Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Village at Loch Lomond Marina Groundskeeping ServicesCITY OF SAN RAFAEL
Department of Public Works
111 Morphew Avenue
San Rafael, CA 94901
Public Works Contract for Projects up to $175,000
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Forster & Kroeger Landscape Maintenance, Inc. ("Contractor"), a Corporation, for the City's
Groundskeeping Services for Community Facilities District No. 2 at the Village at Loch Lomond Marina
("Project"), and is effective onA44eW f., 20B("Effective Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms
and conditions of this Contract, including all attachments to the Contract and any other documents and
statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or
are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control.
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1
Notice Inviting Bids;
2.2
Contract;
2.3
Addenda, if any;
2.4
Exhibit A — Scope of Work;
2.5
Exhibit B — Noncollusion Declaration;
2.6
Exhibit C — Bid Schedule;
2.7
Exhibit D — Subcontractor List.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract, City will pay
Contractor the agreed upon amounts for each month (the "Contract Price") in Exhibit C for all of
Contractor's direct and indirect costs to perform the Work, including all labor, materials, supplies,
equipment, taxes, insurance and all overhead costs, in accordance with the payment provisions
contained herein. The current agreed upon cost for maintenance is $3,000 per month ($36,000 annually).
The annual cost would increase to $38,500 annually with the $2,500 bid add-on.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 3 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
4. Time for Completion. Contractor will be given a 15 -day notice to initially commence work, which
shall occur no later than March 2021. Contractor will fully complete the Work according to Section 6 of
Exhibit A, Scope of Work ("Contract Time").
5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time,
Contractor must pay liquidated damages in the amount of $500 per day for each day of unexcused delay
in completion.
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Page 1
Approved by City Attorney dated 02/27/2020
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers from and against any and all liability, demands, loss, damage, claims, settlements, expenses,
and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation)
(collectively, "Liability") of every nature arising out of or in connection with Contractor's acts or omissions
with respect to this Contract, except such Liability caused by the active negligence, sole negligence, or
willful misconduct of the City. This indemnification obligation is not limited by any limitation on the amount
or type of damages or compensation payable under Workers' Compensation or other employee benefit
acts, or by insurance coverage limits, and will survive the expiration or early termination of this Contract.
City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A -VIII or better. Contractor
must provide City with certificates of insurance and required endorsements as evidence of coverage with
the executed Contract, or through the PINSAdvantage website https://www.pinsadvantage.com/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self-insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate.
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $2,000,000 combined single limit per accident for bodily injury,
death, or property damage.
9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
9.5 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for
all liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Page 2
Approved by City Attorney, dated 02/27/2020
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
each worker the difference between the applicable wage rate and the amount actually paid.
10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
must certify under penalty of perjury that the information in the record is true and correct, and that it has
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Page 3
Approved by City Attorney, dated 02/27/2020
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the Work on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Page 4
Approved by City Attorney, dated 02/27/2020
16. Worksite Conditions.
16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City.
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any excavations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104.
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
19. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
without further acknowledgement by the parties.
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Page 5
Approved by City Attorney, dated 02/27/2020
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
City:
Address:
City/State/Zip:
Phone:
Attn:
Email:
Contractor:
Name:
Address:
City/State/Zip:
Phone:
Attn:
Email:
111 Morphew Street
San Rafael, CA 94901
415-485-3355
Ryan Montes, Operations and Maintenance Manager
Ryan.Montes@cityofsanrafael.org
Forster & Kroeger Landscape Maintenance, Inc.
77 Larkspur Street
San Rafael, CA 94901
415-456-6684
Raul Garcia, President
raul _forster-kroeger.com
23. General Provisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
23.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
[Signatures are on the following page.]
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Page 6
Approved by City Attorney, dated 02/27/2020
The parties agree to this Contract as witnessed by the signatures below
CITY: 4ppro d as to fa T
s/ s AA,[/j
Jim ScUzity Manager Robert F Epstein City Attor y
Date _ Z v Date 3J/2 Ze21
Attest %
n s/ J •- —
LivrLmdsay Lara. Ci y C19rk
Date v✓ /�rkK
CONTRACTOR: 9-r
f Business Name
sr' C Seal
Name/Title
Date
s/
Name/Title
Date
Contractors California License Numbens, and Expiration Datetsj
Exhibit A: Scope of Work
Exhibit B: Noncollusion Declaration
Exhibit C: Bid Schedule
Exhibit D: Subcontractor List
END OF CONTRACT
Loch Lomond Marina Groundskeeping Services Up to 5175.000 Contract
Page 7
Approved by City Attorney dated 02'2. 2023
Exhibit A
SCOPE OF WORK
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Scope of Work
Approved by City Attorney, dated 02/27/2020
hP� RAF,q�` Exhibit A
a 2
�, yo
Cl/
Ty WITH P 2020 Request for Proposals (RFP)
For
Groundskeeping Services: Community Facilities District No. 2 at
The Village at Loch Lomond Marina
July 16, 2020
1. Introduction
The City of San Rafael (City) hereby requests proposals for Groundskeeping Services for the
maintenance and upkeep of the public portions of the landscaping, public restroom,
park, playground and pedestrian pathways within Community Facilities District No. 2 at
the Village at Loch Lomond Marina. It is the intent of the City to hire a fully -licensed contractor
that is duly registered and licensed with either a C61 or C27 license in the State of California.
Work will include: pruning, weeding, plant replacement, watering, garbage removal, cleaning of
outdoor installations and graffiti abatement and other assignments as required.
Businesses submitting a proposal must demonstrate a history of capable performance in the
type of work described in this Request for Proposals document, including all Attachments
(hereafter together referred to as the "RFP"). In addition, all businesses submitting a proposal
must have sufficient, readily available resources, in the form of trained personnel, support
services and financial resources to carry out the work without delay or shortcomings.
The selected contractor will be required to perform and complete landscape maintenance by
providing all labor, tools, transportation, equipment, materials, and supplies necessary to
complete all work. Work must be completed in a professional, thorough and timely manner, in
accordance with the standards and specifications as contained in this RFP.
The term of the initial contract will be one year. Upon mutual agreement between the City and
the Contractor, the contract can be extended twice for a period not to exceed two (2) years each
time upon proper authorization by the Parties.
The City shall retain the lowest responsible and responsive bidder (See Section 8).
Interested and qualified businesses are invited to submit proposals in accordance with the
requirements of this RFP summarized in Section 7. The City will accept electronic bid submittals
using Bid Express. Information including the project documents and a How -To guide for first-
time Bid Express users can be found on the San Rafael Bid Express home page at
https://www.bidexpress.com/businesses/39341/home. Please note that you will have to register
for a free Bid Express account to view project solicitations and download documents.
Gary O. Phillips. Mayor • Kate Colin Vice Mayor • Maribeth Bushey. Councilmember • John Gamblin, Councilmember • Andrew Cuyugan McCullough, Councilmember
2
2. General Requirements
For purposes of this RFP: the "City Representative" shall refer to the City's Operations and
Maintenance Supervisor, or his or her designee. "Contractor" shall refer to the contractor
selected by the City. The term "Contract" shall refer to the contract entered into between
City and the selected Contractor. The Contractor will be required to conform to the
following general requirements, and full compensation for such compliance shall be
considered as included in the contract prices paid for the various items of work; no separate
payment will be made by the City therefor:
a. Management Philosophy:
The Contractor shall take a proactive approach in correcting problems within the
Contractor's span of responsibility and control.
b. Public Image and Etiquette:
Contractor's employees must wear proper protective clothing, and their clothing
shall bear their business name or be unmarked. When needed, the Contractor's
staff will utilize rain gear, rain boots, safety shoes, and other high visibility and
protective equipment. All contracted employees while on the site shall exhibit a
professional appearance. Contractor's equipment and vehicles shall also be
professional in appearance and be well maintained for safe operation.
c. Hours of Operation:
Scheduled operations shall commence no earlier than 7:00 A.M. and shall be
completed each day no later than 6:00 P.M.
d. Repairs and Corrective Actions:
Any private property or City property damaged or altered in any way during the
performance of the work under the Contract must be reported promptly to the
City Representative, and shall be rectified in a manner approved by the City
Representative back to its condition prior to damage, at the Contractor's
expense, within 72 hours.
Any hazardous conditions noted by the Contractor that have occurred by any
means other than during the performance of the Contractor's work, whether by
vandalism or any other means, must be promptly reported to the City
Representative. The Contractor is responsible for securing any immediate
hazards with caution tape, safety cones, and/or barricades until a City
Representative arrives to the location.
Work requested by citizens or hazards reported by Contractor that require
scheduling will be prioritized by the City Representative. Immediate response
by Contractor may be necessary.
e. Safety
Contractor must perform all work outlined in the Contract in such a manner as
to meet all accepted standards for safe practices during the maintenance
operation and to safely maintain stored equipment, machines, and materials or
other hazards consequential or related to the work. The Contractor must agree
additionally to accept the sole responsibility for complying with all City, County,
State or other legal requirements for Contractor's work including, but not limited
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
3
to, full compliance with the terms of the applicable O.S.H.A., ANSI Z133 Safety
Requirements and CAL E.P.A. Safety Orders at all times so as to protect all
persons, including Contractor's employees, agents of the City, vendors,
members of the public or others from foreseeable injury, or damage to their
property.
Contractor shall cooperate fully with City in the investigation of any accident,
injury or death occurring on City property, including a complete written report
thereof to the City Representative within twenty four (24) hours following the
occurrence.
Traffic Control
If traffic is to be detoured over a centerline, detour plans must be submitted and
approved by the City Representative prior to starting work. The City
Representative will provide a traffic control plan to which the Contractor must
adhere for all planned lane closures. All traffic control shall conform to the
requirements of the California Manual on Uniform Traffic Control Devices (CA
MUTCD), Revision 3 for construction and maintenance work zones. Contractor
at its own expense shall ensure proper signage, as approved by the City
Representative, during lane closures. Traffic Control may include: lights, flares,
signs, temporary railings, flag person(s), or other devices as required by the City
Representative.
It will be the Contractor's responsibility to post "no parking" areas as required to
perform work. Barricades can be provided by the City, if available, for pickup at
the City Corporation Yard. Arrangements for signs and barricades can be made
by verbal or written request to the City Representative five working days in
advance of the need for signs and barricades.
g. Integrated Pest Management
The Contractor's landscaping maintenance activities (and any other City
contracted work required) shall be in full compliance with San Rafael's Integrated
Pest Management Policy (Attachment B).
h. Preservation of Property
The Contractor must exercise extreme care to avoid damage to existing street
pavement areas, curb, gutter, sidewalk, trees, shrubbery, plants, pole lines,
fences, markers, buildings, signs, structures, conduit pipe lines under or above
ground, and/or any and all public or private improvements or facilities in or
around the areas used by the Contractor in the execution of work. If directed by
the City Representative, the Contractor shall install suitable safeguards to
protect such property/objects from injury or damage.
If any such property/objects are injured or damaged by reason of the
Contractor's operations, or otherwise moved or disturbed during the work, they
shall be replaced or restored at the Contractor's expense. Replacement or
restoration shall be to a condition as good as when the Contractor entered upon
the work.
Adjacent public and/or private property and improvements shall be protected
from damage and intrusion at all times during the execution of the work required
by the Contract. The Contractor shall repair or replace any damaged property
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
4
at its sole expense. Work shall be carried out in a manner to avoid all conflicts
with use of, and access to, adjacent properties.
Differing Site Conditions
During the progress of the work, if latent physical conditions are encountered at
the site differing materially from those indicated in the Contract, or if unknown
physical conditions of an unusual nature differing materially from those ordinarily
encountered and generally recognized as inherent in the work provided for in the
Contract are encountered at the site, the party discovering such conditions shall
promptly notify the City Representative in writing of such specific differing
conditions before they are disturbed and before the affected work is performed.
Upon notification, the City Representative will investigate the conditions, and if
the City Representative determines that the conditions materially differ and
cause an increase or decrease in the cost or time required for the performance of
the work under the Contract, an adjustment will be made and the Contract
modified in writing accordingly.
The City Representative will notify the Contractor in writing if an adjustment of
the Contract is warranted. No Contract adjustment which results in a benefit to
the Contractor will be allowed unless the Contractor has requested such in
writing.
j. Invoicing
Invoicing will be made to the City on a monthly basis.
Payment and Inspection
Payment will be made for work satisfactorily completed as called for in the
Contract. Within a reasonable time after notification of the completion of work,
the City Representative will inspect and notify the Contractor of any
unsatisfactory work. Unsatisfactory work shall be corrected within 48 hours.
Contractor or Contractor's representative shall meet with a representative from
the City as requested by the City, in order to inspect work performed.
The Contract rates shall include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals, and for doing all the work involved in
completing the work as specified herein, and as directed by the City. Rates shall
include all direct and indirect costs.
Adjustment in Scope or Quantity of Work
If City gives reasonable notice to Contractor, City may propose in writing
changes to Contractor's work within the Scope of Services described in the
Contract. If Contractor believes any proposed change causes an increase or
decrease in the cost, or a change in the schedule for performance, of the
services, Contractor shall notify City in writing of that fact within five (5) days
after receipt of written proposal for changes. Contractor may also initiate such
notification, upon identifying a condition which may change the Scope of
Services as agreed at the time of execution of the Contract covering such Scope
of Services. When and if City and Contractor reach agreement on any such
proposed change and its effect on the cost and time for performance, they shall
confirm such agreement in writing as an amendment to the Contract.
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
5
3. Licensing and Labor
The Contractor shall have experience in landscaping maintenance for other California public
agencies over the past five (5) years and must be duly registered and licensed with either a C61
or C27 license in the State of California. All proposing contractors must comply with the
Prevailing Wage terms as outlined below.
The Contractor's employees performing services under the Contract shall meet the following
minimum requirements for skills, abilities and knowledge:
• Demonstrated knowledge of landscaping care, including tree care, herbicide application
and related operations.
• Current licenses for operation of equipment utilized by such employee.
• Ability to operate and maintain equipment in accordance with the manufacturer's
recommendations.
• Mechanical ability to make required operator adjustments to the equipment being used.
• Knowledge of safety regulations as they relate to tree care and traffic control.
• At all times during contracted maintenance activities, the firm shall have work crews on
site that have a foreperson who can effectively communicate with residents and receive
and complete instructions given by City staff and proper authorities.
Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of
California, the City of San Rafael has ascertained the general prevailing rate of per diem wages
and rates for legal holiday and overtime work in the locality where the work is to be performed for
each craft or type of workers or mechanics needed to perform the contract that will be awarded
to the successful Bidder. The prevailing rates so determined by the City are on file in the office
of the City Clerk, and copies are available to any interested party on request.
No contractor or subcontractor shall be qualified to bid on or be listed on a bid proposal for a
public works project unless currently registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid
purposes only under Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works
project and no contractor or subcontractor may engage in the performance of a public works
contract, unless currently registered with the Department of Industrial Relations pursuant to Labor
Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations (DIR).
Copies of the Contractor's certified payroll shall be submitted to the City within fourteen (14)
days of the work performed. Certified payroll shall also be submitted electronically to DIR in
accordance with all DIR requirements.
4. Insurance Requirements
The City requires contractors to obtain and maintain insurance throughout the Contract term,
as described in the attached form of Contract. The required bond and insurance documents
must comply with all requirements described in the Contract and must be provided prior to or at
the time of execution of the Contract.
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
0
5. Equipment
It will be the responsibility of the Contractor to provide all equipment and labor as necessary to
perform the work described in the Contract documents in a safe, efficient, aesthetically
pleasing, and legal manner. All equipment, vehicles, and tools must be kept in a clean and safe
condition as directed by OSHA at all times during the Contract. All vehicles that are used by the
Contractor shall have the Contractor's company name, logo, and vehicle number on them.
Minimum requirements are ownership of, or the ability to respond with, the following equipment:
Equipment Quantity
Pick -Up Truck 1
5 -Yard Dump Truck 1
Weed Eaters 4
Arrow Board 1
The Contractor shall always furnish and maintain sufficient equipment as necessary to perform
the work of the Contract. Such equipment shall be subject to the inspection and approval of the
City Representative. If the Contractor is unable to consistently provide the necessary
equipment to perform the work, such failure may be considered a material breach of the
Contract.
6. Scope of Work
a. Routine Groundskeeping Duties and Responsibilities
This Section 6.a. defines what shall be considered routine landscaping of the public areas of the
Village at Loch Lomond Marina (Routine Maintenance"). Bids for monthly maintenance costs
submitted by contractors shall be fully inclusive of costs associated with performing all
maintenance activities required for routine landscaping.
Landscaping/General duties
• Prune any shrubs or groundcover that is overhanging pathways or public areas.
• Remove litter and leaves from all public areas: including but not limited to medians,
pathways, park and playground areas
• Remove any broken or fallen tree branches. Remove sucker growth from trees.
• Control weeds in public areas, keep visibility of weeds to an absolute minimum. It is
anticipated that the majority of this work will be between March and June
• Check plants for signs of distress or disease.
• Remove any dead plants, and replace any missing or dead plants.
• Review of, and management of, current irrigation systems. System must be functional at
all times: no over -spraying or excess watering. Make emergency and routine repairs to
system if needed.
• Adjust irrigation controllers for current season water needs of plants.
• Replace broken tree stakes and remove stakes that are no longer needed.
• Keep bushes and trees pruned and trimmed so that safety and informational signs are not
blocked from public view.
• Mowing of existing lawn area
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
FA
• Repairs to lighting fixtures along pathways and above public fountain should be made as
needed
• Perform annual mulching in landscaped areas
Garbage
• Litter shall be removed from all public areas as a part of routine maintenance
• All public garbage cans shall be emptied on a bi-weekly basis. Bags and lining should be
replaced as needed. Note: garbage cans around Andy's Market are not part of this
maintenance contract and shall be maintained by the market.
• Wash installed garbage cans on a weekly basis
• Refill and replace dog bags provided with the garbage cans as needed
Public Restrooms (2)
• Maintain cleanliness of public restrooms with regular cleaning and service. Restrooms
must be cleaned twice weekly
• Empty refuse cans within restrooms and restock paper products as needed
• Perform plumbing repairs and maintenance to continue to have facility functioning
correctly
• Clean and inspect sump at public restroom with sanitary service
• The active restroom facility located on the east side of the parking facility will need to be
serviced by a pumping truck. This service may be subcontracted out and does not need
to be performed by the maintenance contractor directly
Park, Playground and Viewing Areas
• Litter shall be removed from all park, playground and viewing areas as a part of routine
maintenance
• Remove graffiti from equipment and outdoor furnishings as needed
• Maintain gravel or ground covering around viewing areas or playground equipment
• Maintain all landscaping in the areas
• Notify City of any major equipment/outdoor furniture replacement needed
Fish Cleaning Station
• Regularly clean and service the fish cleaning station, including removal of waste
Kayak Launch and Dock (Not installed yet — possible as add on item during contract tern)
• Maintain launch and dock in good condition. Regularly clear debris from the dock
• Maintain even gravel level in the launch ramp
• Pressure wash dock on minimal of annual basis
b. Frequency of Maintenance
Maintenance crews should be onsite a minimum of twice per week in order to
meet the maintenance obligations in the public areas outlined in this proposal.
Note: Routine landscaping maintenance activities are expected to increase
March — October for the high growth season.
c. Non -Routine Maintenance
The full cost of Routine Maintenance shall be represented in the bid monthly
contract cost. The scope of Routine Maintenance included in the monthly
contract cost is detailed in Section 6.a.
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
L
However, for significant material costs associated with work outside the scope of
Routine Maintenance ("non -routine maintenance"), the Contractor may submit a
request to the City for extra payment above the monthly contract costs. City must
approve the request prior to work commencing. Examples of non -routine
maintenance material costs include:
1. Plant replacement
2. Mulch, bark, fertilizer
3. Major irrigation repairs
4. Repairs/replacement of outdoor furnishings, equipment, or
garbage cans
Plant replacement and mulch, bark fertilizer. Labor associated with replanting
and mulching shall be included as part of the monthly Routine Maintenance
described in Section 6.a. However, cost of plant and mulch material may be an
approved non -routine maintenance expense. Please note: cost of material plant
replacement necessitated from plant age, disease, weather or vehicle damage,
etc. shall be allowable as a separate cost reimbursement. Plant replacement
necessitated as a result of a Contractor's failure to maintain will be at full cost to
the Contractor.
Major irrigation repairs: The Contractor is expected to perform regular repairs to
the irrigation system as a part of Routine Maintenance. When extensive repairs
are required, the Contractor may submit a request to the City for extra payment
above the monthly contract cost. City must approve the request as non -routine
maintenance, prior to work commencing.
d. Clean up and Debris Disposal
Contractor shall clean all job sites when work is completed and/or daily,
including the raking of leaves, twigs, etc. from the lawns, street gutters, sidewalks
and parkways and the sweeping or blowing of streets. Each day's scheduled
work shall be completed and cleaned up and only under City approved
emergency circumstances may any brush, leaves, vegetation debris or
equipment be left on the street overnight. The City Representative shall be the
sole judge as to the adequacy of the cleanup.
e. Non -City Maintained Landscaping
The Contractor shall perform work only on the areas identified in this RFP. The
Contractor shall NOT perform work for adjacent homeowners; all inquiries to this
effect shall be forwarded to the City Representative.
f. Meetings
The Contractor's Project Manager shall be available to meet, on a quarterly
basis (or when deemed necessary) with the Public Works Director or his
designee at a mutually agreed upon time and place to review maintenance,
operations, and all other activities.
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
D
7. Proposal Requirements
The proposal shall be concise, well -organized, and demonstrate an understanding of and ability
to meet the proposed Requirements as outlined in this RFP. The proposal shall consist of:
■ Cover letter signed by the proposing contractor which includes the following information:
o The name, address and phone number of the contractor's contact person for the
remainder of the selection process.
o Address of contractor's maintenance yard(s)
o Any qualifying statements or comments regarding the proposal, contractor's
approach to the work, and any information responsive to the criteria specified in
the RFP and/or the proposed Contract.
o Summary and definitive information regarding licenses, certifications, company
experience, and qualifications. Copy of required C61 or C27 license (State of
California).
o Identification of subcontractors and their responsibilities.
■ Bid Proposal
o All contractors submitting a bid must fill out "Price of Items"
■ List of key personnel (name, position, experience at position, employer, and dates of
employment) available to respond under the Contract.
■ List of equipment (description, quantity, make, model, year, and condition) available for
use under the Contract.
All fonts must be size 11 pt, and the full length of the proposal may not exceed 30 pages one
sided.
Proposals are to be submitted marked with the name of the Contractor, the Contractor's
address and "Groundskeeping Services: Community Facilities District No. 2 at The Village at Loch
Lomond Marina". Proposals received after the time and date specified will be rejected and
returned unopened to the proposer. Failure to adhere to these specifications may be cause for
rejection.
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
10
The City will accept electronic bid submittals using Bid Express, by or before Sept 9, 2020, at
10:30 a.m. at which time the bids will be publicly opened and read aloud on a Zoom Meeting.
Information including the project documents and a How -To guide for first-time Bid Express users
can be found on the San Rafael Bid Express home page at
https://www.bidexpress.com/businesses/39341/home. Please note that you will have to register
for a free Bid Express account to view project solicitations and download documents.
When: Sept 9, 2020 10:30 AM Pacific Time (US and Canada)
Topic: Bid Opening for Groundskeeping Services: Community Facilities District No. 2 at The Village
at Loch Lomond Marina
Bid Opening on Zoom:
Sept 9, 2020 10:30 AM Pacific Time (US and Canada)
Join Zoom Meeting
https://zoom.us/m/3062708393
Meeting ID: 306 270 8393
One tap mobile
+16699006833„3062708393# US(San Jose)
+13462487799„3062708393# US (Houston)
Dial by your location
+1 669 900 6833 US (San Jose)
+1 346 248 7799 US (Houston)
+1 253 215 8782 US (Tacoma)
+1 312 626 6799 US (Chicago)
+1 929 205 6099 US (New York)
+1 301 715 8592 US (Germantown)
Find your local number: https://zoom.us/u/ab8URLJggb
8. Bid Award Process
The City will award one contract for Groundskeeping Services: Community Facilities District No.
2 at The Village at Loch Lomond Marina to the lowest responsive and responsible bidder. To
determine the lowest bid, the City will review the Grand Total for each Bidder as indicated on the
Bidder's Bid Proposal.
In order to be determined responsive, a Bidder must respond to all requests for information and
supply all information/documents required in this RFP. Any bid may be rejected if it is conditional,
incomplete, or contains irregularities. Minor or immaterial irregularities in a bid may be waived.
Waiver of an irregularity shall in no way modify this RFP nor affect recommendation for award of
contract. The City also reserves the right to reject all bids.
9. RFP Addenda
All requests for clarification for this RFP must be made in writing. The City will only respond to
written questions from contractors. The City will not respond to verbal questions submitted by
telephone or in person.
All questions relating to the RFP shall be submitted at least 96 hours prior to the due date for
proposals to Talia.SmithCab-cityofsanrafael.org.
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
11
Addenda will be posted to the project webpage on BidExpress. By submitting a proposal, the
proposer affirms that they are aware of any addenda and have prepared their proposal
accordingly. No allowances will be made for a proposer's failure to inform themselves of addenda
content.
10. Attachments
Attachment A — Map of Areas and Features to be Maintained
Attachment B — San Rafael Integrated Pest Management Policy
2020 Routine Groundskeeping: The Village at Loch Lomond Marina
01
z
CDL 4
4, N, I
M
5.7
3c3
N
d
_Z
U
r
Cn O r~n
rn
W C/)
o LU CL
o>v`L
O C)
W
�CLZ7
J W ' 8
Q W
�gLL
m
LL ¢
OUl
LL
I— o
}
U
65
San Rafael Policy and Procedures
Polic No.
Subject:
Integrated Pest Management
Resolution No.
Issue Date:
Revision Date:
September, 2017
Prepared By:
Dave Davenport, Park Maintenance
Supervisor
Approved B :
Jim Schutz, City Manager
Integrated Pest Management Program
Scope of IPM Policy
This policy governs not only Department of Public Works employees, but also
contractors hired by the City and persons acting under the authority or on behalf of
the City in the care and maintenance of City parks, landscaped areas, and all other
City owned properties. The term "pesticide" is a general term that includes
herbicides, insecticides, fungicides, and rodenticides.
The City of San Rafael is committed to a comprehensive Integrated Pest Management (I
PM) program guiding the management of its parks, landscaped areas, public right-of-ways,
buildings and other essential public properties.
The purpose of this IPM program is to ensure and enhance the health, safety and welfare of
citizens, visitors, and City staff by clearly defining the City's pest management strategy, the
priorities for administering this strategy, and the various means by which these priorities
may be realized. Public access to records and information relating to the City's pesticide
use is an essential component of a success full PM program, and San Rafael is fully
committed to providing all pertinent information to the public in a timely, comprehensive,
and understandable manner.
The City realizes that some pesticides are potentially hazardous to human health and the
environment, and shall administer this IPM program with a focus on long term suppression
of pest problems with minimum impact on human health, non -target organisms, and the
environment. Least toxic pesticides are used only after monitoring indicates such a need,
pursuant to the provisions of this policy.
1. The City of San Rafael's IPM program will include the following components:
a) Educate and train City staff including contractors, landscapers, and facility
managers in the IPM program, practices and policy.
b) Require City pesticide application contractors to implement the IPM Policy
on all property owned, leased, or managed by the City and to report the types
and amounts of pesticides used by the contractor on City said property.
C) Reduce to the maximum extent practicable the use of pesticides.
d) Consider taking a "no -action" approach in addressing certain pest control
issues.
e) Review and consider available non -chemical options before using a chemical
pesticide.
f) Identify pests and least toxic methods to control pests.
g) Identify, evaluate and minimize or eliminate conditions that encourage pest
problems.
h) Conduct careful and efficient inspection, monitoring, and assessment of pest
problems by designated personnel or contractor knowledgeable of IPM
methods.
i) Maintain records by City departments on IPM methods considered and used
to prevent and control pests.
j) Comply with all applicable state and federal regulations, including pesticide
use and reporting.
k) Provide open public access to all IPM program information and records via
website.
I) Conduct decision-making based on the best available science and data.
m) Keep the County Agricultural Commissioner informed of water quality issues
related to pesticides and of violations of pesticides regulations (e.g., illegal
handling) associated with storm water management;
As the City plans for the development of new parks and landscaped areas, or the
rehabilitation of existing areas, specific attention will be directed toward including
specifications that eliminate or reduce the need for chemical pesticides (e.g., mow strips
next to fencing, covering all new planting areas with mulch, etc.).
Integrated Pest Management Coordinator
The Parks Superintendent shall be designated as the IPM Coordinator. The IPM
Coordinator is primarily responsible for implementing the IPM Policy and coordinating
efforts to implement IPM techniques within the Public Works Department. The Coordinator
is responsible for communicating goals and policy decisions to appropriate City staff and
contractors, as well as ensuring proper training of all employees involved with the IPM
program, and all contractors who perform landscape maintenance on the City's behalf.
Only individuals specifically designated by the IPM Coordinator as Pesticide Applicators
shall be permitted to apply pesticides on City parks, landscaped areas, and other essential
public lands. Applicators shall possess a Qualified Applicator Certificate or Qualified
Applicator License, issued by the California Department of Pesticide Regulation.
The IPM Coordinator is responsible for ensuring that pesticide use is recorded and made
available for public review pursuant to the provisions of this policy.
Education and Training of Staff
Education and training of personnel is critical to the success of this IPM program.
Employees involved in the maintenance and associated operations of City property,
including the City's parks, landscaped areas, and other essential public lands, or with the
purchasing, storage, handling, and application of pesticides shall receive all the mandated,
necessary, and reasonable IPM training required to perform such work in an efficient and
safe manner, consistent with the provisions and intent of this policy.
Continuing Education Unit (CEU) training in IPM and training in the use of nonchemical
methods of pest control are important to a successful program. In addition to formal
training, the City shall provide "Safe Handlers" training to all staff assisting in the
application, storage or handling of pesticides or pesticide -related equipment. This shall
include training specific to the IPM Policy. To the greatest extent practicable, City staff will
ensure that all contractors hired to perform IPM related work on the City's behalf have
received appropriate education and training. The Public Works Department is dedicated to
providing adequate funding and budget planning to maintain training and educational
opportunities for all employees.
Use of Alternatives to Herbicides
The City is fully committed to the use of pesticide alternatives whenever practicable.
Currently, the Parks Division utilizes the application of mulch materials to discourage weed
growth and encourage plant health. An agreement between the City and its contract
arborist specifies the provision of mulch material generated in the course of the tree
maintenance contract. This mulch material is utilized by the Parks Division as a first line of
defense against the proliferation of weeds. The Parks Division also uses a weed torch as a
post emergent weed control. In City playgrounds and picnic table areas, where the use of
traditional herbicides is not permitted pursuant to this policy as well as past practice,
landscape maintenance crews utilize propane weed torches to burn and discourage weed
growth. Extreme care must be exercised with the use of weed torches to avoid touching off
unwanted conflagrations, so their use is limited by site and environmental conditions.
Criteria for Selection and Use of Pesticides
There shall be no non-exempt herbicide applications permitted within City playgrounds,
picnic table areas, and on the grounds of City Hall and the Library.
It is understood that a completely weed free landscape environment is not a goal to which the
City shall aspire. The Public Works Department shall maintain landscaped areas reasonably
weed free, to preserve the function, and reasonable aesthetic appearance of public areas and
City facilities. With this goal in mind, and considering the Parks Division staffing levels and the
division's ability to provide fundamental services, the City shall select herbicides of the least
toxic formulation from the list of Approved Use Products included in this policy from the
County.
Herbicides shall be used only after all other non -pesticide means of weed control have been
utilized or have been determined to be not feasible in a particular application due to site
factors, ability of staff to provide a particular function or service, or other pertinent factors.
Exemption Process
If the IPM Coordinator accepts a recommendation from the Pest Control Advisor that a
pesticide outside of the Approved Use list should be utilized, the IPM Coordinator shall submit
a written request to the Public Works Director for approval. The Director shall approve such
requests only if the I PM Coordinator has documented in writing:
1) a compelling need to use the pesticide,
2) a good faith effort to find alternatives to the particular pesticide,
3) that effective, economic alternatives to the particular pesticide do not exist for the
proposed use, and
4) that the recommended pesticide is the least toxic pesticide available to control the
target pest. Exemptions shall be granted on a case by case basis and shall apply to a
specific pest problem for a specific and limited time, with the selection and
application of such pesticides conforming to the spirit and intent of this policy.
Notification of Pesticide Applications (i.e. posting)
The Department of Public Works shall notify the public of pesticide applications at specific
locations. The locations requiring notification shall be maintained on a list (as Attachment A to
this policy) and updated as necessary. Notification locations shall be those places where there
is a high level of public contact with the landscape. Notification shall be required at those sites
listed in Attachment A. Notification shall be accomplished by posted signs at reasonable entry
point locations. Notices shall include the product name, EPA Registration # (if applicable), and
contact phone number for more information. Notices shall be posted prior to pesticide
application and shall remain in place for at least 48 hours. If using a product of concern in an
area frequented by people or pets access shall be restricted for 48 hours. Federal Insecticide,
Fungicide and Rodenticide Act (FIFRA) Exempt, National Organic Program (NOP) approved, or
other such non-toxic or botanical pesticides shall be exempt from these notification
requirements.
Record Keeping of Pesticide Applications
The IPM Coordinator shall be responsible for maintaining records of all pesticide applications
on City property performed by the City staff, or by contractors or persons authorized to apply
pesticides on behalf of the City. The City shall maintain these records for a period of four (7)
years, and shall make the information available to the public, upon request. Application records
shall include at least the following information: site of application, date of application, target
pest, name of the product and active ingredient of the pesticide(s) applied and EPA registration
number, amount of product applied, and the pesticide signal word. In addition, IPM records
shall include a list of all exemptions granted, as well as the written justifications developed for
the consideration of those exemptions.
The IPM Coordinator shall strive to make this information available via an IPM website in a
prompt and efficient manner with the understanding that its provision is not only the legal
right of any member of the public, but also a critical component of a successful IPM program.
The IPM Coordinator shall track IPM Policy implementation by periodically reviewing pesticide
use by city staff and outside contractors. In order to report on pesticide use when requested by
the Regional Water Quality Control Board, the IPM Coordinator shall keep records of the City's
own use of pesticides of concern and the pesticides of concern used by the permittees' hired
contractors on City owned or maintained property. Pesticides of concern include glyphosate
based products.
Exemption to This Policy
An exemption to this pesticide policy will be made in order to control the proliferation of biting
or stinging insects such as yellow jackets, wasps, mosquitoes, and other similar pests.
Generally, the control of these insects is administered by the Marin -Sonoma Mosquito and
Vector Control District. In addition, the City will exempt any governmental entity from the
provisions of this policy whose authority pre-empts that of the City.
Attachment A
Locations requiring public notification for pesticide applications:
1. Albert Park & San Rafael Community Center
2. Bernard Hoffman Field
3. Boyd Park
4. Falkirk Cultural Center
5. Freitas Park
6. Gerstle Park
7. Munson Park
8. Oleander Park
9. Peacock Gap Park
10. Pickleweed Park & Community Center
11. Ranchitos Park
12. Russom Park
13. Santa Margarita Park
14. Shoreline Park
15. Spinnaker Point I, II, III, IV
16. Sun Valley Park
17. Terra Linda Recreation Center
18. Victor Jones Park
19. Pedestrian Right -of -Ways
20. City Public Buildings
a. San Rafael City Hall
b. B Street Community Center
C. Albert J Boro Community Center
d. Terra Linda Community Center
e. San Rafael Fire Stations
f. San Rafael Parking Garages and Parking Lots
g. Downtown San Rafael Public Library
f. Falkirk Cultural Center
h. Corporation Yard
i. All Child Care Facilities
j. Boyd Gate House
N
m
m
CL
L
0
R
Q
C.
m
O
N
a)
4-
0
L-
CL Q
N
C
d
C)
d
C
0
E
c
ca
d
CL
a
20
N
J V
O
IL
L. 'a
� 3
o
U a
a a
m
Qi
N N
CL
O m
J
M
r
0
N
_
�,+ C
_
o
c
N CD0
��
c
>
CD
o m
a r c
aj
N
N
E
C Cl)
-0
p
m
N
N
-- 3
m
Q_
c �
mU
N
to
3p
0
N T
m
m
C
�
0 c
E
O•�
m
-0
U
m
U
L
L
U
m
N
7
m 0
U
...-.
m •D
C
t
L
3
U
o m
O
cm U
m 'O
N
N
> N
L=
c
wp--_
'..' N p
0
V`I w N y
0 U
C
j m
0
L
cm p
t
0
f9
m
o
c
m
m a`�
m
m
EL
•
c o
U
CO) m Y N
-
=
a>
> Q
(C
9 o
=
E
>
o 0
Z
o
m m
N
d
0
.L--1 N O
E
0
cn
W
UO
+..
m C
m
0 CD
NO
0
CL
O 7 N
O 0
7
N 0
CD U
L
0o
0 `
>
�o
n�
a O
E
c m N
a) m
� m�
0
L
= v
O
p
umi
`° o
O N
3
C
d
U
v m
�n
-0 a)-0
n
C L
m
c U
U
0 U
n o
0
m
:3
o
p
N O o
.0
L
N 'O
c
p 0 0
m (d
m
="
N
a
N
fU/]
O
.(O
m L
"3
N= N
cm m Y
N
C = N
_
� N m
CD L
E ,
'.
~ CD
m C
O
`p
0 0
?` 0 O
cn o
N
O O �'_.
C 0
0
m C
— .--.
c
C w
h
o m
-0 n-
m
ca
`01
o n r
,�°
aoi vi
�.
= a
c
c is �
m
E
-0 .c m
p
E C
0
O cO
3 o p
E L y N
F- -D
cu m
E N V
at
O
C
m
am
-�
Q U
C
0 C
E cO
E L =
coi �'o
en
O
3 .x
a 3
N.0
0
O
= w
N
o
rn
.3 =
is m
c L
W'
p C
Lm.. -' r0
E 7 `t
N
C
Vi
m C
c 7 O
= �
=
N
N
N
�
."".
cn
•N
O C
N-
U O
.=3
O
m 0
N m
fD
C >
_0
0 m
N
u0i
Q O
2
M Z
N 0
` O
= 0 CD>
3
E
m
2
CD
o 6
C
O o
cD as
U 0
N
0
0=
_O
-0 mL
L 3
—
C
c
m
L...
0 U
p' .�
U
3 =
N cu
0
E
N
m 0 N
m
CCl)
U
m
L
N
m
O
f O
=(U
j N
O
ch 0
.0
0
m
L
m
N
N
00
>
�I
O
-Eh- 0 C
O y
n N
m
n L
L 0
7
3
0)
Q
`
a C
m
O
O)
E-0
C
C
-6 'D
0 m
m
� 3
n
T
C
Q fD
U
cnL
m
CD
N
.D m
m N
w
CO m
en
=
0 N
>
'0
O` .0
n n Cl)CD
.0
(fl N
O acu
!4
f0A
m
C O
rr
E
y CT
LL-
n
C (6
cn
L '0
~
L
E
_0 L
(O N
U
Z
O o
z m
m
W
=S
=
N
_0
Cm
-o
-o
a)m
a
-o
-o
m
_0
a
_0
'm
a)
C
m
0
Q
.N
p
N
N
N
An
N
cn
N
N
N
N
An
W16
C
z
16
16
v
z
z
z z
z
z
z
z
z
z
z
m
V
0 O
U
to
-2
O
C C
0 cn
T cn m
Z
Z
z
Y O E
Z
z
"U =
Z
Z
z
Z
Z
Z
a
ZU
Zoo
a
0
y
o
0
0
o
O
O
O
o
O
o
O
o
O
C J
Z
Z
Z
Z
Z
Z
Z
z
Z
Z
Z
Z
z
O
0
N
O
0
W
C
CD
0
U
0
0
p
m
o
m
0
o
m
�OL�O
m
ttn -0 L
>> m
op
o L
U�
Cb oIN
0
p
m
L
��
y
-
U
"01
cn
U
.D
.D
�
:0 p
v
N
v
U
� c m
5 c is
p
-0
a
O
o m
`0
a`>
m
j
U 0
�_ E 3
>
m
>
y
-� 0 0
c Q
•� 0 CU
c_ �a Q
m
`� m
C
Q
S] C
2
S
N
0 C
=
N
=_
=
.t T O
J
U
E
.0
c
U)
N
O
d�
N
V
LO C'7
000
Cl)
0
c
�-
r
M
m
67
tC j
N�
�
O
Vim-
¢
CND
O
Op
Q
O
CD
N
O
Cj
N-
m �
Z
CP
CrC) O
Cep
co
U''
co
U
co
U
o
co In
W �t
cN�CD
,o
ma
C
c
c
c
c
c
c
c
c
c
c
c
C
C
O
o
0
0
0
0
0
0
0
0
0
0
0
m
m
m
m
m
m
m
m
m
m
m
m
m
y
U
U
U
C)
U
U
U
U
U
U
U
U
U
L
co
•�
U
O
Q
O
cn
Q
_
-
CD
N
n
Y rn
NO
w
pcC9
n
a
d
N
47
a
m
a
�_
=
m
Cb
>,
C
cm
�
0
m
J
m
Q
C
Q
U
n
W
Q
U
=
LL2
O
0
C1
...
LL-
U)
v
o
N
O
=3O
,N
N '=n
E
4'
-0
d
m
o d
U (p
L)
y
m
Ci
U`6
N
m
O
0
d
0-O
(6
W
�
O
C LL
'�
m C
p
L
�_—
N C
OO
L
L Cn
U
O
E
L
N
L
W=
L
=
0
n
w
m
mL...
=
0
n
•0 �'
•0 0
N
o
0
LL
O
C0
n
d
Q
-
E cn
n
N
N
0I
m
CL
N
V
.a
O
a
d
13
N
am
a
-C
O
N
O
a
O
a
O N
m
O
0
y
a)
U
m >.
m�
c�
E
n 3 Q m
C
in
c6
E
C
m c2°
y T
CL
O
3
O
O
O a) V- a) 7
U
O
C
H C
0)
O
m
�c
C
`o
E .� �
a > mT.
m
�°
a)
%
m
m n
d
> 3
ami vi
j
cmi
L
w O
y U
cn
m
R
.> CO .0
U
C m
O
C
a)
C
0
L
O
C T
O
c`
-0
a)
U
C C
E 0 o m
m
o
o
a) o
�+
m
w a)
m cO
n
cn
m m c
o
o
o
o
aci �-
c n
m
V
Vi
m E
� aci
m
E2
`o coi
ate')
c
aUi = a
o-
m
E ci
a)
cn Y
n ai
I
0 "p
3 a
ca
is U
o cn
o c ca
a E o c
0
o
m
Cu
m
d�
m
a
Q.
m
U Vi
p
a)
O
a
... n
cn C
R
C ..+ Cm'-
O
C y
CL)
cu N
C L m cT0
E X
d
O O
—
d U
(4
U0, m
cco cu
cn
m
Tn .D
m L.. C
$
U
y
>, a)
m
U
n r-
a) m
o
Cc
E o .4
m
-0
CK
N m
�' E
m
O CL
_C
m
C C
w. U a)
ccnn
.2
J
c
rL
o m
L
s
O
.N
0
Ecn
T
y
T m
m o
a)
Co
c N
Cl) m
N cu a)cu
U
c0
c O
C C
o c
m
3 c
N
�
O
O
O O
cn
0-0
3 L
m a) y S
a)
'cO
-U U cl)o
a)
M
a)
`o a)
N
y
m a) >
CL
cn U)
m .c 2 co o
L a)
? __ a
en
`d
c t
o E
i
..
>> c
cli>
> 3
c v
a) .- .m
c a)
CD 3
U
m e
-o
O
3
O
m m ._
0-0
> a v_�
0
o m
m
Q
g N
�
m
V
J
-ami
cn w
-mi
j Q
n�
m 3 I .Q t-
°� � t m y
a)
-o
E
ycn
c -n
E y
°�
d
.a)
� E
�a
o �a
c
n "'
� n C,
q)
a) `o
c
n
Z
CL)
N
`m
Q
d
y
Z'
z
m�
o c- E a)
$•o
Q
rni
m
>
m
=
10
_
ti
a) c0E lo 55 CL
Y �0
3
cn a)
a%
CL —
cuC
U
N
rn
t0
v�
ti o•
�
c
U) 2 � o
- vi
a)
c m
> m
a)
oCL) 3
m
3
L)
v
D o
E
a) w L c
m
m m
U
E
w
O
O
V
m
z m o
Q
cmv
m
O
Q
o
a)
_
0OC
.O
C
a
CD
c
CCD
a
d
c
U O
c
a)
G
W
V5
.27
y
0
J
U)
a O
J
J
a) m
U O
J
J
C
4E 0
n .cn C
o
Z
=
V
W ,C
o
Z
0
Z
o
Z
c c
Cl) E
o
Z
o
Z
w m
0
=3m
E m
O
V
U
Z)
w
m
(7 U U
.a
�
coLL
U
d
C.
a) 0
a
"o
.O .E cn
C
Q
L
Z
Z
Z
y 0 E
Z
Z
Z
Z
Z
O
Z
U
-0
L
m
a)
cu
V
'
z
-0
z
zz
z
L
Jj
o
cn
N
CL
Z3
a
aa)
O
Q
I.L Q
c
is
U
o
O
o
ca
a7
N
U_ a)
o _
N
m
.0
v
.0
c)
Q) C [n
Cl) m c a) c
"0 > m
m cn cn a
o
v
m a
o f
O
O
a)
t�
_
U U m
w m N T
-0 in -e
it Q.
fn
a)
S
a)
S
(c6
U C n
41 U > N �
a) C m 00
a)T
CD
0 L
CL E
C
0 C 0
tn m o
L
m
=
.0
•C
N
c
3
3
Eu K
�"�
C)'
m
f�
t0
cm
Q
co
l!7
N
N
U?
'^ i
... ++
Li.
N COm
m
3
OD
w�
w
Q
O W
_
CD
N
m
,
W
`''
`l'
Cl)'
04
co
13
N >
o
m
rn
m
o
0
m
cn
o
o
= O
a
�O
0, o
E
a
No
3
j
U
U
z
�
U
U
Q m
CL
U)
OJ
N
Y
_
cn
U
(Dv
a
n
o
CD
b
C
N O
wcn
a
N
-0
v
fn
LL
V'
CL
_
�
_
N
o
LL
v7
m
C
n
cc
co
V
M
U)
CD
J
a)
0
d
O
n
U
a
_
o
W
Fn
m 0
0
v
Em
-M
E�
c
o
m
m
U
O
C
a) m
mm
`a)
N
m
N
E co c
n
m .c
o f
�°
c
ca
"
o
c
m
E
m
_0
a o
c
d
0
Z
D
�
f° c
cn
CD
`.
E
m
co
comma )
o m Q
- t
N
Q
cEa
U
n�
n
Cr)
N
CA
m
IL
4a
.y
J
U
O
IL
d
M
4.0N
d
a
d
H
O
C.
O
a
U
m
C
m
�_ m N
v L E
`_v
en
`o
C
m
0
_ �
w Lp L
CT
_ 'n
'o
a)
CM.
E
a) rn U
o m y
=
0 -
t
3
E en
0
o m
U- c
o
C
v
O_ U N C
C CL
C
ai
E2 EED U
N N
p m
rmn U
C7
rn
n) m
in E
N o
w
CU
o o -U
Ld
c CL
> c
>
U- n
� c 0 o
m U
�- a E
ron- m
0 m
U)
c
c
a)
m
� =o �
(n
m m
m
u) =
o m
m a=) m
m
3
m
C
m o
.0
--
t E
a)
2
E o 0
o a)
�
rn
m
c ,�
55-, a)
=o
3
c
o=
M
CD
0 •O
o
`r m
`-'
.Q
m
c
v ...
N
3 cmi
o C
L
c) =
E •a) -o
E t '= m
m e
E-0
w
�
J
ai
a`� rri
� �v
Ca c
a) >
-y L)
a) S
- m 6
mm
'o
En E
N fn
N N
N
CT C U
>
.0
O)
N
h
C=
'OD N
m E
n m
> '3
E (O
n
C> C
f° 'W o m
.E
E
= o
>
m m
O N S]
rn
O a)
E
N O
a) a)
Z`
`
C-0
N C
.
O
y a) `
�
O x
G. E
y y
O
a) L N E
U .=
O
m
Q) cn
> 7
C
v.
m C
m
C
cm
>�
m -m o
m y
O m
m 2— m
m e w
U
N ._
U
o
_
rn
m
o
c =
rn E O
Cu
cn
.m
E O
L
.0 _�
C r` fD
U
O
— O
o
U cm
EQ.
m C
+,
c E
3
m c7
n
m
o m oa'E
0
CL)
0
U
U o
o
O C O
CA O
U N
O O_ O
v�
c-2
Ci
m
cu
CD =
in
O O
C E
p =m
CU
a)
T
C
d
m
cno_ (6
CU
o m
Y
a
y3=niL
Cm vOm
CU rn
a
rn
O
a CD
c
m
a)
u) L
U
-�
C m o a
•O 0I cn
O
7cu
U-0 m
•� h cn
C
m
N
m_
CL) mO
.S
o
?
a)
U_ C
�_ E
>.
r`a ami
=
m
y a)
y a
m
E rn
a)
Q
Cf)
LL .._.
Q
O
C
LL
=
Q
Q7
Q)
V
L
L
N
N
N
cl)N
C
cn
N
d
WQ
J
J
J
J
J
< C
C
J
V
Z
Z
Z
Z
Z
LLUL
Z
co
Cn
co
U
Z
c
O.
Z
Z
Z
Mn
Z
Z
Z
Z
a`
Z
N
3
3
m
3 E
O
J
Z
Z
Z
o
Z
Z
O
Z
Z
?
w
N
U
L
C.
t
cn
E v)
Cl)U
�
v 'E m
o
=
O
d
-c
U
.�' a a°7i
U E m 3
.E
u
j
CL
y
C)
a) U
y N=
U
� N
a
n a m
N -V =
-o `o
N
N
t N —
E
rn
c
N >, m
L rn 2
Cu >,
L N
o
LL
en o)
o °d
rn
c
m
=
y O N
3
d
x
m
D
m
U cn
o An
•U
d
�
cn
CD
Ch
CV
c+�
Cvj
N
CN
C(D
'L'
N O
U
3
o
Cn
ch
Cs o
C i
O IL w
CDcli0
LO
a)
W
CN
co
CO
(D
>
(A
O
6. 6.�
— c
C U) O
�
no
=3
-:5
_�
'a
OJcn
C
Cn
m
m
m
m
O Ln
o- 0
R
U
U
U
U
U
U
�
o o
L-
C 7
C'�
x
x
�
C
CL O
y OCL) L
O
CT
=
Z
n
E
3 o
o
m
g
a)
c
n
rn
La Q�
O
G1
d
-
a
c y
_ -
O
c
C +� C
O
N
v
CD
m
O
E
m
o
N C
a
Ofcu
a
m
3
� c � Lv
0
a
c )
w
CU
D
d m c c
=
:62-
o
U)
U
�,
c
m
o
-0 -j-<
=
o) 'd CU >
•�
=O
'C L
CL
t .— c U
[n
X
C
N
O
L
o_
D
=
U
L >,
CM Q
O. V o Q
CLU
I I
w
s
ori
T
n.
a Q
3 a I I
U
a
0
Q
n
iv (n 0 w
hP•� RAFq�`
�1
A a
y0
C/TrWiTH Amy
Date: July 30, 2020
ADDENDUM NO. 1
GROUNDSKEEPING SERVICES: COMMUNITY FACILITIES DISTRICT NO. 2
AT THE VILLAGE AT LOCH LOMOND MARINA
ALL CONDITIONS NOT AFFECTED BY THIS ADDENDUM SHALL REMAIN
UNCHANGED. PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID
PROPOSAL SECTION OF YOUR ELECTRONIC BID.
This addendum is issued to reflect the following changes, clarifications and additions to
Construction Plans and the Specification and Contract Documents as follows:
1. The bid opening has been pushed back to Friday, August 7, 2020 at 10:30 AM
Pacific Time to account for recent changes to payment schedule. A second
addendum will be published on July 31, 2020 with details regarding these
changes.
By: ,
Theo Sanchez
Associate Civil Engineer
CITY OF SAN RAFAEL 1 .. FIFTH AVENUE, SAN RAFAEL, CALIFORNIA•. .•
Gary O. Phillips, Mayor • Kate Colin, Vice Mayor • Maribeth Bushey. Councilmember • John Gamblin. Councilmember • Andrew Cuyugan McCullough. Councilmember
�P•� RAFq�I
�1
s 2
� y0
/Tr WITH t'
Date: August 6, 2020
ADDENDUM NO. 2
GROUNDSKEEPING SERVICES: COMMUNITY FACILITIES DISTRICT NO. 2
AT THE VILLAGE AT LOCH LOMOND MARINA
ALL CONDITIONS NOT AFFECTED BY THIS ADDENDUM SHALL REMAIN
UNCHANGED. PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID
PROPOSAL SECTION OF YOUR ELECTRONIC BID,
This addendum is issued to reflect the following changes, clarifications and additions to
Construction Plans and the Specification and Contract Documents as follows:
1. Due to the high volume of questions posted for this solicitation, the bid opening
has been pushed back to Wednesday, September 91h, 2020 at 10:30 AM Pacific
Time to give city staff time to properly address them.
By: j• � -��/i
Theo Sanchez
Associate Civil Engineer
.. FIFTH AVENUE,SAN RAFAEL, CALIFORNIA•.
Gary O. Phillips, Mayor • Kate Colin. Vice Mayor • Maribeth Bushey, Councilmember • John Gamblin Councilmember • Andrew Cuyugan McCullough Councilmember
�P•� RAFq�I
A
s
2
�, yo
,ryWITH Ply
Date: September 2, 2020
ADDENDUM NO. 3
GROUNDSKEEPING SERVICES: COMMUNITY FACILITIES DISTRICT NO. 2
AT THE VILLAGE AT LOCH LOMOND MARINA
THIS ADDENDUM IS ISSUED TO REFLECT THE FOLLOWING CHANGES, CLARIFICATIONS, AND ADDITIONS TO THE
CONSTRUCTION PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS AND SHALL BE INCLUDED WITHIN THESE
DOCUMENTS. ALL CONDITIONS NOT AFFECTED BY THIS ADDENDUM SHALL REMAIN UNCHANGED.
PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID PROPOSAL SECTION OF YOUR ELECTRONIC
BID.
The following questions have been received by the City:
Question Group 1:
It seems difficult to provide a price to maintain the light fixtures as there is no way to know how many
issues may arise during the year. Would you consider making this a separate bid item, billed at a fixed
price on an as needed basis, instead of part of the lump sum bid?
What type of light bulb do the landscape lights require? How often should the septic tank be emptied?
Response:
These questions concern details that either 1) can be addressed once a contractor has been awarded
the project, 2) the City was not able to determine, or 3) are not likely to have a significant bearing on the
total bid price. Please estimate some average cost for these items.
Question Group 2:
Where is the irrigation controller located? How many controllers are there? What type of controllers are
they?
Response:
There are two irrigation controllers are on the southwest corner of Loch Lomond Dr and Bayharbor
Way. According to the plans, they are the Toro -TIS -48 -PED controller.
Question Group 3:
The bathrooms are currently locked. What supplies and type are required to properly stock them? Is
there a storage area for bathroom cleaning supplies?
Response:
They're closed due to COVID-19 restrictions. The bathrooms will need to be stocked with standard -size
toilet paper rolls, tri -fold paper towels, and liquid hand soap. There appears to be a storage area in the
back for storing bathroom and cleaning supplies.
CALIFORNIACITY OF SAN RAFAEL 1 1400 FIFTH AVENUE, SAN RAFAEL, . .•
Gary 0 Phillips, Mayor • Kate Colin Vice Mayor • Maribeth Bushey, Councilmember • John Gamblin Councilmember • Andrew Cuyugan McCullough, Councilmember
Question 4:
There is a discrepancy on the time of completion: The RFP says one year with 2 possible 2 -year
options to renew, but the sample project agreement states 15 days from the notice of award. My
bonding company would like clarification and to have the 2 documents match. Can this be done?
Response:
The sample agreement has been revised to match the one-year time of completion from the RFP.
Question 5:
Also, the RFP states that the renewals will be at the City's discretion, would you consider changing this
to be by mutual agreement with the contractor?
Response:
The paragraph in question from page 1 of the RFP has been revised as follows:
"The term of the initial contract will be one year. Upon mutual agreement between the City and the
Contractor, the contract can be extended twice for a period not to exceed two (2) years each time upon
proper authorization by the Parties."
Question 6:
Some of the plants are not looking good. Will all the dead and dying plants be replaced prior to the
beginning of the new contract or will this be an item that is added as extra work after the contract is
awarded?
Response:
The current status of the improvements has not yet been accepted by the City. The developer will be
responsible to replace prior to acceptance.
Question 7:
What will be the performance bond amount? percentage? or requirement?
Response:
After receiving further clarification from the City Attorney, all bond requirements have been removed
from this solicitation.
CITY OF SAN RAFAEL 1 1400 FIFTH AVENUE, SAN RAFAEL, CALIFORNIA 94901 1 CITYOFSANRAFAEL.ORG
Gary O. Phillips. Mayor - Kate Colin, Vice Mayor - Maribeth Bushey: Councilmember - John Gamblm. Councilmember • Andrew Cuyugan McCullough, Councilmember
New Zoom Bid Opening
Bid Opening on Zoom:
Sept 9, 2020 10:30 AM Pacific Time (US and Canada)
Join Zoom Meeting
https:Hzoom.us/*/3062708393
Meeting ID: 306 270 8393
One tap mobile
+16699006833„3062708393# US(San Jose)
+13462487799„3062708393# US (Houston)
Dial by your location
+1669 900 6833 US (San Jose)
+1346 248 7799 US (Houston)
+1253 215 8782 US (Tacoma)
+1312 626 6799 US (Chicago)
+1929 205 6099 US (New York)
+1 301 715 8592 US (Germantown)
Meeting ID: 306 270 8393
Find your local number: https:Hzoom.us/u/ab8URUggb
By:
Theo Sanchez, PE
Associate Civil Engineer
CITY OF SAN RAFAEL 1 1400 FIFTH AVENUE, SAN RAFAEL, CALIFORNIA 94901 1 CITYOFSANRAFAEL.ORG
Gary O. Phillips. Mayor • Kate Colin, Vice Mayor • Maribeth Bushey. Councilmember • John Gamblin. Councilmember • Andrew Cuyugan McCullough. Councilmember
Exhibit B
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned decla{rrees-
I am the kytt l UCC [title) of ^ I L
[business name] the party making the foregoing bid.
The bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company
association, organization, or corporation. The bid is genuine and not collusive or sham The bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid The bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or to refrain from bidding. The bidder has not in any manner. directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to
any corporation, partnership. company, association, organization, bid depository, or to any member or
agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or
entity for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 §
112.
1 declare ur rimer ppRnalty of perjury under the laws ofhe St to of California that the foregoing is true and
co ect ari th thi declaration is ecuted on �i [date], at
[city]. [state]
sl
24 ta jj �
Name [print]
END OF NONCOLLUSION DECLARATION
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Noncollusion Declaration
Approved by City Attomey. dated 2'27'2020
Exhibit C
BID SCHEDULE
Pricing must be provided for each Bid Item as indicated. The lump sum or unit cost for each item must be
inclusive of all costs, whether direct or indirect, including profit and overhead.
LS = Lump Sum
Item
Description
Quantity
Unit
Unit Cost
Total Cost
1.
Routine Maintenance Cost (January)
1 @
LS
$3,000.00 —
$3,000.00
2.
Routine Maintenance Cost (February)
1 @
LS
$3,000.00 —
$3,000.00
3.
Routine Maintenance Cost (March)
1 @
LS
$3,000.00 =
$3,000.00
4.
Routine Maintenance Cost (April)
1 @
LS
$3,000.00 =
$3,000.00
5.
Routine Maintenance Cost (May)
1 @
LS
$3,000.00 =
$3,000.00
6.
Routine Maintenance Cost (June)
1 @
LS
$3,000.00 —
$3,000.00
7.
Routine Maintenance Cost (July)
1 @
LS
$3,000.00 =
$3,000.00
8.
Routine Maintenance Cost (August)
1 @
LS
$3,000.00 —
$3,000.00
9.
Routine Maintenance Cost (September)
1 @
LS
$3,000.00 —
$3,000.00
10.
Routine Maintenance Cost (October)
1 @
LS
$3,000.00 -
$3,000.00
11.
Routine Maintenance Cost (November)
1 @
LS
$3,000.00 —
$3,000.00
12.
Routine Maintenance Cost (December)
1 @
LS
$3,000.00 —
$3,000.00
All Routine Maintenance Costs include weekly and monthly groundskeeping maintenance duties and
responsibilities.
Total Base Bid $ $36,000.00
Note: The amount entered as the 'Total Base Bid" should be identical to the Base Bid amount entered in
Section 1 of the Bid Proposal form.
Kayak Dock and Launch Pad (Price of
13. Annual Maintenance, Bid Add -On) 1 @ LS $2,500.00 $2,500.00
Grand Total Bid (with Add -On) $ $38,500.00
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Bid Schedule
Approved by City Attorney, dated 2/27/2020
This Bid Proposal is hereby submitted on , 20_,
s/
s/
Company Name
Address
City, State, Zip
Contact Name
Name and Title
Name and Title
License #, Expiration Date, and Classification
DIR Registration #
Phone
Contact Email
Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued
for this Bid. Bidder waives any claims it might have against the City based on its failure to receive,
access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following
addenda:
Addendum: Date Received: Addendum: Date Received:
#01 #05
#02 #06
#03 #07
#04 #08
END OF BID SCHEDULE
Loch Lomond Marina Groundskeeping Services
Approved by City Attorney: dated 2/27/2020
Up to $175,000 Contract
Bid Schedule
Exhibit D
SUBCONTRACTOR LIST
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 %
of the bidder's total Contract Price,' the bidder must list a description of the Work, the name of the
Subcontractor, its California contractor license number, the location of its place of business, its DIR
registration number, and the portion of the Work that the Subcontractor is performing based on a
percentage of the Base Bid price.
DESCRIPTION SUBCONTRACTOR CALIFORNIA I LOCATION OF DIR REG. NO. PERCENT
OF WORK NAME CONTRACTOR BUSINESS OF
OF
LICENSE NO. WORK
END OF SUBCONTRACTOR LIST
' For street or highway construction this requirement applies to any subcontract of $10,000 or more.
Loch Lomond Marina Groundskeeping Services Up to $175,000 Contract
Subcontractor List
Approved by City Attorney, dated 2/27/2020
General Info
Alt Total: $2,500.00
Total:
$38,500.00
Number
Description
Groundskeeping Services:
The City intends to hire a fully -licensed contractor that is duly registered and licensed with
Community Facilities District No.
either a C61 or C27 license in the State of California.
2 at The Village at Loch Lomond
Work will include pruning, weeding, plant replacement, watering, garbage removal,
Marina
cleaning of outdoor installations, graffiti abatement, and other assignments as required.
Deadline
Bid Submission:
09/09/2020 05:30 PM UTC
The City of San Rafael will accept electronic bid submittals using Bid Express by or
before Sept 9, 2020, at 10:30 a.m. at which time the bids will be publicly opened and
Vendor
read aloud on a Zoom Meeting. Information including the project documents and a How
Forster & Kroeger Landscape
To guide for first-time Bid Express users can be found on the San Rafael Bid Express
Maintenance, Inc.
home page at https://www.bidexpress.com/businesses/39341/home. Please note that you
will have to register for a free Bid Express account to view project solicitations and
Submitted
download documents.
09/08/2020 04:09 PM UTC
Bid Opening on Zoom:
Signed by
Sept 9, 2020 10:30 AM Pacific Time (US and Canada)
Raul Garcia Account Holder
Join Zoom Meeting
Raul Garcia
https://zoom.us/j/3062708393
Opened Meeting ID: 306 270 8393
09/09/2020 05:31 PM UTC By One tap mobile
theo.sanchez@cityofsanrafael.org +16699006833„3062708393# US (San Jose)
+13462487799„3062708393# US (Houston)
Dial by your location
+1 669 900 6833 US (San Jose)
+1 346 248 7799 US (Houston)
+1 253 215 8782 US (Tacoma)
+1 312 626 6799 US (Chicago)
+1 929 205 6099 US (New York)
+1 301 715 8592 US (Germantown)
Find your local number: https://zoom.us/u/ab8URLJggb
Allows zero unit prices and labor
No
Allows negative unit prices and labor
No
ATTACHMENT LIST
Request for Proposal with Attachments.pdf (3.52 MB)
Page 1 of 6 10/07/2020
Project Agreement.pdf (492 KB)
Addendum #1.pdf (186 KB)
Addendum #2.pdf (187 KB)
Addendum #3.pdf (656 KB)
BID PROPOSAL
This Bid Proposal is hereby submitted on [Date]
9/8/20
s/ *
Raul Garcia
Name and Title *
Raul Garcia, President
s/ *
Raul Garcia
Name and Title
Raul Garcia. President
Company Name *
Forster & Kroeger Landscape Maintenance, Inc.
License #, Expiration Date, and Class
748791, 5/31/22, C-27
Address *
77 Larkspur Street, San Rafael, CA 94901
DIR Registration #
1000027030
City, State, Zip *
San Rafael, CA 94901
Phone *
(415) 456-6684
Page 2 of 6 10/07/2020
Contact Name *
Raul Garda
Contact Email *
raul@forster-kroeger.com
2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for this
Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review any
addenda for any reason. Bidder specifically acknowledges receipt of the following addenda (click "+" to add
addenda. Type "N/A" if no addenda have been issued):
Addendum No:*
#1, #2, #3
Date Received:
7/30/20, 8/6/20, 9/2/20
END OF BID PROPOSAL
BID SCHEDULE - DIRECTIONS
Pricing must be provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed by a
qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether direct or indirect, including
profit and overhead. The sum of all amounts entered in the "Extended Total Amount' column must be identical to the Base Bid price
entered in Section 1 of the Bid Proposal form.
AL = Allowance LF = Linear Foot CF = Cubic Feet LS = Lump Sum CY = Cubic Yard SF = Square Feet EA = Each TON =
Ton (2000lbs)
LB = Pounds
BID SCHEDULE
$36,000.00
Bid Item No. Item Description Est Qty. Unit Unit Cost Extension
Total: $36,000.00
Page 3 of 6 10/07/2020
Bid Item No. Item Description
1
Routine
Maintenance
Cost (January)
2
Routine
Maintenance
Cost (February)
3
Routine
Maintenance
Cost (March)
4
Routine
Maintenance
Cost (April)
5
Routine
Maintenance
Cost (May)
6
Routine
Maintenance
Cost (June)
7
Routine
Maintenance
Cost (July)
8
Routine
Maintenance
Cost (August)
9
Routine
Maintenance
Cost (September)
10
Routine
Maintenance
Cost (October)
11
Routine
Maintenance
Cost (November)
12
Routine
Maintenance
Cost (December)
BID SCHEDULE: BID ADD-ON
Est Qty. Unit Unit Cost Extension
Bid Item No. Item Description
Alternate: Owner -agency may award independently from entire bid.
13 Kayak Dock and Launch Pad (Price of Annual Maintenance)
SUBCONTRACTOR LIST - INSTRUCTIONS
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
1.00
LS
$3,000.00
$3,000.00
Total: $36,000.00
Est Qty. Unit Unit Cost Extension
1.00 LS $2,500.00 $2,500.00
Alternate Total: $2,500.00
Total: $2,500.00
$2,500.00
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1% of the bidder's total Contract
Page 4 of 6 10/07/2020
Price,[1] the bidder must list a description of the Work, the name of the Subcontractor, its California contractor license number, the
location of its place of business, its DIR registration number, and the portion of the Work that the Subcontractor is performing based
on a percentage of the Base Bid price.
[1] For street or highway construction this requirement applies to any subcontract of $10,000 or more.
SUBCONTRACTOR LIST
Description of Subcontractor California Contractor
Work Name License Number
NON -COLLUSION DECLARATION
The undersigned declares:
Location of DIR Reg Percent of
Business No. Work
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
I am the
President
of: *
Forster & Kroeger Landscape Maintenance, Inc.
the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other
bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder
or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data
relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or entity for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 § 112.
Page 5 of 6 10/07/2020
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: TS for Ryan Montes Extension: 3354
Contractor Name: Forster & Kroeger
Contractor's Contact: Raul Garcia Contact's Email: raul@forster-kroeger.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
10/8/2020
Attorney c/o Laraine.Gittens@cityofsanrafael.org
©TS
2
City Attorney
a. Review, revise, and comment on draft agreement
10/15/2020
X❑ LG
and return to Project Manager
10/15/2020
0 LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
3
Department Director
Approval of final agreement form to send to
Click or tal
❑
contractor
to enter a
Forward three (3) originals of final agreement to
date.
4
Project Manager
Click here t(
❑
contractor for their signature
enter a date.
5
Project Manager
When necessary, contractor -signed agreement
9 N/A
agendized for City Council approval *
*City Council approval required for Professional Services
❑
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
agreement
8
City Attorney
Review and approve insurance in PINS, and bonds
4nu
(for Public Works Contracts)
—Pofficial J / C
9
City Manager/ Mayor
Agreement executed by City Council authorized
10
City Clerk
Attest signatures, retains original agreement and
/�
forwards copies to Project Manager
c�-%