Loading...
HomeMy WebLinkAbout05.J- Parks, Recreation & community Services 5.J RESOLUTION (ID # 3784) DOC ID: 3784 C CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Agreement/Contract Amendment From: Mickey Valdivia li!!I/CC Meeting Date: 04/20/2015 Drnr �rv+rl hv• 1 �cn nlinh�lc MOON QQJ 1cNcallu" uy. L-coa 5233 Dept: Parks, Recreation & Community Ward(s): 1 Services Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Execution of Amendment Number Two to the Vendor Services Agreement with RP Landscape, Inc. and Increasing Purchase Order by $30,000 to $657,513 for Maintenance and Irrigation Repairs at Seccombe Lake Park. (#3784) Current Business Registration Certificate: Yes Financial Impact: Account Budgeted Amount: $30,000 Account No. 001-380-0072-5506 Account Description: Landscape Contracts Balance as of: 4/8/2015 Balance after approval of this item: $51,751 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: 8/7/2014 Resolution 2014-302 authorizing the execution of a Vendor Services Agreement between the City of San Bernardino and RP Landscape, Inc for Park Maintenance, Restroom Maintenance, and Trash Service at the City's Central and South Park Sites. 12/01/2014 Resolution 2014-409 authorizing the execution of Amendment Number One to the Agreement with RP Landscape, Inc., and increasing Purchase Order No. 2015-0000- 0172 by $57,569 to $627,513 for Parks Maintenance, Cemetery Maintenance, and Irrigation Repairs at the City's Central and South Park Sites. Background: On August 8, 2014, a vendor service agreement was approved with RP Landscape, Inc, for park maintenance services to the City's Central and South park sites. On December 1, 2014, Amendment Number One was approved to the vendor service Updated: 4/16/2015 by Georgeann "Gigi" Hanna C I Packet Pg. 136 3784 agreement with RP Landscape, Inc. An increase in Purchase Order No. 2015-0000- 0172 was also approved to cover additional park maintenance, cemetery maintenance, and irrigation repairs that were identified. This increased the purchase order by $57,569 (Parks Maintenance Division $14,400; Cemetery Fund $43,169) to $627,513. SiifFinient funding fnr landgrapP r.nntrartg was apprnpriatgrl fnr ficral yaar 2Q14-15; 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, irrigation repairs, and compliance with the State of California's mandated water conservation bill. This additional funding for RP Landscape, Inc will allow them to assume the necessary landscape maintenance duties at Seccombe Lake Park. As the Parks department begins the restoration process of Seccombe Lake Park via recent CDBG awards, this requests will begin the process of resurrecting this blighted City park. City Attorney Review: Supporting Documents: Reso - RP Amendment Two (DOC) agrmt 3784 (PDF) Attachment 1 to Amendment Number 2 (DOCX) RP Landscape Amendment One (PDF) RP Landscape Original VSA (PDF) Amendment Number Two - RP Parks Maint (DOCX) Updated: 4/16/2015 by Georgeann "Gigi" Hanna C Packet Pg. 137 Now 1 RESOLUTION NO. 2 3 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AMENDMENT NUMBER 4 TWO TO THE VENDOR SERVICES AGREEMENT WITH RP LANDSCAPE, INC. 5 AND INCREASING PURCHASE ORDER BY $30,000 TO $657,513 FOR MAINTENANCE AND IRRIGATION REPAIRS AT SECCOMBE LAKE PARK. 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF 7 SAN BERNARDINO AS FOLLOWS: c 8 � E SECTION 1. The City Manager is hereby authorized and directed to execute on behalf of the 9 E 10 City Of San Bernardino Amendment Number Two to the Vendor Services Agreement Between CL 11 the City of San Bernardino and RP Landscape, Inc. for Park Maintenance Services, a copy of c 12 which is attached hereto as Exhibit "A" and incorporated herein as though set forth fully at a 13 length. 14 M 15 SECTION 2. That the Director of Finance, or his/her designee, is hereby authorized and 0 16 directed to increase Purchase Order 2015-0000-0172 by $30,000 to an amount not to exceed E a 17 $657,513. E 18 Q SECTION 3. That these authorizations are rescinded if the actions described above are not 19 ' 20 performed within sixty(60) days of the passage of this Resolution. 21 E /// 22 n Rf w 24 /// 25 /// 26 /// 27 /// 28 /// 1 Packet Pg. 138 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AMENDMENT NUMBER 2 TWO TO THE VENDOR SERVICES AGREEMENT WITH RP LANDSCAPE, INC. 3 AND INCREASING PURCHASE ORDER BY $30,000 TO $657,513 FOR MAINTENANCE AND IRRIGATION REPAIRS AT SECCOMBE L,AKF PARK 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 5 6 Common Council of the City of San Bernardino at a meeting thereof, held on the 7 day of , 2015,by the following vote,to wit: r _ 8 Council Members: AYES NAYS ABSTAIN ABSENT 9 m MARQUEZ a to a BARRIOS 11 v _ 12 VALDIVIA a. 13 SHORETT co 14 NICKEL 0 15 3 JOHNSON 16 a=i E 17 MULVIHILL c d E 18 Q a 19 Georgeann Hanna, City Clerk 0 2o The foregoing Resolution is hereby approved this day of 12015. 21 22 R. Carey Davis, Mayor Q 23 City of San Bernardino Approved as to form: 24 Gary D. Saenz, City Attorney 25 By: 26 27 28 2 Packet Pg. 139 s 4 AMENDMENT NUMBER TWO TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES This Amendment Number Two (the "Second 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"); AND, c RP Landscape (the "VENDOR") (individually CITY or VENDOR may be referred to as E a "PARTY" and collectively CITY and VENDOR may be referred to as the "PARTIES"). E CL WITNESSETH : M U1 a WHEREAS, on the 0 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 ti central and south park sites; and, v WHEREAS, on the 1 S` day of December, 2014, the CITY and VENDOR amended that M Agreement with the First Amendment titled AMENDMENT NUMBER ONE TO THE E VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES (the "First Amendment") to cover additional park maintenance, restroom maintenance,and trash service at the City's parks; and, WHEREAS, CITY and VENDOR desire to further amend the Agreement and desire to amend their rights, duties, and liabilities in connection with their performance thereunder; and, Q AMENDMENT NUMBER TWO TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES Page I of 2 Packet Pg. 140 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 $657,513.00 for park maintenance, restroom maintenance and trash services at the City's Central and South park sites." 2. Exhibit A to the Agreement is hereby amended by: (i) inserting the document identified as Attachment I to this Amendment, attached hereto and incorporated herein, as an additional page to Exhibit A to the N Agreement, adding Seccombe Lake Park to the list of parks covered by the Agreement." E c d IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date a set forth below. Q M -c Dated: , 2015 VENDOR: RP Landscape a v By: ti M Its: co ti M r.+ E L Dated ,2015 CITY OF SAN BERNARDINO as E By: w Allen Parker, City Manager Q APPROVED AS TO FORM: Gary D. Saenz, City Attorney By sn�a LX AMENDMENT NUMBER TWO TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES Page 2 of 2 Packet Pg. 141 5.J.c N Y N C d Q d Q M U N C Co J a 00 ti M N L E Z Y E E Q 0 Y r Y U to Y Y Q d L U f4 Y Y Q Packet Pg. 142 5.J.c CwAmendment Number Two to Exhibit A Insert as last page of Exhibit A VENDOR shall perform all those tasks described in the RFP for Park Maintenance Services for Seccombe Lake Park, located at 160 W 5t" Street in San Bernardino, California. N Maintenance (per month) $4,576.00 E Total (3 months) $13,728.00 E Trash Pickup 4 times per week (per day) $90.64 Q m Q Total (12 weeks) $1,087.68 _ Irrigation Repair $15,184.32 J CL TOTAL $30,000.00 I- ce) N L E Z i, _ E _ E Q 0 T _ c E U s-. Q E U f0 Q Packet Pg. 143 2014-409 AMENDMENT NUMBER ONE TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND. D.°I.�1`;DSC�",vE Fnlr PARK MAINTENANCE SERVICES This Amendment Number One (the "First Amendment") is entered into this Rr day of December ,2014,BY AND BETWEEN: iz 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"); c a� AND, Q CL 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 (n "PARTIES"), _ J a. WITNESSETH : WHEREAS,on the 4"' day of August, 2014, the CITY and VENDOR entered into that certain co 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 0 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 Q connection with their performance thereunder;and, CL m NOW, THEREFORE, for and in consideration of the mutual covenants and conditions y contained herein,the PARTIES hereby agree as follows: c J 1. That Section 2 Compensation and Services, subsection a,shall be amended to read as follows: u CD "For the services delineated above, the CITY, upon presentation of an invoice, shall E 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." Q 111 IlI JJI 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 Packet Pg.144 5.J.d 2014-409 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. N IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date CD set forth below. _ E Q Dated: !� 1� ,2014 VENDOR: RP Landscape&Irrigation U N By: J Its: OL co ti M Dated A2 >2014 CITY OF SAN BERNARDINO O _ a� By: A Parker,City Manager a=i E a APPROVED AS TO FORM: M Gary D.Saenz, City Attorney n By: d E U fC Q 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 Packet Pg. 145 2014-409 0 N Y C d E C N a U N C lC ATTACHMENT 1 00 M C 0 0 Y C E C d E Q d Q. m U N C co J d 0 C d s U Y Y a Packet Pg. 146 5.J.d 2014--409 City of San Bernardino Parks and Rec.reatinn;Reerenhan f'.nmmrinihv_­i,"ervirec T1ennvtmQnt- Landscape Maintenance Scope of Work I. TURF MOW/EDGE A. MOWING cv i. All turf areas shall be mowed once per week. Winter-schedule(October- Febmary)shall be a reduced mow schedule,There inay be certain projects thatthe CITY will require mowing.on specific days for sporting activities. (D ii, Work shall be performed on the same day each week. Initial mowing week. Q schedule and any changes must be approved by the Parks and Retteat on Q Director or his designee prior to implementation, co iii. All mowings missed due to inclement weather or ground conditions from W such weather shall be rescheduled and completed within:3 working days on weekly.sehedtile. —J iv. Cuttings heights shall be adjusted according to the type:o a f grass.in a- accordance to the:followin criteria: Grass Type Time Perlod Height ca Bluegrass and fescue (June thru September) 3inches September thru May) 2inches c St,Au suite (Yea(Round) 2-1/4inches O Bermuda ear Round 3/41nches c a� E V, All warns season grasses such as Bermuda and St. Augustine shall be a mowed with a power-driven reel type mower. Bluegrass and Fescue may a) be mowed with either power-driven reel or rotary type mowers. All Q equipment shall be adjusted to the proper cutting heights and shall be °' adequately sharpened. v 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 J day,whichever occurs first. a. vii. All glass, leaves,paper and other debris shall be removedand disposed of off-Site prior to wowing. viii. All portable obstructions such as picnic tables and trash containers shall be moved in order to mow all.portions of turf t ix. All walkways,roadways,trails or other areas,dirtied by.mowing. m operations shall be cleaned and all debris disposed of off-site priorto the Q completion ofthat day's mowing operations or the end.of the Aay, whichever occurs first. Packet Pg. 147 2014-409 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 onlyto perform = chemical edging. V. Chemicals.shall be recommended and,approved by Pars.and.Recreation = prior to use. A"Notice of Intent"form shall be completed f'applications of non-restricted/restricted materials are utilized. The form.shall be completed Q and submitted to Parks and Recreation within fourteen .14 ;da s for to 0 ( ) .. . C intended use.'"Notice of Intent"form shall be provided by GON.W...MR- o CU No work shall begin until Parks-and Recreation anti Recreation's approvai:is obtained. c vi. Chemicals shall only be applied under the supervision of persons possessing -j a valid California pest control operator's license.Records of all chemical application operations,dates,times,method of applications;4}hoft ical" formulations,applicator's name and weather condhions::at the;lime of °ti° applications,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 Salt � Bernardino County Department.of Agriculture.regulations. O 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 otlierprojecticnss add atwelve(1.2) Q inch wide strip around trees,sports field equipment-and fence.-lines. Q ix. All walkways,roadways,trails or other areas dirtied by edging operations N shall be cleaned and debris disposed of off-site prior to.the completion of that day's operations or the and of the day,whichever.occurs fist, J a C. WATERING � c i. All turf-areas shall be irrigated as required to.maintain adequate growth and E appearance. ii. Irrigation shall be.accomplished.in accordance with the following..titnetrames a wherever possible: Q (a) Parks and Recreation;Spm to 6xn (b) Slopes/Landscaping. Spm to 6am (c) Medians,&Parkway: Spm to 6am. (d) Manual Irrigation:as needed (e) Point to Point Irrigation:24 hours Packet Pg. 148 2014-409 iii.CONTRACTOR shall monitor the requirements ofthe plant material,soil conditions,seasonal temperature-variations,wind conditions and rainfall and shall recommend appropriate changes in duration of watering:cyeles.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 cycles sell be conducted in accordance with the following criteria: CN (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 Ea activities, (c) 'there shall be irrigation personnel present at each location until watering cycle E a is.completed. CD (d) CONTRACTOR'S shall respond within two(2)hours of:anysequest by Parks- and Recreation to turn on/off irrigation systems,particularly in respeci;to � rainfall _ D. WEED CONTROL o: i_ A regular program of.chemical application shall be used to control-weed:growlh, supplemented by hand removal or noxious weeds or grasses as necessary. 00 ti 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 p when necessary to prevent injury to persons,plants or animals from,residues Hof materials previously used.in the equipment...Eju'tpment shall'be cleaned in E accordance with the procedure recommended on the label. iv. All damage resulting from the CONTRACTOR'soperations shall be repaired or E replaced at CONTRACTOR's.expense. Q v. Non-restricted chemicals shall be used whenever possible to perform weed a control in turf and landscape areas. U N _ fC II. FERTILIZATION a A. Scheduling .: i, All turf areas shall be.fertilized in accordance with soils report recommendations when granular fertilization is used; if no soils report exists;,the:following E criteria shall prevail! EDIRMULA (a)BfuegrasS 16-6-8 w/trace 116,actual nitro en a 1000 s .ft. (b) Bermuda Ammonia Nitrate 1 Ib.actual nitro eg_n 33.S-0.0 1000s q.ft 16-6-8 qtr/trace 1 lb.add nitrogen Elements 100(3 sq,ft Packet Pg. 149 2014-409 Fescue 16,6-9 wjtrace I Ib:.acwal nitrogen Elements 1000 sq.ft (d)St.Augustine f'Ammonia Nitrate ( 1 IE,actual nitrogen f 33,5-0-0 1 1000 sq.ft 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 ofthe.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 CD immediately after the fertilizer is broadcast. Q v. All turf areas shall be fertilized in accordance with ihe.#olluwiAg criteria when a liquid fertilizers are used in conjunction with irrigation tijection.systems: a. All liquid concentrate fertilizer formulations:shall be approved by Parks and Recreation prior to use. b. The rate of.injeetion ofthe liquid concentrate fertilizers shall be -J established upon initial installation of the fertilizer.injection:system. Any changes to the meters.affecting rate of injection of fortilizer shall be approved by the inspector prior to making any adjustments fo the system.. °r° e. All liquid concentrate fertilizers shall be water soluble,emulsifiable and shall be capable of remaining suspended in water until the fertiiizatioii c cycle is completed, Fertilizers shall.be thoroughly flushed from irrigation O 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. a vii.All damages to the landseaping.resulting from use of unauthorized fertilizers, w unauthorized adjustment to.Miection system settings.and/orfailliu•e to flush Q irrigation lines after the use of liquid concentrate.fertilizecs.shall be repaired a or replaced at the expense of the CONTRACTOR. III. LANDSCAPED AREAS = c� a A. Procedure and Scheduling W i. All landscaped areas shall be fertilized in accordance with soils report recommendations;if no soil report exists,the.IbNowing criteria shall prevail. TYPE RATE Y Herbaceous Plants emul nitro en 1,000s q.ft. Q Grass Areas 1 1b.. c ual nitr en 1;000s .ft. Ground Cover 1 lb.actual nitrogen 1;fl00s .ft Shrubs lhaoal nitrogen 1000 5 .ft ii. All proposed chemical.formulations shall be submitted to Parks and Recreation for approval prior to use. Packet Pg. 150 5.J.d 2014--409 iii. All fertilization schedules shall commence with the effe.ctive.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 March 1.5 in.sports and athletic fields and between.April 1 and April 30 in all other areas. E ii. Reseeding shall be performed in accordance with the following criteria: a. All areas to be reseeded shall be raked or vertieut to remove:all thatch and Q to provide.a rough(scarified)seedbed suitable for seeding: N b. Areas to be reseeded shall be fertilized to.provide one(l)to one and one= c half('I-112)pounds:of nitrogen per thousand_(1,0Q0);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.8.5%for all grasses. c. No seed shall be applied without prior labeled verification 4seed quality, m d. All seeding equipment shall be calibrated to deliver the°.desired:seeding rate C for the specific species or seed mixture to be used priorto each reseeding operation. ,e. Once seed has been applied,.CONTRACTOR_shall;cover all seed and firm a 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 E prevent erosion and reduce evaporation of soil moisture, N iv, Due to extensive scheduling of sports fields in certain areas,reseeding may be 0 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 reseeding operation is determined to be extra work,the CONTRACTOR shall submit estimates for labor,materials and all required authorizations. c CD E G. WATERING B i. All landscape areas shall be irrigated as required to maintain adequate Q growth and.appearance. ii. Irri gation shall be accomplished in accordance with the following time frames wherever possible(see Section C,Pg.7) Packet Pg. 151 2014--409 - iii. CONTRACTOR shall monitor the requirements of the plant material,toil 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 aRicr.fertrlizafion, during periods of extreme dryness of heat and duringxnanual irrigation cycles shall be conducted in accordance with the following criteria: N 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. _ a� c. 'There shall be irrigation personnel present at each location until E d watering cycle is completed. a� d. CONTRACTOR shall respond within 2 hours of arty request by Parks and Recreation to turn on/off irrigation systems,particularly in.respect to rainfall. J a o! H. WEED CONTROL 00 i. A regular program of pre-emergent.chemical application shall be used to control weed growth,supplemented by hand removal of noxious weeds or CD 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 Q be hand removal or cultivation dependent upon planting concentration. -a _ aD IV. GROUND COVER < a m A. Ground cover areas shall be maintained in a manner which will promote the healthy C growth of the plant material in a somewhat natural state while removing weed -ova infestations. _ B. All ground cover shall be trimmed to restrict growth from sidewalks,trees,shrubs. trails,behind curbs,and from private property. �- a! VII. IRRICTATION SYSTEM a=i E A. OPERATION/REPAIR: U i.The entire irrigation system to include all components from connection at-meters Q 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;.maiii 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 he 4usted.in orderto: Packet Pg. 152 2014-409 a. Provide adequate coverage of a1F 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 weeklytesting, all irrigation systems shall be tested and inspected as necessary when damage is suspected,observed.4r reported, V. Adjustments,:damages,and repairs shall bre evaluated Based on the following categories and actions: N a. All sprinkler heads shall be adjusted to:mairitain:propet:coverage. Adjustments shalt include actual adjustments to Beads,cleaning- - and flushing heads and lines,and removal of obstruction.Costs a for adjustment shall be included fil costs for operation:and CD maintenance of the irrigation.system. Q b. All damage resulting from the CONTRACTOR's:operations shall Q 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: a i. Minor repairs shall include replacement of-adjustipg pints, friction collars,washers.trip assemblies and'other small parts.The cost for minor repairs shall be included iathe costs for operation and maintenance of the irrigation c system.. o ii. Major repairs shall include all items other than.small parts = including repairs to valves,main and lateral lutes,. E controllers,quick couplers and backflow preventers,and will be paid in accordance with the provisions of extra. work. Q d. Repairs to the irrigation system shall be completed within twelve CL (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.Parrs and Recreation repairs to small parts such as:sprinkler heads and:other CL minor items. e. All replacements shall be with original type and model materials unless a substitute is approved by:Parks.and Recreation. m f. CONTRACTOR shall maintain an adequate stock:okmedium and high usage items for.repair of the irrigation system. cYo g. CONTRACTOR shall implement repairs in accordance with all Q 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. 153 2014•-409 VIII. FACILITY MAINTENANCE A. SPECIALTY/SPORTS AREAS: i. 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.clebiiis daily., E CD e. All park and sports equipment shall,be inspected for vandalism, E safety hazards and serviceability daily.DeficienciesssWI be reported in writing immediately to parks and iecreation and CU Recreation. N ii. SAND COURT AREAS: _ a. These areas shall include tot lots,play areas,volleyball courts,etc. J b. All atom shall be maintained weed free. °- a: c. During the first week in April,June,August and.October,all sand areas:shall be rototilled to the maximum depth.thatwill allow ti complete loosening of the sand,but will not cause lower base materials to be mixed in with the sand..Affler-rototilliing,all areas shall be raked level. _ Q d. On Monday of each week, all sand areas shall be raked level. iii. Hard Surface Areas: E a. These areas shall include tennis courts,handball courts,basketball courts,bicycle trails,A.C.walkways,etc. E iv. Restrooms:. Q a. Restrooms shall be cleansed daily,water closets scrubbed,and a 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 -� EL manner o= I CONTRACTOR shall unplug toilets,sinks, and tliYiikuig fountains. i e. Restrooms.hours are 8:00 a:m.to 5:00p.m. da ly-(November— February)and 8:00 am.to 8:00 p.m.daily(February—November). E CD B. GENERAL FACILTY OPERA',IIONS: c�a i. All drinking fountains shall be kept clean:and operationkat-all:times. a_ Minor repairs to include,but;not limited to uncloggiirg drains. 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;Farks and Recreation will evaluate replacement with amore damage resistant model. Packet Pg. 154 2014-409 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 of off site. g. Trash cans provided by the CITY shall be emptied:daily and'washed after.empfying when necessary. h. CONTRACTOR'S shall provide plastic bags for:all trash cans at CONTRACTOR's expense. cv 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. Ail w grates shall be tested for security and refastened as:necessary.Missing:or Q damaged grates shall be reported to Parlts_and Recreation and Recreation, Q 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 Aamaged or J malfunctioning equipment shall be reported to Parks and'Recreation o. immediately. v. Picnic tables,benches,slabs,braziers and trash containers and receptacles shall d be cleaned daily. M vi. Picnic tables and benches shall be checked for graffiti,cravings,looseness of planks or braces,cleanliness and general need of repair. vii. Cooking grills,braziers,fireplaces and fire rings shall be inspected for general O need of repair. viii. The CONTRACTOR's observation of the general need of repair or E replacement of loose planks or braces,braziers and fireplaees:shall.be immediately,reported to Parks and Recreation. E ix. All ashes,burned charcoal, garbage and leftover food in and around cooking Q and picnic facilities shall be Temoved. C x. The entire picnic area shall be kept free of broken glass,.cans,paper,etc. N D. PLAYGROUND EQUIPMENT � i. All playground sites and equipmezlt shall be inspected at the start of each J work day, and the sand cleaned and raked level to remove any foreign and/ o. or hazardous material and'be.neatly groemed. ii. Any equipment showing signs of wear;fatigue or otherwise presenting*n unsafe condition shall be reported immediately to the Parks and E Recreation. v iii. Special-attention shall.be given to low sand areas around play-'equipment. These sand areas shall he-leveled by distributing sand from high;areas to Q low areas.During the leveling and distribution of sand,no concrete footing shall be exposed that could allow children'to trip or fail: iv. During regular maintenance raking,filling,or depressions shall be done in a manner to prevent material compaction. Packet Pg. 155 2014-409 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. UL RODENTIPEST CONTROL N A, All methods employed to perform rodent/pest control shall coinform to.all federal, state and local environmental regulations. E B. Rodent control shall be performed in accordance with the following criteria:. i. All rodents shall be identified and feeding habits detemined prior to treatment ofthe area. Q ii, All mounds shall be raked level a minimum.of twerity4our.(.24)hours a prior to treatment. U 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. ti 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 O dispose of them off-site prior to the end of each wor)c day until area no aaa� longer requires further treatment E C. Pest control shall be performed in accordance with.the following criteria: i. All insect pests to be treatedshall'be identified and life stage determiined a) E prior to treatment. Q ii. All areas which may be adversely affected by chemical treatment Q operation shall be identified(i:e.,waterways,food preparation sites and CU 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 a. recommendations and shall be applied.(o 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 d certified pest control advisor when applied in accordance with the;follow.ing: i, Strychnine: a. All mounds shall be raked level twenty-four(24)hours prior to treatment Q 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.. Packet Pg. 156 2014-409 c. Bait shall be applied in areas where..active gophers have creatod.new mounds.Tunnels shall be probed to locate Active runs and treated bait shall be applied in amounts specked in products label recommendations. d. All treated bait shall be placed in the tunnel with atablospoon,or probing bait,gun. Strychnine of 1.S percent, or higher,sh41l be applied with a probing bait gun only.All holes:shall then be covered.,qty spillodbait shall be picked up immediately or buried in gopher hole.All cantaaiaers shall be of the type to minimize spills. R e. Follow-up inspections of the treated areas shall be made as often.as = necessary for new mounds,dead or dying animals,and treated bait °D rejection.Rejected bait shall be buried immediately.and.dead:or dying. animals shall be disposed of off-sRe.in a manner to prevent contamination CD to wildlife and to the environment. Q cu Q. M U N C R J D. d' CO h M N C C CD E C d E Q d Q R U N C J d C d E U RS a� Q a: Packet Pg. 157 2014-409 City of San Bernardino Technical Specifications RFP F-14-31 Parks Maintenance Services NOTICE: "SPEC.iAL INSTRUCTIONS TO THE BIDDER" The Parks, Recreation, and Community Services Department:(through the C€ty-of San Bernardino)is requesting proposals.(hereinafter"RFP") for the rimaintenance..of the City of San Bernardino's(hereinafter"CITY") North, Central,and South park sites. The E CITY is interested in the most qualified CONTRACTOR with experience in.providing large-scale maintenance services. Through a competitive selection and bid bused procurement process,the CITY will enter€nto an agreement with the best qualiffed.and most responsive CONTRACTOR (s). U N 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. The CITY will not incur any financial obligation regarding costs.incurred as a M result of preparation, submission, and/or acceptance of a proposal. Through submiss€on c of this RFP, the CONTRACTOR agrees to all costs incurred in preparing,:submitting o and/or accepting a proposal. E The CONTRACTOR has the option to submit a proposal(s) for-all park sites ° c (North Central, and South), a combination of park sites(i.e_, North and South park sites E only) or a particular park site (i.e., Central Sites only). d a� CL Services: Bidder shall respond to all statements provided In the left-hand column, if N 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 a. column. d Equipment, Bidder shall respond to all statements provided In the left-hand column E indicating specific size, make and/or model of all components when not U exactly specified. State"As Specified" if the item is exactly specified in the Q left-hand column. Packet Pg. 158 2014--409 GENERAL SPECIFICATIONS Each proposal shall be in accordance with Request for Quote (RFO).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 N the RFQ specifications and requirements,may be considered non-respornsive and may be rejected. E 2. The City reserves the right to accept or reject any and all Quotes_an0,10 award = contract to the Offerors)whom best meets the City's requirements, This1hay E include waiver of minor irregularities or discrepancies,or nonconfdrrriity'to a specifications in appropriate circumstances. Purchase shall be on a best.buy,basis Q 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 bases,ttie best J interest of the City shall prevail in all contract awards. s. The City of San Bernardino.reserves the right to purchase more or less than the. quantities specified at unit prices proposal. co 4. Quotes shall be firm offers, subject to acceptanoe:or rejection within 120 clays -- minimum of the opening thereof. 5. Regular dealer. No .Offeror(s) shall be acceptable who is not a.reputable o manufacturer or dealer of such items as submitted for proposal consideration, s. All materials,workmanship and finish entering into the construction of the equipment E must be of the best of these respective kinds and must conform to the chair aster of the equipment and the service for which it is intended to be used and shall be d E produced by use of the current manufacturing processes. "Seconds",factory rejects, and substandard goods are not acceptable. a 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, imaterials and parts offered. J a, Manufacturer and/or Contractor shall defend any and all.suits and assume all liability a for any and all claims made against the City of San 0ernardino or army of its;officials or agents for the use of any patented process, device or article forming a part of e�ulpment or any item furnished under-the contract. E s. Each,Offeror(s) must state In their proposal the guaranteed delivery date of product and/or.servioes in number of calendar days from the date of contract execution by the City of San Bernardino,time Is of the essence rotive to this contract. Contractor shalt prosecute the work continuously and:diligently and shall detiyerthe 1temS.at the earliest possible date following the award of the contract. io. Each Offeror(s) shall list in their proposal all factory, manufacturer'scand/or dealer's warranty and%r guarantee coverage and shall sub.mit such written documents evidencing the same attached to the proposal. Packet Pg. 159 2014-409 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. U. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be fully prepaid), and shall include all discounts. Proposal shall include Callfomia:sales.W, where applicable, (effective January 1,2013)computed at the rate of. 8.2.6%,this will normally be shown as a separate line item on the=price form. 18. City shall make payment within thirty (30)days after the complete.delivery and N acceptance of the specified items by the City of San Bemardino:and receipt of the Contractor's priced Invoice. E 14. All"standard equipment"is included.in any proposal. OF"FEROR(S) furnishing Quotes under these specifications shall supply all items advertised a's"standard" equipment even if such items are not stipulated in the speciflcations,unless otherwise clearly excepted in the proposal. Q 15. The items which the Offeror(s)proposes to furnish the City must comply in all 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 8pecir`ically outlined in these specilicatioris or no -' 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 CO Contractor shall be required to correct the same at theirrown expense_ 17. By submitting a proposal, each Offerors)agrees that in the event complete delivery c is not made within the time or times set forth pursuant to.this specification, damage o will be sustained by the City,and that it is,and will be Impractical and.extremely difficuitto, ascertain the actual damage which the City will sustain in the event of and F by reason of such delay. 18. In case the delivery of the items under this.contract is delayed due to strikes, F injunctions, government controls, or by reason of any cause or circumstance beyond a the control of the Contractor,the time for delivery may be extended (in-the-City's Q sole discretion) by a number of days to be determined in each instance by mutual 0 written:agreement between the Contractor and the Purchasing Division dUthe`City of San Bernardino. The City shall not unreasonably refuse such extension. J 19. Contract. Each proposal shall be:submitted and received with the understanding that n. acceptance by the City of San Bernardino of proposal in response°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 complete7acoordance .with all provisions of RFQ F-14-31. In most.cases the basis of award wiil be the City's.standard purchase order that may or may not incorporate thissolicitation by reference, Q Packet Pg. 160 2014-409 20. Prohibited interest. No member, officer,or employee of the City or of any agency of the Clty 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 N 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 Govemment Code of the State of California. E 24. 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 a order and all documents referred to in the complete specifications and purchase cc 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 m 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 ti section shalt be construed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all Quotes. c 23. Prompt payment. Each Offeror(s)may stipulate in their proposal a percentage O 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 W will only be used during proposal evaluation in the case of ties. Q 24. inquiries. Technical questions may be sent via fax to 909-384-5043,or email: Q sanchez vati�sbatv.orc. The answers to material questions will be provided in CU 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 J submitted on the pricing forms fumbled by the contractor herein, and all required o. forms are completed and included with proposal. Deliver all Quotes, SIGNED and o: SEALED,to the Finance Department at 300 North°D°Street, 4th Floor, City Hall, �- San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE:Parks Maintenance Services RFQ F-14-31 ON THE OU IDE OF THE ENVELOPE• 2s. rim.. All Quotes must be received in the Purchasing Division no later than 3:00 q 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. 161 2014--409 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- 2s. Equipment. in the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one (1)PARTS MANUAL for aJl equipment Quotes. 29. in submitting a proposal to a public purchasing body,the Offerors)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. E 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 OffbCot(s)`f0 sale to the purchasing Body pursuant to the proposal. Such assignment shall be made and Q become effective at the time the purchasing body tenders final payment to the Q Offeror.(s). N so. Contractor shall indemnify,defend and hold City, its officers, employees.and agents harmless from any claim,demand, liability, suit,judgment or experise:(including, J without limitation, reasonable costs of defense)arising out of of related to a Contractor's performance ofthis agreement,except that such duty to indemnify, W defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sote negligence,The costs,;salary and co 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 !v paragraph. 0 31. White not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public;general,and E automobile liability insurance, in the amount of$1,000,000 combined single limit, and statutory worker's compensation coverage,,and shall file copies ofAald.poiicies with the City's Risk Division prior to undertaking any work under this Agreement. The Q policies shall name the City as an additional insured and shall provide for ten-(10) a day notification to the City if said policies are terminated or materially altered. y 32. FAITHFUL PERFORMANCE BOND. Ngl-reguired. _ gar J .Ire Shall 66 ;R a o: c d E aa. Written contract documents, duly authorized and.signed by the appropriate authority, constitute the complete and entire agreement(s)that may result from the RFQ. a 34. The City may, at its discretion, exercise option year renewals for up to four(4)years, In one-year increments. Packet Pg. 162 2014-409 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 lackiing copies and/o roof of s 'd iii enses an /or certifications may be deemed non- N responsiye And be rejected, 3s. 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 .ding the term of the Agreement. d 37. Vendor(Contractor)/Consultant services agreement(s) (VSA/CSA).A signed a) CL vendor/Consultant service agreement may be required between both parties prior to commencement of the job. J d d' CO ti M U r- 0 C >_ C d E Q d Q U N C J d .ij C E U 4D . Q Packet Pg. 163 2014-409 ,:;• `- a� ..,'r' A .0lVdPC LIIVQ Af';S&R ..... E Q m C. • c� J a 00 M PROPOSAL FOR CITY OF SAN BERNARDINO PUBLIC MAINTENANCE SERVICES o d (RFQ F,14-31) E a CL N C tC J a c d E Prepared by: Roy Perez Q ApM 28,2014 Packet Pg. 164 S.J.d 2014-409 RP LANDSCAPE&IRRIGATION COMPANY INFORMATION Since 9989,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 w that your maintenance experience with RP Landscape&irrigation will be a positive one. E RP Landscape&Irrigation has decade's worth of experience in designing,bidding,renovating and CD Installing landscapes using the latest technologies. You can be confident we will account for the intricacies E and personality of your site. You can be sure that when you hire us you've hired not only the best,but a Q company that will succeed In accomplishing the job by meeting your expectations,on time and on budget, C U __._Wa c urrantty-malntaiathe-Cityof.Col ton's_shopping_centersr industrlaLparksrhorne.assoclatlommnd-rraalis,- 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. M We promote an honest,reliable and positive work envlmnment In order to best serve our client's needs. RP Landscape&irrigation offers many years of experience in sprinkler systems,imgation systems and landscaping.RP Landscape&Irrigation has always emphasized excellence and the desire to be the best In a every service we offer.With our wide range of services,we look forward to continuing our tradition of E providing top- .quality services,exceptional individual attention and unrivaled customer service.When you = hire us you will get the area's best and most welf-respected company with years of education,training,and E vast experience that cannot be matched or duplicated. Every project is given the time and attention to detall 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. N c J a o! m v ca Q Packet Pg. 165 5.J.d 2014-409 BUSINESS INFORMATION Since 1989 RP Landscape&Irrigation has offered many years of experience in sprinkler systems,irrigation systems and landscaping. N a+ U Company Name: RP Landscape&Irrigation E a Firmlindividual: Roy Perez a Title: Owner J a o! Phone: (909)889-9987 co ti Fax: 889-$897 d c 0 Email: a E c Legal Structure Sale Proprietor a a� CL Address P.O.Box 1200,San Bernardino, CA 92402 U N C Federal Employer 10 &-Q953297 a Y d Business License Numbers a State License 702393 (Contractors State License Number) State Licen a 78055 (Pest Control State License Number) Packet Pg. 166 5.J.d 2014-409 �CONTRACT6R3 STATE t•tCENSE BOARD ACTIVE UCENSE f C=r .702393 INDIV a R P LANDSCAPE&IRRIGATION i N • � dJ �«K 0.27 i E a x..4 . 02128/2015 www.ashco.go, i E Q CL co U J n. fY WARTHWOT PEMCM AEGUL ATI LICENSING/CBIM PICATION PROGRAM 0�0 ti • M QUALIFIED Al'?LICATOA CSRTIFICA1 6 N G AATT OB USUE VALID TMOUGH ! O 0110.112014 121S1tz016 ,. QAC 78055 B ROY D PERK E PO BOX 1200 _ SAN BERNARDINO CA 82402 y NMI I m a U • f11 a c J a c a� E s U fC r Q Packet Pg. 167 5.J.d 2014-409 state olGalifamfa CONTRACTORS STATE uor=NSE soAR0 f c „r ACTIVE LICENSE i ARIAM u-. 702393 v"INDIV w.. R P LANDSCAPE&)IRRIGATION ci.N,dvni C27 N 02126/2015 WWW.Csib.Ca.gov CD E • c a1 Q a1 CL ?t ! i V}. �.�� l:JiA Y•Y�G!'fDUF^."�.Ofi!"'3^�y`_.... N MY OR SAN 13MNAli WO j J BUSINESS Rwrs! tiATIOTN CEI(TMCATE t t Th+Bodrmr cFOrncr,nNa4umiw Cpmdfcaa Qas nol idiaie rk 1ej+i gKrotion of thY bw,bwa s<rhir banioti Odafpp�enL Yy ellx CCy l ACCCNO, 101626 n ACCOUNT j W NUMER aamerromY�mintbyhesmerttlXan3. A�?SF 0=0 13 601626 iromridwiffo k tr-Avlm .}.cnn`o.�ic MV -ill-i Bar not RrKx 1=:t�A�•ir 5 00 BvsmsS CI ms: LANDSCAP1NO EXPIRATION DATE 6/30/2014 l,t. r DATE PAID NOTES: {wf„ !ry '�. + N ! 07/24/2013 BUSINESS LOCATION: 1905 W RIALTO AVE ( t+y� �t''f�='I, I `i� _ 4� O OWNER,FIRh10R ROY DAVID PEREx r ` taT ' rR*?ii:Yti i;f C CD ORPOPATION �. y • E BALANCE $0.00 a J syslNt ssigmS R F LANDSCAPE&IRRIOATION I; ATTEtMON i mASI.INOADDRBSS PO BOX 1200 �r�'nJ�rcTrur 't+r�r �.rtrr;Nt �.�n•�.i.u« Q SAN BEBNARDINO, CA, 42402.1200 d L'" / r i,s CITY i)f ;rt:1^1:',it•S rn c J a 4i c ar E s U /C • Q Packet Pg. 168 • 5.J.d 2014-409 I REFERENCES 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: N r _ City of Colton E Department of Public Works/Utlk Services 160 S,loth Street Colton,CA 92324 Q Contact: Al Garcia C 909-370-5065 TYpe of Engagement-Landscaping J d CY City of Riverside Parks&Recreation CO 8095 Lincoln Avenue -- Riverside,CA 92504 Contact: Fred Cerda o 951-351-6126 Type of Engagement—Landscaping E _ a� E Q Inland Empire Sob Cotps Center C 3173 terry Street U San Bernardino, CA 92407 90"87-7157 ca Contact:David Bruton a Type of Engagement-Landscaping _ CD E U f1S Q Packet Pg. 169 5.J.d 2014-409 Proposal:Parks Maintenance Services RFQ F-%31 Vendor Name; RP Landscape&Irrigation To: Cily of San Bernardino 1, The undersigned,having familiarized themselves with the looal conditions affecting the cost of the work, and with the Specifications,if any thereto,hereby proposes to furnish all labor, materials,equipment N and services required to provide such service(s) drscrtbed in the Scope of Work in accordance therewith,for the sum of; E c CD 2. In submitting this proposal I assert that my staff has visited the sites for which I am bidding, as 1 E understand that V I am awarded a contract for those stes,I will be responsible to perform the services a fisted In this RFP. c� U N _.........3:.---- RR Landscape-&-Irrigation•confirms that-all.elements of-the RF P-have-been-reviewed and-understood-and agrees to the terms and conditions prescribed by this RFR a a ti Date April 213 2011 RP Landscang&Ir!< I00 (Company Name) O Box 1200 Ky--� 1 ---- (Offlclal Address) (By °' San Bernardino,CA 92402 Omer CD (Title) E Q • m C. U N C fC J a. C d U f6 Q Packet Pg. 170 5.J.d 2014•-409 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,specialWng in over N seeding,top dressing,aer'fication and verti-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 i€rigation repairs,rebuilding valves and repairing water mainlines from 2"to 6. CD We will assign four full-time employees to this contract. In the summer if needed,five employees w€II be Q assigned as the work load arises.We promote an honest,reliable and positive work environment in order to provide best service to our customers needs.All workers shall be under the supervision of an experienced CU maintenance supervisor who ls-fiuent In English. - Ca Two trucks will be assigned to complete daily specifications per contract agreement.Pant's turf will be a mowed with two 72"Exmark Lazers diesels that will generate a nice clean cut with no grass clippings left w behind like the bigger gang mowers do.We will use Guardian 350lbs capacity tow behind spreader for fertilizing with are John Deere tractor with Aercore 2000 for aerating.All other power equipment Includes 00 21"mower,blowers,trimmers,100 gallon sprayers and hand tools. a� Since 1989,RP Landscape&Irrigation has offered many years of experience in Park maintenance,ranging p from 85-120 saes of turf management,irrigation systems and landscaping.We are confident our wide a range of services and continued tradition of providing top-quality services Mil fulfill the City of San E Bernardino contract terms and conditions. E Q a� CL RP landscape&irrigation confirms that all elements of the RFP have been reviewed and understood and agrees to the terms and condltlons prescribed by this RFP. rL o: E U R Q Packet Pg. 171 5.J.d 2014--409 PERSONAL RESUMES ASSiGNED TO PROJECT Michael Reyes Landscaping and Grounds Supervisor • Has 13 years worsting in landscape and irrigation. • Has maintained city parks,parkways,medians as well shopping centers,apartments and Home N Owner Associations(H-OA) • Knowledgeable in Irrigation systems from B°water lines in city parts to 1"valves in apartments. E • Supervises and coordinates activities of workers engaged in maintenance and landscaping of facilities. E • Ensures proper labor relations and conditions of employment are maintained, Q • Directs the use and maintenance of grounds and equipment. a • Purchases materials and equipment needed by the crew to maintain the grounds. N CU • Fluent in English and Spanish. o. Jesse Tabora co Landscape Crew Leader M • Has over 20 years working In landscape and Irrigation. • Previous Leadsman for several city contracts as well as shopping centers and apartment o 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 E with and supervlsing adherence to regulations. Q • 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 Inigation repairs, • Fluent In English and Spanish o: Ryan Perez E Landscaping and Grounds Keeping Worker County of San Bernardino Housing Authority Contract—4 A years U • 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 sites. Packet Pg. 172 2014-409 . Maintained a high level of quality and efflelenoy in the field. Maintain irrigation systems,including winterizing the systems and starting them up in spting. Leo Sanchez RP Landscape•5 years. Landscaping and Grounds Keeping Worker Fairway Landscape—5 Years • Handles the tasks of prescribing pesticides,herbicides fertilizers,and organlc compounds required for the development of plant. • Responsible for supervising flood irrigation,landscape,insect maintenance craws and pre- _ emergent herbicides. CD • Assigned the tasks of prescribing various methods of protecting,transplanting and developing Q shrubs,plants and trees.. • Handles the tasks of accounting for all back charges Ilke labor and horticulture supplies for C herbicides and plant materials _ _._...._.__. _..__..,_._..___.__...-_..-....._�.-__--_ .............._ ___- __, a J d et CO ti N C O r-. C d >_ C d E Q U Q c6 ' U Ul J d. +j G d E U f9 Y Q Packet Pg. 173 2014-409 RP Landscape&Irrigation CONTRACTOR CUSTOMER SERVICE STANDARDS ACKNOWLEDGMENT Customer Service is Important to RP Landscape&Irrigation and has resulted in the adoption of our motto and mission statement: N RP Landscape&Irrigation will provide high quality municipal services in a responsive and cost-effective manner. c CD RP Landscape&Irrigation shall at all limes strive to represent the City of San Bernardino in a professional, E courteous,friendly,efficlent,and cost-effective manner. The following customer setvloo standards shall be enforced by RP Landscape&Irrigation staff: Q co U __. .__....__....__.........1..,. Abide-bythe_Cityrs.misslon.statement and,customer-standards as notedhereln.---_.___..___.__.._.__.....__:._.._.....,....___ N c 2. Furnish sufficient supervisory and working personnel capable of promptly accomplishing on schedule,to the a satisfaction of the director 1 designee,a0 work required under the contract. 3. Have campetent working supervisors on the job at ail times work is being performed who are capable of co ti communicating and discussing effectively,both In written and oral English,matters pertaining tithe `✓ contract. e 4. Remove from the work site any employees deemed careless,incompetent,or who generate multiple O customer service complaints. 5. Have supervisors carry Identification which dearly indicates to the public the name of the Contractor � responsible forthe project. E 6. Have employee's wear standard professional uniforms which clearly fdantify the Contractor. a M 7. Have Contractor's vehides assigned to the project clearly identified. c 8. Endeavor to matntaln good public relations at all tinres.Conduct work in a proper and efficient manner to create the feast possible Inconvenience to the general public. a. o: c a� E s Roy Perez Owner RP Landscape and Irrigation e Signature: Date: 4 �V// Packet Pg. 174 k 5.J.d 2014-409 . RFQ F-I4-31 Perks 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 N he species 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 B qualified to perform that portion himself and that he shall perform that portion himself. E • a DIVISION OF NAME O!'FIRM OR LOCATION � CL WORK OR CON CITY TRACTOR `U U TRADE .......,.__.___..__..__._._ . ca CL tY co M d C Y Q� E Rny Perez ` E Print Name Srgnaature of Bidder a d CL U N Company Name: RP Landscape &Irrigation Address: p0 Box 1200 San Bernardino CA 92402 n c d REJECTION OF Bll?S ' U The undersigned agrees that the City of San Bernardino reserves the right to reject any a or all bids, and reserves the right to waive informalities in a bid or blds'not affected by law, if to do seems to best serve the public interest. Packet Pg. 175 5.J.d 2014-409 A Q& CERTIFICATE OF LIABILITY INSURANCE 4/25/2014 _ THIS CERTIFICATE i6 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,tDfT@1N0 OR ALTER THE COVERAGE AFFORLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING WSRIZED REPRESENTATIVE OR PRODUCER,AND THE CERTfPICATE HOLDER.!MPDRTANT: tg the cmi float tmkbr Is su!ADDITIONAL.INSURED,te poiWIQS Must he Wtitortted• If SUBRODATIO �t.. the imm and conditions of 00 policy,carlain poUclas MOM requlre an endorsement. A stdement an B114 os owft doss not 00Mdt Imes to the csrmmteholder In fleu of such andomem s. Moniker li.pAyrAAx,cPIW PRODUOM Central City Ineuranae Agency, Inc. (go 9yS07-6016 laoa►+ae.uaT 1040 Nava& Street msayflaantraloit yinsurano:.aoaa Suite 304 coveaAO>< aAtar �mdm CA 42374 A d+'011]i1 I eurnn5se 4943 arcu unl co 0 tai fwSURw 01 0 R p Landscape G irrigation tN1w verast Ineuran5sa C d Roy Perez -a P. O. Box 1200 = Ban Bernardino CA 92402 CD COVERAGES CERTIFICATg NUNIBF,RO l a/2015 IN NUMBER: THIS IS TO CERTIFY THAT THE pOLICIE6 OF INSURANCE LTSTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD Q INDICATE(}, NOTWITHSTANOINO ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TF{I6 rL CERTIFICATE MAY 8E ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DE8CRIBED HEREIN IB SUBJECT TO ALL THE TERMS, D EXCLUSIONS AND CONOMOHS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED 8Y PAID CLAIMS_ gm 11= ASK 1ALnUV0N"LTA*I1M , , c S v oCOUiQiENCE fWALGENERALLIABRITY 0/18/201] 0/1P/2D14 P �. s S 000 0-"4AAM ©OCCUR IIrd. R+ao CLaim - OENMWAQDREOAR PRO U=e.caMPr'oPA00 2,000 000 00 WAIr'LUTAPPUEBPER: 1M/2 LOG Y SmLymmiPaM+ra) i a ANY AUTO 4/12/2014 4/12/2015 aoMY01M1W#%r&=wwv0 i 8 ALLCV010 sCHtW a0 0010148 ++ AUTOS X ALMM i X MREDAUTOa X A 0 u ADS a EACH OCDUW7!lICE � UNpREW LUie OCCUR /Y361it OA SE d SDf00"UAB CLAMMM* 5 E C Ip51rAe507Mp"SATiON X "� 0) AmPoROYERUAWTY YIN E.LEACHAOOIDENT S 000 DO CL e' ANY PkOPREIt>FUPAHTr1En/E7�OLRlY>?� MIA 800007662191 7/20/2019 7/20/2D14 El DI89ASE.EAEMPLME 3 1 SILO U OFFMRAIEUBM)OCOLLOED? UI qN de Ahthm4 er e.L.w3WxE-roM LMfT 11000,000 -a DEgOpp[1txOF OPEAATtDNB L J D. LL- mempnom OF oigRAT1OHt1!LOCATiONSlY65tota0 tAH�h AQt>l10105,Addi9a�d Rrrotb SiciMdule.a ina,e spsc.iamqutr+� .. c C> E U N d CER71FIC TE OLDER CANCELLA SHOULD ANY OF THE ABOVE 0WRID POLICIES BE CANCIELLEO BEFORE THE EXPIRATON DATE THEREOF, NOTICE WILL Big DELNERED IN ACCORMKNM M!!TH THE POLICY PRAV00N8. verification of Coverage Only IQsued to InsurQd AUMRMRaM%38nrTW nika Ray/wm ®iBli IDACORDCORPORATION.AR119 reserved. ACORD25(24 0106) iNlt02$nMMr:1M Tha ASYIRh nmr+na an,l Mn„are nanlsfn.+ee5 m,�rMe nr AS:Rtir1 Packet Pg. 176 2014-409 PXQ F-14-31 Parlm Maintenance S er*es NON COLLUSION d.FFlhAVIT 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: N That he/she has not, either directly or indirectly, entered into any agreement, participated in any coiiusion, or otherwise taken action In restraint of free competitive bidding in E connection with RFQ F-14-31. E Q Q CL Business Name RP Landscaae&Irrt�ation `� N Business Address PO Box 1200 San Berra rdIno, CA 9 2402 Signature of bidder X, co M San Bernardino,CA O Place of Residence c d E Subscribed and sworn before me this 7-8 day of A Qr= k , 2019 . E Q Notary Public in and for the County of State of California. C U N My commission expires: I7 - ° •20 I J aappoao t 8 1Y2M4T w NdW Fhy Me ec .a,6 Packet Pg. 177 2014--409 RFQ F-14-31 Parks Maintmence sera= CATEGORY I ACCEPTABLY 1 AS SPECIFIED 1. ;cope o_�___fi Work The scope of work provided applies to all proposed park sites such as: North Central,and South Park sites. N Y If. WORK 5CH DUlE - � The CONTRACTOR shall perform all maintenance services during E 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 Q designee, the CONTRACTOR may perform maintenance services CD at other hours. _-_-- The CONTRACTOR sha~____.____..`.__.._,._.._....._._..__.._.._.edul_......_.__.._.....,.. ll provide a rautina work schedule in order to perform the request provided in this RFP. A copy of the schedule o 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. co The CONTRACTOR is responsible for immediately informing the Parks, Recreation and Community Services Director or his designee, of any work schedule changes. o The CONTRACTOR shall conduct maintenance services at all times E in a manner which does not disturb constituents visiting the park _ facilities or normal pedestrian traffic, E Q III. Please e see Exhibit B—North Park Sites a Please see ahlbit C—Central Park Sites N Please see Exhibit D—South Park Sites IV. 3idder 7iK..x+ 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. Q 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. Packet Pg. 178 2014-409 RFQ F-14-31 Perlis Maintenance Savkes The CITY will allow CONTRACTORS to submit questions regarding the I?FP. All mip-,tions must be addressed to Vanessa Sanchez and submitted via email (sanchez va @sbclty.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 - barks Maintenance Services." All answers to inquiries submitted prior to and after the conference N will be posted on the City's website (http:/Avww.sbclty.org) by 6:00 pm, on Tuesday, April 22, 2014. There will be no further E submission of uestions and answers after April 22, 2014. _ V. pawma bescription E A detailed description of the proposal shall include, but is not limited a to the following information: A. Brief overview of the business (include office location (s), CU S otem IQy".*,.l3.tjm eon Qf_s-uper!IaorS,. G.);-..._._._._._._ _...__..__. . ..............................._.._..._ rn ------_._._...... ... B. Services offered; C. Proof of Contractor's State License (C-27) and CITY business a license D. References-CONTRACTOR shall provide 3 references from companies, individuals, or agencies that have used services co within the last 2 years. Please provide contact information such as: full name,title(if applicable), address,and phone number; c E. A detailed statement explaining the CONTRACTOR'S o understanding of the CITY's needs; F. A detailed statement explaining how the CONTRACTOR plans E to fulfill the CITY's needs based upon the request provided within the RI=P; E G. Narrative of proposed day to day operations. Please provide a Q detailed plan of activttles (work, schedule, time needed to complete project. percentage of time allocated to perform specific duties, etc.); H. An explanation of consttalrits (if applicable); J I. A statement clearly indicating the CONTRACTOR has no a. current or potential commitments that may adversely affect the CONTRACTORS assets, line (s) of credit, guarantor letters, C and/or ability to adhere to the terms of agreement with the E CITY; J. Disclosure indicating no use of a subcontractor(s); w K. Proof of general liability insurance of one million dollars q ($1,000,000)or more; L. Prevailing wage estimate with certified payroll form;and M. All employees mine name standard of the CONTRACTOR,uniforms which clearly identifying Packet Pg. 179 2014-409 RFQ F-14.31 Parks Mainteamee SHIM i'raposals Deadline: April 28, 2014. All proposals shall be subrnitted and prmtmarked no inter than the tiatR nrmvicled. Vt. Personnel 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, c" preferably with formal education in ornamental horticultural. E B. Other Personnel CONTRACTOR shall provide sufficient personnel with full capability CD of completing all tasks promptly and on time. Ali work required Q under this- contract should be completed during the regular and a prescribed hours mutually agreed by both Parties. All personnel ..s}"tall_.. pt�Y i alty�ble_�s�_.pedDrm_a_ssign.ed wQrk.-.All._Reraonnel. ....__....._...._.._._-___..-._. ......._.....,._ $ shall be United States citizens or legal residents. J CONTRACTOR and other personnel shall exhibit professional and proper conduct at all times. Personnel shall cause the least possible anna lance to the public. VII. The CONTRACTOR is required to provide a complete and accurate � quote for services. Quotes shall include full compensation for all o labor (prevailing wage included), landscape maintenance, tools, c equipment, and materials. No additional compensation wlll' be E allowed. The quote provided shall be binding for one-hundred C twenty (120) days. Payment for services shall be paid at the E ro osedlne otiated bid rice. a Vlll. LFNGTH QF CONTRACT °- The length of this contract shall be for one (1) year with the y possibilit of two 2 one. ®ar extensions . _ - J .i C d E s c� ,r Q Packet Pg. 180 5.J.d 2014--409 RF+Q F-14-31 Paft Maintenance Services IX. LICENSES.Pr;RMIT.AND INSURANCE A. License(s)' The CONTRACTOR must provide proof of valid Ilcenses including: 1. C-27: Landscaping Contractor license; 2. CITY business license permits;and r, 3. Any other approvals legally required to provide the proposed services. E All licenses shall be valid and active throughout the tenure of this contract. a B. Insurance °'CL CU The CONTRACTOR is required to provide proof of general .......... ,liability insurance of one million dollars $9,440,000 or more. The CITY reserves the right to conduct reasonable Inquiries a regarding the validity of information submitted by the CONTRACTOR. co X. $FP SER1/ICE AGREEMENTRFOUjREQENj M 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 o VENDOR SERVICE AGREEMENT pertaining to this RFP will provide specific information such as: Date of Agreement, E CONTRACTOR Name (s), Compensation and Expenses, Terms/Terminatlon, etc. E a Terms and conditions included in the VENDOR SERVICE a AGREEMENT are not subject to negotiation. The agreement is co subject to approval by th e_City Attorney. a XI. RESPONSE TIME J The CONTRACTOR shall provide a call service on a 24-hour, rL 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 c6NTRACTOR is unable to respond to an emergency call, the Parks,Recreation and Community Services Director or his designee, should be notified immediate) . r d Packet Pg. 181 2014-409 5.J.d RFQ F-14-31 Parks Maintenance 5ervlces Xll. Work ModiflGations&[ngpection 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. N 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 Q be based upon the contract monthly unit price _...__.,._..__. �;dditional work may include,but is N a. Replacement of materials due to failures beyond J a. CCNTRACTOR's control; b. Replacement of worn, damaged,vandalized,or stolen sprinkler heads, valves, quick couplers, etc.; co c. Additional treatment required for planting or soil v amendment as not clearly set forth in this specification; d. New planting or other Installations and special services; o e. Soil or plant testing; f. Remedial landscaping;and g. Repairs or replacements due to vandalism. XIIl. !QONTRACIQR NONw-COMPLIANQ Q Should the Parks, Recreation and Community Services a Director or his designee, recognize any deficiencies in the a performance of this agreement; a written notice stating deficiencies will be provided. Deficiencies shall be corrected a and completed within the timeframe specified. J If the CONTRACTOR fails 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 s .necessary to correct the deficiency, w b. Withhold or deduct a partial payment; and/or Q c. Terminate the contract and award to second bidder. Packet Pg. 182 2014--409 5.J.d RFQ F.14-31 Yorks Maintenance Services Please indicate any elements of the Technical Specifications that cannot be met by your firm: N C Have you included in your bid all informational items and forms as requested? Xes E No (circle one)..If you answered"No", please explain: E Q CL N C J a 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. 00 r, Cash discount allowable: %. _ days; unless otherwise stated, payment terms are: Net thirty(30)days. 0 In signing this bid, Bidder warrants that all certificatlons and documents requested herein are attached and properly completed and signed. -Ea 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 a Addenda was/were received. C U N 23 Verification of Addenda .,vul—. a. Addenda No: Received on; Addenda No: Received on: Addenda No: Received on: w a Packet Pg. 183 2014-409 PYQ R-14-32 Parks Maintenance Savicca AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME&TITLE: Roy Perez,Owner DATE SIGNED: 4/28/2094 N COMPANY NAME&ADDRESS: RP Landscape& Irrigation E PHONE: 909.889.9987 a� FAX: 909.889.9897 Q CD CL EMAIL: rplandscatpeinc@aol.com ---._..._._._.... ............. IF'SUBMITTING A N _.._______ ._._---.._.._........._..,_____... " O BID",PLEASE STATE REQSON(S)BELOW: cu a co co ti M_ C 0 C d E .a C d E Q Q t4 U N C m J a. as E s U Y Q Packet Pg. 184 2014--409 RFQ F44-31 Parks Mointmwee Services PRICE FORMS REQUEST FOR QUOTES: RFQ F-14-31 DESCRIPTION OF RFQ: Parks Maintenance Ser-000 COMPANY(NAME: RE Landjopg&irriggT(On N ADDRESS: 1905 W Rialto Ave a� E PO Box 1200 - San Bernardino, CA 92402 a PRINT NAME OF AUTHORIZED aL CL REPRESENTATIVE Roy David Perez N SIGNATURE Maintenance of the City of San Bernardino's North Park Sites a Exhibit 8 Monthly Item Name of Park Park Address Park Price M a Acreage 1 Al Guhin Park 3650 Little League Drive 8.0 $ 1,000 per month = 2 Blair Park 1466 W.Marshal(Blvd. 34.0 $ 4,250 p er month c 3 Freddie Spellacy Park Ash&North Park Blvd. 1.5 $ per month °' E 4 Harrison Canyon Park 39 and Golden 6.0 $ 750 per month a� 5 Horine Park 3145 Leroy and 3150 Waterman Ave. 5.67 $ 70g per month Q 6 Hudson Park 4365 Park Drive 10.1 $ per month a 1.263 100 7 lack Roily Park Norma Lane&Stephanie 0.25 $ per month S Littlefleld/Shultis Park Buckboard and Kendal Way 15.0 $ per month = 9 Newberry Park 560 Hill Drive 133 $ 192 per month SO Newmark Field 3890 Pershing(39th&Severence) 5.02 $ 6 per month d 11 Ronald Reagan Park Irvington&Chestnut 4.0 $ per month 12 Rowe Library i06 E.Marshall 0.5 S 100 per month E 13 Tom Gould Park 240 W.40th Street .51 $ 65 per month 14 Tom Minor Park Irvington&Palm 5.0 $ per month Q 15 Wildwood Park 536 E.40th Street 24.2 $ per month 16 Hampshire Greenbelt 1167 E.44th Street 3.0 $ 375 per month VTA1. $ 15,645 per month 28 Packet Pg. 185 5.J.d 2014-409 RFQ F•14.31 Parka Maktenawe Scm= Maintenance of the City of San Sernardino's Central Park Sites Exhibit C item Perk Monthly # Name of Park Park Address Acreage Char a=i 1 Anne Shirrells 1367 N.California Street 12.0 $ 1,320 per month E 2 Delmann Heights Park 2969 N.Flores Street 19.7 $2,167 per month g 3 Encanto Perk 1180 W.9th Street 8.9 $ $7g per month CD Q. 4 Guadalupe Field 780 Raberds Ave. 225 $ 248 per month N 5 Gutierrez Field 14th Street and Mt Vernon Ave. 1.98 $ 218 permonth 6 Ninth Street Park 2931 Garner Ave. 3.62 $ 399 permonth a. 7 Perris Hill Park 607-113S E.Highland Ave. 64.4 $ permonth AN It 00 8 Perris Hill Senior Center 780 W.21st Street 1.0 $ 110 per month M 9 Speicher Park 1535 N.Arden Ave. 28.0 $ 3,080 per month = 10 Campo Santo Memorial Park 2651"D"Street 515 $ 605 per month c m 11 Boys&Girls Club 1180 9th Street 3.0 $ 33E7 per month Total 16,540 Per month Q a� CL a _ o. o: a� E Q 29 Packet Pg. 186 2014-409 RFQ F-14-31 ftb Maintenmice SWVicea Maintenance of the City of San lfernardinO"5 South Park Sites Exhibit D Item Park Monthly # Name of Park Park Address Acreage Charge 1 City Hall 300 North"W street 05 $ 200 per month 2 Colony Park 1583 E.Hardwick Drive&Weir Rd 6.4 $ 666 per month N c 3 Court Street square 457 Court Street 015 $ 100 per month 0) 4 Fifth Street Senior Center 600 W.5th Street 0.5 $ 100 per month 5 !a Plaza Park 685 Mt.Vernon Ave. 2'04 $ 225 �rmonth 1< CD 6 Lytle Creek Park 380 South"K"Street 1.7.9 $ 1862 per month U Cn 7 Meadowbrook Fields 179 E.Rialto Ave. 4.86 $ 516 per month 8 Meadowbrook Paris 2nd Street&Slerra Way 14.12 $ 1469 per month d 9 MITI Park 503 E.Central Ave. 2.0 $ 208 per month 10 Nicholson Panic 2750 2nd Street 9.52 $ 890 per month ti M 11 Nunez Park 1717 W.5th Street 22.04 $ 2,293 per month m 12 Palm field 888E 6th Street 22.3 $ 2,319 per month O 13 Pioneer Park/Feldheym library 56S"F"Street 510 $ 820 per month 14 Pioneer Memorial Cemetery 211 E.9th Street 22.0 $ 2,288 per month d 15 Seccombe Lake Park 160 E.5th Street 44.0 $ per month 4,576 a CL 16 Viliasenor Library 525 North MG Vernon Ave. 015 $ 100 per month 17 Parking Structure&Annex 260 North"0"Street .5 $ 140 per month c 1a Norton Gym/aallroom 1554 Art Townsend Drive 3.8 $ 396 per month a Total $ per month 18,928 m E t U a 30 Packet Pg. 187 2014-409 RFQ F-14-31 PW6 Mambkaaaeo Swdcm Trash Service of the City of San BernardinO Central Park Sites ttem - Park Daily * Name of Park Park Address Aaea a Cha I Anne Shirrells 1367 N.California Street ]2.0 $24.12 per day 2 belmann Heights Park 2969 Moores Street 19.7 $40.58 per 3 Encanta Park 1]80 W.9th Street $'9' $9$.33 • per day _ 2 25 $ per day E 4 Guadalupe Field 780 Raberds Ave. 4.63 5 ' Gutierrez Field 14th Street and Mt.Vernon Ave. 1.98 $ per day CD 4.07 6 Ninth Street Park 2991 Garner Ave. 8.62 $7.45 per day 7 Perris Ffip Park 607-1135 E.Highland Ave. 64A $132.66 per day. CU 8 Perlis Hil I Senior Center 780 W.2W Street 1.0 $2 06 per day 9 Speicher Park. 1585 N,Arden Ave. 28.0 $ per day J 57.68 a 5;5 $ per day 10 Campo Santo Memorial Park 2651°D"Street 11.33 3i Boys&Glrls Club 1180 9th Street 9.0 $ 6.18 per day M Total $ 309.60 O E W E • Q W Q U J CL Q. • C E ' s . U 32 Packet Pg. 188 2014-409 UQF-14-31 Parks MantMOOD Savim Trash Service of the C4 of San Bernardlno's South Park Sites Item Park- COY. # Name of Perk Park Address Acmge Charge 1 City Hall 300 North 4W Street 0.5 $4.00 par day 2 Colony Park 1583 E.Hardwick Drive&Welr Rd 6.4 $ per day 13.18 3 court Street Square 457 Court Street 0.5 $ Per day N 4.00 4 Fifth Street Senior Center 600 W.5th Street -0.5 $ per day E 4.00 c 5 Ira Plaza Park. 685 Mt.Vernon Ave. 2.04 $ per day m •4.20 a 6 Lytle Creek Park 380 South V Street 17.9 $36.fi7 per day CL U 7 Meadowbrook Fields 179 E.Rialto Ave. 4.96 $ per day u)10.21 & Meadowbrook Park 2nd Street&Sierra Way 14.12 $ 29 08 per day a 9 Miff Park 503 E.Central Ave. day 2,0 $4.12 per co 10 Nlchoison Park 2750 2nd Street 9.52 $ per day c i 19.61 it Nunez Park 1717 W.5th Street 22,04 $ par day °' 45.40 O 12 Palm Field 888 E.6th Street 22.3 $ peAday 45,93 E 13 Pioneer Park/Feidheym Library 545 Street 5;0 14 Pioneer Memorial Cemetery 211 E.9th Street 22 0 $45.32. pey E a� 15 Seccombe lake Park 1:60 E.Sth Street 44.0 $ per day a 90.64 16 villaserwr library 525 North Mt.Vernon Ave. 0.5 $ -per day 2.Ofi � 17 Parking Structure&Annex 260 North V$treat .5 $ 2.06 per day J a. 18 Norton Gym/Bailrcom 1554ArtTownsend Drive 3,8 $ 7 82 per day w Total $ E 378.80 U R Q 33 Packet Pg. 189 2014-•-409 • ,. RFQ F-14-31 Parke mmi nwice Se VWW RestTOOm AAaititenanCe Service e#the City of San 18emardino's South Park Sites Item Park Monthly # Name of Park Park Address Acreage Charge i city Hall 300 North V'Street •0.5 $ per month 2 Colony Park 1583 E.Hardwick Drive&Weir Rd 6.4 $483 . per month N 3 Court Street Square 457 Court Street J96 $ per month 's, 4) �} Fifth Street Senior Center 600 W.5th Street per month E 5 La Plaza Park 585 Mt.Vemon Ave: 483 per month CD a 6 Lytle Greek Park 380 South"K"Street 483 per month N 7 Meadowbrook Ffalds 179 E.Riafto Ave. per month c 483 ' r month a- 8 Meadowbrook Park 2nd Street&Sierra Way 14.12 $483 5 Mill Park 503 E Central Ave, 2.0 $ permonth M 10 Nicholson Park 27502nd Street 9.52 $ 483 per month a) c (1 Nunez Park 1717 W.Sth Street &04 $ per month �. 1,449 c ` Palm Field 888 E.6th Street 22.3 $ 483 permonth E 1J � .k.,. ..,.�.. . c 5.0 $ permonth m " 13:., Pioneer parkJ�eldhey�n Library-� 565•"F°Street , , E - Q 14 Pioneer Memorial Cemetery 211 E.9th Street 22.Q $ per month Q. CU y Secconibe Lake Park 150 E.5th Street 44'0 $ 1,449 per month ch CU c 15 Vlllasenor.Library 525 North Mt.Vernon Ave, 0.5 $ permonth • a_ 1.7 Parking Structure&Annex 260 North"W Street 5 $ per month - c 28 Norton Gym/Ballroom 1554 Art Townsend Drive' 3.8 $ per month c' Total S 8,279 34 Packet Pg. 190 2014-409 I RFQ F-14-31 Parrs Maimwc=sz-viow Rcatrow Iv,isiie-nal,i.e acivice u,iriC uIV OIail"DCiililfulflu 5 LCi1LM FdrKJIiCJ Item Park Monthly # Name of Park Park Address Atr+ee Che e 1 Anne ShIrmlls 1367 N.California Street 12.0 $966 per month 2 Deimann Heights Park 2969 N.Flores Street 19.7 $ per month N c — 37 Encanto Park 1180 W.9th Street 6.9 $ 966 per month E G Guadalupe Field 780 Roberds Ave. 2.25 $ - permonth aD 966 E Q (5• , Gutierrez Field 14th Street and Mt.Vernon Ave. 1.98 $483 permonth a CU Ninth Street Park 2931 Garner Ave. 3.62 $483 permonth c 7 Perris t•flll Park 607-1135 E.Highland Ave. 64A $ per month' 1,449 —' 8 Perris Hill Senior Center 780 W.21st Street 1.0 $ per month 9 Speicher Park '1535'N.Arden Ave. 28.0 $ 1,449 permonth M 10 Campo Santo Memorial Park x651 XU'Street 5.5 $ permonth C O 11 Boys&Girls Club 1180 9th street 3.0 $ per month c w d a U 'O ' C _ J C _ d E U Q 3.5 Packet Pg. 191 NONE- 2014--409 RFQ F-1431 Parrs Maiawde m sets m Equipment Rates for Maintenance of the City of San Bernardines Park Sites and Amenities Item Equipment Hourly Rate Explanation No. 1. " 2. 3. 4. 6. a 8. E 9. Q CD 10. CO U N C RS J Tote! 344 M_ N C Labor Rates for Maintenance of the City of San Semardino's Park Sites and Amenities 0 C m Item tabor C1esswcatlon Hourly pate Explanation E No. c 1. 2 E E 2, Eamman 24 Q 3, Q 4. C 7. a 9. c 10. E U r Q Toter 9Q 37 0 Packet Pg. 192 2014--409 RF Q F-14.11 Parks mohu=ce servim Percentage Mark up of Materials&Supplies for Maintenance of the City of San BernardimYs P&A dies and Arneri-F es l Material&Supplies Percentage No. Mark-up Explanation �o i. Irri ation Materials 15% o 3. N Y �• mulch 16% 5. E �6/. C /. E S. a 9. Q. 10. CU fA .a C fC J a 00 ti O ,ANNUAL PURCHASE ORDER s= a� E Effective on or about July 1, 2014 through June 30, 2015 plus two (2) one-year renewal options,for City's requirements. CD a OoVon year one, If exercised, shall be effective July 1,2015 through June 30, 2016. a Qggoo y2or„Wi , if exercised, shall be effective July 1, 2016 through June 30,2017. y 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, a. Are there any other additional or incidental costs, which will be required ou rm in order to meet the requirements of the Technical Specifications? circle E one). If you answered`Yes°, please provide detail of said additional costs: CU Y Y a 38 Packet Pg. 193 2014-302 VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES This Vendor Services Agreement is entered into this4th day of August , 2014 by and between RP Landscape("VENDOR") and the City of San Bernardino ("CITY"or"San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council has determined that it is advantageous and in the best interest of the CITY to contract for parks maintenance; and c WHEREAS, the City of San Bernardino did solicit and accept quotes from available E vendors for parks maintenance; and, E WHEREAS,VENDOR is the lowest and best bidder to provide said services to CITY; a a� CL NOW,THEREFORE,the parties hereto agree as follows: c 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages the services of VENDOR to provide those products and services at the locations as set forth on Exhibit "A," attached hereto and incorporated herein. 2. COMPENSATION AND EXPENSES. N a. For the services delineated above, the CITY, upon presentation of an invoice, shall > pay the VENDOR up to the amount of$569,944.00 for park maintenance, restroom maintenance and trash service at the City's Central and South park sites. b. No other expenditures made by VENDOR shall be reirnbursed by CITY. O a� a �a 3. TERM; TERMINATION. y The term of this Agreement shall be for a period of eleven months. This Agreement may be terminated at any time by thirty (30) days' written notice by either party. The terms of this Agreement shall remain in force unless mutually amended. The 0- duration of this Agreement may be extended with the written consent of both parties. m 4. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, agents or representatives, free and harmless from all claims, actions, damages and liabilities of Q any kind and nature arising from bodily .injury, including death, or property damage, based or asserted upon any actual or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement, unless the bodily injury or property damage was actually caused by the sole negligence of the City, its elected officials, employees, agents or Packet Pg. 194? 2014-302 representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees, the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omissions. Vendor hereby waives any and all rights to any types of express or implied indemnity against the City, its elected officials, employees, agents or representatives, with respect to third party claims against the Vendor relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. 5. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile C;, liability insurance, in the amount of$1,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager E prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance E furnished to the CITY shall require the insurer to notify CITY at least 30 days prior to any a CL change in or termination of the policy. U) 6. NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recrtr.itment of employees, a VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, rY discrimination in employment of persons because of their race, religion, color, national origin, ancestry,.age, mental or physical disability, medical condition, marital status, sexual gender or M sexual orientation, or any other status protected by law. Q U) 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and = purposes VENDOR shall be an independent contractor and not an agent or employee of the .� CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of O Income Tax, Social Security, State Disability Insurance Compensation, Unemployment a Compensation, and other payroll deductions for VENDOR and its officers, agents, and N employees, and all business license, if any are required, in connection with the services to be c performed hereunder. —� a W 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain prior to execution of this Agreement, 0 and maintain a business registration certificate pursuant to Chapter S of the Municipal Code, and U any other licenses, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. Q 9. NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service,postage prepaid and addressed as follows: Packet Pg. 195 a 2014-302 TO THE CITY: TO THE VENDOR: Director of Parks and Recreation RP Landscape 201 North"E" Street 1905 W. Rialto Ave. San Bernardino, CA 92411185 P.O. Box 1200 Telephone: (909) San Bernardino,CA 92402 10. ATTORNEYS' FEES In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses. including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in E enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the C purposes of this paragraph. E d 11. ASSIGNMENT. o VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or N encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void -� and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder 00 for the term of this Agreement. 12. VENUE. > The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San 2M Bernardino. State of California or the I.I.S. District Court for the Central District of California, o Riverside Division. The aforementioned choice of venue is intended by the parties to be C mandatory and not permissive in nature. N C ft3 13. GOVERNING LAW. This Agreement shall be govenied by the laws of the State of California. 0- c 14. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs,representatives,successors,and assigns. r r Q 15. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the construction or the interpretation of any of its provisions. 3 Packet Pg. 196 2014-302 16. SEVERABILITY. If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable for any reason, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance, and the remaining provisions of this Agreement shall remain in Bull force and effect. 17. REMEDIES;WAIVER. All remedies available to either party for one or more breaches by the other party are and shall be deemed cumulative and may be exercised separately or concurrently without waiver of any other remedies. The failure of either party to act in the event of a breach of this Agreement by the other shall not be deemed a waiver of such breach or a waiver of future breaches, unless such waiver shall be in writing and signed by the party against whom enforcement is sought. E c d 18. ENTIRE AGREEMENT; MODIFICATION. EE This Agreement constitutes the entire agreement and the understanding between the parties, and supersedes any prior agreements and understandings relating to the subject matter of this Agreement. This Agreement may be modified or amended only by a written instrument executed by all parties to this Agreement. J IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. co ti a Dated: 2l 72014 VENDOR. cn > o C. of its: A n J a Dated 00//Z , 2014 CITY OF SAN BERNARDINO m E t U By: :°. anager I Approved as to Form: Gary D. Saenz, City Attorney a Packet Pg.197 5.J.f AMENDMENT NUMBER TWO TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES This Amendment Number Two (the "Second Amendment") is entered into this day of 20 , BY AND BETWEEN: N w 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"); E Q AND, M U U) 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 a. "PARTIES"). co WITNESSETH : ti M r WHEREAS, on the 4th day of August, 2014, the CITY and VENDOR entered into that E 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 CL central and south park sites; and, °' a_ WHEREAS, on the 1St day of December, 2014, the CITY and VENDOR amended that F Agreement with the First Amendment titled AMENDMENT NUMBER ONE TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES (the "First Amendment")to cover Z additional park maintenance,restroom maintenance, and trash service at the City's parks; and, c d E WHEREAS, CITY and VENDOR desire to further amend the Agreement and desire to amend their rights, duties, and liabilities in connection with their performance thereunder; and, E Q r c as E to /// AMENDMENT NUMBER TWO TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES Page 1 of 2 Packet Pg. 198 5.J.f 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 $657,513.00 for park maintenance, restroom maintenance and trash services at the City's Central and South park sites." E 2. Exhibit A to the Agreement is hereby amended by: E (i) inserting the document identified as Attachment 1 to this Amendment, attached Q hereto and incorporated herein, as an additional page to Exhibit A to the Agreement, adding Seccombe Lake Park to the list of parks covered by the N Agreement." 0. J IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. co M Dated: 12015 VENDOR: RP Landscape I � By: a a. Its: o 3 L m E Dated 92015 CITY OF SAN BERNARDINO Z CD E By: c Allen Parker, City Manager E Q Y _ APPROVED AS TO FORM: E Gary D. Saenz, City Attorney r Q By: I AMENDMENT NUMBER TWO TO THE VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND RP LANDSCAPE FOR PARK MAINTENANCE SERVICES Page 2 of 2 Packet Pg. 199