HomeMy WebLinkAboutItem No. 05 CSA RP Landscape & Irrigation, Inc.City of Lake Elsinore
LW811-Si no
130 South Main Street
Lake Elsinore, CA 92530
www.lake - elsinore.org
Ne °— IKikr- ' City Council Agenda Report
File Number: ID# 19 -774
Agenda Date: 10/27/2020 Version: 1 Status: Approval Final
In Control: City Council / Successor Aqency
File Type: Council Consent
Calendar
Agenda Number: 5)
Agreement with RP Landscape & Irrigation, Inc. for Citywide Park Maintenance Services
Authorize the City Manager to execute an Agreement with RP Landscape & Irrigation, Inc., for Citywide
Park Maintenance Services for three years in an amount not to exceed $ 743,042 per fiscal year with a
10% contingency for unforeseen additional work, and in such final form as approved by the City
Attorney.
City of Lake Elsinore Page 1 Printed on 1012212020
CITY OF
LADE LSIR0PE
DREAM EXTREME.
REPORT TO CITY COUNCIL
To: Honorable Mayor and Members of the City Council
From: Grant Yates, City Manager
Prepared by: Rick DeSantiago, Public Works Manager
Date: October 27, 2020
Subject: Agreement with RP Landscape & Irrigation, Inc. for Citywide Park Maintenance
Services
Recommendation
Authorize the City Manager to execute an Agreement with RP Landscape & Irrigation, Inc., for
Citywide Park Maintenance Services for three years in an amount not to exceed $743,042 per fiscal
year with a 10% contingency for unforeseen additional work, and in such final form as approved by
the City Attorney.
Background
The City of Lake Elsinore is responsible for maintaining City -owned parks, beaches, parking lots, and
parkways; because of the volume of maintenance work this job entails, the City contracts with vendors
to supplement staff's effort to keep up with the workload.
On July 30, 2020, the City advertised a notice inviting bids for the Annual Citywide Landscape
Maintenance. Bidders obtained the work specifications documents through the City's website during
the notice inviting bid advertising period. The deadline to submit a bid was August 25, 2020, at 3:00
PM.
Discussion
In accordance with the requirements set forth in the California Public Contract Code, Citywide
Landscape Maintenance bid documents were prepared, and the project was advertised in PlanetBids.
The City received ten (10) bid proposals on August 25, 2020. The chart below illustrates the lowest
monthly bid of $61,920.14, which was provided by RP Landscape & Irrigation, Inc. Staff reviewed the
bids and verified all bids for comparison, and RP Landscape & Irrigation, Inc., was determined to be
the lowest responsive bidder.
Award of Contract for Citywide Parks Maintenance Services
October 27, 2020
Page 2
Bid Results for Annual Landscape Landscape Bid Landscape Bid Results
Maintenance Program Results Per Month Annualized
Aztec Landscape, Inc.
111,276.30
1,335,315.60
C.G. Landscape, Inc.
66,029.99
792,359.88
Excel Landscape, Inc.
$
71,739.00
$
860,868.00
Greentech Landscape
64,525.00
774,300.00
Mariposa Landscape Inc.
$
70,876.76
$
850,521.12
Pacific Coast Landscape & Design, Inc
79,118.75
949,425.00
Priority Landscape Services. LLC
$
73,475.00
$
881,700.00
RP Landscape & Irrigation
$
61,920.14
$
743,041.68
S.C. Yamamoto, Inc.
$
54,660.00
$
775,920.00
State Green Landscaping
$
66,917.15
$
803,005.80
Table In alphabetical order
Fiscal Impact
The funds for the Annual Citywide Landscape Maintenance Program has been identified in the
FY2020/2021 Public Works Parks Operating Budget.
Exhibits
A - Agreement
B - Proposal
AGREEMENT FOR CONTRACTOR SERVICES
RP Landscape & Irrigation, Inc.
Annual Citywide Landscape Maintenance Services
This Agreement for Professional Services (the "Agreement ") is made and entered into as
of October 27, 2020, by and between the City of Lake Elsinore, a municipal corporation ( "City ")
and RP Landscape & Irrigation, Inc., a Corporation ( "Contractor ").
RECITALS
A. The City has determined that it requires the following professional services:
Landscape services for parks, beaches and parkways.
B. Contractor has submitted to City a proposal, dated August 25, 2020, attached
hereto as Exhibit A ( "Contractor's Proposal ") and incorporated herein, to provide professional
services to City pursuant to the terms of this Agreement.
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to perform the services described in this Agreement on the terms and conditions
described herein.
D. City desires to retain Contractor to perform the services as provided herein and
Contractor desires to provide such professional services as set forth in this Agreement.
AGREEMENT
1. Scope of Services. Contractor shall perform the services described in Contractor's
Proposal (Exhibit A). Contractor shall provide such services at the time, place, and in the manner
specified in Contractor's Proposal, subject to the direction of the City through its staff that it may
provide from time to time.
2. Time of Performance.
a. Time of Essence. Time is of the essence in the performance of this
Agreement. The time for completion of the professional services to be performed by Contractor
is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently
the professional services contemplated pursuant to this Agreement according to the agreed upon
performance schedule in Contractor's Proposal (Exhibit A).
b. Performance Schedule. Contractor shall commence the services pursuant
to this Agreement upon receipt of a written notice to proceed and shall perform all services within
the time period(s) established in the Contractor's Proposal (Exhibit A). When requested by
Contractor, extensions to the time period(s) specified may be approved in writing by the City
Manager.
C. Term and Compliance with Task/Work Order System. Unless earlier
terminated as provided elsewhere in this Agreement, this Agreement shall continue in full force
@BCL @D40E74C5 Page 1
and effect for a period commencing on November 1, 2020 and ending June 30, 2023. The City
may, at its sole discretion, extend the term of this Agreement on a 12 -month basis not to exceed
2 additional twelve (12) month renewal terms by giving written notice thereof to Contractor not
less than thirty (30) days before the end of the contract term, such notice to be exercised by the
City Manager.
Contractor hereby agrees and acknowledges that any and all work or services
performed pursuant to this Agreement shall be based upon the issuance of a Task/Work Order
by the City. Contractor acknowledges that it is not guaranteed any minimum or specific amount
of work or services as all work or services shall be authorized through a Task/Work Order issued
by the City.
3. Compensation. Compensation to be paid to Contractor shall be in accordance
with the fees set forth in Contractor's Proposal (Exhibit A), which is attached hereto and
incorporated herein by reference. In no event shall Contractor's annual compensation exceed
Seven Hundred Forty Thee Thousand Forty Two Dollars ($743,042) without additional written
authorization from the City. Notwithstanding any provision of Contractor's Proposal to the
contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an
inflator or administrative charge. Payment by City under this Agreement shall not be deemed a
waiver of defects, even if such defects were known to the City at the time of payment.
4. Method of Payment. Contractor shall promptly submit billings to the City describing
the services and related work performed during the preceding month to the extent that such
services and related work were performed. Contractor's bills shall be segregated by project task,
if applicable, such that the City receives a separate accounting for work done on each individual
task for which Contractor provides services. Contractor's bills shall include a brief description of
the services performed, the date the services were performed, the number of hours spent and by
whom, and a description of any reimbursable expenditures. City shall pay Contractor no later
than forty -five (45) days after receipt of the monthly invoice by City staff.
5. Background Checks. At any time during the term of this Agreement, the City
reserves the right to make an independent investigation into the background of Contractor's
personnel who perform work required by this Agreement, including but not limited to their
references, character, address history, past employment, education, social security number
validation, and criminal or police records, for the purpose of confirming that such personnel are
lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons
or property in and around the vicinity of where the services will be rendered or City Hall. If the City
makes a reasonable determination that any of Contractor's prospective or then current personnel
is deemed objectionable, then the City may notify Contractor of the same. Contractor shall not
use that personnel to perform work required by this Agreement, and if necessary, shall replace
him or her with a suitable worker.
6. Suspension or Termination.
a. The City may at any time, for any reason, with or without cause, suspend
or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten
(10) days prior written notice. Upon receipt of such notice, the Contractor shall immediately cease
all work under this Agreement, unless the notice provides otherwise. If the City suspends or
terminates a portion of this Agreement such suspension or termination shall not make void or
invalidate the remainder of this Agreement.
Page 2
b. In the event this Agreement is terminated pursuant to this Section, the City
shall pay to Contractor the actual value of the work performed up to the time of termination,
provided that the work performed is of value to the City. Upon termination of the Agreement
pursuant to this Section, the Contractor will submit an invoice to the City, pursuant to Section
entitled "Method of Payment" herein.
7. Plans, Studies, Documents.
a. Ownership of Documents. All plans, studies, documents and other writings
prepared by and for Contractor, its officers, employees and agents and subcontractors in the
course of implementing this Agreement, except working notepad internal documents, shall
become the property of the City upon payment to Contractor for such work, and the City shall
have the sole right to use such materials in its discretion without further compensation to
Contractor or to any other party. Contractor shall, at Contractor's expense, provide such reports,
plans, studies, documents and other writings to City upon written request. City shall have sole
determination of the public's rights to documents under the Public Records Act, and any third -
party requests of Contractor shall be immediately referred to City, without any other actions by
Contractor.
b. Licensing of Intellectual Property. This Agreement creates a nonexclusive
and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights,
designs, and other intellectual property embodied in plans, specifications, studies, drawings,
estimates, and other documents or works of authorship fixed in any tangible medium of
expression, including but not limited to, physical drawings or data magnetically or otherwise
recorded on computer diskettes, which are prepared or caused to be prepared by Contractor
under this Agreement ( "Documents & Data "). Contractor shall require that all subcontractors
agree in writing that City is granted a nonexclusive and perpetual license for any Documents &
Data the subcontractor prepares under this Agreement. Contractor represents and warrants that
Contractor has the legal right to license any and all Documents & Data. Contractor makes no
such representation and warranty in regard to Documents & Data which were prepared by design
professionals other than Contractor or provided to Contractor by the City. City shall not be limited
in any way in its use of the Documents & Data at any time, provided that any such use not within
the purposes intended by this Agreement shall be at City's sole risk.
C. Confidentiality. All ideas, memoranda, specifications, plans, procedures,
drawings, descriptions, computer program data, input record data, written information, and other
Documents & Data either created by or provided to Contractor in connection with the performance
of this Agreement shall be held confidential by Contractor. Such materials shall not, without the
prior written consent of City, be used by Contractor for any purposes other than the performance
of the services under this Agreement. Nor shall such materials be disclosed to any person or
entity not connected with the performance of the services under this Agreement. Nothing
furnished to Contractor which is otherwise known to Contractor or is generally known, or has
become known, to the related industry shall be deemed confidential. Contractor shall not use
City's name or insignia, photographs relating to project for which Contractor's services are
rendered, or any publicity pertaining to the Contractor's services under this Agreement in any
magazine, trade paper, newspaper, television or radio production or other similar medium without
the prior written consent of City.
Page 3
8. Contractor's Books and Records.
a. Contractor shall maintain any and all ledgers, books of account, invoices,
vouchers, canceled checks, and other records or documents evidencing or relating to charges for
services, or expenditures and disbursements charged to City for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to Contractor to
this Agreement.
b. Contractor shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
C. Any records or documents required to be maintained pursuant to this
Agreement shall be made available for inspection or audit, at any time during regular business
hours, upon written request by the City Manager, City Attorney, City Auditor or a designated
representative of these officers. Copies of such documents shall be provided to the City for
inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually
agreed upon, the records shall be available at Contractor's address indicated for receipt of notices
in this Agreement.
d. Where City has reason to believe that such records or documents may be
lost or discarded due to dissolution, disbandment or termination of Contractor's business, City
may, by written request by any of the above -named officers, require that custody of the records
be given to the City and that the records and documents be maintained in City Hall. Access to
such records and documents shall be granted to any party authorized by Contractor, Contractor's
representatives, or Contractor's successor -in- interest.
9. Independent Contractor.
a. Contractor is and shall at all times remain as to the City a wholly
independent contractor pursuant to California Labor Code Section 3353. The personnel
performing the services under this Agreement on behalf of Contractor shall at all times be under
Contractor's exclusive direction and control. Neither City nor any of its officers, employees, or
agents shall have control over the conduct of Contractor or any of Contractor's officers,
employees, or agents, except as set forth in this Agreement. Contractor shall not at any time or
in any manner represent that it or any of its officers, employees, or agents are in any manner
officers, employees, or agents of the City. Contractor shall not incur or have the power to incur
any debt, obligation, or liability whatsoever against City, or bind City in any manner.
b. Notwithstanding any other federal, state and local laws, codes, ordinances
and regulations to the contrary and except for the fees paid to Contractor as provided in the
Agreement, Contractor and any of its employees, agents, and subcontractors providing service
under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any
claims to, any compensation, benefit, or any incident of employment by City, including but not
limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution
to be paid by City for employer contribution and /or employee contributions for PERS benefits.
10. PERS Eligibility Indemnification. In the event that Contractor or any employee,
agent, or subcontractor of Contractor providing services under this Agreement claims or is
determined by a court of competent jurisdiction or the California Public Employees Retirement
System (PERS) to be eligible for enrollment in PERS as an employee of the City, Contractor shall
Page 4
indemnify, defend, and hold harmless City for the payment of any employee and /or employer
contributions for PERS benefits on behalf of Contractor or its employees, agents, or
subcontractors, as well as for the payment of any penalties and interest on such contributions,
which would otherwise be the responsibility of City.
11. Interests of Contractor. Contractor (including principals, associates and
professional employees) covenants and represents that it does not now have any investment or
interest in real property and shall not acquire any interest, direct or indirect, in the area covered
by this Agreement or any other source of income, interest in real property or investment which
would be affected in any manner or degree by the performance of Contractor's services
hereunder. Contractor further covenants and represents that in the performance of its duties
hereunder no person having any such interest shall perform any services under this Agreement.
Contractor is not a designated employee within the meaning of the Political Reform Act
because Contractor:
a. will conduct research and arrive at conclusions with respect to his /her
rendition of information, advice, recommendation or counsel independent of the control and
direction of the City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition
of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
12. Professional Ability of Contractor. City has relied upon the professional training
and ability of Contractor to perform the services hereunder as a material inducement to enter into
this Agreement. Contractor shall therefore provide properly skilled professional and technical
personnel to perform all services under this Agreement. All work performed by Contractor under
this Agreement shall be in accordance with applicable legal requirements and shall meet the
standard of quality ordinarily to be expected of competent professionals in Contractor's field of
expertise.
13. Compliance with Laws.
a. Contractor shall comply with all local, state and federal laws and
regulations applicable to the services required hereunder, including any rule, regulation or bylaw
governing the conduct or performance of Contractor and /or its employees, officers, or board
members.
b. Contractor represents that it has obtained and will maintain at all times
during the term of this Agreement all professional and /or business licenses, certifications and /or
permits necessary for performing the services described in this Agreement, including a City
business license.
14. Licenses. Contractor represents and warrants to City that it has the licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Contractor to practice its profession. Contractor represents and warrants to City that Contractor
shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this
Agreement, any licenses, permits, insurance and approvals which are legally required of
Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business
license.
Page 5
15. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses, liability,
claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily
injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law
or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts
or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they
could be held strictly liable, or by the quality or character of their work. The foregoing obligation
of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of
law arises from the sole negligence or willful misconduct of the City or its officers, employees,
agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents
have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is
understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend
as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance
certificates and endorsements required under this Agreement does not relieve Contractor from
liability under this indemnification and hold harmless clause. This indemnification and hold
harmless clause shall apply to any damages or claims for damages whether or not such insurance
policies shall have been determined to apply. By execution of this Agreement, Contractor
acknowledges and agrees to the provisions of this Section and that it is a material element of
consideration.
16. Insurance Requirements.
a. Insurance. Contractor, at Contractor's own cost and expense, shall
procure and maintain, for the duration of the contract, unless modified by the City's Risk Manager,
the following insurance policies.
i. Workers' Compensation Coverage. Contractor shall maintain
Workers' Compensation Insurance and Employer's Liability Insurance for his /her
employees in accordance with the laws of the State of California. In addition, Contractor
shall require each subcontractor to similarly maintain Workers' Compensation Insurance
and Employer's Liability Insurance in accordance with the laws of the State of California
for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by the City at least thirty (30) days prior
to such change. The insurer shall agree to waive all rights of subrogation against City, its
officers, agents, employees and volunteers for losses arising from work performed by
Contractor for City. In the event that Contractor is exempt from Worker's Compensation
Insurance and Employer's Liability Insurance for his /her employees in accordance with
the laws of the State of California, Contractor shall submit to the City a Certificate of
Exemption from Workers Compensation Insurance in a form approved by the City
Attorney.
ii. General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a commercial general
liability insurance form or other form with a general aggregate limit is used, either the
general aggregate limit shall apply separately to the work to be performed under this
Agreement or the general aggregate limit shall be at least twice the required occurrence
limit. Required commercial general liability coverage shall be at least as broad as
Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed.
11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
Page 6
covering Broad Form Comprehensive General Liability. No endorsement may be attached
limiting the coverage.
iii. Automobile Liability Coverage. Contractor shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non -owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each occurrence.
Automobile liability coverage must be at least as broad as Insurance Services Office
Automobile Liability form CA 0001 (ed. 12/90) Code 1 ( "any auto "). No endorsement may
be attached limiting the coverage.
iv. Professional Liability Coverage. Contractor shall maintain
professional errors and omissions liability insurance appropriate for Contractor's
profession for protection against claims alleging negligent acts, errors or omissions which
may arise from Contractor's services under this Agreement, whether such services are
provided by the Contractor or by its employees, subcontractors, or sub Contractors. The
amount of this insurance shall not be less than one million dollars ($1,000,000) on a
claims -made annual aggregate basis, or a combined single limit per occurrence basis.
b. Endorsements. Each general liability and automobile liability insurance
policy shall be with insurers possessing a Best's rating of no less than A:VII and shall be endorsed
with the following specific language:
i. Notwithstanding any inconsistent statement in any required
insurance policies or any subsequent endorsements attached thereto, the protection
offered by all policies, except for Workers' Compensation, shall bear an endorsement
whereby it is provided that, the City and its officers, employees, servants, volunteers and
agents and independent contractors, including without limitation, the City Manager and
City Attorney, are named as additional insureds. Additional insureds shall be entitled to
the full benefit of all insurance policies in the same manner and to the same extent as any
other insureds and there shall be no limitation to the benefits conferred upon them other
than policy limits to coverages.
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers. Any
insurance maintained by the City, including any self- insured retention the City may have,
shall be considered excess insurance only and shall not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
Page 7
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
C. Deductibles and Self- Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City. At the City's option, Contractor shall
demonstrate financial capability for payment of such deductibles or self- insured retentions.
d. Certificates of Insurance. Contractor shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
17. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within
48 hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Contractor: RP Landscape & Irrigation, Inc.
Attn: Roy Perez
P.O. Box 1200
San Bernardino, CA 92402
18. Assignment and Subcontracting. The parties recognize that a substantial
inducement to City for entering into this Agreement is the professional reputation, experience and
competence of Contractor and the subcontractors listed in Exhibit B. Contractor shall be fully
responsible to City for all acts or omissions of any subcontractors. Assignments of any or all
rights, duties or obligations of the Contractor under this Agreement will be permitted only with the
express consent of the City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement except as provided in Exhibit B without the written authorization
of the City. If City consents to such subcontract, Contractor shall be fully responsible to City for
all acts or omissions of those subcontractors. Nothing in this Agreement shall create any
contractual relationship between City and any subcontractor nor shall it create any obligation on
the part of the City to pay or to see to the payment of any monies due to any such subcontractor
other than as otherwise is required by law.
19. Waiver. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
Page 8
20. Litigation Expenses and Attorneys' Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys' fees.
21. Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are
unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in
interest. JAMS shall provide the parties with the names of five qualified mediators. Each party
shall have the option to strike two of the five mediators selected by JAMS and thereafter the
mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation,
either party may commence litigation.
22. Prohibited Interests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working solely
for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or violation
of this warranty, City shall have the right to rescind this Agreement without liability. For the term
of this Agreement, no member, officer or employee of City, during the term of his or her service
with City, shall have any direct interest in this Agreement, or obtain any present or anticipated
material benefit arising therefrom.
23. Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex
or age. Such non - discrimination shall include, but not be limited to, all activities related to initial
employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or
termination.
24. Prevailing Wages. Contractor is aware of the requirements of California Labor
Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8,
Section 16000, et seq., ( "Prevailing Wage Laws "), which require the payment of prevailing wage
rates and the performance of other requirements on "public works" and "maintenance" projects.
Contractor agrees to fully comply with all applicable federal and state labor laws (including,
without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in
connection with the Work or Services provided pursuant to this Agreement, Contractor shall bear
all risks of payment or non - payment of prevailing wages under California law, and Contractor
hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees,
agents, and volunteers, free and harmless from any claim or liability arising out of any failure or
alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive
termination of this Agreement.
25. Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
Page 9
26. Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
27. Authority to Enter Agreement. Contractor has all requisite power and authority to
conduct its business and to execute, deliver, and perform the Agreement. Each party warrants
that the individuals who have signed this Agreement have the legal power, right, and authority to
make this Agreement and to bind each respective party. The City Manager is authorized to enter
into an amendment or otherwise take action on behalf of the City to make the following
modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non -
monetary changes in the scope of services; and /or (d) suspend or terminate the Agreement.
28. Counterparts. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
29. Entire Agreement; Incorporation; Conflict. This Agreement contains the entire
understanding between the parties relating to the obligations described herein. All prior or
contemporaneous understandings, agreements, representations and statements, oral or written,
are superseded in total by this Agreement and shall be of no further force or effect. Contractor's
Proposal is incorporated only for the description of the scope of services and /or the schedule of
performance and no other terms and conditions from such proposal shall apply to this Agreement
unless specifically agreed to in writing. In the event of conflict, this Agreement shall take
precedence over those contained in the Contractor's Proposal.
30. Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
[Signatures on next page]
Page 10
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the
date first written above.
"CITY"
CITY OF LAKE ELSINORE, a municipal
corporation
Grant Yates, City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Risk Manager
Attachments: Exhibit A — Contractor's Proposal
Exhibit B — List of Subcontractors
"CONTRACTOR"
RP Landscape & Irrigation, Inc., a Corporation
By:
Its: Click or tap here to enter text.
Page 11
.■
CONTRACTOR'S PROPOSAL
[ATTACHED]
EXHIBIT A
.■
LIST OF SUBCONTRACTORS
[ATTACHED]
JiA
A COMPLETE LANDSCAPE SERVICE
STATE UC. 9702393 • Q.A.L. 11133
City of Lake Elsinore
Citywide Landscaping Maintenance Services
(FY20 -21)
Prepared by:
Roy Perez
August 24, 2020
TABLE OF CONTENTS
CoverLetter ...................................................................................... ............................... 1
CompanyOverview ........................................................................... ............................... 3
Business Information ............. ......................... .. 4
CompanyPersonnel.... ........ ............................................................................................ 5
References....................................................... ............................... 7
ProposalForm (Exhibit A) .................................................................. ............................... 8
Pricing Sheet (Exhibit B) ................................................................... ............................... 11
BusinessSafety .............................................................................. ............................... 14
Insurance...................................................................................... ............................... 16
Certificate of Liability Insurance .............. ...............................
Workers Compensation Insurance .......................................... ...............................
Commercial Liability Insurance.. ................................... ........................................
Licenses, Permits, and /or Certifications ................. ............................... 17
Addendums................................................................................... ............................... 19
A COMPLETE LANDSCAPE SERVICE
STATE LIC. M2393 - O A.L IM3
COVER LETTER
RP Landscape & Irrigation confirms that all elements of landscape maintenance work specified in the bid
proposal for the City of Lake Elsinore FY20 -21 have been reviewed and understood and agrees to the
terms and condition rescribed therein.
' 4 --------- ��J- V- --------------
Roy Perez /O ner, RP Lands ape & Irrigation, Inc. Date
The undersigned is authorized to negotiate on behalf of the firm and will be binding for a term of 90 days
from the date of submittal to the City. A 30 -day window to be provided by the City of Lake Elsinore to start
work.
Roy Perez,dwner, RP Lands pe & Irrigation, Inc. Date
PO Box 1200 • San Bernardino, CA 92402
(909) 889 -9987 • Fax (909) 889 -9987
A COMPLETE LANDSCAPE SERVICE
STATE UC.NFOM - O.A.L 11133
August 24, 2020
City of Lake Elsinore,
Enclosed is our bid proposal to maintain the landscape areas throughout City of Lake Elsinore. We will
have a staff of 15 men with 7 trucks with all company logo and traffic safety beacon lights.
Proposed overview of operations:
1 man with golf cart in downtown area 7 days in the week.
3 man crew for west side with truck and trailer dump and small equipment to do all detailing.
3 man crew for east side with truck and trailer dump and small equipment to do all detailing,
2 man crew to trash truck to do all parks and do detailing.
1 Irrigation tech with truck stock with parts.
1 supervisor with truck to check on crews and maintain communication with city staff.
3 man mow crew with 2- 72° Toro recycler mowers with truck and trailer.
man with 100 gallon spray truck.
In addition, when needed we may add additional staff during the summer months to help. We will send our
certified irrigation technicians to help out when needed.
We are confident with our wide range of services we will be able to maintain the City of Lake Elsinore to the
highest level and provide best landscape service with the experience our company has in maintaining over
614 acres of parks, parkways, LIVID and facilities for City of San Bernardino, City of Colton, City of Highland
and City of Redlands.
PO Box 1200 • San Bernardino, CA 92402
(909) 889 -9987 • Fax (909) 889 -9987
• / r
A COMPLETE LANDSCAPE SERVICE
STATE LIC. 07OM3 • Q.A.L. 11133
RP LANDSCAPE & IRRIGATION
COMPANY OVERVIEW
RP Landscape & Irrigation has decade's worth of experience in designing, bidding, renovating and
installing landscapes using the latest technologies. You can be confident we will account for the intricacies
and personality of your site. You can be sure that when you hire us you've hired not only the best, but a
company that will succeed in accomplishing the job by meeting your expectations, on time and on budget.
We currently maintain 493.5 acres with the City of San Bernardino,58.12 acres with the City of Highland,
38.7 acres with the City of Colton and 25.8 acres with the City of Redlands which includes, medians,
parkways, and public parks. We also maintain shopping centers, industrial parks, home parks, homeowner
associations and malls.
Our superior services set us apart. We currently employ a staff of 35 employees trained in providing
professional landscape service. RP Landscape & Irrigation runs a fleet of 25 trucks along with 8 irrigation
trucks and technicians providing any and all repairs that may arise. All of our trucks are identifiable with our
company logo and our employees wear uniforms with name badges identifying themselves to the public.
We are a state licensed landscape contractor with a licensed pest control operator available, if necessary,
We are fully bonded and meet all insurance requirements for property, trucks and employees.
RP Landscape & Irrigation offers many years of experience in sprinkler systems, irrigation systems and
landscaping. We provide quality service and superior workmanship. We use only the best materials
available for our systems and repairs. As licensed professionals in this industry we have an established
reputation for customer satisfaction and the references to back it up.
BUSINESS INFORMATION
Since 4989 RP Landscape & Irrigation has offered many years of experience in sprinkler systems, irrigation
systems and landscaping,
Company Name: RP Landscape & Irrigatio
Firm /Individual: Roy Perez
Title: Owner
Phone: (909) 889 -9987
Fax: (909) 889 -9897
Email: r landsca einc aol,com
Legal Structure Sole Proprietor
Address P.O. Box 1200 San Bernardino CA 92402
Federal Employer ID 33 -0953297
Business License Numbers
State License 702393
(Contractors State License Number)
State License 78055
(Pest Control State License Number)
PERSONNEL RESUMES ASSIGNED TO PROJECT
Ryan Matthew
Project Manager
QAL — #139366, Expires 12131122
• Has 15 years working in landscape and irrigation with the following firms (see attachment for references)
City of San Bernardino
City of Highland
City of Colton
City of Redlands
• Supervises and coordinates activities of workers engaged in maintenance and landscaping of facilities
• Ensures proper labor relations and conditions of employment are maintained.
• Coordinates, repairs and maintains the various grounds development, maintenance, and preventive
maintenance systems.
• Performs special studies, planning, and field investigations as required.
• Writes material, equipment and repair specifications.
• Manages the daily operations of multiple Maintenance sites.
• Patrols parks to guard against vandalism and destruction.
• Maintains a high level of quality and efficiency in the field.
Juan Ria
Irrigation Tech Supervisor
• Has 15 years working in landscape and irrigation.
• Maintains irrigation systems, including winterizing the systems and starting them up in spring.
• Has maintained city parks, parkways, medians as well shopping centers, apartments and Home Owner
Associations (H.O.A.)
• Knowledgeable in irrigation systems from 6" water lines in city parts to 1" valves in apartments.
• Orders materials as needed and makes recommendations of supplies and equipment for purchase.
• Fluent in English and Spanish.
Leo Sanchez
Grounds Keeping Worker
• Has over 5 years working in landscape and irrigation.
• Handles the tasks of prescribing pesticides, herbicides fertilizers, and organic compounds required for the
development of giant.
• Responsible for supervising flood irrigation, landscape, insect maintenance crews and pre - emergent
herbicides.
Assigned the tasks of prescribing various methods of protecting, transplanting and developing shrubs,
plants and trees.
• Handles the tasks of accounting for all back charges like labor and horticulture supplies for herbicides and
plant materials.
Barnabe Silva
Grounds Keeping Worker
• Has over 5 years working in landscape and irrigation.
• Performs regular grounds and landscape maintenance. Trimming and edging around trees, shrubs, ground
cover, flowers, sidewalks and buildings.
• Mows and edges lawns using power mowers and edgers.
• Responsible for removing trash and debris from public areas by regularly inspecting grounds, drains, etc.
• Uses irrigation methods to adjust the amount of water consumption and to prevent waste.
Jesse Tabera
Landscape Grew Leader
• Has over 20 years working in landscape and irrigation.
• Purchases materials and equipment needed by the crew to maintain the grounds.
• Assigns and supervises the activities of landscape crews engaging in planting and maintaining landscape
areas.
• Responsibilities include planning and scheduling work; developing and establishing work procedures and
priorities; monitoring work in progress; maintaining safety standards; complying with and supervising
adherence to regulations.
• Great knowledge of current horticulture practices and modern techniques, materials, and equipment used in
landscape maintenance.
• Exceptional knowledge of Pest and herbicide control techniques and irrigation repairs.
• Fluent in English and Spanish
Jose Martinez
Grounds Keeping Worker
• Has over 5 years working in landscape and irrigation.
• Responsible for daily upkeep of property buildings and grounds which includes cleaning and removing trash.
• Applies herbicide and pesticide chemicals to grounds, trees, bushes, shrubs, and lawns.
• Responsible for the care and maintenance and inventory of all supplies.
• Provides proper upkeep of sidewalks, driveways, parking lots, fountains, planters, or other grounds features.
(PROJECT MANAGER: RYAN MATTHEW)
LIST OF REFERENCES
Project Client
Description of
(Name /Phone)
Work
City of San Bernardino Parks
Landscaping Maintenance of Parks, Parkways, Medians & Facilities. In charge of daily operations
201 N. "E" Street, Suite 301
with field supervisors. Also, in contact with city public works manager. Supervises and
San Bernardino, CA 92401
coordinates activities of workers engaged in maintenance and landscaping of facilities. Orders
Contact: Sean McClintock
materials, supplies and equipment as needed to maintain full operation of landscape services.
909 - 3845052
City of Highland
Landscaping LIVID, Parks and Facilities. Overseen all aspects of landscape project. Coordinated
27215 Baseline Avenue
and developed a detailed project plan to monitor and track progress. Delegated project tasks,
Highland, CA 92346
tracked project performance for the successful completion of short and long -term goals.
Contact: Jim Richardson
09- 863 -0284 x101
City of Redlands
Landscaping LIVID of Parkways and Parks. Collaborate with crew leaders and logistical operations
Duality of Life Department
teams. Review the project in -depth to schedule deliverables and estimated costs. Oversee
35 Cajon St
landscape project from conception to completion. Review the work progress on a daily basis.
Redlands, CA 92373
Prepare internal and external reports pertaining to job status.
Contact: Eric Rives
909- 203 -9864
City of Colton
Landscaping LIVID of Parkways and Parks. On -site work and project coordination. Kept crews on
160 S 10th Street
schedule and crew members motivated. Review the quality of the work completed with the project
Colton, CA 92324
team on a regular basis to endure that it meets the project standards. Ordered materials,
Contact: Alex Soto
scheduled equipment and planned job tasks.
09- 370 -5065
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
LANDSCAPE PROPOSAL -LAKE ELSINORE PARKS
EXHIBIT "A" - PRICING SHEET
Location
Acres
Month
Annual
Alberhill Park
20
5368.60
64423.20
Canyon Hill Park
18
4831.74
57980.88
Christiansen Park
5.75
1543.47
18521.64
City Park
4
1073.72
12884.64
Creekside Park
7
1879.01
22548.12
Lakepoint Paris
Lincoln Street
Machado Park
McVicker Park
12.5
3355.37
40264.44
2.2
590.54
7086.48
5
1342.15
16105.80
83750.16
6442.32
6_7.644,3
19326.96
26
1 6979.18
Oak Tree Park
2
536.86
Rosetta Canyon Park
21
5637.03
1610.58
939.50
4294.88
Serenity park
6
Summerhill Park
3.5
11274.00
r--51538.56
Summerlake Park
16
Summerly Park
29
778447
93413.64
Swick & Matich Park
Tuscany Hills Park & School Parking Lot
Yarborough Park
888 Park (Lincoln pump)
Equestrian Trails- Lincoln @Terra Cotta
Downtown Rirerwalk
7
1879.01
1879.01
805.29
134.21
429.48
22548.12
7
22548.12
3
9663.48
0.5
1610.58
1.6
5153.76
9
2415.87
28990.44
Public Works City Yard
1 0.2
53.68
644.16
Senior Center
1 0.2
53.68
644.16
Authogz d Signature
35
Total $ 55,417.33 $ ebt,,uuf.yn
EXHIBIT "A"
EXHIBIT "A"
Pricing Sheet for
LANDSCAPE MAINTENANCE SERVICE AREA
ADDITIVE BID
Site # Site Name
AB 1
Seaport Boat Launch
AB 2
Elm Grove Beach /parking lot
AB 3
Whiskers Beach/parking lot
AB 4
Davis St Fishing Beach
AB 5
The Small Cove - Levee (trash only)
ABS
Launch Pointe Boat Launch /Parking Lot
AB7
Railroad Canyon Road Parkways Weed/
trash only — (Grape Street to Canyon Lake
Border)
AB8
Central Avenue Weeds/Trash only
(Dexter Avenue to Crumpton Road)
TOTAL
! �r
Authori76b Signature
Monthly Price
1073.72
1879.01
402.64
268.43
268.43
1536.86
536.86
536.86
6,502.81
'I1bM.b4
22548.12
4831.68
3221.16
3221.16
18442.32
6442.32
6442.32
$ 78,033.72
EXHIBIT "B"
Pricing Sheet for
LANDSCAPE MAINTENANCE SERVICE AREA
New Landscape Maintenance Service Areas
Maintenance Service Area
Sports Park Service Area
Neighborhood Park Service Area
Slope Service Area
Median Service Area
Community Facility Service Area
Trail Service Area
Price per Square Foot
Monthly
Annually
289.00 0.006634 sq.ft.
268.43 0.006162 sq.ft.
248.00 0.005693 s x-
ft.
248.00 0.005693 sa.ft.
218.00 0.005004 sq.ft.
248.00 0.005693 sq.ft.
OAuthorized S} ature
EXHIBIT "B"
CITY OF LAKE ELSINORE
LANDSCAPE MAINTENANCE EXTRA WORK
PRICE SHEET
Turf Maintenance (All Turf Areas)
1. Mowing (Including Bagging of Clippings)
2. Edging
3. String Trimming
4. Aerification (Core/3")
5. Aerification (Deep Tine/6")
6. Weed Removal (Manual)
7. Pest Control (Manual)
8. Fertilization (Placement Only)
9. Materials (Fertilizer, Soil Amends)
10. Over seeding of Sports turf (Soccer Field, Football Field)
11. Over seeding of Sports turf (Baseball Field)
12. Over seeding of General use turf areas
13. Artificial Turf areas
14. Gypsum with Sulfur soil buster or equal
General Landscape Maintenance Planters and Slope Areas
1. Edging (Ground Cover)
2. Trimming (Shrubs, Ground Cover)
3. Pruning /Shrubs, Vines, Roses
4. Pruning/Trees (To 18')
5. Weed Removal (Manual)
6. Pest Control (Manual)
7. Fertilization (Placement Only)
8. Vegetation Removal
9. Materials (Fertilizer, Soil Amends)
Plant Material (Installed, All Areas)
1. Annual Color (4" Container)
2. Ground Cover
3. One (1) Gallon
4. Five (5) Gallon
5. Fifteen (15) Gallon
6. 24" Box Tree
7. Seeded Turf
8. Sodded Turf
9, Hydroseed
10. Soil Preparation (Existing Area)
11. Soil Preparation (New Area)
12. Wood Mulch
Unit Cost
$ 0.0071 sq. ft.
$ 0.0021 linear ft.
$ linear ft.
$ 0.012 sq • ft.
$ sq. ft.
$ 32 per man hr.
$ 38 per man hr.
$ 0.0056 sq. ft.
$ 15%
$ 0.02 sq. ft.(min. 40,000 sq. ft.)
$�lsq. ft.(min. 5,000 sq. ft.)
$�sq. ft.(min. 1,000 sq. ft.)
$ 0-07-sq. ft.(min. 1,000 sq. ft.)
$ 0.025 sq. ft.(min. 20lbs11000sq.ft.)
$ 0.0071 linear ft.
$ sq. ft.
$ U.UIZ sq. ft.
$ 95.00 each
$ 32 per man hr.
$ 38 per man hr.
$ 0.056 sq. ft.
$ 64.00 sq. ft.
$ 15%
$ 4
each
$ 16
fiat
$ 14
each
$ 16
each
$ 148
each
$ 295
each
$ 0.80
sq. ft.
$ 1.90
sq_ ft.
$ 0.22
sq. ft.
$ 0.12
sq. ft.
$ 0.18
sq. ft.
$ 80
cu. yd.
IV. Irriqation System Maintenance
1. Inspection
2. Repair (Main Line, Lateral Line, Sprinklers)
3. Parts
V. General Pest Control
1. Written Recommendation by PCA
2. Qualified Applicator (QAC)
3. Trained Applicator
4. Material
$ 38 per hr.
$ 38 per hr.
$ 0%
$ 145 each
$ 65 per hr.
$ 45 per hr.
$ 20%
RPIIPP
REV. 7/2020
RP Landscape & Irrigation - Injury and Illness Prevention Program
Overview: RP Landscape is committed to keeping a safe workplace. Employees are encouraged
to communicate any concerns without fear of fear of reprisal.
Audience. All employees must adhere to the procedures and guidelines described in this
document.
Safety Officer Assignments
The owner will designate the person to oversee the Injury and Illness program.
Roles and Responsibilities
The safety officer is responsible for:
o Monthly Safety Meetings /Trainings
o Monthly Safety Inspections
o Maintain RP Safety Meeting Binder
o Monthly Recognition for employees adhering to previous months safety
meeting /training.
• Maintain Communication Board at Yard
• Maintain and Conduct Workplace Hazard, Injury & Illness Investigations
Supervisor Assignments
Supervisors are designated and may utilize irrigation techs and /or crew leaders to act in
lieu and /or on behalf at the direction of supervisor.
Roles and Responsibilities
o Ensure safety topics are being adhered to.
o Receive and report safety concerns from employees to the safety officer.
o Conduct Tailgate Meetings with crew leader and /or crew
Safety Meetin s Trainin s
Meetings /Trainings will be conducted monthly. More meetings /trainings may be held
when needed i.e. when new substances, processes, procedures, or equipment are introduced.
All meetings /trainings must be documented on RP Safety Meeting. RP Safety Meetings must be
maintained in binder.
P& i
RPIIPP
REV. 7/2020
Monthly Safetv Inspections
Inspections will be conducted monthly to identify and correct unsafe or unhealthy work
practices and procedures. Inspections will be corrected in a timely manner based on severity of
the hazard. When an imminent hazard exists, which cannot be immediately abated without
endangering employees and /or property, remove all exposed personal from the area except
those necessary to correct, Safety inspections must be kept in binder along with RP Safety
Meeting used to train and /or retrain findings.
Workplace Hazard, Injury & Illness Investigations
New or unrecognized hazards will be investigated by Safety Officer. Safety Meetings will
be held with Supervisors and /or employees when corrective action has been discovered.
Investigations will be maintained in binder with RP Safety Meetings.
Consequences
Failure to comply may result in further disciplinary action up to and including termination.
pg. 2
.qlc uxr� CERTIFICATE OF LIABILITY INSURANCE DATEIMtt+DOP(M)
06/21 1zOZa
TEAS CERTIFICATE IS ISSUED AS A NUTTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE BOLDER,
IMPORTANT If the certificate holtter is an ADDITIONAL INSURED, the policy(iss) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may requme an endorsement. A statement on
this Certlficate does not Confer rights to the certificate holder in lieu of such endorsementfsl.
PRODUCER
Central City Insurance Agency, Inc
1036 Nevada Street
Sutra 108
Redlands
MISURFO
R P Landscape 6 Irrigation
P.O BQx 1200
Pat Wagner. CIC CISR, FLMI
{8{39) 307 -6076 i IAA Nei (908) 798 -4107
Com
CA 92374 SM115dale Ins Co
M13UiffA A : _ - .....
meuRERa: CAAUtO
waURER c . NorGuard Insurance Group
San Bamardiflo CA 92402 s: _
COVERAGES 9nrc_gngn
NP.CA
43247
38342
31470
THIS IS TO CERTIFY THAT THM POLICIE5 OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIC" PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACTOR OTHER GCCUMENT WITH RESPECT 70 NMICH THIS
r:FRTII- ICATE MAY HE TSSUED OR MAY PERTAIN THE }NSURANCE AFFORDED BY THE POLICIES DESCRIBE(. HEREIN 15 SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAEN5
�4TYP
R
A
€OF [NBLafANCE
't
f
Y
U r POLICY EFF 001[CY EXP
POLICY Nuuern YMIDONVvY ,1MM,004yYYY}
T - - --
Y I CP$3921161 ! 10 1912019 1 1011912020
LIMITS
e OCCURRENCE S 1,000,000
:X COMMERCIAL(GENERAL LLA &L17Y~
CLAWS -MAOE QccuR
$2.500 Ded per Claim
`'ZA '' -'•
rrlh. r�.F .t�::.: ✓:Orr
100,000
;'
ME]Eso,..n. un.•,w.M:
vERSvNA.
r 5,i
r All Losses
:.C',: AGGREGATE LIMITAPPLIES PER
POLICY L] JET [] LOC
J!
, jRCt><
3ENERiL LC;:riFr. 1 Ti_
;CTS :..„ = ..I F;; .
S 2��0�
. 2000000
AUTOMOBILE UASII ITT
–C - --
ccAmio.Ln_.. *,c. r -IM,T
car .a.n+
S 1,000,000
-"AUTO
OYYNfD
AUTOS ONLY �: SC7OE0ULEO
HOPED X NON,OWNEC
AUTOS ONLY /�'� AUTOS ONLY
Y
If
I
Y BA040000040614 04112 +2020 0411212021
j
I
BODr Y �,:JURv IPer peraCni
5
BODILY INJURY 1Per sccAwR)
vi?T}FFPI •p �F
.Pa+ r: a . n
= —�
Theft Prevention
_
s
--
_
UMBRELLA LiAB I
OCCl1R
EACH'.
AGGREGATE i
E7CCEea LLAa
:R,,r. ,MOL
OEQ ,1p rv•.' -fit: �
S
C
WORKERS COMPENSAPON
AND EMPLOYERS' iJAB1LITY YON
AN',P.etaoR, 7,;P.vFrir!.fN.LXECLITiVE ,�
VF Frt,Er'MLM8ERkxCLUMfX7 L___i
{Me,d1to NN
+rtes dsaa36svndw
NiA
Y
ROWC1B3605
X $TR% rr r .,
1 EL Ea-H A_'. r.Er.r 5 '�.QOO.000
01110/2020 01/10/2021
I ICE:" _ SEISE En FL•.rL "�vEc S 1.000.000
xScu;,; c An!,r.5rr R
S LL DISEASE v,:+lr 1,000.000
EMSCMPTION GF OPERAT1o14E , LOCATIONS VEHICLES ACORD 101 Addrtbnsl Relnseks achsdutt. msy ex• atiaeltad ,r rota apses +a r= 9�+k*rri
The City of Colton ita directors, officials Officers, employees. agents and volunteers are named as additionally insurad In respect to General Liab Ay and
Auto Llapility policies per aftsched endOraerrents Workers Compertaelion Inwnrira Includes Waiver of SLbtogarbw per attached erdomemert This
insurance Is deemed prmary and certificate notters . nsurance SheP be non contritmory
814nketAfi GLS- 15057106
Prfirary 02001 04113
Blanket Waiver CG2404 05!09
Work COMP Waiver WC o4 03 DB 4184
S14OULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHOR-ZED REPRESENTATIVe
61998 -2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD flame and logo are registered marks of ACORD
CONTRACTORS
STAACTIVE LICENSE RR 10
6'mM�d 9nYYlM Wa
,—� 702393 -ti. INDIV
,,,,,„,.— rR ? LANDSCAPE & IRRIGATION
norm
o,v�., 0212$12021 www.csib,ra.gov
CALIFORNIA DEPARTMENT OF PESTICIDE REGULATION
1001 I STREET
SACRAMENTO, CALFORNIA 95814
ISSUED: January 01, 2020
EXPIRES: December 31, 2021
Mailing Address
Pest Control Business - Main
LICENSE
LICENSE NO. 40018
Invalid if insurance and!or qualified person(s) lapse before expiration date.
Business Locution
RP LANDSCAPE & IRRIGATION RP LANDSCAPE & IRRIGATION
PO BOX 1200 1245 S WASHINGTON AVE
SAN BERNARDINO, CA 92402 SAN BERNARDINO. CA 92408
POST THIS LICENSE PROMINENTLY IN PUBLIC VIEW
THIS LICENSE IS NOT TRANSFERABLE —ANY CHANGE IN OWNERSHIP REQUIRES ANEW LICENSE
DEPARTMENT OF PESTICIDE REGULATION
LICENVNO CERTIFICATION PROGRAM
dpr QAL
QUALIFIED APPLICATOR LICENSE
LICENSE #:137212 EXPIRES: 12131/2021
Categories: B Issued: 1/112020
ROY D PEREZ
PO BOX 1200
SAN BERNARDINO, CA92402
e
ihi� l�c.�a• mURS t» �haYn b rY �.prwanh�w ae ae pi.ebr a CowmSs�imr YP�^ r�qual
CITY OF LAKE ELSINORE
ACKNOWLEDGMENT OF ADDENDA RECEIVED
CITYWIDE LANDSCAPE MAINTENANCE SERVICES FY 20 -2i
The Bidder shall acknowledge the receipt of addenda by placing an "X" by each addendum
received.
Addendum No. 1
Addendum No. 2 /'
Addendum No. 3
Addendum No. 4
Addendum No. 5
If an addendum or addenda have been issued by the City and not noted above as being
received by the bidder, the Bid Proposal may be rejected.
41 �Z�
Bidder's Sig ure
Print Name
ate
�wncr
Title