raked level a minimum.of twenty-four(24)hours prior to treatment. iii. Soil shall be checked in the area to 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 the tunnel. Traps shall be covered with soil once inserted into tunnel to prevent vandalism and to ensure public safety. V, Any spilled bait shall be picked up or buried immediately. vi. Allbait 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 work day until area no longer requires further treatment, C. Pest control shall be performed in accordance with the following criteria: i. All insect pests to be treated:shall be idenified and life stage determined prior to treatment. ii. All areas which may be adversely affected by chemical treatment operation shall be identified(i.e.,waterways;food preparation sites and 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 recommendations and shall be applied to infested plants only E, CONTRACTOR shall be allowed to use the following restricted chemicals for rodent/pest control without prior submittal of a written recommendation from a certified pestt control advisor when applied in accordance with the following: i. Strychnine: a. All mounds shall be raked level twenty-four(24)hours prior to treatment with bait. Soil shall be inspected for proper moisture content. Bait shall not be applied to saturated soil. b. Equipment required for bait application shall consist of a probe,pail, tablespoon,waterproof gloves,respirator and probing bait gun, bw X' br Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) C. Bait shall be applied in areas where.active gophers have created new mounds.Tunnels shall be probed to locate active runs 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..kll holes shall then be covered. Any spilled bait shall be picked up immediately or buried in gopher hone. All containers shall be of the type to minimize spills. e. Follow-up inspections of the treated areas shall be rnnade as often as necessary for new mounds,dead or dying animals, and treated bait rejection. Rejected bait shall be buried immediately and.dead or dyin& animals shall be disposed of off-site.in a manner to prevent contamination to wildlife and to the environment. v, X o� Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) City of San Bernardino Technical Specifications RPP E-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 "REP") for the maintenance of the City of San Bemardino's (hereinafter"CITY") North, Central,and South park sites, The CiTY is interested in the most qualified CONTRACTOR with experience in providing large-scale maintenance services. Through a competitive selection and bid based procurement process, the CITY will enter into an agreement with the best qualified and most responsive CONTRACTOR (s). The CONTRACTOR is-expected to provide all staff, tools, materials, and equipment deemed necessary to property maintain all park sites, The CONTRACTOR is responsible for the removal and disposal of all replaced items, debris, and other items used during maintenance. 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 RFP, 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 (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). 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 brief reason for exception to the requirement(s). Otherwise, state "Acceptable" if requirements are agreeable as specified in the left-hand column. 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. v ' as Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) GENERAL. SPECIFICATIONS i, Each proposal shall be in accordance with Request for Quote (RFQ).F-14-31. All specifications are minimum. Offerors)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. 2, The City reserves the right to accept or reject any and all Quotes and fio award a 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 after due consideration of all relevant factors, including but not limited to, 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 all cases the best interest of the City shall prevail in all contract awards. 3. The City of San Bernardino reserves the right to purchase more or less than the. quantities specified at unit prices proposal, a. Quotes shall be firm offers, subject to acceptance or rejection within 120 days minimum of the opening thereof. s, Regular dealer. No Offeror(s) shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for proposal consideration, 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 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, and substandard goods are not acceptable. 7. Each Offeror(s)shall submit with their proposal a copy of the proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. s. Manufacturer and/or Contractor shall defend any and all suits and assume all Liability 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 a park of equipment or any item furnished under the contract. s. 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 itertts at the earliest possible date following the award of the contract. io. Each Offeror(s) shall list in their proposal all factory, manufacturer's andlor dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the proposal. cP � Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) 11. 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. 12. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be fully prepaid), and shall include all discounts. Proposal shall include California.sales tax, where applicable, (effective January 1,2013)computed at the rate of 8.2$%,this will normally be shown as a separate line item on the price form. 1a. 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 Quotes under these specifications shall supply all items advertised as''standard" equipment even if such items are not stipulated in the specifications, unless otherwise clearly excepted in the proposal. 15. The items which the Offeror(s) proposes to furnish the City must comply in all respects with the appropriate safety regulations of a'll:regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specification's or not. 16. Contractor delivering equipment pursuant to these R1=Q 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 Contractor shall be required to correct the same at their cyan expertise. 17. By submitting a proposal, each Offerors) 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. is. 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 the control of the Contractor, the time for delivery may be extended (in the City's sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Division;of the`City of San Bernardino. The City shall not unreasonably refuse such extension. 19. Contract. Each proposal shall be;submitted and received with the understanding that acceptance by the City of San Bernardino of proposal in response to this solicitation shall constitute a contract between the Contractor and the City. Thisshall bind the Contractor to furnish and deliver at the prices proposed and in complete accordance 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. M A. i0` Q 0° Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) 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 California. 21, One Document. These specifications,the Request for Quotes, RFQ F-74-31,the Contractor's proposal, any written agreement executed by the parties, the purchase 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 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 section shall be construed as applying to all sections. 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 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 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 va @sbcity.orq_ The answers to material questions will be provided in writing by Addendum(s)to all potential Offeror(s) by a posting to the City's website. 25. Proposal/Fee Schedules. No proposal will be acceptable unless fees/prices are submitted on the pricing forms famished by the contractor hem, 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, 0 Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE: Parks Maintenance Services RFQ F-14-31 ON THE OUTSIDE OF THE ENVELOPE. 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. -o � as `O Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) 27. 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. 29. 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. 2s. 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 all 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), arising from purchases of goods, materials, or services by the Offerors) for 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 Offeror(s). 30. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit,judgment or expense(including, without limitation, reasonable costs of defense) arising out of or related to 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 expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as"attorney's fees"for the purposes of this paragraph. 31. While not restricting or limiting the Foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of$1,000,000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies 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. 32. FAITHFUL PERFORMANCE BOND. Not required. ARGO la 33. Written contract documents, duty 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. Cn t N O ° Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) j 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(s)'s response. Quotes lacking copies and/or proof of said licenses and/or certifications may deemed non- responsive and may be rejected. 36. Once the award has been made and prior to the commencement of the job,the City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate during the term of the Agreement. 37. Vendor(Contractor)/Consultant services agreement(s) (VSA/CSA). A signed vendor/Consultant service agreement may be required between both parties prior to commencement of the job. is Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) i . .. ............................ .. .... ...COWL .0, PESERVICE,•;startac:•,rid��i�:a.i..stns . . ,.;`,.,�+„ I PROPOSAL FOR CITY OF SAN BERNARDINO PUBLIC MAINTENANCE SERVICES (RQ F-14-31) Prepared by: Roy Perez April 28,2014 rt M N � O � N Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) j RP LANDSCAPE& IRRIGATION COMPANY INFORMATION Since 1989,RP Landscape&Irrigation has been providing clients with expert landscaping maintenance services and the highest quality customer service. From the initial site consultation with one of our certified . maintenance project managers,to quality assurance visits on your site following services,we guarantee that your maintenance experience with RP Landscape& Irrigation will be a positive one. RP Landscape&Irrigation has decade's worth of experience in designing,bidding,renovating and installing landscapes using the latest technologies. You can be confident we will account for the intricacies and personality of your site. You can be sure that when you hire us you've hired not only the best,but a company that will succeed In accomplishing the job by meeting your expectations,on time and on budget. _. _...__._.____t c currently-.rnaintain.the-Gdy_of..Col ton's_shopping_centers,_industriaL parks,homeassociationsand mallsr----____ In the past RP Landscape&Irrigation has provided outstanding commercial services to the City of San Bernardino,City of Riverside and the HACSB which included corporate campuses, parks,trash pickup, restroom maintenance, retailers, apartment buildings and public parks. Our certified professional landscapers are fully qualified to handle any horticultural service that you require. We promote an honest,reliable and positive work environment in order to best serve our client's needs. RP Landscape&Irrigation offers many years of experience in sprinkler systems, irrigation systems and landscaping.RP Landscape&Irrigation has always emphasized excellence and the desire to be the best In every service we offer.With our wide range of services,we look forward to continuing our tradition of providing top-quality services, exceptional individual attention and unrivaled customer service.When you hire us you will get the area's best and most well-respected company with years of education,training,and vast experience that cannot be matched or duplicated. Every project is given the time and attention to detaii it deserves.We welcome you to check our references for work performed through the years and see for yourself what we have done for many other businesses, rt N � O a `'' Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) BUSINESS INFORMATION f Since 1989 RP Landscape&irrigation has offered many years of experience in sprinkler systems,irrigation systems and landscaping. Company Name: RP Landscape&Irrigation___ Firmllndividual: Roy Perez Title: Ovrner Phone: (909)889-9987 Fax: (909)889-9897 Email: rplandscapeinOaol com Legal Structure Sole Proprietor Address P.O.Sox 1200 San Bernardino CA 92402 Federal Employer ID 3'-0-0953297 j Business License Numbers State License 702393 (Contractors State License Number) State License 78055 (Pest Control State License Number) v � w N � O a 'P Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) Stale Of Caliwa �> irONTRACTORS STATIn t_tCENSE BOARD k ACTIVE LICENSE ARaln 702393 INDIV rte. R P LANDSCAPE.&IRRIGATION Ny C27 0212812015 www.cslb.ca.gov d3 DFPARTmmNTOFrr,memEREGULATEOr4 4 f LICENSINGICERTVICATION PROGRAM i QDALrMD APPLICATOR CERTWICATE DAT&OFISSUE VALM OUCH 01101t2014 QAC 78055 B ROY D PBRPX PO BOX 1200 SAN BERNARDINO CA 92402 NMI .o N � O C' "' Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) State of Califomla CsCONTRACTORS STATE LICENSE BOARD ' ACTIVE LICENSE Afi --..»..702333 INDIV �.. .,,. R P LANDSCAPE&IRRIGATION c ,rtd.,a,C27 ' www.esib.ca.gov ww.cslh.ca.gov i W I�E 11-11:'.?'tk�K .'-1 x7 l: f,i?7-:rf:'iUilF;,r.,:OR?"•3 ... CITY OF SAN BFRNA.I XNO ! i Busn�ess� rsT;nTlov ci T�care r ! 1 ACCOUNT TI&�°r B.&r'ron Ceridrnte d....I:theme th lepi"nion of thb baleen at tWu iocotion.Odd�Pprovah ly ether Cdy I ACCT HD, j d:yottneetr,such w Development ur6os rnoy b.req*,A'I6u Certi6cwt's'vssrd wW*ot—T%glon*u rho%nif-ms H rubjoet to or NUMBER acmKfrcmYarmnebsnast�t°4rCautemrs 1 AATE4ATD _ 071711f1O13 IaIG2G gM&RrA The Bwlow Dona a reWsble for timely mwd Nor m=i %n m wsl nonce for pp reesoa door not reiuvt t raPOmtbrlity fartimefp V^Ynent,Sfrotptidwldho 39 dWs oFsbc•:piratl�due rlw+rt.a30%➢ rY trifl be i+VORd. 6460 i` BumNEsS CLASS: . LANDSCAPING EXPIRATION DATE i DATE PAID N07PS: 6/30/2014 }� 07124/2013 BUSINESS LOCATION: 1805 W RIALTO AVE OWNER FIRM OR ROY DAVIDPERE2 i•7'`°..a' i '``t' t:"i T y�'` CORPORATION BALANCE Sa.00 IJUSTNSSS NAMC R P LANDSCAPE 8c TRRIOATTON I ATTENTION MAIt1NOAMMS PO BOX 1,200 Gcot,t'rlru� "C✓rJ7' .�- lrpft? SAN BERNARDINO, CA, 92402-1200 C:ITY;OF :it?ANASIDINQ Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) Q r REFERENCES j The following are the names, address and phone numbers for five public agencies for which RP Landscape & Irrigation has performed similar work within the past two years: Clty of Colton Department of Public Works/Utility Services 160 S. 10t'Street Colton, CA 92324 Contact: Al Garcia 909.370-5065 Type atEngagementr Landscaping City of Riverside Parks& Recreation 8095 Lincoln Avenue i Riverside,CA 92504 Contact: Fred Cerda 951-351-6126 Type of Engagement—Landscaping inland Empire Job Corps Center 3173 Kerry Street San Bernardino, CA 92407 909-887-7157 Contact:David Bruton Type of Engagement-Landscaping M N � O � 4 Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) Proposal:Parks Maintenance Services RFQ F-14-31 I i Vendor Name: RP Landscape&Irrigation To: City of San Bernardino 1. The undersigned, having familiarized themselves with the local conditions affecting the cost of the work, and with the Specifications, if any thereto, hereby proposes to furnish all labor, materials, equipment and services required to provide such service(s) described in the Scope of Work in accordance therewith,for the sum of: 2. In submitting this proposal I assert that my staff has visited the sites for which l am bidding, as I understand that if I am awarded a contract for those sites,I will be responsible to perform the services listed in this RFP. r --____._..,....3._._..._._RR Landscape-A-Irrigation.confirms that-all_elements of.the.RFP-have.been-reviewedand-understood and agrees to the terms and conditions prescribed by this RFP, Date A-pri128, 2044 RP Landscape&Irrigation (Company Name) P.O.Box 1200 (Official Address) (By San Bernardino CA 92402 Owner (Title) r # m co cn N X O a 00 Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) i I I PROPOSED DAY TO DAY OPERATIONS RP Landscape&irrigation is a complete landscape maintenance company with 25 years of experience In turf management weed control,pruning,fertilization and complete water management;specializing in over seeding,top dressing, aerification and verb-cutting.With our trained staff and our expertise we will be able to provide the up most service possible In mowing,edging,fertilizing,aeration and over seeding.Services also include all irrigation repairs,rebuilding valves and repairing water mainlines from 2"to fi". We will assign four full-time employees to this contract. In the summer if needed,five employees will be assigned as the work load arises.We promote an honest,reliable and positive work environment in order to provide best service to our customer's needs.All workers shall be under the supervision of an experienced maintenance supervisor who is-fluent in English. Two trucks will be assigned to complete daily specifications per contract agreement. Park's turf will be mowed with two 72"Exmark Lazers diesels that will generate a nice clean cut with no grass clippings left behind like the bigger gang mowers do.We will use Guardian 3501bs capacity tow behind spreader for fertilizing with are John Deere tractor with Aercom 2010 for aerating.All other power equipment includes 21"mower,blowers,trimmers, 100 gallon sprayers and hand tools. Since 1989,RP Landscape&Irrigation has offered many years of experience in Park maintenance,ranging from 85-120 acres of turf management,irrigation systems and landscaping.We are confident our wide range of services and continued tradition of providing top-quality services will fulfill the City of San Bernardino contract terms and conditions. RP Landscape&Irrigation confirms that all elements of the RFP have been reviewed and understood and agrees to the terms and conditions prescribed by this RFP. CD r+ M N � O � CO Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) r i PERSONAL RESUMES ASSIGNED TO PROJECT Michael Reyes Landscaping and Grounds Supervisor • Has 13 years working in landscape and irrigation. • Has maintained city parks, parkways,medians as well shopping centers,apartments and Home Owner Associations(H.0 A) • Knowledgeable in irrigation systems from 6"water lines in city parts to 1"valves in apartments. • Supervises and coordinates activities of workers engaged in maintenance and landscaping of facilities. i • Ensures proper labor relations and conditions of employment are maintained. • Directs the use and maintenance of grounds and equipment. • Purchases materials and equipment needed by the crew to maintain the grounds. Pattols..parks_to_guard_against_vandalism..and-destruction,__...._...___.__.___..._..._..._...___._....__._, Fluent in English and Spanish. Jesse Tabera Landscape Crew Leader • Has over 20 years working in landscape and irrigation. • Previous Leadsman for several city contracts as well as shopping centers and apartment complexes. • Assigns and supervises the activities of landscape crews engaging in planting and maintaining landscape areas. • Responsibilities include planning and scheduling work;developing and establishing work procedures and priorities; monitoring work In progress; maintaining safety standards;complying with and supervising adherence to regulations. • Great knowledge of current horticulture practices and modem techniques,materials,and equipment used in landscape maintenance. • Exceptional knowledge of Pest and herbicide control techniques and irrigation repairs, • Fluent in English and Spanish Ryan Perez Landscaping and Grounds Keeping Worker County of San Bernardino Housing Authority Contract—4 Y2 years • Coordinated,repaired and maintained the various grounds development,maintenance,and preventive maintenance systems. • Performed special studies, planning,and field investigations as required. • Wrote material,equipment and repair specifications. Ordered materials as needed and made recommendations of supplies and equipment for purchase, • Managed the daily operations of multiple Maintenance s€tes. c� I N � O � Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) • Maintained a high level of quality and efficiency In the field. Maintain Irrigation systems,including winterizing the systems and starting them up In spring. I Leo Sanchez Landscaping and Grounds Keeping Worker RP Landscape-5 years. Fairway Landscape—5 years Handles the tasks of prescribing pesticides,herbicides fertilizers,and organic compounds required for the development of plant. O Responsible for supervising flood irrigation,landscape,insect maintenance crews and pre- emergent herbicides. Assigned the tasks of prescribing various methods of protecting,transplanting and developing shrubs,plants and trees„ Handles the tasks of accounting for all back charges like labor and horticulture supplies for herbicides and plant materials. N � ..► iT Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) 0 RP Landscape&Irrigation CONTRACTOR CUSTOMER SERVICE STANDARDS ACKNOWLEDGMENT 1 Customer Service is Important to RP Landscape&Irrigation and has resulted in the adoption of our motto and mission statement: RP Landscape&Irrigation will provide high quality municipal services In a responsive and cost-effective manner. RP Landscape&Irrigation shall at all times strive to represent the City of San Bernardino in a professional, courteous,friendly,efficient,and cost-effective manner. The following customer service standards shall be enforced by RP Landscape&Irrigation staff: __. __............._�. ..... _.Abide-by the.Citys.mission-statement and customer-standards as noted-heneln..-_.. ..---. .._.._._..._._........._. 2. Furnish sufficient supervisory and working personnel capable of promptly accomplishing on schedule,to the satisfaction of the director I designee,all work required under the contract. 3. Have competent working supervisors on the job at all times work is being performed who are capable of communicating and discussing effectively,bath in when and oral English,matters pertaining to the contract. 4. Remove from the work site any employees deemed careless,incompetent,or who generate multiple customer service complaints. 5. Have supervisors carry identification which clearly indicates to the public the name of the Contractor responsible for the project. 4 8. Have employee's wear standard professional uniforms which clearly identify the Contractor. 7. Have Contractor's vehicles assigned to the project clearly identified. 8. Endeavor to maintain good public relations at all times.Conduct work in a proper and efficient manner to create the least possible inconvenience to the general public. Roy Perez Owner RP Landscape and Irrigation Signature: Date: al co rt �p C71 N � N Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) RFQ F-14-31 Parks Maintenance Services SUBCONTRACTOR'S 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 percent 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. DIVISION OF NAME OF FIRM OR LOCATION WORK OR CONTRACTOR CITY TRADE 1J I Roy Perez "------ Print game Signature of Bidder Company Name: RP Landscape & Irrigation Address: PO Box 1200 San Bernardino CA 92402 REJECTION OF BIDS 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 laid or bids not affected by law, if to do seems to best serve the public interest. ON N � a W Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) ( CERTIFICATE OF LIABILITY INSURANCE �T�i"''"'°° Y" 4/25/2014 THIS CERTIFICATE IS ISSUED AS A FATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDtER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT, If the carttflcato holder Is an ADDITIONAL,INSURED,the pollCy(las)must be onrrorae I N 5UeROGATION IS WAIVED,subject to the term wW conditions of the Polley,certain pollcdes may require an endorsement A statement on tills Certltltata does not confer rights to the cortificate holder in lieu al such endorseman 9 PRODUCER CON Monika H.iRay,AA1,CV1w Control City Insurance Agency, Inc. (909)387-501- rwx (aa9►TS8-{107 1040 Nevada. Street ft.:Mraygc4k=t;ralcityinauramca.com Suite 304 co INSU s AFFORO o vr;RA0E SAC Redlands CA 923T4 IN3UREeA:C010a Insuranae3 9993 INSURED INSURMae XQrou Casual Co 1908 Pe R P r:deaape S Irrig�ti0n h1= ;Zver6St Insurance C 0120 NISUPWR Roy Perez D; P. 0. Box 1200 INOLMMa: San Bernardino CA 92402 Doe UiRM F: COVERAGES CERTIFICATE NUMBER:2014/2015 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTYNTHSTANDINO ANY REQUIREMr=NT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WCH TH[S CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDMONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BYPAID CLAIMS_ UDC UWE TYPE OF INISURAKE POUCY gR PO YDtP UTAtr7f aff?4 UAWLITY FACN Nts s 1,000,040 X C:OWERCIALGENERAL UABiUTY S 100,OQO..P;RwC2 TA A CiALM54AAM t n t QOCUit 4091401 0/19/2013 D/19/201A AfEDECP ono S 5,000 7L $1100 Dad, Per CLAira PERSONAL&ADVBIJURY S 1,000,040 PM Lassee GENEPALAGGREOATO 1 2,000,000 OEHLAGGREGATEUhkTAPPUESPER: PROOLICM-COMPDPAGO $ 2,000,000 MX P,m y 2ROo L+OC I I Enma Oratiiena 5 1Yd/ AUt0W8IL9LI"ILfrY 1,000,009 ANY AUTO RCMY*WRY(F.Po) $ Ea X LED A001014e 4/12/20LS eCOILY nAW(Paracordan)�$ A� � X HIRED AUTOS X 'A'U0Nr0- PlC>} DAhArK�E S L wedlE f UMORELLA LIAB OCCUR EACH OCeURIMNM S IMCM UAG QLAMIAIE A00REGATE y UPI S ; C worms COMPl9VSAT70At R we e AND EMPLOYEW MAMILITY YIN ANY PROPREIORIPNtTNHR1EL�gUT VE E.L.EACH ACCIDENT $ 11000.000 OFFICERr#NJTS=R EXCLUOED7 N!A 600007662131 7/20/2D13 7/24/2D14 (NNMOV ry In NH) E.I.,DiermE-PA EMPLOYE a 1,000,000 Nyae,de-erlbe under DPSCRIPTial OFOPSRATnow 4abw E.L.EMEASE.POLICY LNff 3 1,000,000 i7P8CM Pf WNOFOPBRA170MILOCATIONS1VHiroL6d(At4chACOR0701,AddtdanefRenwksSchedule,Nrnarap ceItrequh*d) CER7IFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Verification of Coverage Only ACCORDANCE WITH THE POLICY PRD=ION& Issued to Insured AuTetorunronePaasMNYATr� Hike Aay/tdBR ACORD 25(2010105) 0198&2010 ACORD CORPORA710N. All rights(reserved, "� INRn2fina<ntu m Tha amen name onA M~ono honte4erarl marim nF Br.r11?n N A Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) RF'Q P-14-31 Parks Maintenance Services NON -COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance 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. Business Name RP Landscape & Irrigation Business Address PO Box 1204 San Bernardino CA 9242 Signature of bidder X �- San Bernardino CA Place of Residence Subscribed and sworn before me this ?- day of J; V r: 1 , 20119 . Notary Public in and for the County of 1�rrhlr�:� , State of California. My commission expires: p e e d 20 { L y.O�a v� Q V1i1:C Noti lD b- Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) 0 RF F-14-31 Parks Ma'intemace Services FAILURE TO COMPL,I~TE RIGHT HAND INVALIDATE BID CATEGORY I ACCEPTABLE/ AS SPECIFIED L ScoO���dark The scope of work provided applies to all proposed park sites such as: North, Central, and South park sites. II. WORK SCHEDULE The CONTRACTOR shall perform all maintenance services during normal working hours. Normal working hours are considered 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 at other hours. .._......... _ The CONTRACTOR shall provide a routine work schedule in order to perform the request provided in this RFP. A copy of the schedule should be provided to the Parks, 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. The CONTRACTOR is responsible for immediately informing the Parks, Recreation and Community Services Director or his designee, of any work schedule changes. The CONTRACTOR shall conduct maintenance services at all times in a manner which does not disturb constituents visiting the park facilities or normal pedestrian traffic, WCAMN Please see Exhibit B — North Park Sites Please see Exhibit C —Central Park Sites Please see Exhibit D—South Park Sites IV. Bidder 's re nc e- A bidder's conference will be scheduled on Tuesday, April 14, 2014 at 10:00 am. at City Hall 4t' Floor Finance Dept., 300 North "D" Street, San Bernardino, CA 92418. Attendance is mandatory. All CONTRACTORS are encouraged to submit questions in writing during the bidder's conference. 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. M N °' Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) 0 RFQ F-24-31 Parks Maintemme Services The CITY will allow CONTRACTORS to submit questions regarding the RFP. All questions must be addressed to Vanessa Sanchez and submitted via email (sanchez va @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-14-31 — Parks Maintenance Services." All answers to inquiries submitted prior to and after the conference will be posted on the City's website (http:llwww.sbcity.org) by 5:00 pm, on Tuesday, April 22, 2014. There will be no further submission of questions and answers after April 22, 2014. V. Pro&2§a Desc� A detailed description of the proposal shall include, but is not limited to the following information: A. Brief overview of the business (include office location [s], B. 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 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; F. A detailed statement explaining how the CONTRACTOR plans to fulfill the CITY's needs based upon the request provided within the RFP; G. Narrative of proposed day to day operations. Please provide a detailed plan of activities (work, schedule, time needed to complete project, percentage of time allocated to perform specific duties, etc.); H. An explanation of constraints (if applicable); I. A statement clearly indicating the CONTRACTOR has no current or potential commitments that may adversely affect the CONTRACTOR' assets, line (s) of credit, guarantor letters, and/or ability to adhere to the terms of agreement with the CITY; J. Disclosure indicating no use of a subcontractor(s); K. Proof of general liability insurance of one million dollars ($1,000,000)or mare, L. Prevailing wade estimate with certified payroll form; and M. All employees must wear standard professional uniforms which clearly Identifying the name of the CONTRACTOR. CD 1 a V Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RFQ F-14-31 , Parks Maintenance Services Proposals Dandline: April 28, 2014. All proposals shall be submitted and postmarked no later than the date provided. Vi. aE§gnJLd 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. S. Other Personnel CONTRACTOR shall provide sufficient personnel with full capability of completing ail tasks promptly and on-time'. All work required under this contract should be completed during the regular and prescribed hours mutually agreed by both Parties. All personnel ..shall be p ysi ally_able_fo pe_rf-o m_.assigned._w_o_rk..All..perrxQrin±ei ..... .... . .._.__,._._..... ___.._....�..,.._........_ shall be United States citizens or legal residents. CONTRACTOR and other personnel shall exhibit professional and proper conduct at all times. Personnel shall cause the least possible 10 annoyance to the public._ Vll. 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, equipment, and materials. No additional compensation will be allowed. The quote provided shall be binding for one-hundred twenty (120) days. Payment for services shall be paid at the proposed/negotiated bid price. Vill. NP CNTRAGT The length of this contract shall be for one (1) year with the possibilityof two 2 one ear extensions . X -v N � is 00 Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RPQ F;id-31 Parks Maintenance Services ix. LICENSES. PERT ITT,Af*1D iNSURANP,5 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 this contract, B. Insurance The CONTRACTOR is required to provide proof of general liability insurance of one million dollars ($1,000,000)or more. The CITY reserves the right to conduct reasonable inquiries regarding the validity of information submitted by the CONTRACTOR. X. BFP SERVICE AGREEMENT RE9WHEMMU 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 provide specific information such as: Date of Agreement, CONTRACTOR Name (s), Compensation and Expenses, Terms/Term!nation, etc. Terms and conditions Included in the VENDOR SERVICE AGREEMENT are not subject to negotiation. The agreement is subject to approval by the City Attorney. XI. RESPQNSETTIJdE The CONTRACTOR shall provide a call service on a 24-hour, i 7 day a week basis. A response time to an emergency or inquiry should be within one hour and not more than two hours. If the 06NTRACTOR is unable to respond to an emergency call, the Parks, Recreation and Community Services Director or his clesi nee, should be notified immediately. cD cQ N X tO Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) RFQ F-14-31 Parks Maintenance Services X11. ►Nock Modlfl�atlons &lnsp -rtenn During the course of this agreement, new or existing landscape areas may be added or omitted. CONTRACTOR shall be given a fifteen (1 5) day written notice regarding an addition or omission of landscaped areas. The CONTRACTOR and Parks, Recreation and Community Services Director or his designee shall be present during Inspection of all park site locations prior to acceptance of new landscaped areas. Payment for maintenance of additional landscaped areas shall be based upon the contract monthly unit price 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.; c. Additional treatment required for planting or soil amendment as not clearly set forth in this specification; . d, New planting or other installations and special services; e. Soil or plant testing; f. Remedial landscaping ; and Repairs or replacements due to vandalism. X111. ONT AGT }3 HON-CMPLIAN99 Should the Parks, Recreation and Community Services Director or his designee, recognize any deficiencies in the performance of this agreement; a written notice stating deficiencies will be provided. Deficiencies shall be corrected and completed within the timeframe specified. If the CONTRACTOR falls to correct deficiencies within the stated time frame, the Parks, Recreation and Community Services Director or his designee will have just cause to: a. Deduct from the CONTRACTOR's payment the amount necessary to correct the deficiency; b. Withhold or deduct a partial payment; and/or c. Terminate the contract and award to second bidder. N � N Q' ° Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RFQ F-14-31 ParL Maintcmce Services Please indicate any elements of the Technical Specifications that cannot be met by your firm: Have you included in your bid all informational items and forms as requested? Yes No (circle one). If you answered "Non, please explain: 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. Cash discount allowable: %__-- days; unless otherwise stated, payment terms are: Net thirty (30)days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed, From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received: Addenda No: - Received on: Addenda No: Received on: Addenda No: Received on: c� T (P cn N � N a Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) RFQ R-14-31 fParks Maintenance Services AUTHORIZED SIGNATURE: ���''`'�- ol'`4 V PRINT SIGNER'S NAME &TITLE: Roy Perez, Owner DATE SIGNED: 4/28/2014 COMPANY NAME &ADDRESS: RP Landscape& Irrigation PHONE: 909.889.9987 FAX: 909.889.9897 EMAIL: rplandscapeincCa ao(.com IF SUBMITTING A"NO BID", PLEASE STATE REQSON(S) BELOW: N � N � �' Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RFQ F-14.31 Parks Maintenance services PRICE FORMS REQUEST FOR QUOTES: RFQ F-14-31 DESCRIPTION OF RFQ: Parks Maintengnge Services COMPANY NAME: RP (naC1dSope & Irrigation ADDRESS: 1905 W Rialto Ave PO Box 1200 San Bernardino, CA 92402 PRINT NAME OF AUTHORIZED REPRESENTATIVE Roy David Perez SIGNATURE °— Maintenance of the City of San Bernardino's North Park Sites Exhibit B Monthly Item Name of Park Park Address Park Price # AcreS e 1 Al Guhin Park 3650 Little League Drive 8.0 $ 1,000 per month 2 Blair Park 1466 W.Marshall Blvd. 34.0 $ 4,250 per month 3 Freddie Spellacy Park Ash&North Park Blvd. 1.5 $ 188 per month 4 Harrison Canyon Park 3P and Golden 6,0 $ per month 5 Horine Park 3145 Leroy and 3150 Waterman Ave. 5.57 $ 709 per month 6 Hudson Park 4365 Park Drive 10,1 $ per month 7 lack Reily Paris Norma Lane&Stephanie 0.25 $ 100 per month 8 Littlefield/Shuitis Park Buckboard and Kendal Way 15.0 $ 1.875 per month 9 Newberry Park 560 Hill Drive 1.53 $ 192 per month 10 Newmark Field 3890 Pershing(39th&Severence) 5.02 $ 628 per month 11 Ronald Reagan Park Irvington&chestnut 4.0 $ per month 12 Rowe Library 108 E. Marshall 0.5 $ 100 per month 2 Tom Gouid Park 240 W.40th Street .51 $ �Jr per month 14 Tom Minor Park frvington&Paim 5.0 $ per month 15 Wildwood Park 536 I:.40th Street 241 $ per month 16 Hampshire Greenbelt 1167 E.40th Street 3.0 $ 375 per month TOTAL; $ 15,645 per month 28 m N � W S Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RFQ F-14-31 Parka Maintanaaee Services Maintenance of the City of San Bernardino's Central Park Sites Exhibit C Item Park Monthly # Name of Park Park Address Acreage Charge 1 Anne Shirrells 1367 N.California Street 12.0 $ 1,320 per month 2 Delmann Heights Park 2969 N.Flores Street 19.7 $ 2,1$7 per month 3 Encanto Park 1180 W.9th Street 8.9 $ 979 per month 4 Guadalupe Field 780 Roberds Ave. 2.25 $ 248 per month 5 Gutierrez Field 14th Street and Mt.Vernon Ave. 1.98 $ 216 per month 6 Ninth Street Park 2931 Garner Ave. 3.62 $ 399 per month 7 Perris Hill Park 607-1135 E.Highland Ave. 64.4 $ per month 8 Perris Hill Senior Center 780 W,21st Street 1.0 $ 110 per month 9 Speicher Park 1535 N.Arden Ave. 28.0 $ 3,080 per month 10 Campo Santo Memorial Park 2651"D"Street 55 $ 605 per month 11 Boys&Girls Club 1180 9th Street 3.0 $ 330 per month 3otai 16,545 per month 29 cD „ cQ cn N � N a Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) RFQ F-14.31 Packs Maintaasnoe Swvi= Maintenance of the City of San Bernardino's South Park Sites Exhibit D Item Park Monthly # Name of Park Park Address Acreage Charge 1 City Hall 300 North"T Street 0.5 $ 200 per month 2 Colony Park 1583 E.Hardwick Drive&Weir Rd 6.4 $ 666 per month 3 Court Street Square 457 Court Street 0.5 $ 100 per month .4 Fifth Street Senicr Center 600 W.5th Street 0.5 $ 100 per month 5 La Plaza Park 685 Mt,Vernon Ave. 2.04 $ 226 permonth 6 Lytle Greek Park 380 South"K"Street 17.9 $ 1 862 per month r 7 Meadowbrook Fields 179 E.Rialto Ave. 4.96 $ 516 per month 8 Meadowbrook Park 2nd Street&Sierra Way 14.12 $ 1,469 per month 9 Mill Park 503 E. Central Ave. 2.0 $ 268 permonth 10 Nicholson Park 2750 2nd Street 9.52 $ 996 per month 11 Nunez Park 1717 W.5th Street 22.04 $ 2,293 per month 12 Palm Field 888 E,6th Street 223 $ 2319 per month 13 Pioneer Park/Feldheym Library 565"F"Street 5.0 $ 520 per month 14 Pioneer Memorial Cemetery 211 E.9th Street 22.0 $ 2,288 per month 15 seccombe Lake Park 160 E.5th Street 44.0 $ 4,576 ;per onth 16 Villasenor library 525 North Mt.Vernon Ave. 015 $ �� onth 17 Parking Structure&Annex 260 North°D°Street ,5 $ 100 onth 18 Norton Gym/@a llroorn 1554 Art Townsend Drive 3.8 $ 366 per month Taunt $ 18,928 Per month 30 x c� ca cn N X N a' M Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RFQ F-14-31 Pm�;s IvSan�toaiauoo Serricav Trash Service of the City of San Bernardino's Central Park Sites Item Park Daily # Dame of Park Park Address -Acreage Charge i Anne Shirreils 1367 N.California Street 12.0 $24.72 per day 2 Delmann Heights Park 2969 N.Flores Street 19.7 $ per day 40.58 3 Encanto Park 1180 W.9th Street $.9 $98.33 per day . 4 Guadalupe Field 780 Roberds Ave. 2.25 $4.6$ per day S Gutierrez Field 14th Street and Mt.Vernon Ave. 1.98 $4,07 per day 6 Ninth Street Park 2931 Garner Ave. 3.62 $ 45 per day 7'. 7 Perris Hill Park 607-1135 E.Highland Ave. 64.4 $ 132.66 per day. a Perris Hill Senior Center 780 W.21st Street 1.0 $2.06 per day 9 Speicher Park 3535 N.Arden Ave. 28.0 $57.68 per day 10 Campo Santo Memorial Park 2651"D"Street 5:5 $ 11.33 perday 11 Boys&Girls Club 1180 9th Street 3.0 $ 6.18 per day Tolad $ 309.69 32 m ca v, N � N Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RFQ F-14-31 Parks Msmtan�ce Sm'vicas Trash Service of the City of San Bernardino's South Pa*rk Sites Item Park . Daily # Nance of Park Park Address Acreage Charge 1 City Hall 300 North"Dp Street 0.5 $4.00 per day 2 Colony Park 1583 E.Hardwick Drive&Weir Rd 6.4 $ per day 13.18 3 Court Street Square 457 Court Street 0.5 $ per day - 4.00 4 Fifth Street Senior Center 600 W.5th Street -0.5 $ per day 4.00 5 La Plaza Park. 685 Mt.Vernon Ave. 2.04 $ perday -4.20 6 Lytle Creek Park 380 South"K"Street 17.9 $36.87 per clay 7 Meadowbrook Fields 179 E.Rialto Ave. 4.96 $ 10.21 perday 8 Meadowbrook Park 2nd Street&Sierra Way 14.12 $ per day 29.08 9 Mi€l Park 503 E.Central Ave. 2.0 $ per day 4.12 10 Nlcholson Park 2750 2nd Street 9.52 $ 19.61 per day 11 Nunez Perk 1717 W.5th Street 22.04 $ per day 45.40 12 Palm Field 888 E.6th street 22.3 $ perday 45.93 13 Pioneer Park JFeldheym Ubrary ,. 565 q'5trett 5.0 $ n, per dav� 1€1.30: 14 Pioneer Memorial Cemetery 211 E.9th Street 22.0 $ per day 45.32 15 Seccombe lake Park 164 E.Sth Street 44.4 $ 90.64 per day 16 Villasenor Library 525 North Mt.Vernon Ave. 0,5 $ per day 2.06 17 Parking structure&Annex 260 North"W Street .5 $ 2.06 per day 18 Norton Gym/Ballroom 1554 Art Townsend Drive 3.8 $ 7.82 per day Total 378.80 33 -v m cn N � V a Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RFQ F-14-31 Parke maftit"Mce So-vim Restroom Maintenance Service of the Oty of San Bernardim's South Park Saes Item Park Monthly # Name of Park Park Address Acreage Charge 1 City Nall 300 North'V Street 0.5 $ per month 2 Colony Park 1583 E.Hardwick Drive&Weir Rd 6.4 $4-83 per month 3 Court Street Square 457 Court Street. 0.5 $ peg month 4 Fifth Street Senior Center 600 W.5th Street 0.5 $ per month 5 La Plaza Park 685 Mt.Vernon Ave. 2.04 $4$ per month 6 Lytle Creek Park 380 South"K"Street 17.9 $ 483 per month 7 Meadowbrook fields 179 E.Rialto Ave. 4.96 $483 permonth 8 Meadcwubrook Park 2nd Street&Sierra Way 14.12 $4$3 per month -97 Mill Park 503 E.Central Ave, 2.0 $ per month 10 Nicholson Park 2750 2nd Street 9.52 $ 483 per month 1 Nunez Park 17171N.5th Street 22.04 . $ 1,449 per month Palm Field 888 E.6th Street 22.3 $ 483 per month 13:' Pioneer ParkX1dheym Lib•ary , s65"F°Street $ p 14 Pioneer Memorial Cemetery 211 F,9th Street 22.0 $ per month is ) Seccombe Lake Park 164 E.Sth Street 44.0 $ 1,449 per month 16 Vlllaser or Library 525 North Mt.Vernon Ave. 0.5 $ per month 17 Parking Structure&Annex 260 North"Dn Street .5 $ per month 18 Norton Gym/Ballroom 1554 Art Townsend Drive' 3.8 $ per month Tatat $ 6,279 �4 c� rt N N � 0° Attachment: agrmt 3570 (3570 : Purchase Order Increase - RP Landscape) RFQ P-14-31 parks N€ainteusace Savicas Restroom Maintenance Service of the City of San Bernardino's Central Park Sites item Park Monthly # Name of Park Park Address Acreage Char e 1 Anne Shirrells 1367 N.California Street 12.0 $966 per month 2 Delmann Heights Park 2969.N.Flores Street 19.7 $966 per month 3 Encanto Park 1280 W.9th Street 8.9 $ per month C4 ,7 Guadalupe Field 780 Roberds Ave, 2.25 $966 per month 5 Gutierrez Field 14th Street and Mt.Vernon Ave, 1.98 $48 per month Ninth Street Park 2931 Garner Ave. 3,62 $4$3 per month 7 Perris Hill Park 607-1135 E.Highland Ave. 64A $1 �� per month , 8 Perris Hill Senior Center 780 W.21st Street 1.0 $ per month 9 Speicher Park 1535 N.Arden Ave. 7.8.0 $ 1,449 per month 10 Campo Santo Mernorial Park 2651'V'Street 5.5 $ per month 11 Boys&Girls Club 1180 9th Street 3.0 $ per month 35 rt N a' `D Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) 0 RFQ F-34-31 Park$Maintww=services Equipment Rates for Maintenance of the City of San Bernardino's park Sites and Amenities Item Equipment Hourly Rate E No. xpianation 1 " f Amer 29 Minimum 3 hM Rental 2. 3. 4. 5. 6. 7. 8. 9. 1D. Tate) 344 Labor Rates for Maintenance of the City of San Bernardina's Park Sites and Amenities Item Lahti.Classification Hourly Rate Explanation No. 1. — Labor 22 2. ForArnan 94 1--suparxisor 26 4. 5. B. 7. 8. 9, 10. Total 100 37 C CD rt W � ° Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape) RFQ F-14-11 Parks Maintenance yen ices Percentage Mark up of Materials&Supplies for Maintenance of the City of San Bernardina�s Park Sites and Amenities Item Material&Supplies Peerrcenta Explanation 1. Irri ation Materials 15% 2. FortilizAr. 15% 3. Seed 1.5% 4. o 5. 6, 7. 8. 9. 10. Total ANNUAL. PURC!IASE ORDER Effective on or about July 1, 2014 through June 30, 2015 plus two (2) one-year renewal options, for City's requirements, Option yar ane, If exercised, shall be effective July 1, 2015 through June 30, 2016. Qpli2n yjar„ &o, if exercised, shall be effective July 1, 2016 through June 30,2017. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. Are there any other additional or incidental costs, which will be required ou rm in order to meet the requirements of the Technical Specifications? Y No circle one). If you answered 'Yes', please provide detail of said additional costs, 38 -o ca v, N � W iS Attachment: agrmt 3570 (3570 : Purchase Order Increase- RP Landscape)