Loading...
SR - AGR-6662 - MAINTENANCE AND RENOVATION OF CITY SPORTS FIELDS G���°�°���c� AGENDA ITEM *: �.* "��� �a� November 13, 2018 9y�1j`�'�♦P�ri�l6.lf6�,•;� c�"+YTY CPv Reviewed/Verified By: TO: Honorable Mayor and City Manager r� Members of the City Council Finance Direc r To Be Presented By:Bonnie Hagan THRU: Rick Otto City Manager X Cons Calendar _ City Mgr Rpts Council Reports Legal Affairs FROM: Bonnie Hagan � Boards/Cmtes Public Hrgs Community Servi ces Director Admin Reports Plan/Environ - 1. SUBJECT Agreement with CSA Holdings, Inc. for maintenance and renovation of City sports fields. 2. SUMMARY A four-year agreement, not-to-exceed $75,000 per year, to provide maintenance and renovation services as directed to ensure safe and acceptable playing conditions at city sports fields, based on the intended use, assigned level of play, and resources available. 3. RECOMMENDED ACTION Approve agreement with CSA Holdings, Inc. in an amount of$300,000 and authorize the Mayor and City Clerk to execute on behalf of the City. 4. FISCAL IMPACT The total expenditure for this agreement is $300,000 for four years and will be funded through General Fund (100). 5. STRATEGIC PLAN GOAL(S) , 2. Be a fiscally healthy community: d. Effectively manage and develop City assets. 3. Enhance and promote quality of life in the community: a. Refurbish, maintain, develop andlor expand public use places and spaces. ITEM �J . S 1 11/13/18 6. GENERAL PLAN IMPLEMENTATION Natural Resources Element Goal 5.0: Provide recreational facilities and programs that adequately serve the needs of residents. Policy 5.1: Maintain existing City parks at levels that provide maximum recreational benefit to City residents. 7. DISCUSSION and BACKGROUND The City currently maintains twenty-two baseball and softball fields, seven soccer fields, one football field, and multiple sport field overlays for soccer and football on multi-use fields. These fields require seasonal and periodic maintenance services, such as thatch removal, over-seeding, sod replacement, infield material replacement, grading, pitching mound rebuilding, etc., for a safe playable condition. A Request for Proposals (RFP) was issued for sports field maintenance and renovations. The RFP included experience in performing similar work, depth of experience, qualifications of staff, inventory of equipment available to perform the work, and unit costs for specific maintenance tasks for all sports fields in the City's inventory. Proposals were received and rated from three companies as follows: Company/Contractor Location Score 1. CSA Holdings, Inc. (dba Sports Field Services) Ladera Ranch, CA 96 2. Merchants Landscape Services, Inc. Santa Ana, CA 81 3. Southern California Landscape, Inc. Fontana, CA 80 The proposal from CSA Holdings (CSA) was determined the most responsive, with the highest point score of 96. The bid abstract summary is attached for reference. Of note, CSA's pricing is on average 28°Io higher than Merchant's for the unit per square foot services, however CSA scored significantly higher in qualifications, experience and references. CSA holdings has direct qualifications and experience in sports field maintenance, whereas Merchant's references included only general municipal landscape contracts. Staff feels selecting a more qualified and experienced vendor will help to maintain the high level of playing fields we have today. The proposed agreement provides for a scope of service with associated unit costs, which allows staff to select specific tasks required by each field. Multiple user groups use city sports fields and are required to reimburse the City a corresponding amount each season for restorative work on the fields they use. These funds offset the General Fund burden for a large majority of the work performed under this agreement. The remainder of the work includes other sports field ITEM 2 11/13/18 renovation or maintenance work at city sports fields that are necessary to maintain fields for general public use. The agreement authorizes a not-to-exceed annual amount of $75,000. Work by the contractor will only occur as directed by City staff; and when funding is available through the annual budget process, from funds derived from user group reimbursements, or other appropriated resources. The term of this proposed agreement is for four years with a cost of living adjustment (COLA) of 4°Io for years two through four. Although the COLA affects the unit costs, the annual not to exceed amount of the contract each year will remain at $75,000. The total not to exceed amount for the four-year term of the agreement is $300,000. 8. ATTACHMENTS 1. Proposal Abstract Summary Bid No. 189-06 2. Draft Agreement ITEM 3 11/13/18 Project : Sports Field Renovation BID ABSTRACT SUMMARY Bid # 189-06 Date Advertised: 7/12/2018 Bid Due Date: 8/9/2018 Engineer's Original Cost Estimate: $75,000 � ` `' Merchants Southern �: Spo,rts Field ���, Company/Contractor � Landscape California ,Services �� Services Inc. Landscape Inc. �� Ladera Ran:ch, .;� City(Location of Contractor) , Santa Ana, CA Fontana, CA o��A,. Firm responsiveness to the overall request ' � r=� for information within the RFP. 8 67.° 9.00 7.33 �:, Firms overall qualifications to provide the ;25 00-;' 19.00 23.33 work as described within the RFP. ��` Firms experience performing work as , �: � described within the RFP. 25 OOr� � 19.33 22.33 .,. { �y� ,;.t�, References .15 OO�a � �� 10.00 14.67 �;°r Price :�22 67-�;� �� �` 24.00 12.33 _,, Total Point Scores , .k96.33,>w �'� 81.33 79.99 ��z a, , Comments: Bids were reviewed by three Presumptive ; Winnin,g� Park Maintenance Supervisors proposa:l: , ; MAINTENANCE SERVICES AGREEMENT [Sports Field Maintenance] THIS MAINTENANCE SERVICES AGREEMENT (the "AgreemenY') is made at Orange, California, on this day of , 2018 by and between the CITY OF ORANGE, a municipal corporation ("City") and CSA HOLDINGS, INC., a California Corporation, dba SPORTS FIELD SERVICES ("Contractor"),who agree as follows: 1. Services. 5ubject to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit "A", which is attached hereto and incorporated herein by this reference. As a material inducement to the City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is experienced in performing the work and will follow the highest professional standards in performance of the work. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A" to the contrary. Dana Robertson, Parks Maintenance Manager (herein referred to as the "City's Project Manager"), shall be the person to whom the Contractor will report for the performance of services hereunder. It is understood that Contractor's performance hereunder shall be under the direction and supervision of the City's Project Manager (or his/her designee), that Contractor shall coordinate its services hereunder with the City's Project Manager to the extent required by the City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of the City's Project Manager and the City Manager. 2. Total Compensation,Annual Compensation and Fee Schedule. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed THREE HUNDRED THOUSAND DOLLARS and 00/100 ($300,000.00)without the prior written authorization of the City. b. The annual not to exceed compensation for services performed under this Agreement shall be paid according to those scheduled in Exhibit"B". c. The above fee shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto and equipment rental, and all related expenses. 3. Pavment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within 35 days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by the City Manager or his designee as an amendment to this Agreement. The amendment shall set forth the changes of worlc, extension of time for preparation and adjustment of the fee to be paid by City to Contractor. 5. Licenses. Contractor represents that it and any subcontractors it may engage,possess any and all licenses which are required under state or federal law to perfortn the work contemplated � by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that Contractor and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or rights afforded employees of the City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Desi�nated Persons. Except as otherwise authorized by the City's Project Manager, only the employees of Contractor shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 2 9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has had the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his designee. 10. Term. The term of this Agreement shall be for four years, commencing on December 1, 2018, and ending on November 30,2022. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays that are caused by the City, shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by the City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount absent a written amendment to this Agreement. 14. Reserved. 15. Equal Emplovment Opportunitv. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employinent because of race, color, religion, sex, national origin or mental or physical disability. Contractor shall ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, or mental or physical disability. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting • forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard for race, color, religion, sex, national origin, or mental or physical disability. 3 c. Contractor shall cause the foregoing paragraphs (a) and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a contractor to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. 17. Indemnitv. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold the City, its City Council and each member thereof, and the officers, employees and representatives of the City (herein referred to collectively as the "Indemnitees") entirely harmless from all liability arising out of: (1) Any and all claims under worker's compensation acts and other employee benefit acts with respect to Contractor's employees arising out of Contractor's work under this Agreement; and (2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission other than a professional act or omission of the Contractor, or person, firm or corporation employed by the Contractor, either directly or by independent contract;including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury, death or damage caused by the active negligence or willful misconduct of City. The Contractor, at Contractor's own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, Contractor agrees to indemnify and hold Indemnitees entirely harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property caused by the negligent professional act or omission in the performance of professional services pursuant to this Agreement. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third pariy indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. 4 � 18. Insurance. a. Contractor shall carry workers compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any worker's compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement, comprehensive general liability insurance or commercial general liability insurance written on an occurrence basis providing for a combined single limit of$1 million for bodily injury, death and property damage. c. Contractor shall maintain during the life of this Agreement, automotive liability insurance on a comprehensive form written on an occurrence basis covering all owned, non- owned and hired automobiles providing for a combined single limit of$1 million for bodily injury, death and property damage. d. Each policy of general liability and automotive liability shall provide that City, its officers, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to the City along with the certificate of insurance, which endorsement shall be on Insurance Services Office, Inc. Form CG 20 10 10 O1. In lieu of an endorsement, the City will accept a copy of the policy(ies) which evidences that the City is an additional insured as a contracting party. e. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. f. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned general liability and automotive liability insurance coverages on forms acceptable to City, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days prior written notice to City. g. All insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in the State of California and having a rating of Grade A or better and Class VII or better by the latest edition of Best's Key Rating Guide. h. Contractor shall immediately notify the City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by the City. In such a case, the City may procure insurance or self insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. 5 i. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall loolc solely to its insurance for recovery. Contractor hereby grants to the City, on behalf of any insurer providing insurance to either the Contractor or to the City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer of said Contractor may acquire against the City by virtue of the payment of any loss under such insurance. j. Contractor shall include all subcontractors, if any, as insureds under its policies or shall fiu-nish separate certificates and endorsements for each subcontractor to the City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. The City may for any reason terminate this Agreement by giving the Contractor not less than five (5) days written notice of intent to terminate. Upon receipt of such notice, the Contractor shall immediately cease work, unless the notice from the City provides otherwise. Upon the termination of this Agreement, the City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by the City shall be for cause, in which event the City may withhold any disputed compensation. The City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the "records") pertaining to the costs of and completion of services performed under this Agreement. The City and any of their authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days notice from the City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. �Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. Contractor represents and warrants that Contractor: (1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA); and 6 (2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and (3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employrnent documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor's employees; and (4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Fortn I-9 compliance and/or worksite enforcement by the Department of Homeland 5ecurity, the Department of Labor, or the Social Security Administration. c. Contractor shall require all subcontractors to make the same representations and warranties as set forth in Section b. d. Contractor shall, upon request of the City, provide a list of all employees working under this Agreement and shall provide, to the reasonable satisfaction of the City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by the Contractor. Once such request has been made, Contractor may not change employees worlcing under this Agreement without written notice to the City, accompanied by the verification required herein for such employees. e. Contractor shall require all subcontractors to malce the same verification as set forth in Section d. f. Any Contractor or subcontractor who knowingly employs an employee providing work under this Agreement who is not authorized to worlc in the United States, and/or fails to follow federal laws to determine the status of such employee shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by the City. g. The Contractor agrees to indemnify and hold the City, its officials, and employees hannless for, of and from any loss, including but not limited to fines, penalties and corrective measures, the City may sustain by reason of the Contractor's failure to comply with said laws,rules and regulations in connection with the performance of this Agreement. 22. Governing Law. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts, 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement, oral or written, pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed 7 which is inconsistent with or in violation of the provisions of this Agreement shall not be coinpensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally or by first class mail,postage prepaid,to each party at the address listed below. Either party may change the notice address by notifying the other � party in writing. Notices may be sent by either e-mail or U.S. Mail. Notices shall be deemed received upon receipt of same or within 3 days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e-mail shall be deemed received on the date of the e-mail transmission. "CONTRACTOR" "CITY" CSA Holdings, Inc., dba Sports Field Servies City of Orange 27762 Antonio Pkwy L1-609 300 E. Chapman Avenue Ladera Ranch, CA 92694 Orange, CA 92866-1591 Attn.: Mannie Adams, President Attn.: Dana Robertson, Parks Manager Telephone No.: 951-232-4201 Telephone No.: 714-744-7283 E-Mail: sportsfieldservices@outlook.com E-Mail: drobertson@cityoforange.org 25. Counteruarts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. [Remainder ofpage intentionally left blank;signatures on nextpageJ I 8 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. � "CONTRACTOR" "CITY" CSA HOLDINGS,INC., dba SPORTS FIELD CITY OF ORANGE, a municipal corporation, SERVICES, By: By: Printed Name: Teresa E. Smith, Mayor Title: *By: ATTEST: Printed Name: Title: Robert Zornado, Chief Clerk APPROVED AS TO FORM: Gary A. Sheatz Senior Assistant City Attorney *NOTE: The City requires the following signature(s) on behalf of the Contractor: -- (1) the Chairman of the Board, the President or a Vice-PYesident, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corpos-ate officer exists or one corporate officer holds more than one corporate office,please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into tlzis Agreement. A copy of the corporate resolution, certifzed by the Secretat-y close in time to the execution of the Agreeneent, must be provided to the City. 9 EXHIBIT��A" [SCOPE OF MAINTENANCE SERVICES] C�A Haldin ,Inc.dba S �RTS FIE D ' E][��CE 27762 A�tonio Pkwy L]-b09,Ladera Ranch CA 92b94 Lic.#714330 LA#4581 DIR# IOOOOOi801 F�95I.232.4201 E sportsfieldservices(a�outlook.com Dear Ciry of Orange, T'hank you far considering our company for your sports field renovation Bid No. 189-06. Please send all c�srrespondence to: Mannie Adarns,President 27762 Antonio Pkwy i.1-609 Ladera Rautch Ct�92b44 P 951-232-4201 E s,�SortsFel�services c(7t outlook.com Legal Name: CSA d�Iotdings,Inc db�Spoa#s Fisld Services-C Co�poration with State of CA Contractors License and Type: 714330 C27 Landseape Architects License: 4581 - ProPessional Org�nizations: CLCA,STNiA,ASLA Firm Established: b/28/2003 Under separate name of Royal F.arth L�ndscaping frum 10/25/1995 to 6/28/2003 Employees: 8 full tirne List of Employees and tenure wich our compaay: 1. Maa�ie Adams(23 years) 2, Roy Welter {23 years) 3. Juan Perez (18 years) 4. Manael Rodriguez (i 7 years) 5. Jase Juan Madrigat(15 yeass) 6. Ty Harper (4 yeacs) 7.- xugo Cortes (1 yeaa�} 8. Marianne Adams,clerical (2I years) List of Equipment: (3)Ryan Sodcuaers (1}McI.ane edger (1)9rown bededger (1)Olathe 83 turf sweeper (1)McI.aa�e walk behind 11 blade reet rnower (1)John Deere 2435 ratary tnower with material collecEion system (1)Harley power rake (I)Levcl Best(1asc�guided receiving system) (l)Wacker plate compactor. • (1)Bomag 1-1/2 ton srns�oth dovbte drum roller (1)Jahn Deere 4066R Skiplaader with turf tires (1)]ohn Deere 4310 Skiploader with turf tires (I)]ohn Deere 2520 Skiploadsr with turf rires (1}LG laser-grader � - (1}Orbit Waste Separa4ing Respectfully submiteed, !f�—� Mannie Adams,President �age 1 of 2 Exhibit A Page 1 of 8 S ��tT'S FIE 1� ER�CE Description af similar projects in addition to providing services for the Ciry of Orange for the past !5 years: i. I.A Memorial Coliseum - Scott Lupold - 949-798-9Q83 391 I S Figuerma St Los Angsles CA 90037 Sod removal, irri�ation,tilling, aa5er-�rade,sod instali... Costs from 2017 thru 201�:5200,OQQ. Bud�at and schedule met and ail employees listed on page 1 were involved. 2. Ne�vpart Mesa Unifed School District - Shane Frandsen - 714-424-7584 Casta Mesa 1-�igh School,Neti�port Harbor High Schooi,Corona del Mur Hagh School Numerous projects o�football,bssebali,soccer,lacrosse fields. Sod rep[acements,irrigation repair,laser-gceding,over-seedin�,topdeessing.... , Costs from 2014 thru 2U18: $400,004. Budget and schedule met and all e0npinyses lisEed on page 1 werc involved. 3. Ervine Unified School District - Andy Moo - 449-337-5216 North�vood High School,University High Schaoi,Woodbridge High Schoal,lrvine High Schaol Numerous projects on foatball,baseball,softball,soccer,lacrasse fields,ruaning tracks. Sod replacements,irrigation repair,laser-grading,over-seeding,topdressing.... Costs frorn 2014 thru 2018: $300,000. 8udget and schedule met and all employees listed on page l were involved. A. Ci4y of Laguna Hilfs - 3an Frainie - 9A9-322-8562 Laguna Hills Community Center,Cabot Park Numerous projects on soccer and littge league fields. Field renovations,laser-grading,irrigation,sod installation.... Costs from 2Q 14 thru 2018: �200,000. ' Budget and schedule met and all employees listed on pa�e 1 �vere involved. 5. Saddleback Coliege - Mike James - 949-582-4280 28400 Marguerite Pkvry Mission Viejo CA Football,Saf�ball,Base6all Costs from 2014 thru 2Q18: �300,000. Budget and schedule met and all employees listed on page 1 were involved. 6. LA Chargers - Jon Lucas - 951-840-0921 3333 3usan Street Costa Mesa CA 9�626 Sand-based practice faotbalt field. � Costs from 2017 thru 2018: $1,200,000. Bud�et and schedule met arad all employees listed on page 1 were involved. Insurance: C$rtificates oF Insurance will be provided as requested before any work begins. _ Page 2 of 2 Exhibit A Page 2 of 8 REQUES7C FOR PROP�S�iL J�id l�To. 389-06 spoa�Ts �xova�o�r crr�r oF oRaxr� � CON�C SERVICES DEPARTN�dT T.3�E.C:h9pi118q AVC. Oa�ge,CA 9286b (7I4)7�A�-?274 na�: 8/��'t� •' j//' p� y^ y/� ` /\� Q�/r Company/Firm Nam�: ���\ {td4'Vr•"`(7� �/v� . �,�� I�81��] �Cr�� ✓�(�•���� Aaaress: 2.77 G 2 �+�To'�t o PK�y L � -bo q p�on��: L�-�E�.4- f��N� � � 9���' qs� - z3 z � E-ma�l Address: s��r-F-s���.I�s��v��,�s� ���lod�, �e� Contact Neme: �a�cv��e �-��r�S P�t�CT 1VAME: Spor19 Fidd Renovslion Lacation Addressas: EI Csinino ReaE Park 400 N.Main St Oraage.Ce.92868 B!Modena Park SSS S.Hewes 3t Orange,Ca.�2869 aa Park 2143 E.Oal�ont Ave.Orange,Ce.92867 Hart Park 701 S.Glass�ll S�Oraage,Ca.92�66 I���'6ecaort Adiletic Ccnte:r 333 S.Praspect Ave.Ora�ngc,Ca.92869 i�0•ve park 2841 N.GlasseEl S�.Ocang�,Ca.92865 S�heffer Pesk 1930 N.Sha$er Sk Orffitge,Ca.928b5 CrijaIva Park 368 N.Prospect Ave.Orange,Ca.�2869 Steve Ambriz Me�area!Parlc 611 W.Riverbend Orange,Ca.92�65 City Cont�ct Naane: Pau!Miller•Pae1c Meintemaace Snocrvi5o_r_ P6one#: ��4]532-6472�af�ce2 E-Mail Address: �rnE11� ,g��t�' a�ae,�,rg 1 Exhibit A Page 3 of 8 ��Q��T n,�scx�Tlox: Tha City of Orang0.CA,a Municipel Corporation,requ�sts proposaDs from qualified Sgort Fiold Renovationllnstailation Fir�ag to provide geriodic maisit�nanae and renovation wark at city sport fialds inctuding 6asobell,�oftball,foa4ball and socccr�elds;locations of seid sport and bail faelds as�a shown within t�is R�quest�ar�roposal(RFP'. soa wAr.ic: A recomrnended(noi�ueiadaioay)jab wallc is scheduIed for Monasy,A�guu�t Z7,3018�t 9:0� a.m.011�18 IIOItII B�dC Of E�C8�1Ptlm R�lBI P8l�C,4OO N. Main SRree�Oranges,CA 92868.A City rGp�senffitive will provida a tour of thAs facility which i�representativo of atl sparts ftelds in tbe City. At t6a conclasion of t�is tour,the City ropnese�ah�4iva wiu be availablo to tour any other City facility lisGed on this RFP.if reyacstad. A11 questioos,requests for clarification,sad commonts shall be ser►t to the City by e-msil,and mvst be cleerly titled"Writ�eo Qne�iion�". AII such e-mails sha11 ba sentto 1'aul Miller,Park Maintenencs Suporvisor,at pm�llerr(a�ai�g►oforaege.org. The Csty►shalf aat be r�sponsible for its failure to responc!t�e-mait questians that have not l:eea titbed as snch,and tl�t have n�t bceu s�nt directly to Mr.Miller, ��'��l��.Q��O1�S: • NOTE:All wmrk(if eppGcable)shall b�perform�d in adherenvo to the City of Ornnge Public Works Stenderd Plans and S}secificalions(avaiDable et the Public Works caunter forNON-I�EP[TND�iBLE char�of�12.00($1S.Q0 if maikd),the c�urent ed'atian of tho CalTrans "Graon Bool�" aad tho City of Orange La:tdaoepa Slanderds and Speaificarions. • The Sport Field Reaavation Firm shali at a!!�imes,cany vaIid insurance which meets �Cify of Orangc insurence nqe�imments. • The Sport Field Renovadan Piam shall hold a valid Lsadscape Contractocs Licease(C- 27j. • Tho Sport Field Renovation Firm shall pay pravailiag wages per the current Deparlment of Industrial Relations wage reYe(inctuding all scheduled isicresses}and furnisE�Certified Paym@ll Reparts for all work days. • AI�maiat�,nence work sha11 confornt to tho specificatioats contaHned'm the Request for B9ds and aay subseque�Agree�nents. • Cantrsctor shall ba�quued to provide a$1,000.00 aeposit for use of a City watcr meter on a Cily fire hydiant if required. Cantractor shall be c6arged$2.00/day for water meter rentad end shall be respaasible for al� water charges assocaated with praject 2 Exhibit A Page 4 of 8 sa:o���w�,�vn s�sEou�rrr���wc: 1. Sad cnt ttaf st back tmdius of beseba11/so$bnil in5cl�ateas a9 nquired,a+caiove elevat�grade at back rsd�us,n-g�rac�e and install new sod. Itnll new sod with 1 toa smmoth danbye atnan avller. Price per arnuu�ft. 3.Z�. 2. Reprdffig avor seediag turf ar�s: Scalp g�ass meas to a cut beight of 3B inches; Sweep.ralee� vacuunt up tl�a clippmgs fhst are gonaiated itvm tha scelping operatioa:I�PP1Y 10 pauads af Pareaaial Ryegisss�eed pac lOQO�quate fee�Seed w71 be applied asiag a tow-bcLind 81it 8eeder; 3lii ssede:will�ake two passas oa sach field,witL helf ofthe seed agpl'aed in edch pea�;Tha p�ses af t6a slit aadss witl be�u�ly perpondicnlar to esch atb�t;A�aas whare tha slft seeder caanat apply the sad„eA.a�d�ees,valve boxas„obshvdiom,etc.,seed w�l be spplfed with hand beld spreada at a�imilar r�ta es the slit�eeded applic�tion;A#ter the sxd�S�gplie.�,a cove.r of appraved org�ia�opdressoag will�applied over atl seedai sreas et a rnbe of 1/8 ioch to !/4 inch thicicnesa. �'ce�e�qtaane fk (9.C�Y� 3. Water,ratot�il�nftbelUbaacbail infio]ds(4 in doe�);Impo�i and incocpazete infield min(�o�mt may vary d�pcndiag on conditi�s)�lasci'Srade,wettr and compac� ��F�{'�.��..,4�.3Y�J 4. I�port mmumd clay for pitchar'a moupd and batter'�'trox anes(araaunt inay vary depmd'mg oa con�itiou:)as roq+�+ed;811,8redo ead tamp naw metierial far pitcber's,batte�s'and c�tcher's 6ox arees. 3.OQ 5. Ae�ate aut6ald�aoccor/faotbal!Sald tur�aneas by zemovia�baif irwch(1R'�diame6er 6y 4�ch (4")d�xP co�with an aeratar�achene atnat�aora than si�c inch(b"}spacing.Ralce up a�d racnova sall plugs;fectt"liaa ttufper City of Or�nga speciHcations. Prica ner snuare ft. �•�� 6. Reno thatch back r�idsuses�nd b�se path areas W raluce`lips'�lieu of sod patc�iang p itea�#1. sweep nud ce�ove afl w�ste. ��g n�sa�re f�. �r-�� 7 EM P�o y�E 7. All oWer work W be at Dsity Grew Rate(DCR).Identify 9i¢e and elesaiGcatiao�f crew;equipment � S�I P 5 ' to be incduded in DCIt pricing . . . .... � R°L LE � PrIae�CR� �3��DD. � � �OlLD�V�G 8. Caattacwr sha31 provide a cost for a semi aanual evaluatian of ell sports fields. Coatractor wn']l r ��rE CQt�f provide s�n eva3uetians eacle year in March and again in October on cvory field detat7ing: f ��E.�~E���1 a Ra�►siring back infield iadinc b. R�mg!�oconstructmg pitching moemdq and 6ome ptate eras c. Rcplacfig sod d. tmportnag infield�ix o. Leser&��S f. OWer recammendetians **No cost estimetad a�n requand id the�akt evsle�ions. �,. .,. . : ;' , :, S�Q�da ��n�r��s►at� _ �;��;�=E,�� SQO.°° � � Exhibit A Page 5 of 8 . , 8}0 9 a2ed d}!9!4X3 � 'P�+°[oa�g Ia��I '9 '���I�Pv�R��i�aia ai�9V '8 '����H 3 �paP.tAotd sx!�ms3o isa�]slo�, •� 'P�PM��P�3o�d�saQ 'P •(a�pafottd oip;o as�Q •a -�w��va.��r�a •a 'c�4umu aooqd pa��amsu�'amea�aae« �a �aueo�o�aq�a�aui�a,t on�3�aq►�F�►aa�ar�ao?�oao�'w��aoa �n9`�mis sa a[��P�P!u►atd ss4��R3 Q�Pi�+��fwd(�j y►g3o�o�i?s�P3ou4 a�PuAo,rd =��l����W��d�I[�W�++�2I P1aI3 3�S 'E 'd�T���P��► �RBtF�.l�R�+���P�araI ol t�1 s�l9�ao�i�9���4 F�04 u��u►denb��v 3�T •� ��e�se so��soqoao�u ma��qnS -sc�o!t!cod� 6us Ha�gn��m `m� xpfo.rd � oq� so loamnsiod �pos r�sneeu y.»Coad sa�g a� 3a�►.�Q4��P�`��P�te[at Pae:aope�gqenb do�`uaq�l�sx 3 'saa,to�d�3o�mnH -a 'P�R+��3�Q 'P •(o)soq�una oco�d pca{�)vaA�[�3 •a ',�s�m poqu�mp se sx�was.ua,��catsgn�d x►4sgsodrA a�sa�p�ql suo,� �o�e 9msuo�ryuo,q�ppa�ue�pnjaac or�`r�a�A��P�[�P!NA "q �noR�F�3��i p��3�amea�o� �a , �►�I�!3� Pt�!d 7�S 'Z '�B�#PnIR���a3 P���P��a4� cAEna olego�tt l[F�+oq�+[�P�E►u�aqt3o.taq�ou oaot[�[a4 P�`�PPs`�R`smea oq;e�P�►md -� •ssr�aid ao�as�tp Stt�.mP�!P aR PlnvN��1a��'P� �auop�ods,�uoa moqti►e!I�PF�!Pn?a�A��I���t�P�`�PPB'�P�b��AZ�P!�►�d '4 ��3�F1 P�4���cs�ad�kl P�lS '� ��i[�3 a91 a4�7��i s�►�b '[ :S�o�o,� �q}�eeodoid�oj�abas a�elq��P�[�a!�4�!�li�NalE��OA��i�d��S vq,L '(3+�oa maqr ou4!��P�PW�0411�1e��l�)�l�3!�Rs��id�03�aau �ca�Ps�q�►o pne iu��dge�ba'aoqaqs{n!m�'salel Paunbat�4130���II�tie��4!Pd9 U'd � '�i�5i�Id��P�i��411���II'��ou om[�[�I��4�R�[i�bT�Y9i � l��P���3��W i��*�P�����4 tl��PiQ�f f3U�R�S � •�Sn6o.w�f�[�W�tE�H�4�S-P���ad a4[Ig4s�a xo4�.�4 Pt�P�m s,�rd . �cse�a,G �e!QmazI t[7?�►sq�O�a iatuu►+m p�s.ono'.�L��'J 3�M.�.gP��F�H.�4�PDS � a���3�P`�I4�nddQ sa asaa m�aai[[Cg�l�I�?�l����ite�a��2I o ' =�A[�[ioM Jc a�aimaS 'E .� • -� � '` , '�►��IM�3 Pua aseo�uF[IfM 8�aaud(s}.�o�C R��►�84 W s�sw�Ru�+aq,L'�°.5�3�aat1 s sa pas Kt�e�d�s aewqs�ti�4s�'8a��ud m�u��m��ne soy�gd���mssodwd�tp� . �m� (��.oreo�,aoJ 84�{e�e.�u�}asainoa aqi pa�aioel07��v1A IIa�'�io9�dg �I�i13o�aqZ � �LFCrIQN C:RTI'EBU1: Evaluation of the ptopossls sball bo b�sed npcm a comp�ti4ive sei�ction ptncess.TLe evaluatioa af Proposels wi11 nnt be limit�d ta pric�alane.Tho City v�n'�1 selact tha�ost�vali6ed 6idder on the bas�is of dea�on�trabed campatencx, ax�erience, rafec�nces sad qualifica�ons for services i� be perfnrn:al.7Che City alao resecves tha priv�ege of iaterviowing the tiap caudid�as.Competiriva sel�ctioa evelustion criteria will be ahown as a`�o of l00%'and strucl�u�ed as follaws: 1. Responsive�ross tn the avetall raquest for informatioa witbin tlus IgFP. � (109�0)V�ICflT 9/u 2. Spart�eld Rnnovation/Installatton Firnis ovarall qua�c�tio�s incIuding but nat limited to Iiconsiug,iasuzancq qualificabions end capacily of t�e 5tm's emP1aY��Y Personnel ead the ebility to prvvida ti�e n�Y aquiPmoat n�to pror►ide tha woiic as tlescn'bo �++ithin this RFP. (25%}�VEIGHT Yo 3. The SportFie[d Reaovsbiaa/IastallaEion Fums experieMx. (25%)�VEIGHT % 4. R�ferenc:es. (15°Yo)WEIGHT 9/0 S. Prica:. (25%)WEIGHT % �'P�'ItOP03AL SUNIlI�ARY: The uadors�gned ss bidder declares t�t helehe has csrefuliy examined the location of the P�P�� work, and hareby prapeeod snd agr$as, if tbe proposal is acixpbed, to do all wo�ic�quirad to complet+e the said work fa the prica set fnrt�.The uadacsigaed has chCclud all words aad�gur+es ias�rGed ia thc RFP submittal,and unckt�tand that the Ctty of Oreng�will msk,e no aliowanoe for aay ormr ar amission oa t6e gart of tha unders�gned.The uade�signed hes tha�nug�iy read end undersbood a116 pages ofthis RFP. T� CI'1'Y OF ORANGE RESERVES T�RIGHT,A1�ID IS HEREBY GRANTF.D TSE RIGHT,TO REJECT ANY AND HIDS,TO ACCEPT OT�R THAN THE LOWEST BID,AND TO WAiVE ANY SIDS. Authoriud Signahu� !.�'" . Printed Nama• /f,(� /� ����s��� - T�e: P,��s�o�',v�— Name of Compeny: .�i�'��OL,�/t��5,,//I�L. ��Ct. rj�/�f�' �EG� s�je ylC�S State Licease Number and Classification Desi�uation:_ /1�-��� C�Z� � -�f ��4DE&f� ��u�� 2� �,of.�� u5T �,zo�g�t � � . ����. :,_ �, „ . , � . . . S . Exhibit A � Page 7 of 8 n�sc��oUs: T6e Sport Field Renovationl�nstallatiott fum represents and weaaats that it hes tht�mughly iuvestigated end considered t�ie scope of services aad.full�understands the diffi�culties and restrictions in perfo=ming th� work. Th� Sport Fieid RenovatiodInstal2ation fum represents that it is experienced in pc�formin� the w�rk and wiil follow prafessioaal staadards in perfo�eace af#he wark. Atl servicts provided shall conform to a1I federal, state aad local laws, rules and reguletions and to the best profissional standards aad practices. Thc City reserves the rigirt to revise this RFP prior t� the date tHe proposals are due. Revisions bo the RFP will be sent ta�ll pazticipants. The City reservea the right to proaure or contract for work. All proposa�s submitted in respanse t4 tl�is RFP become the property of thc City aad ar�public ncord �h�City reserves the right to delay or cancei,in part or in its entirety,this RFP including, but not limited ta: selec4ion schedule; subnnittal dete; end submittel reqeiuEmeut�. AlI consultants shafll be notified of any cencellation or ievisians prioc to the submittal date. The City also reserves th�right to request additional infor�a�on end/or clarificatioas reganliag aay proposals received. REOYTEST FOR PROPOSAL SUBNIIS3ION: Provida response to the above REQUEST FOR PROPOSAI.ua a�#t�ched Sheet and return all pag�zs,of the Request for PropQsQ1 including thg sgQ�r�¢nd s»ecification�getions.Pleese pravidc�copies ofyonrpraposal sttime ofsubmi�a�an. Proposals mt�st be received oa or befare Tbersday.Au�st 3Q.2018 st 2:00 n.m.Submit your proposat to:RFP 184- 06,City Clerk,300 E. Chapman Ave. Orange, Ca 92866. Yau may also respond via U.S. Mail,or deliver your submittal in person to the abave acidress: � Exhibit A Page 8 of 8 EXHIBIT"B" [PAYMENT SCHEDULE] Compensation for CSA HOLDINGS, INC. Dba SPORTS FIELD SERVICES Field Maintenance Services Four-Year Term � December 1, 2018 to November 30, 2022 Year 1: 12/2018 through 11/2019 $75,000 Year 2: 12/2019 through 11/2020 $75,000 Year 3: 12/2020 through 11/2021 $75,000 Year 4: 12/2021 through 11/2022 $75,000 Exhibit B Page 1 of 1 CITY COUNCIL MINUTES NOVEMBER 13, 2018 2. PUBLIC COMMENTS (Continued) Don Bradly, Orange Park Acre Association(OPA)President—spoke regarding a proposed East Orange Loop multi-use trail and reported that OPA is working on getting financing for the project, and requested the City to draft a letter of support for submittal with the grant proposal. Shaxon Mule—spoke in support of the East Orange Loop multi-use trail. Laura Thomas—spoke in support of the East Orange Loop multi-use trail. Mark Mayes—spoke in support of the East Orange Loop multi-use trail. Eugene Fields — spoke in opposition to the City of Orange funding a homeless shelter in the City. 3. CONSENT CALENDAR All items on the Consent Calendar are considered routine and are enacted by one motion approving the recommended action listed on the Agenda. Any member of the City Council, staff or the public may request an item be removed from the Consent Calendar for discussion or separate action. Unless otherwise specified in the request to remove an item from the Consent Calendar, all items removed shall be considered immediately following action on the remaining items on the Consent Calendar. 3.1 Confirmation of warrant registers dated October 4, 12, 26, and November 1, 2018. (C2500.J.1.'� ACTION: Approved. 3.2 City Council Minutes, Regular Meeting of October 9, 2018; and Special Meeting of October 23,2018. (C2500.D.4) ACTION: Approved. 3.3 Waive reading in full of all ordinances on the Agenda. ACTION: Approved. 3.4 Monthly Treasurer's Reports for July,August, and September 2018. (C2500.F) - ACTION: Received and filed. 3.5 Agreement with CSA Holdings, Inc. for maintenance and renovation of City sports fields. (A2100.0; AGR-6662) ACTION: Approved agreement with CSA Holdings, Inc. in an amount of$300,000; and authorized the Mayor and City Clerk to execute on behalf of the City. 3.6 Fourth Amendment to Agreement No.6267.B with Merchants Building Maintenance, LLC,for additional labor costs for custodial cleaning services in City parks.(A2100.0; AGR-6267.B.4) ACTION: Approved the amendment with Merchants Building Maintenance, LLC, in the amount of$32,190; and authorized the Mayor and City Clerk to execute on behalf of the City. PAGE 3