Loading...
CC - Item 5C - Landscape Maintenance Services for City Parks, Facilities, and Public Right-of-Way: Award of Contract E M 5 $ 9 ° ROSEMEAD CITY COUNCIL PRIDE STAFF REPORT AtaiiPoRATED‘4.? TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BILL R. MANIS, CITY MANAGER„ DATE: JUNE 27,2017 SUBJECT: LANDSCAPE MAINTENANCE SERVICES FOR CITY PARKS, FACILITIES AND,PUBLIC RIGHT-OF-WAY: AWARD OF CONTRACT SUMMARY The existing contract for landscape services with LandCare expired on March 31, 2017. The City has continued to work with LandCare on a month-to-month basis. The services in this contract include turf mowing, turf edging and blowing, turf aeration, weed eradication, and general cleanup for City parks, facilities and the public right-of-way. Request for Proposals (RFP 2017-07) were solicited and on May 31, 2017, three (3) proposals were received. Staff reviewed the proposals for completeness, understanding of scope of work, methodology, experience, and proposed cost. STAFF RECOMMENDATION That the City Council authorize the City Manager to enter into a contract with Mariposa Landscape, Inc. for a fixed annual cost of$246,288 for the first two (2) years, with an option of three (3) one-year extensions. DISCUSSION The City of Rosemead currently has 14 parks and facilities locations available to the public. These locations fall into several categories, including: • Community centers and library (Garvey Community Center, Rosemead Community Center) • City facilities (City Hall, Dinsmoor House) • Sports field park sites(Sports Complex, Garvey Park) • Park sites (Rosemead Park,Zapopan Park, etc.) ITEM NO. 5.0 City Council Meeting June 27,2017 Page 2 of 3 In addition, the City has several public right-of-way areas (medians, parkways) that require regular landscape maintenance services. Project Description The City contract for landscape maintenance services expired on March 31, 2017. Staff has continued worked with LandCare on a month-to-month contract basis. The scope of work in the proposed contract includes the maintenance of landscape and litter removal for 14 City parks and facilities totaling approximately 40 acres. To ensure that a high standard of service is maintained, specifications for the installation of material, the application of herbicides and fertilizers, and landscape maintenance schedules arc detailed in the proposed agreement. The agreement also contains a provision requiring minimum staffing levels and allows the City to alter the frequency of maintenance when necessary. Service levels will be monitored by City staff who will also review the contractor's required reports of maintenance activities. The term of the contract is for two years. Due to the large commitment of personnel and equipment required by the contract, there are three, optional one-year extensions. An annual CPI increase is included after the optional 3rd year of service, subject to a maximum increase of 2.5%. Experience has shown that a multi-year contract is the most cost-effective means to have maintenance work performed for both the City and the contractor. Staff sent a Request For Proposals (RFP 2017-07) to qualified landscape maintenance providers. On May 31, 2017, at 10:00 am, three (3) proposals were received. The contractors ranked as follows: RANK CONTRACTOR LOCATION BID AMOUNT 1 Mariposa Landscape, Inc. Irwindale, CA $ 246,288 2 LandCare Rosemead, CA $ 305,892 3 Pierre Landscape Irwindale, CA $ 318,240 Staff reviewed the proposals for completeness, understanding of scope of work, methodology, experience and the proposed cost. Therefore, staff recommends that the City Council authorize the City Manager to enter into a contract with Mariposa Landscape for a fixed annual cost of $246,288 for two (2) years,with an option of three (3) one-year extensions. Mariposa Landscape, Inc. has over 40 years of experience in performing landscape maintenance services and currently works with several local cities, including the City of Arcadia, the City of Rancho Cucamonga, and the City of Newport Beach. FINANCIAL REVIEW Funding is included in the Fiscal Year (FY) 2016-17 and proposed FY 2017-18, Public Works Budget under Maintenance and Operations for Tree and Parkway Maintenance. City Council Meeting June 27,2017 Page 3 of 3 STRATEGIC PLAN IMPACT -None PUBLIC NOTICE This agenda item has been noticed through the regular agenda notification process. Submitted by: afael M. Fajardo, P.E., City Engineer Attachment A: RFP 2017-07 Attachment B: Mariposa Landscape Attachment C: Pierre Landscape Attachment D: LandCare Proposal 4E, 440 M "coFPOv4Eo 0h 9 Attachment A RFP — 2017-07 NOR: City of cRpsemead ro'.i, OR RP SLAA PRO TEM: Y00>L4: - '� S838C VAI r13101-II}'\RI P O 110A 399 C OI ACII.?IERIVLHS: �i:G� ROSL,NI 111 ( 1I !FORMA 01-7.: iliin:AI \kr0\ II.I.l.PI it)AI.(626155Y-2100 syri1AARAIPR, FV 1626110202IR NI RR:a tJ r cu. ADDENDUM No. 1 LANDSCAPE MAINTENANCE SERVICES RFP 2017-07 (Bid Opening Date: May 31, 2017 at 10:00 am) To All Prospective Bidders: Please note the following revisions on the specifications for the above project: ALSO, NOTICE IS HEREBY GIVEN That the City Staff will conduct a mandatory pre-bid meeting at the Public Work Corporate Yard at 2714 River Avenue, Rosemead, CA 91770 on May 24'h, 2017 at 10:00 a.m. The addendum No. 1 forms a part of the Contract Documents for the above described project and shall supplement or supersede referenced sections of original plans and specifications. This Addendum No. 1 must be signed by the Bidder and submitted along with the Bidder's Proposal. Failure to acknowledge receipt of addendum will disqualify the Bidder BY ORDER OF THE CITY OF ROSEMEAD Date: May 18, 2017. Rafael M. Fajardo City Engineer Acknowledgement: Bidder: Date: Title: Page 1 of 1. \LIVOR: ra City I of W9semeacf Vnn clmc l/ MAYOR PRO TEA: STrcrn-I v $g:S F..VAI I.HV Ii0191-VAT10 P 0 NON 3c1•4 - R( LAI IIUI-NIN 91)]0 COUNCIL MEMBERS: IILP1ION _ IO W1111\ .PCO- ^+e..,.. (AX 6261307-9218 S iNUR AwvLs,_A VIiP IAmrr C' Rk To: Qualified and Interested Consultants REQUEST FOR PROPOSALS RFP 2017-07 LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD The City of Rosemead is seeking proposals from qualified firms to provide landscape maintenance services at various sites throughout the City. The Project includes furnishing all tools, equipment, services, apparatus, facilities, transportation, labor, encroachment permits, disposal, and materials necessary to perform the specified items of work. Requirements for this RFP are enclosed. In order to be considered in the selection process, interested parties shall submit five (5) copies of their Proposals no later than 10:00 AM on May 31, 2017 to: Rafael M. Fajardo. P.E. City Engineer City of Rosemead 2714 River Avenue Rosemead, California 91770 If you have any questions, please contact Name: Rafael M. Fajardo, P.E. Title: City Engineer Email: rfajardn@cityofrosemead.org Late proposals will not be accepted. Sincerely, �. Rafael M. Fajardo, P.E. City Engineer City of Rosemead REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CRY OF ROSEMEAD REQUEST FOR PROPOSALS RFP 2017-07 LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD 1-1.Scope of Work The City of Rosemead is seeking proposals from qualified firms to provide landscape maintenance services at various sites throughout the City.The Project includes furnishing all tools, equipment, services, apparatus,facilities,transportation,labor, encroachment permits, disposal,and materials necessary to perform the specified items of work. 1-2.Description and Location of Work Services Summary The work shall consist of the following maintenance services, but not limited to: it Six(6)crew members minimum ✓ Two(2) crew members minimum during rainy days for trash pick up, and drain checking. Deductions for reduced staffing shall be noted on monthly bills. ✓ Turf mowing and edging / Regular shrub pruning, shearing or hand pruning.All roses shall be dead headed 2 times a year and hard trimmed once a year in the winter. ✓ Fertilizer applications for trees in medians,turf and shrub areas as needed for health and appearance / Weed control via a combination of chemical and manual means(pre-emergent and post-emergent) / Clearance pruning of trees of up to 12-feet for vehicle and pedestrian clearance ✓ Monitor all planting areas for pets, rodents and disease and propose corrective actions ✓ Dispose and recycle all debris off site / Landscape pest control services / Client feedback reporting tools ✓ Consultative enhancement design using digital renderings / Account manager available via phone and email ✓ Local branch support with 24-hour Emergency response / Pick up all litter&empty trash receptacles in all maintenance locations daily Monday thru Friday Description of Work I. Turf Management Lawn Mowing a) For all turf areas,the contractor shall inspect and police the grounds for litter and debris prior to each mowing and dispose of it. b) Turf shall be mowed one time per week during active growing periods,and as often as required during slow periods of growth to maintain a neat and manicured appearance,weather permitting. c) Mowing height for all irrigated lawn areas shall be no less than 1W and no more than 2%"for a finished cut height unless otherwise requested.Turf shall be cut at a uniform height. Mowing equipment is to be kept sufficiently sharp and properly adjusted through daily servicing to provide a cleanly cut grass blade. Grass blade RFP 2017-07,Page 1 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD bruising,tearing,and shredding are to be prevented. Mowing pattern shall be varied where possible to reduce rutting and compaction of grade.Any excess clippings shall be dispersed and/or collected to prevent damage and unsightly appearance of lawns. d) Aeration, scalping,and renovation of lawn areas once a year. Edging S String Trimming a) All sidewalks curb lines,concrete slabs,tree circles, and bed edges shall be edged as often as necessary to maintain a neat and manicured appearance. String trimming shall be performed around all shrubs road signs, guard posts, utility poles,and other obstacles.Weeds around trees and tree wells shall be chemically controlled. Cleaning of Walks and Hardscapes a) At the conclusions of each visit,walks adjacent to work areas shall be blown clean. b) Garvey Ave, and Valley Blvd. sidewalks shall be blown off 24-hours or less in advance of street sweeping. c) Skate plaza, basketball courts, tennis courts,walking trails, under bleachers shall be blown off a minimum of three times a week. d) Parking lot is to be maintained which includes parking lot sweeping,leaf pickup, and litter pickup two times a week Monday thru Friday II. Shrub and Bed Maintenance Landscaped areas shall be patrolled for litter, debris,and throughout the growing season of weeds.Particular attention shall be paid to entryways,focal points, and high traffic areas. Planter beds shall be groomed to promote an attractive and fresh appearance. Concrete swales(if applicable)are to be kept clear of miscellaneous dirt and debris. Complete trimming, edging,and weeding of all shrub and ground cover areas shall be done on a cyclical basis. Major pruning shall be done following flowering or during plant's dormant season. a) Pruning shall be performed by Contractor's staff trained and competent In proper pruning techniques. Prune shrubbery and hedges at established"maintenance height. Inside and beneath shrubs shall be maintained free of any weeds, leaves, and litter. h) Prune groundcover as required to-contain" perimeter growth to within bed areas where adjacent to walks, curbs, and structures. Mature groundcover shall be maintained at a consistent appearance with a beveled or rolled edge at hard surfaces. c) Shearing of plants shall occur only where previous practice has been to shear, or as directed by City. d) Removal of leaves and debris from lawns, planter beds,and walkways shall be completed throughout the year as needed to maintain a clean appearance. Do not use blowers in any bedded or ground cover areas. e) 1-inch to 2-inches of either shredded bark mulch or small chunk bark mulch shall be added to all slopes and bedding areas once a year or as directed by City. f) All Roses shall be hard trimmed, 1/3 height reduction,once a year by the end of February of each year. Monitor for control of pest and diseases(e.g. rust,powdery mildew,Aphids, Mites)or as directed by City. RFP 2017.07,Page 2 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD III. Arbor Care and Pruning All trees shall be"skirted'as needed to allow for pedestrians and vehicle clearance. Remove lower branches of trees when in conflict with growth of plantings beneath. On trees that are over 12-feet, only low hanging branches that are considered a hazard to pedestrians or vehicles shall be pruned. All trees less than 12-feet total height shall be pruned to remove weak, dead, damaged, and diseased portions of the plant for natural growth development. a) Cuts shall be flush and clean, leaving no stubs or tearing of bark. Major pruning shall be done following flowering or during plant's dormant season. b) Pruning shall be performed by Contractor's staff that have been trained and demonstrate competency In proper pruning techniques. c) Monitor trees that are staked or guyed. Loosen and/or remove supports when appropriate to prevent girdling of the trunk and encourage root development for support d) Fertilize all trees. e) Perform weed control in tree wells on Valley Blvd., San Gabriel Blvd., and Garvey Ave. as needed. f) No shrubs shall be hedge trimmed into stark geometric shapes, they should be trimmed via both thinning and heading cuts. IV. Fertilization Contractor shall provide all labor and materials to fertilize lawn, shrubs, and ground cover to maintain proper nutrient levels and provide a consistent,healthy appearance. All trees,turf, shrub, and ground cover areas shall be fertilized with specially formulated products including well balanced,slow-release fertilizers customized seasonally by the Contractor.Turf shall be fertilized three times a year, shrubs and ground cover areas shall be fertilized two times a year. Fertilizer product shall be selected based on plant type and season. V. Environmental Weed and Pest Control Program All applications of herbicides or pesticides shall be performed under the direction of a California Licensed &Certified Pest Control Specialist.All safety precautions shall be taken in the handling and application of chemicals as stated on manufacturer's labels. Broadleaf turf weeds shall be treated as needed in the spring and fall with applicable materials. Weeds in shrub, planter beds, ground cover area,tree circles,and sidewalk cracks adjacent to landscaped areas shall be controlled by a manual weeding program or by the use of selective herbicides, including pre-emergent herbicides. a) Planting areas shall be monitored for insect and disease infestations. Moles, field mice,ground squirrels, gophers,and other rodent activity shall be monitored. Notification of problems and recommendations of control measures shall be made in a timely appropriate manner. b) The Contractor is to comply,at atl times with requirements for hazardous communications programs.Pest control specialists shall be trained and supervised in the safe application, storage, and disposal of chemicals in accordance with EPA, OSHA,and DPR regulations. RFP 3017-DT,Page 3 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD VI. Irrigation Equipment and Operation Contractor is to inform the City if the irrigation systems on any sites are not performing efficiently. Controller programs shall be adjusted by City personnel. Upon inspection, any accidental damage or vandalism caused by others shall be reported to the City promptly. Repair and/or replacement of any damaged or malfunctioning components beyond the Contractor's control is to be submitted to the City as an extra. Damage caused to the irrigation system by the Contractor shall be repaired immediately at Contractor's own expense. VII. Color Maintenance Contractor is to change the color of the Rosemead Community Recreation Center (RCRC)building, The Garvey Center building, Public Safety Center building, and Rosemead City Hall building three times a year on February, June, and November or as directed by City staff. VIII. General Conditions Contractor is to provide uniformed staff supervised by fully trained Supervisors and Area Managers. Radio,cellular phone,and pager communications are to be provided and in use during regular business hours and emergency after-hours communication is also to be available. Contractor is to Inspect site(s)on a regular basis and problems, if found, ere to reported to the City.Written, comprehensive inspection reports are to be provided at meetings scheduled one time per week with Public Services and Contractor Supervisor. Debris generated by landscape activities are to be removed from the site unless otherwise directed. IX. Work Performed at an Additional Fee Extra work will need to be authorized by the City.All extra work is to be billed at the Contractor's standard hourly rate unless specifically noted. Extra work is considered as: • Correcting pre-existing conditions such as dead or dying plant material requiring remedial work. • Cleaning and/or repairing acts of vandalism,natural disasters, or weather damages. • Irrigation repairs not caused by the Contractor. • Re-seeding bare turf areas. • Trash/litter pick-up in parks during days not specified in scope of work(e.g. weekends during summer months) Location of the Work Notice is hereby given that the City of Rosemead will receive bids for the furnishing of Landscape Maintenance Services,"Contractor",for all City Landscape sites as listed below.The bid is for service and supplies. Following is a list of each building location to be included in this Request for Proposal and Qualifications: 1. Angelus Park 2200 Block of Angelus Ave. 2. Ellis Park 3900 Block of Ellis La • 3. Garvey Community Center 9108 Garvey Ave. RFP 201707,Page 4 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD 4. Garvey Park _ 7900 Block of Emerson Pt 5. Guess Park 8555 E. Mission Dr. 6. Klingerman Park 8800 Klingerman Ave. 7. Olney Park 8600 Block of Olney Sr. 8. Rosemead Community Center Park 3936 N Muscatel Ave. 9. Rosemead Park/Skate Park 9100 Block of Mission Dr. 10. Sally Tanner Park 8343 E Mission Dr. 11. Jess Gonzalez Sports Complex 8471 Klingerman Ave. 12. Triangle Park 800 Block of San Gabriel Blvd. 13. Zapopan Park 3000 Block of Angelus Ave. 14. Jay Imperial Park(Park will be under San Gabriel Blvd./Pine Ave., SCE Transmission construction) Corridor 15. City Hall 8838 E Valley Blvd.-Seeder Landscape 16. Rosemead County Library 8800 E Valley Blvd.-Exterior Landscape 17. DinsmoorHouse 9632 Steel St.-Exterior Landscape 18. Garvey Blvvd. -Medians&Parkways and New Ave to Rio Hondo Bridge Sidewalk Cleaning 19. Marshall St-Medians 100'West of Rosemead Blvd. to Hart Ave. 20. Rosemead Blvd.-Medians 10 Fwy to North City Limit 21. Rush St.-Medians &Pathways and Walnut Grove Ave. to San Gabriel Blvd. Sidewalk Cleaning 22. San Gabriel Blvd.-Parkways and Sidewalk Hellman Ave. to Rush St. Cleaning 23. Valley Blvd.-Parkways and Sidewalk Charlotte Ave. to Strang Ave. Cleaning 24. Walnut Grove Ave. East Slopes and East side of Walnut Grove Ave. on both hillsides Medians of Interstate 10 Fwy 25. Walnut Grove Ave. West Slopes and West side of Walnut Grove Ave. on both Medians hillsides of Interstate 10 Fwy 26. Rosemead Blvd. Slopes and Medians West and East sides of Rosemead Blvd., north of Interstate 10 Fwy 27. Del Mar Ave. Slopes end Medians West and East sides of Del Mar Ave.,south of Interstate 10 Fwy 28. San Gabriel Blvd. Slopes West and East sides of San Gabriel Blvd., south of Interstate 10 Fwy 29. Walnut Grove Ave.-MediansHellman Ave. to MarshaU St. 30. Walnut Grove Ave.-Medians Marshall St. to Valley Blvd _ 31. San Gabriel Blvd.-Medians West City Limit to State Route 60 Fwy 32. Towne Center Dr.-Medians _ _ San Gabriel Blvd to Montebello Blvd. 33. Montebello Blvd. -Medians Towne Center Dr. to South City Limit 34. Grand Ave. -Westbound Easement and Muscatel Ave. to Rosemead Blvd. (88008900) Sidewalk Right of Way 35. N Ramona Blvd.-Westbound Easement Hart Ave. to Rosemead Blvd (9200-9300) and Sidewalk Right of Way 36. S Ramona Blvd. -Easement Burton Ave. to Rosemead Blvd. (Along Fwy Sound wall, 8600-8900) 37. N San Gabriel Blvd. and Garvey Ave. Southwest Corner RFP 2017-07,Page 5 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD 1-3.Duration of Contract The Landscape Maintenance Services for the City of Rosemead will be for a contract period of two(2)years with the option to extend the contract for up to three (3)additional one(1)year terms.The contract start date will be determined after approval of the agreement by the Rosemead City Council. 1-4.Conditions A. In submitting a proposal for this project,the Contractor acknowledges that they are familiar with all conditions and requirements included herein. B. The Contractor shall be responsible for ensuring that all work performed on this project is in strict compliance with the applicable Codes, regulations,and project requirements. C. The Contractor shall maintain insurance provisions as required in the contract. 1-5.General A. The Contractor will be required to identify the person who will be the project manager and primary contact person who is authorized to assign the firm's staff to specific projects or tasks. Other staff or sub-contractors may be identified as the specialist in specific areas or for specific tasks.These individuals must,within reasonable limitations, be accessible to City staff during business hours.The City shall be notified in writing before a change of personnel occurs by the Contractor. All such personnel changes must be approved by the City. B. Contractor staff assigned to complete the scope of work must have relevant experience in providing the necessary services as described under the scope of work.All personnel assigned to the work must possess appropriate certifications or registrations as required by state agencies, if any. C. Contractor shall be responsible for jobsite security,safety, and cleanliness and shall properly secure and delineate all areas from the time work begins until the work is complete and the areas are opened for use. D. Contractor Is required to have in full force and affect all licenses and permits required by applicable laws. E. The Contractor shall complete all the work required under the Request for Proposal documents as specified in the contract documents. F. All employees must be at least eighteen(18)years of age and thoroughly trained and qualified in the work assigned to them. Employees must also be physically capable of the duties assigned to them, including lifting/moving heavy items, climbing ladders, etc. G. Only authorized employees of the Contractor may perform any services. In the event of the absence of an employee,for any reason, only an authorized employee of the Contractor may act as a substitute.The use of unauthorized personnel on the part of the Contractor may result In immediate cancellation without notice. 1-6.Inspections All of the Landscape Areas will be Inspected regularly by the City. The City may require the Contractor to accompany City staff during inspections, if the City is not satisfied with the Contractor's work.The Contractor is expected to be capable of understanding the deficiencies RFP 2017-07,Page 6 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD and authorized to take remedial action in a manner consistent with the contract requirements and specifications. 1-7.Traffic Control The Contractor shall notify the City Traffic Engineer, or his assigned staff, seven(7)calendar days prior to commencing work in the street traveled area. Traffic control shall conform to the latest edition of the Slate of California Manual of Uniform Traffic Control Devices(MUTCD)for work areas. 1-8.Emergency Response The Contractor shall, during the term of this Contract, maintain two seven (7) days per week twenty-four (24) hour emergency telephone numbers, toll free to a Los Angeles County region area code, at which the Contractor or Contractor's responsible employee may be contacted at any time, twenty-four hours per day, to take the necessary action regarding all inquiries, complaints and the like, that may be received from the City or other City personnel. For hours beyond a normal 8:00 a.m. to 5:00 p.m. business day, an answering service shall be considered an acceptable substitute for full time twenty-four-hour coverage, provided that the Contractor responds to the City by return call within one (1) hour of the City's original call and arrive onsite within two(2) hours of the original cat Failure to respond will lead to possible deductions. 1-9.Award City of Rosemead reserves the right to award this project to the Contractor it considers most suitable to perform the work.The City will consider the proposal costs for all items identified together with the Contractor's qualifications and references to form the basis for its decision.The award will be based, in part, on the lowest Bid Schedule total; however,proposal price alone will not be the sole determining factor in the selection of the Contractor for this work. It should be noted that the estimated quantities are for proposal purposes only and are not to be construed as actual quantities. The City reserves the right to increase or decrease the quantity of any item or delete items as may be deemed necessary without voiding the contract The City reserves the right to reject any or all proposals, and to waive any irregularities in the proposals received. 1-10. Payment Payments will be made within forty-five(45)days after an invoice has been approved by the City's designated representative. Invoices shall itemize and account for the costs and quantities of work based on each location of work. 1-11. Permits The Contractor shall be responsible for obtaining City permits and other agency permits when required prior to commencement of any work. 1-12. Schedule Notice for Request for Proposal (RFP)posted and issued May 11, 2017 Deadline for receipt of Questions May 28,2017, 3:00 PM Deadline for receipt of Proposals May 31, 2017, 10:00 AM Contract awarded by City Council . . June 13. 2017 RFP 2017-07,Page 7 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEA0 1-13. 'Reference Contract Information A. Company Background Provide a minimum of three(3)references from other munidpal, city, or county governmental agencies for which the Contractor is currently providing or has previously provided in the last three(3)years the services described in this Solicitation must be provided.All listed references shall be a municipal, thy,or county governmental agency. The selected contractor must have demonstrated relevant experience in providing the services described under the proposed scope of work.Substantiation must be provided regarding the nature of services provided to the client cities or agencies. Cite examples of qualifying projects with dates,contact persons, and scope of work performed.The submittal shall clearly state the number and type of programs or services performed. If any previous work was audited and found to be in non-compliance with a funding source,this must be cited. B_ Negative History The Contractor shall Include in its Proposal a complete disclosure of any alleged significant prior or on-going contract failures,any civil or criminal litigation or investigation pending which involves the Contractor or in which the Contractor has been judged guilty or liable within the last five(5) years. If there is no negative history to disclose,the firm shall affirmatively state in its Proposal there is no negative history to report. Failure to comply with the terms of this provision may disqualify any proposal. The City reserves the right to reject any proposal based upon the firm's prior documented history with the City or with any other party,which documents,without limitation, unsatisfactory performance, adversarial or contentious demeanor, significant failures to meet contract milestones or other contractual failures. 1-14. Proposal Requirements The proposal shall describe the methodology to be used to accomplish each of the project tasks and services expected as defined in the Scope of Work.The Proposal shall also describe the work that shall be necessary to satisfactorily complete the tasks and service requirements. Please note that this Request for Proposals cannot identify each specific, individual task required to successfully and completely implement this project.The City of Rosemead relies on the professionalism and competence of the Proposing Contractor to be knowledgeable of the general areas Identified in the Scope of Work and of adequate competence to include In its proposal all required tasks and subtasks, personnel commitments, man hours,direct and indirect costs, etc. The City of Rosemead will not approve addenda to the Contractor's agreement which do not involve a substantial change from the general Scope of Work identified in this Request for Proposal. A. Criteria Each Proposal Package shall consist of the format described below. Due to demands on the time of the Selection Committee members, please limit your submittal to 25 pages and number all pages. Submittals that are longer in length or do not conform to the submittal format described below may be removed from consideration at the discretion of the City.The cover letter, required forms,tabs,dividers, and appendix do not count toward the page limit. The cover letter shall present an executive summary of the Proposal, and emphasize strong points of the project team and the firm's experience. Include the name,address,telephone number,title, and signature of the firm's contact person for this procurement. The signatory RFP 2017-07,Page 8 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD shall be a person with the official authority to bind the company. The cover letter shall state that the submittal is valid for 61 days. Submittals shall include: • One(1)printed copy marked"Original"and containing an original signature. • Three(3)printed copies marked"Duplicate'. • One(1)complete electronic copy in pdf format on a compact disc or flash drive. B. Responses shall be organized into five(5)sections 1. Information/background on the Contractor Provide a brief introduction, address the size of the firm,the number of years in business, the availability of the firm to perform the tasks and services requested, and the history of the firm. Include key contact information(address, phone, fax,and email). Refer to the 'Company Background'and'Negative History'requirements listed above. 2. Kiev Personnel/Qualifications Provide a brief resume for each of the key persons proposed to work on this project. Credentials of corporate executives or firm principals are not necessary or desired unless these individuals will play an active role in the proposed project.Any key sub-contractors proposed should be identified, and information on their respective role in the project shall be included. 3. Past Experience/References Refer to'Company Background" listed above. 4. Understanding of Scope of Work and Work Proposal Demonstrate the understanding of the tasks and services requested in the Scope of Work,and provide the Work Proposal/Approach to accomplish the services described in this Request for Proposals. 5. Bid Schedule The Contractor shall provide the Bid Schedule with all proposal items, including Total Amount and Unit Prices,filled in completely. C. Due Date All proposals must be received in the City of Rosemead, City Clerk's Office by 10:00 A.M., Thursday,May 31, 2017. It is the responsibility of the Proposer to see that any proposal sent through the mail,or any other delivery method, shall have sufficient time to be received by the City of Rosemead,City Clerk's Office prior to the proposal due date and time. Late proposals will not be accepted. Proposals shall be clearly marked and identified and must be submitted to: City of Rosemead City Clerk's Office 8838 East Valley Boulevard Rosemead, CA 91770 All inquiries and responses to this proposal shall be submitted via mail ore-mail to: RFP 2017-07,Paso 9 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD Rafael M. Fajardo. P.E. City Engineer City of Rosemead 8838 East Valley Boulevard Rosemead, CA 91770 rfajardo©cityofrosemead.org (826)569-2151 Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is Thursday, May 28, 2017 at 3:00 PM. Questions received after this date and time may not be answered. Only questions that have been resolved in writing will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. D. Delivery Proposals must be delivered in a SEALED envelope/package and shall state the following on the outside of the envelope:"Landscape Maintenance Services'. E. Contractor Selection Each proposal will be reviewed by an evaluation committee to detemline if it meets the proposal requfrements. Failure to meet the requirements of the Request for Proposals may be cause far rejection of the proposal. The evaluation committee may ask for interviews. Attendance at any such interview will be at the Proposers expense.The evaluation committee will make a recommendation of the Contractor for a contract to be awarded by the City Council.The City reserves the right to reject any or all proposals and to determine which proposal is, in the City's judgment, the most responsive.The City also reserves the right to waive any informality In any proposal and to delete certain Items listed in the proposal as set forth therein.Costs for developing, submitting, and presenting proposals are the sole responsibility of the Proposer and claims for reimbursement will not be accepted by the City. F. Award of Contract It is the City's intent to award a single contract to the contractor that can best meet the requirements of the Request for Proposals document.The City reserves the right to award a contract to multiple contractors or a single contractor or to make no award, whichever is in the best interest of the City. G. Business License The successful Contractor that is awarded the contract will be required to be licensed in accordance with the City of Rosemead Business License Ordinance of the Rosemead Municipal Code. H. Insurance Requirements The selected Consultant shall maintain in force at all times during the performance of this contract the following insurance policies: 1. Comprehensive General Liability, including contractual liability, products and completed operations and business automobile liability,all of which will include coverage for boil) bodily injury and properly damage with a combined single limit of$2,000,000.The City shall be named as"additional insured'an all policies required to be furnished. RFP 2017-07,Page to REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD 2. Professional liability coverage with limits not less than$1,000,000 per occurrence and $2,000,000 aggregate. 3. Workers'Compensation coverage at statutory limits. 4. The consultant shall assume liability for the wrongful or negligent acts, errors and omissions of its officers,agents and employees and subcontractors,and have adequate insurance to cover such negligent acts, errors and omissions with limits of$2,000,000. I. General Terms and Conditions Accompanying this RFP Is Appendix A,which contains a copy of the standard City contract the selected consultant will be required to sign for this project. Each prospective consultant is expected to review the general terms and conditions and acknowledge their acceptance of Appendix A in the Proposal Cover letter,or list their objections and requested revisions in the contract requirements for City's consideration. J. Pre-Contractual Expenses in Responding to The RFP Preparation The City shall not be liable for any pre-contractual expenses incurred by any bidder or by any selected consultant Each bidder shall protect,defend, indemnity,and hold harmless the City from any and all liability, claims,or expenses whosoever incurred by,or on behalf of,the entity participating in the preparation of its response to this Request for Proposals. Pre- contractual expenses are defined as expenses incurred by bidders and the selected consultant,if any, in: • Preparing and submitting information in response to this Request for Proposals. • Negotiations with the City on any matter related to this procurement. • Costs associated with interviews,meetings,travel or presentations • An other expenses incurred by a bidder/consultant prior to the date of award and a formal notice to proceed. The City reserves the right to amend,withdraw and cancel this request. The City reserves the right to reject all responses to this request at any time prior to contract execution.The City reserves the right to request or obtain additional information about any and all proposals. END OF SECTION • RFP 201T-07,Page 11 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD BID SCHEDULE Service Provider shall use the following rates of pay in the performance of the services: Location Address Approx. Annual Cost Acreage 1. Angelus Park 2200 Block of Angelus Ave. 0.25 2. Ellis Park 3900 Block of Ellis Ln. 0.35 3. Garvey Community Center 9108 Garvey Ave. 1.00 4. Garvey Park 7900 Block of Emerson PI. 7.00 5. Guess Park 8555 E. Mission Dr. 0.35 6. Klingerman Park 8800 Klingerman Ave. 0.75 ._ 7. Olney Park 8600 Block of Olney St. 0.35 8. Rosemead Community 3936 N Muscatel Ave. 1.00 Center Park 9. Rosemead Park/Skate 9100 Block of Mission Dr. 18.0 Park 10. Sally Tanner Park 8343 E Mission Dr. 1.00 11. Jess Gonzalez Sports 8471 Klingerman Ave. 3.50 Complex 12. Triangle Park 800 Block of San Gabriel Blvd. 0.75 13. Zapopan Park 3000 Block of Angelus Ave. 6.00 14. Jay Imperial Park San Gabriel Blvd./Pine Ave., SCE 5.61 Transmission Corridor Location Address Annual Cost 15. City Hall 8838 E Valley Blvd.-Exterior Landscape 16. Rosemead County Library 8800 E Valley Blvd.-Exterior Landscape 17. Dinsmoor House 9632 Steel St.-Exterior Landscape 18. Garvey Blvd.-Medians& New Ave to Rio Hondo Bridge Parkways and Sidewalk Cleaning 19. Marshall St-Medians 100'West of Rosemead Blvd.to Hart Ave, 20. Rosemead Blvd.- 10 Fwy to North City Limit Medians _.._ 21. Rush St.-Medians& Walnut Grove Ave. to San Gabriel Blvd. Parkways and Sidewalk Cleaning 22. San Gabriel Blvd.- Hellman Ave. to Rush St. Parkways and Sidewalk Cleaning 21 Valley Blvd.-Parkways Charlotte Ave.to Strang Ave. and Sidewalk Cleaning 24. Walnut Grove Ave. East East side of Walnut Grove Ave.on both hillsides Slopes and Medians 3f Interstate 10 Fwy 25. Walnut Grove Ave.West West side of Walnut Grove Ave.on both hillsides Slopes and Medians at Interstate 10 Fwy 26. Rosemead Blvd. Slopes West and East sides of Rosemead Blvd., north of and Medians Interstate 10 Fwy 27. Del Mar Ave. Slopes and West and East sides of Del Mar Ave., south of Medians Interstate 10 Fwy 28. San Gabriel Blvd. Slopes West and East sides of San Gabriel Blvd., south .,of Interstate 10 Fwy RFP 2017.07,Page 12 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD 29. Walnut Grove Ave.— Hellman Ave.to Marshall St. Medians 30. Walnut Grove Ave.— Marshall St.to Valley Blvd. Medians 31. San Gabriel Blvd.— West City Limit to State Route 60 Fwy Medians 32. Towne Center Dr.— San Gabriel Blvd to Montebello Blvd. Medians 33. Montebello Blvd.— Towne Center Dr. to South City Limit Medians 34. Grand Ave.—Westbound Muscatel Ave.to Rosemead Blvd. (8800-8900) Easement and Sidewalk Right of Way 35. N Ramona Blvd.— Hart Ave.to Rosemead Blvd. (9200-9300) Westbound Easement and Sidewalk Right of Way 38. S Ramona Blvd.— Burton Ave.to Rosemead Blvd. (Along Fwy Easement Sound wall, 8600-8900) _. 37. N San Gabriel Blvd. and Southwest Corner Garvey Ave._ Service Address _Annual Cost Rosemead Community 3936 North Muscatel Ave. Recreation Center(RCRC)— Color Maintenance The Garvey Center—Color 9108 Garvey Ave. Maintenance Public Safety Center—Color 8301 Garvey Ave. Maintenance Rosemead City Hall—Color 8838 East Valley Blvd. Maintenance Service Provider may utilize subcontractors as indicated in this Agreement. The hourly rate for any subcontractor is not to exceed$ per hour without written authorization from the City Manager or his designee. The total compensation for the Services shall not exceed $ , as provided in Section 4 "Compensation and Method of Payment' of this Agreement. TOTAL BASE &D PRICE (SCHEDULE BID PRICE): $ Dollar amount in written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. RFP 2017-07,Page 1$ REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date,or until a Contract for the Work is fully executed by the Owner and a third party,whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price,the written amount shall govern. It awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five(5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond. Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted,it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act(15 U.S.C. Section 15)or under the Cartwright Act(Chapter 2 of Part 2 of Divisien 7 of the Business and Professional Code),arising from purchases of goods,materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders'final payment to the Contractor. Bidder understands and agrees that,when requested by Owner, he shall provide: (1)evidence satisfactory to the Owner of Bidder's California contractors license(s)in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom: and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. By: Signature Business Street Address Type or Print Name City, State and Zip Code Title Telephone Number Bidder's/Contractor's State of Incorporation: Partners or Joint Ventures: RFP 1017.07,Pap 14 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD Bidder's License Numher(s): NOTES: 1) By its signature on this Bid,the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint ventures. •END OF SECTION' RFP 2017-07,Page 1S APPENDIX A SAMPLE CONTRACT RFP 2017-07,Page 1 s E u r O 9 QO link eye ± o ", os SAMPLE CONTRACT LANDSCAPE MAINTENANCE SERVICES, RFP 2017-07 (CONTRACTOR) 1. PARTIES AND DATE This Contract is made and entered into this day of ,20 (Effective Date)by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City) and (CONTRACTOR) with its principal place of business at (CONTRACTOR ADDRESS) (hereinafter referred to as "Contractor'). City and Contractor are sometimes individually referred to as "Party" and collectively as "Parties" in this Contract. 2. RECITALS 2.1 Contractor Contractor desires to perform and assume responsibility for the(PROJECT TITLE)by the City on the terms and conditions set forth in this Contract. Contractor represents that it is experienced in providing such work services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project City desires to engage Contractor to render such services described herein as Project ("Project") as set forth in this Contract. 3. TERMS 3.1 Scope of Services and Term 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools,equipment,services, and incidental and customary work necessary to fully and adequately supply the professional construction services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to,and performed in accordance with, this Contract, the exhibits attached hereto and incorporated (CONTRACTOR) Page 2 of 10 herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Contract shall be from Effective Date shown above to (END DATE) unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Contract if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Contract. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Contract. Any additional personnel performing the Services under this Contract on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Contract and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Contractor shall perform the Services expeditiously,within the term of this Contract, and within the schedules timeline. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates the Associate Civil Engineer, or his designee, to act as its representative for the performance of this Contract ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates (PRINCIPAL), or his designee, to act as its representative for the performance of this Contract ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Contract. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods,techniques, sequences and procedures and for the satisfactory coordination of all portions of the (CONTRACTOR) Page 3 of 10 Services under this Contract. 32.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 32.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Contract in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License if applicable, and that such licenses and approvals shall be maintained throughout the term of this Contract. As provided for in the indemnification provisions of this Contract, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub-contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state aind federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA, AQMD requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract,from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance: Contractor shall maintain, prior to the beginning of and for the duration of this Contract, insurance coverage as specified in Exhibit B attached to and part of this Contract. 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be (CONTRACTOR) Page 4 of 10 performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways,scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C)adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws'), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance` projects. If the Services are being performed as part of an applicable"public works"or"maintenance"project, as defined by the Prevailing Wage Laws, and if the total compensation is$1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Contract. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials,officers,employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 32.12 Bonds. 3.2.12.1 Performance Bond: If specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Performance Bond in the amount of the total, not-to-exceed compensation indicated in this Contract,and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Payment Bond in the amount of the total, not-to-exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.123 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty(30)days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten(10)days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Contract until any replacement bonds required by this Section are accepted by the City. To the extent, if any,that the total compensation is increased in accordance with the Contract, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall (CONTRACTOR) Page 5 of 10 promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Contract (including, without limitation, an increase in the total compensation,as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Contract for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California-admitted surety with a current A.M. Best's rating no less than A:VI I I and satisfactory to the City. If a California-admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if It is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. The total compensation shall not exceed (DOLLAR AMOUNT WRITTEN) (DOLLAR AMOUNT NUMERIC)without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Contract. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement that indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days after receiving such statement, review the statement and pay all approved charges. The payments will be subject to a 5%retention amount,which would be released and paid after all work under the Contract has been satisfactorily completed,and 35 days after a Notice of Completion is filed with the County of Los Angeles. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Contract, City may request that Contractor perform Extra Work. As used herein,"Extra Work"means any work that is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Contract. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Contract. All such records shall be clearly identifiable. Contractor shall allow a representative of City (CONTRACTOR) Page 6 of 10 during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Contract. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Contract for a period of three (3) years from the date of final payment under this Contract. 3.5 General Provisions. 3.5.1 Termination of Contract. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Contract at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services that have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Contract except for cause. 3.5.1.2 Effect of Termination. If this Contract is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Contract. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Contract is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 15.2 Delivery of Notices. All notices permitted or required under this Contract shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: (CONTRACTOR) (STREET ADDRESS) (CITY, STATE ZIP) Attn: (PRINCIPAL) CITY: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Rafael M. Fajardo, City Engineer Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. (CONTRACTOR) Page 7 of 10 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Contract. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Contract, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents,consultants and contractors arising out of or in connection with the performance of the Services,the Project or this Contract, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials, officers,employees, agents or volunteers. 3.5.6 Entire Contract. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations and understandings. This Contract may only be modified by a writing signed by both parties. 3.5/ Governing Law. This Contract shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Contract. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Contract shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer,either directly or by operation of law,this Contract or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such (CONTRACTOR) Page 8 of 10 attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Contract,the language of this Contract shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not workdays. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Contract. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Contract. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Contract. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Contract shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppels, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Contract is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Contract. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City shall have the right to rescind this Contract without liability. For the term of this Contract, no member, officer or employee of City, during the term of his or her service with City, shall have any direct Interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. 3.5,18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. (CONTRACTOR) Page 9 of 10 3.5.19 Labor Certification. By its signature hereunder,Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Contract. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Contract. Each Party warrants that the individuals who have signed this Contract have the legal power, right, and authority to make this Contract and bind each respective Party. 3.5.21 Counterparts. This Contract may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Contract, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. [SIGNATURES ON NEXT PAGE] (CONTRACTOR) Page 10 of 10 CITY OF ROSEMEAD (CONTRACTOR) By: By: Jeff Allred, City Manager Date Date Name: Attest: Title: Gloria Molleda, City Clerk Date [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary,AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Approved as to Form: By: Name: Rachel H. Richman Date City Attorney Title: (CONTRACTOR) EXHIBIT A SCOPE OF CONTRACT SERVICES SEE ATTACHED BID SCHEDULE/PROPOSAL AND PLANS AND SPECS (CONTRACTOR) EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. Contractor shalt provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that$1,000,000 per accident. If Contractor owns no vehicles,this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state-approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverage. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum$25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Contractor,subcontractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review. Professional Liability or Errors and Omissions Insurance, as appropriate, shall be written (CONTRACTOR) on a policy form coverage specifically designed to protect against acts,errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this Contract. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf or the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be an or before the effective date of this Contract. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A-or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insured City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Contract shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All Insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the City or its operations limits the application of such insurance coverage 4. None of the coverage required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverage required and an additional insured (CONTRACTOR) endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Contract. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Contract and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10.Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all Contracts with subcontractors and others engaged in the project will be submitted to City for review. 11.Contractor agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this Contract to self-insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. (CONTRACTOR) 13.For purposes of applying insurance coverage only, this Contract will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Contract. 14.Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this Contract. This obligation applies whether or not the Contract is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16.Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverage. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this Contract. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18.Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this Contract and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Contract to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21.Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this Contract. Any such provisions are to be deleted with reference to City. 11 is not (CONTRACTOR) the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Contract. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. irE M e a 9 PRIDE Attachment B Mariposa Landscape s E Me O 9 Q \ 1 O CIVIC:RTE %mower)04 ...............______„,y CITY OF ROSEMEAD REQUEST FOR PROPOSAL LANDSCAPE MAINTENANCE SERVICES RFP 2017-07 Due: Wednesday May 315, 2017 at 10:00 am Submitted by Mariposa Landscapes, Inc. �{� 1,.929 ARROWHIGHWAY,IRWIND226 C,A 91]076 - \`/{ CA.CONTRACTORS LICENSE NO.592268 A 09127076D-49 2] D-d9 TEL. 626.960.0196 FAX 626.960.84]] al L. www.Mariposa-Ca.com 0.,.,,. IAL M A R 1 P O S A L A N D S C A P E S I N C May 31, 2017 City of Rosemead Attn: City Clerk 8838 East Valley Blvd. Rosemead,CA 91770 RE: Request for Proposal for Landscape Maintenance of Specified Areas within City Limits Thank you for the opportunity to submit a proposal for the City of Rosemead. Mariposa Landscapes, Inc. looks forward to the competitive process and hopes to be the successful bidder. We believe that our capabilities to perform this contract are superior to all the other competing submissions.Our company has over 39 years'experience performing large scale landscape maintenance and most of that experience is municipal. We have sufficiently staffed this contract with well trained and competent workers as well as technicians and multiple layers of supervision. Our entire fleet of equipment is less than 5 years old and well maintained by our in-house mechanics.Very few, if any, of our competitors offer the large capacity mowing equipment that we currently use. Our Company has over 600 employees and is able to provide the landscape maintenance services that the City of Rosemead requires and needs. we are confident that we will be able to improve over the current level of landscape maintenance that is being provided for the City of Rosemead.Our proposal includes an adequate level of labor,materials and equipment to sustain a high level of landscape maintenance throughout the term of this contract. We hereby certify that all information submitted with this RFP is true and correct and it shall remain valid for a period of 61 days from the date of submittal Contact Information Robert Austin,Chief Estimator Phone: (626) 960-0196 Ext.319 • Fax: (626) 960-3809 Email:robert@mariposa-ca.com Respectfully submitted, Terry Noriega, Pr.ident IFI 800 • 794 • 9458 • FAX 676 • 960 • 8477 • www.mariposa-ca.com 15529 ARROW HGHWAY,IRWINDALE.CA 91706 • CA CONTRACTCR'S[IC n 592258 A,C-27,D-49 Our Core Values—Safety • Teamwork • Quality • Integrity TABLE OF CONTENTS INFORMATION/BACKGROUND ON THE CONTRACTOR 2 KEY PERSONNEL/QUALIFICATIONS 10 PAST EXPERIENCE/REFERENCES 12 UNDERSTANDING OF SCOPE OF WORK AND WORK PROPOSAL 14 BID SCHEDULE 19 �� 15529ARROWHIGHWAY,IRWIND 922 CA9VC6 CA.CTEL 626 LICENSE Nb.592269 A G77. D-49 TEL 960.0196626. FAX 626 960.8477 www.Mariposa-Co corn 43 Information/background on the Contractor �� 7552 OARROW FIIGMNAY,IRJJINDALE CA 91706 CA.CONTRACTORS LICENSE NO.59226 AA C-27.D-49 TEL.626.960.0196 FAX 626.960.8477 www.Mariposa-Ca corn Page 12 Company Information/Background President/Treasurer:Terry Noriega California Corporation: C1469653 California Employer ID: 368-4753-1 Date Incorporated: October 2, 1989 Licenses&Certificates Contractors State License: 592268 C27,A,C61/D49 Qualified Applicators License: 103864 ABCDEFH Pest Control Adviser License: 74416 ABCDEG Pest Control Business License: 30977 Irwindale Business License: 000538 Supplier Clearinghouse MBE: 94HS0050 City of Los Angeles MBE: 561730 LA County MBE: 43914 LA Co.Agricultural Pest Control 1000279 Certified Arborist: WE-1182A Minority Business Enterprise MBE Certification, File No.CCA-7150 for the City of Los Angeles,The Women and Minority Business Enterprise Clearing house has audited and verified our eligibility as a MBE pursuant to the California Public Utilities Commission General Order 156. Our EEO/Affirmative Action plan is currently approved by the Office of Contract Compliance pursuant to Los Angeles Administrative Code Section 10.8 et seq, is on file with this office. The County of Los Angeles Office of Affirmative Action Compliance has recertified Mariposa Landscapes, Inc.as an eligible participant in the County of Los Angeles Community Business Enterprise (CBE) Program.All our certifications are current and available for review upon request Financial Resources Mariposa has been capable of meeting all financial obligations for over 39 years.There has been recent growth in the down economy for the company, including new locations in Santa Ana and Palm Desert. Prior Litigations:See page 9 Green Waste Processing Capability Mariposa Landscapes, Inc. uses effort to initiate"green" environment and energy conservation. Our company has a recycling program for green waste and paper products. We implement this program at our local offices and at all the job sites. Mariposa currently uses hybrid vehicles and is researching and looking forward to obtaining hybrid equipment to be used on our contracts.We are striving to be as environmentally conscience as possible and are expanding our operations to achieve this goal. Mariposa works with all its clients to assure optimum water usage where possible. Mariposa notifies all project managers of the green initiatives prior to the award of. 4q1115529 ARROW HIGHWAY,IRWINDALE,CA 91706 CA.CONTRACTORS LICENSE NO.592268&C-27,D-49 TEL 626.960.0196 FAX 626.960.8477 www Mariposa-Ca corn Page 13 Company History In 1977,Terry Noriega established Mariposa Landscapes in Rosemead,California, by providing landscape maintenance and installation for custom residential and small commercial clients. After five years, he created the Public Works Maintenance Division, in 1989 the Public Works Construction Division was added, and in 1987,a Tree Care Division was formed. Mariposa Landscapes reincorporated in 1989 as Mariposa Horticultural Enterprises, Inc. In 2009,the company changed their business name back to Mariposa Landscapes, Inc.The company currently has a workforce of over 600 in California and Arizona. A brief chronology: • 1977—The Company is established in Rosemead, California. • 1982—The Public Works Maintenance Division is formed. • 1984—The Public Works Construction Division is added. • 1987—The Tree Care Division is started. • 1991—Relocates to our current facilities in Irwindale,CA. • 1994—Expands operations by opening a branch in Fontana,CA. • 2001—Establishes an office in Glendale,Arizona. • 2003—Expands into servicing the Ventura County • 2010—Branch office established in Orange County • 2013—Branch Office established in Palm Springs Area • 2017—40 years in Business! Mariposa Landscapes, Inc. -40 years of Excellence! Fint Publk Worts Landscape Maintenance 10. Project Branch Office Established In Ventura county ,2003 0. First Publk Works Construction Project Brand.Office Established In Orange :984 County corporate Location Established In IMndale 20:c ►:99: Branch Office Established In Branch Office Established in the Inland 10 Palm Springs Area Mariposa landscape was founded ,Empire 20:3 40 Years In Or 977 ,Brniness EstabllshedTree Division Operation Expandedto Arizona ►.987 P.20G: 20:7 1977 2017 Today icieg 15529 ARROW HIGHWAY,IRWINDALE,CA 91706 CA.CONTRACTORS LICENSE NO.592268 A C-27.0-49 TEL. 626•960.0196 FAX 626•960.8477 www.Mariposo-Cocom Page I 4 Goods and Services Landscape Construction • Site Preparation, Demolition, Grading and Drainage. • Irrigation Systems Installation, Repairs& - • Upgrades. • Computerized Irrigation Central Control Systems. • Irrigation Pump Installation. —� • Native Plant Restoration and Habitat — Rehabilitation. • Hydro seeding, Sod planting. ,:=4 • Tree,Shrub, &Ground-cover planting. Hardscape Construction • Concrete Poured-in-Place, Reinforced,Stamped 9 " and Seat Walls. • Flagstone,Tile, Masonry and Block Walls. 'g`" • Drainage and Overhead Construction. • Water Feature Pond Installation& Repair. 1 -[\r • Monuments and Signage. • Low Voltage Lighting Design and Installation. Landscape Maintenance • Private,Commercial, Public Works and Ara Homeowner Associations • Large Scale Mowing Operations dot • Chemical, Mechanical,and Manual Weed T� Control. ' • Landscape Pest Control. - - S • Year-round Fertilization Application. • ,• • Preparation of Requests for Proposal. • On-site Estimates • Parking Lot Sweeping 4V, 15529 ARROW HIGHWAY.IRWINDALE.CA 91706 `\�`/�� CA.CONIRACTOPS LICENSE NO.592268 A C-27, D-49 TEL. 626•960.0196 FAX 626•960.8477 www.Mariposo-Ca.com Page j5 Tree Care • On-site Diagnosis and Tree Work Recommendation. • Consultative Services with Certified Arborists. • Development of Long-term Tree Care B Programs. • Large-scale Tree Trimming Removal. ;141 • Diagnosis and Treatment of Tree Diseases - and Pest Problems. -- • Stump Grinding and Disposal of Trimmings. ti,> • Indoor Plantscape Services • Take-over Existing Maintenance -! • Guarantee Weekly Service ;.�• • Custom design and installations • Blooming Plant Program (Orchids, _ Bromeliads, Kalanchoes and Azaleas) • Pest management • Seasonal Poinsettias Office Locations Corporate Headquarters Orange County San Bernardino County 15529 Arrow Highway 1107 E.Walnut St 11093 Almond Avenue Irwindale, CA 91706 Santa Ana, CA 92701 Fontana, CA 92335 Phone 626 960-0196 Phone 626 960-0196 Phone 909 429-2546 Fax 626 960-8477 Fax 626 960-8477 Fax 909 429-2749 North L.A. Ventura Palm Springs Arizona 4790 E. Los Angeles Ave. 78355 Darby Rd 7677 N. 67`"Avenue Souris, CA 93066 Bermuda Dunes,CA 92203 Glendale,AZ 85301 Phone(800) 794-9458 Phone 626960-0196 Phone 623 463-2200 Fax 805-386-4140 Fax 626 960-8477 Fax 623 463-2223 You will find a complete listing of email addresses of all Management and Supervisory staff on our webpage at www.mariposa-ca.co rn 4:e 15529 AM OW HIGHWAY,IRWINDALE,CA 91706 CA.CONTRACTORS LICENSE NO.592268 A C-27,D-49 TEL.626•960.0196 FAX 626•960.8477 www.Moilposo-Ca corn Page 16 <Si Organization Memberships and Staff Certification We are dedicated to having the best-trained workforce in the industry. As members of the California Landscape Contractors Association,we participate in the training programs offered by this industry organization. The CLCA sponsors a rigorous"hands-on"test administered under actual field conditions. With only a 20%first time pass rate, only the best workers are able to obtain the designation of CLT or Certified Landscape Technician. All of the managers and supervisors in our company have the CLT designation. No other contractor of our size and diversity in Southern California has achieved this many certifications. We are members of the following organizations: • CACM (California Association of Community Managers) California • CAI Orange County(Community Association Institute) Landscape • CAI Greater Inland Empire(Community Association Institute) Contractors • CAI Coachella Valley(Community Association Institute) T• Association • CLCA(California Landscape Contractors Association) • ISA(International Society of Arboriculture) • CAPCA(California Association of Pest Control Advisors) Licensing and Certifications • California Contractor License 592268 C27-Landscaping, Class A-Engineering • Certified Arborists on staff • Certified Tree Workers on staff • Tree Work—Line Clearance Certified • Tree Work—Line ClearanceInsId Instructor • Certified Playground Equipmentent Inspectors � r7-71.., • Certified Water Auditor U • Certified Backflow Inspectors i • Licensed Pest Control Company/Pest Control Advisor H;14 ISA • Certified Pest Control Applicators on staff 15529 ARROW HIGHWAY, IRWINDALE.CA 91706 CONTRACTORS LICENSE NO.592268 A C-27,D-49 TEL. 626•960.0196 FAX 626•960.8477 www Manposo-Ca.com Page I 7 OUR VALUES ARE... .°44$* Safety Safety is the primary foundation of our company. We emphasize "safety first" on every worksite and in all our training programs. Our employees are taught to be aware of, and responsible for, safety at all times. We strive to prevent injuries and accidents,and provide a safe environment for staff and customers alike. Teamwork We work together, seeking input from all team members to organize our efforts for the greater good.We always remain open to change, embracing new methods and techniques to achieve the highest levels of quality and efficiency. We are considerate of team members, provide support, and encourage their growth, resulting in the ultimate outcome for the team. Quality We are committed to bringing the best possible quality for our customers and their properties and projects. We provide prompt service, expert workmanship, and superior products. We take pride in meeting or exceeding expectations. Our ultimate goal is to deliver excellent value for our clients' investment. Integrity We are honest and open in our communications, building deep trust and confidence in all of our relationships. We value the dedication and contribution of each person.The overall well-being of our employees,customers and vendors is important to us. 15529 ARROW HIGHWAY.IRWINDALE,CA 91706 CONTRACTORS LICENSE NO.592268 A C-27,D-49 TEL.626•960.0196 FAX 626•960.8477 www.Moriposo-Co.corn Page 18 Pending litigations Mariposa landscapes Inc. Pending and Seined Litigation Name Claim/Case No. Date Court Status type Victor Dial v.MLI 12806933 December5,2012 Small Osim..Wnt Covina Settled by insurance Civil County of Riverside v.MLI 1301861 February 15.2013 Superior.Riverside Settled by insurance Civil lenkins v.City of San Dunn.M LI KC065560 February 20,2013 Superior,ImAngeln Settled byWmanre GL Menet v.City of Long Reach 30509507 May 20.2103 Superior.Los Angeles Settled by insurance CL SCEV.C N A/MLI BC516129 1uty23.2013 Superior,Loa Angela Settled by insurance GL Flores v.MLI 6C529986 December 10.2013 Superior.Los Angeles Settled by Insurance GL Lawrence v.MLI PSC1404586 August 29,2014 Superior,Palm Splay Settled byInsurance Auto Whetstone v.City of Los Angeles 00556062 April 21.2015 Superior.Los Angeles Pending GL Molina v.County of Los Angeles 90547750 rime 16.2015 Superior.los Angeles Dropped GL Kesselring v.City of Palmdale 'MCO25984 November 7,2016 Superior.Los Angeles Settled by insurance GL Asof Mr,N1r ilicicig15529 ARROW HIGHWAY,IRWINDALE,CA 91706 CONTRACTORS LICENSE NO.592268 A C-27,11949 TEL.626 a 960.0196 FAX 626•960.8477 www.Moriposa-Ca.com Page 1 9 <Si Key Personnel/Qualifications 15529 AitlivW HIGHWAY. IRWINDALE.CA 91736 CONTRACTORS LICENSE NO.592268 A.C-27,D-49 TEL. 626•960.0196 FAX 626•960.8477 www.Matlposo-Ca.corn Page I 10 'Si Resumes Mariposa has experienced dedicated professionals who makeup the management and supervisory personnel.All employees receive ongoing training through a detailed training program.The combination of qualified dedicated management and well trained workers enables us to provide professional levels of landscape installation and maintenance.The following list reflects the management and supervisorial qualifications of Mariposa Landscapes, Inc. John Mackessy—Landscape Maintenance Account Manager/Contract Representative o 32 years of experience in commercial and residential landscape construction and maintenance o Ornamental Horticulture, Cal Poly Pomona o California Contractor's License: C-27—Landscaping o Qualified Applicator Certificate: Category B o Certified Landscape Technician: Installation 'Foreman— o Will have a minimum of 10 years'experience in the landscape industry *Laborers — o Will have a minimum of 3 years' experience in the landscape industry `To be determined upon award of contract 15529 ARROW HIGHWAY.IRWINDALE,CA 91706 CONTRACTORS LICENSE NO.592268 A C-27,D-49 TEL. 626.960.0196 FAX 626•960.8477 www.Moriposa-Co.corn Page 111 Past Experience/References 15529 ARROW HIGHWAY,IRWINDALE CA91706 CONTRACTORS LICENSE NO.592268 A C-27,D-49 TEL.626•960.0196 FAX 626•960.8477 www.Marlposa-Co.corn Page 1 12 References Here at Mariposa Landscapes, Inc.we take pride in our work and thrive on keeping our company as one of the most recommended in the industry.Our steady record of customer satisfaction has allowed us to maintain positive relationships with our clients. Below are three cities for which we provide landscape maintenance services.Additional references are available upon request. Project Description: Landscape Maintenance Project Dates: 2013- Current 1 i Contact Name: Dave Thompson Amount: $470,880.00 Contact Email: dthompson@arcadiaca.gov Contact Phone: (626) 256-6676 Project Description: Landscape Maintenance Project Dates: 1989-Current of Medians and Parkways ', Contact Name: Steve Relph Amount: $1,345,769.28 -. r Contact Email: steve.relph@cityofrc.us Contact Phone: (909)477-2730 x 4116 Project Description: Landscape Maintenance Project Dates: 2016- Current I Contact Name: Dan Sereno Amount: $1.7 Million Contact Email: dsereno@newportbeachca.gov Contact Phone: (949) 644-3069 15529 AINOW HIGHWAY.IRWINDALE.CA 91706 CONTRACTORS UCENSE NO.592268 A.C-27.D-49 TEL 626•960.0196 FAX 626•960.8477 www.Mariposa-Ca.corn Page 113 'S Understanding of Scope of Work and Work Proposal 4qg15529 ARROW HIGHWAY,IRWINDALE,CA 91706 .CONTRACTORS LICENSE NO.592268 A,C-27,D-49 TEL.626•960.0196 FAX 626•960.8477 www.Matlposa-Ca.com Page 1 14 Understanding of scope of work and Work Plan Proposal It is our intention to perform this contract per the City requirements as indicated in the proposal documents for Landscape Maintenance. We are confident that we will be able to improve over the current level of landscape maintenance that is being provided for the City of Rosemead.Our proposal includes an adequate level of labor,materials and equipment to sustain a high level of landscape maintenance throughout the term of this contract. Project Startup and Quality Control Coordination Meeting The Project Estimator and the Account Manager review the project specifications and visit the project site(s)to develop a work plan for the completion of the project per specifications. A meeting including the Account Manager with key personnel responsible for carrying out the work, is held to discuss and coordinate how the project work will be performed. Documentation Prior to commencement of contract work we will thoroughly inspect and document every deficiency. After this is completed for each location,we will provide a detailed list of every deficiency discovered. We will also include a detailed proposal for restoring the area to its original condition if applicable. This will be the quickest and most cost effective way to bring the areas up to the specified standards. During the meeting,the Account Manager communicates the work task quality requirements and reinforces heightened awareness for critical requirements. Topics for the meeting include: • Project requirements per specifications. • Record keeping documents and availability of necessary forms • Review methods, sequence of work tasks and timeline. Preparatory Site Inspection The Account Manager performs a quality inspection of the work area and: • Assesses the required work to be done per specifications. • Verifies field measurements. • Assures availability of required equipment and materials to complete the project. • Identifies potential problems and develops an action plan to resolve them. Scheduling Mariposa Landscapes, Inc.will submit a detailed schedule to the City of Rosemead which includes all the routine activities. After submission and approval of this schedule, we will be ready to start work. Labor Our proposal is calculated to provide full time employees to the project on a year round basis. It is our goal to provide professional results. Therefore,we will assign the appropriate and trained crew force necessary to complete the specified activities in a professional and timely manner. To achieve the desired results, the appropriate labor will be assigned for every aspect of the work. 44515529 ARROW HIGHWAY,IRWINDALE.CA 91706 .CONTRACTORS LICENSE NO.592268 A C-27,D-49 TEL.626.960.0196 FAX 626.960.8477 www.Mariposa-Ca.com Page 115 44 Work Plan: All workers/crews assigned to the City of Rosemead contract will arrive at various locations within the City per the tasks and per the schedule (to be submitted upon start of contract). General/Daily Maintenance tasks such as,trash/litter,can liner change outs,visual inspections and any other daily/routine tasks shall be performed by on-site worker(s) and/or by a roaming crew(s)/personnel. Specialty areas/tasks and less frequent tasks shall be performed by both the on-site workers and/or other Mariposa crew(s)/staff assigned to this contract. General turf grass maintenance which includes mowing, edging, detailing along with seasonal duties such as: renovation,aeration,fertilization and weed control shall be performed by a designated mow crew with additional personnel (if needed)as noted above. Weed Control—manual weed control along with chemicals will be utilized for this contract. Any manual weed control shall be performed by the crew designated to this contract and any chemical application requiring certifications shall be performed by crew member(s) with proper qualifications(ie.QAC,QAL). Landscape maintenance tasks include tree,shrub,vine and ground cover trimming and maintenance shall be performed by crew designated to the contract. The on-site crew will perform all aspects of the maintenance requirements. Fertilization shall be performed per the schedule, rates and types specified, and applied by the crews assigned to the contractor additional laborer as needed. All pre and post fertilizer application requirements will be performed to insure that the fertilizer was applied and cleaned up properly. Our Account Manage is the main contact for Mariposa and will act as liaison to the City of Rosemead's representative.This person is of the utmost importance to us because they insure our quality control. In addition,they are responsible for dispatching equipment, providing supplies and insuring that all work operations are performed safely and within the guidelines of the contract. The Supervisor/Account Manager(as well as the foreman and the field supervisor on this account)will be equipped with a cellular phone and radio communications. In a moments notice we can respond to scheduling glitches or emergency situations. We can respond to any calls related to performance within less than two hours. Our offices are open for communication at 5:30 am to 4:30 pm Monday through Friday.And we have 24-hour answering service after hours,with on call staff to address emergency call outs. Our crews are trained and equipped with proper equipment to perform the landscape maintenances tasks per the specifications. Mariposa is committed to providing professional services that the City of Rosemead expects. Mariposa Landscapes, Inc. is financially sound to be able to allocate funds necessary to purchase any additionally needed vehicles, equipment and materials to perform the contract. 15529 ARROW HIGHWAY,IRWINDALE.CA 91706 CONTRACTORS LICENSE NO 592268 A.C-27.D-49 TEL 626•960.0196 FAX 626•960.8477 www.Moriposa-Ca corn Page 116 1. STAFFING PLAN: Indicates the number of employees,their job titles, and their responsibilities they would be assigned to perform the contract work. Number of Employees Job Titles Mowing Operations 2 Laborers The laborers assigned to this task will be responsible for all routine tasks. Including,operating mowers,edging,weed removal and cleaning any debris generated from the mowing operation. 1 Foreperson The foreperson will be responsible for carrying out the weekly mow schedule. This includes documenting and communicating work reports and hazardous conditions.They will be in direct contact with the Mariposa Supervisor. 1 Seasonal Part time laborers will be responsible for helping with aeration Labor and renovation on an as needed basis. Ground Cover&Shrub Pruning 1 Laborers The laborers assigned to this contract will be responsible for all routine pruning tasks. Including, all pruning of shrubs and ground cover,edging and debris cleanup. 1 Foreperson The foreperson will be responsible for carrying out the weekly schedule. This includes documenting and communicating work reports and hazardous conditions in play areas.This crew will also be rototill the sand areas quarterly.They will be in direct contact with the Mariposa supervisor. 1 Laborer Part time labor to help with medians,facilities and parks. Trash Pickup 1 Labor Will help Foreperson with trash pickup as needed. 1 Foreperson The foreperson will be responsible for carrying out the weekly trash pickup schedule. This includes,visiting each park and facility daily and replacing trash bags and removal all trash from entire sites.Also, includes documenting and communicating work reports and hazardous conditions. Chemical Applicator 1 Applicator Will be responsible for the application of all chemicals. They will report directly to the Supervisor. Irrigation These additional personnel will be available for help if necessary. Technician Account Handles all project management, including overseeing all 1 Manager Mariposa personnel working in the city and will be the direct contact with the city inspectors. (Overhead cost in hourly total) 15529 ARROW HIGHWAY,IRWINDALE.CA 91706 CONTRACTORS LICENSE NO.592268 A C-27. D-49 TEL 626•960.0196 FAX 626•960.8477 www Mohposa-Cacorn Page 117 2. The Account Manager is of the utmost importance to us because they insure our quality control. In addition, they are responsible for dispatching equipment, providing supplies and insuring that all work operations are performed safely and within the guidelines of the contract. The Account Manager is equipped with a cellular phone and radio communication. In a moment's notice we can respond to scheduling glitches or emergency situations. We can respond to any call related to performance within less than one hour. We support a full staff of mechanics within one hour of The City of Rosemead.And we have a great depth of back-up equipment that allows us,for the most part,to stay very consistent within our schedule. Our office is open for communication at 5:30 am to 4:30 pm Monday through Friday. And we have 24-hour answering service after hours,with on call staff to address emergency call outs. The above is an approximation on hours that has been adjusted to accommodate an average throughout the year. This is taking into consideration, increased demands during holiday periods and balancing them with reduced scheduling during the winter, combining days of inclement weather. 3. VEHICLES,EQUIPMENT,AND MATERIALS. List the vehicles,equipment, and materials that you will use to perform the contract work: Regular: Periodic: 1-%Ton ext.Cab Trucks 1-200 Gallon Tank sprayer 2-%Ton Stake Bed trucks 1-48"John Deere core aerator 1-Trailer for mowers 3-Walk behind Aerators 2-72"EXmark Mowers 1- Med Duty Ext.Cab Truck 1- 21" Mower 1-Dump Trucks 2-Edgers 3-Blowers Roundup Post Emergent, Broadleaf Chemical 3-Line trimmers Pre-Emergent, Insecticides 2-Hedge trimmers 4. SUPERVISION. Show the job titles,names,and experience of key employees responsible for planning, supervising,and inspecting the contract work(attach resumes if available). Position Name Experience Contractor's John Mackessy 32 Years in the landscape maintenance Contract industry. Extensive knowledge of irrigation, Representative: chemical application and all aspects of maintenance services with Public Works contracts. Foreman: To be determined upon award of Will have a minimum of 10 years' the contract. experience in the landscape industry. Foreman: Will have a minimum of 10 years' To be determined upon award of experience in the landscape industry. the contract. Laborers: To be determined upon award of Will have a minimum of 3 years'experience the contract. in the landscape industry. 15529 ARROW HIGHWAY.IRWINDALE,CA 91706 COMPACTORS LICENSE NO,592268 A C-27, D-49 TEL 626•960.0196 FAX 626•960.8477 www.Mariposa-Co corn Page 1 18 4S; Bid Schedule 415529AMaaa HIGHWAY.IRWINDALE CA91706 g..CONTRACTORS LICENSE NO.592268 A.C-27.D-49 TEL. 626•960.0196 FAX 626•960.8477 www.Marlposo-Ca.com Page 119 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD BID SCHEDULE Service Provider shall use the following rates of pay in the performance of the services: Approx. Annual Cost Location Address Acreage 1. Angelus Park 2200 Block of Angelus Ave. 0.25 $1,068.00 2. Ellis Park 3900 Block of Ellis Ln. 0.35 $1,500.00 3. Garvey Community Center 9108 Garvey Ave. 1.00 $4,272.00 4. Garvey Park 7900 Block of Emerson PI. 7.00 $29,916.00 5. Guess Park 8555 E. Mission Dr. 0.35 $1,500.00 6, Klingerman Park 8800 Klingerman Ave. 0.75 $3,204.00 7. Olney Park 8600 Block of Olney St. _ 0.35 $1,500.00 8. Rosemead Community 3936 N Muscatel Ave. 1 00 $4272.00 Center Park 9. Rosemead Park/Skate 9100 Block of Mission Dr. 18.0 $76,920.00 Park 10. Sally Tanner Park 8343 E Mission Dr. 1.00 $4272.00 11. Jess Gonzalez Sports 8471 Klingerman Ave. 3.50 $14,952.00 Complex 12. Triangle Park 800 Block of San Gabriel Blvd. 0.75 $3,204.00 13. Zapopan Park 3000 Block of Angelus Ave. 6.00 $25,644.00 14, Jay Imperial Park San Gabriel Blvd./Pine Ave., SCE 561 $15,476.00 Transmission Corridor Location Address Annual Cost 15. City Hall 8838 E Valley Blvd.-Exterior Landscape $1,780.00 16. Rosemead County Library 8800 E Valley Blvd.-Exterior Landscape $1,272.00 17. Dinsmoor House 9632 Steel St.-Exterior Landscape $1,240.00 18. Garvey Blvd.-Medians& New Ave to Rio Hondo Bridge Parkways and Sidewalk $1,696.00 Cleaning 19. Marshall St.-Medians 100'West of Rosemead Blvd.to Hart Ave. $548.00 20. Rosemead Blvd. - 10 Fwy to North City Limit $1 440.00 Medians 21. Rush St.-Medians & Walnut Grove Ave.to San Gabriel Blvd. Parkways and Sidewalk $1,236.00 Cleaning - 22. San Gabriel Blvd.- Hellman Ave.to Rush St. Parkways and Sidewalk $732 00 Cleaning 23. Valley Blvd.-Parkways Charlotte Ave.to Strang Ave. $1,216.00 and Sidewalk Cleaning 24. Walnut Grove Ave. East East side of Walnut Grove Ave. on both hillsides $1,860.00 Slopes and Medians of Interstate 10 Fwy 25. Walnut Grove Ave.West West side of Walnut Grove Ave. on both hillsides $11,040.00 Slopes and Medians of Interstate 10 Fwy 26. Rosemead Blvd. Slopes West and East sides of Rosemead Blvd., north of $7,908.00 and Medians Interstate 10 Fwy 27. Del Mar Ave. Slopes and West and East sides of Del Mar Ave., south of 88,880.00 Medians Interstate 10 Fwy 28. San Gabriel Blvd. Slopes West and East sides of San Gabriel Blvd., south $7,944.00 of Interstate 10 Fwy RFP 2017-07,Page 12 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD 29. Walnut Grove Ave.— Hellman Ave. to Marshall St. $688.00 Medians 30. Walnut Grove Ave. — Marshall St.to Valley Blvd. $740.00 Medians -- 31. San Gabriel Blvd. — West City Limit to State Route 60 Fwy $$24.00 Medians 32. Towne Center Dr.— San Gabriel Blvd to Montebello Blvd. $776.00 Medians 33. Montebello Blvd. — Towne Center Dr. to South City Limit $2,9$0.00 Medians 34 Grand Ave.—Westbound Muscatel Ave.to Rosemead Blvd. (8800-8900) Easement and Sidewalk $944.00 k Right of Way 35. N Ramona Blvd.— Hart Ave.to Rosemead Blvd. (9200-9300) Westbound Easement and $620.00 Sidewalk Right of Way 36. S Ramona Blvd. — Burton Ave. to Rosemead Blvd. (Along Fwy $876.00 Easement Sound wall,8600-8900) 37. N San Gabriel Blvd. and Southwest Corner $728.00 Garvey Ave. Service Address Annual Cost Rosemead Community 3936 North Muscatel Ave. Recreation Center IRCRC)— $180.00 Color Maintenance _ TheGarveyCenter—Color 9108 Garvey Ave. $150.00 Maintenance Public Safety Center—Color 8301 Garvey Ave. $150.00 Maintenance Rosemead City Hall—Color 8838 East Valley Blvd. $180.00 Maintenance Service Provider may utilize subcontractors as indicated in this Agreement. The hourly rate for any subcontractor is not to exceed $N/A-$0.00 per hour without written authorization from the City Manager or his designee. The total compensation for the Services shall not exceed$246,288.00 per year as provided in Section 4"Compensation ano Method of Payment'of this Agreement. TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $246,288.00 Two Hundred Forty Six Thousand Two Hundred Eighty Eight and 00/100 Dollars Dollar amount in written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. REP 2017-07,Page 13 MOOR: City of WpSemea \IUGR IRO INE _ _ a 5tl:1I A.AI :I1 lir IMA ARP 1'ritruA i-^• 101 NC 11 MEMBERS: 1tUAI A11 Alli AI II U[0.1 A•+I ADDENDUM No. 1 LANDSCAPE MAINTENANCE SERVICES RFP 2017-07 (Bid Opening Date: May 31, 2017 at 10:00 am) To All Prospective Bidders: Please note the following revisions on the specifications for the above project: ALSO, NOTICE IS HEREBY GIVEN That the City Staff will conduct a mandatory pre-bid meeting at the Public Work Corporate Yard at 2714 River Avenue. Rosemead. CA 91770 on May 2491. 2017 at 10:00 a.m. The addendum No. 1 forms a part of the Contract Documents for the above described project and shall supplement or supersede referenced sections of original plans and specifications. This Addendum No. 1 must be signed by the Bidder and submitted along with the Bidder's Proposal. Failure to acknowledge receipt of addendum will disqualify the Bidder. BY ORDER OF THE CITY OF ROSEMEAD 11111111114 Date: May 18. 2017. Rafael M. Fajardo City Engineer Acknowledgement: Bidder: Mariposa Landscapes, Inc Date: 05/18/2017 Title: -(y/Terry Noriega, President/Treasurer Pagel oft REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date,or until a Contract for the Work is fully executed by the Owner and a third party,whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five(5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15)or under the Cartwright Act(Chapter 2 of Part 2 of Division 7 of the Business and Professional Code),arising from purchases of goods,materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders'final payment to the Contractor. Bidder understands and agrees that,when requested by Owner, he shall provide: (1)evidence satisfactory to the Owner of Bidder's California contractors license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. 1. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted,the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and ccept the Total Bid Price as compensation in full for all Work under the contract. By: _ r\` 15529 Arrow Highway Signa re Business Street Address Terry Noriega Irwindale, CA 91706 Type or Print Name City. State and Zip Code President/Treasurer (626)960-0196 Title Telephone Number Bidders/Contractors State of Incorporation. California Partners or Joint Ventures: RFP 2017-07,Page 10 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD Bidder's License Number(s): 592268 NOTES: 1) By its signature on this Bid,the Bidder certifies under penally of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation.enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint ventures. • END OF SECTION• RFP 2017-07,Page 16 E M \9 R �O G PRIDE 11114VL 1 .07 C.99pDRATEU 9ry9 Attachment C Pierre Landscape PIERRE LANDSCAPE fits") KOS E Today's Small Town America S E M F f\Cia O � 9 civic NUDE ORPORKIES)X95 1), 010141P1 Landscape Maintenance Services Submittal Valid for 61 Days Total pages including cover letter: 18 pages 54552i1 Street,Irwindale,CA 91706 phone:1626158)-2121 Fax:(626)513-2220 www.pierrelandscape.com Lic.638989 PIERRE ABOUT PIERRE LANDSCAPE LANDSCAPEPierre Landscape is a landscape construction and maintenance company providing services to educational, government, business, retail, resort, and amusement organizations. as well as residential estates, throughout Our mission is to be Southern California. With nearly three decades of in-field the premier landscape experience, we produce quality landscaping and strong company in California partnerships with our clients. Upon successful project by building partnerships completion, our trained maintenance teams employ water that exceed our clients' and cost-saving techniques to ensure the year-round health and beauty of your landscape. expectations. At Pierre, we pride ourselves on building partnerships that facilitate seamless collaboration throughout the construction process. Fulfilling your needs is our top priority, and our team QUICK FACTS works with you closely to keep the experience simple and Nearly three decades of experience clear. We recognize the value in developing our employees' talents and inspire a culture of empowerment and mutual Services all of Southern California respect. Our employees work together to provide solutions that diminish costs for our clients. All of our field staff is Headquartered in Irwindale rigorously trained in the latest safety requirements and Union Contractor cutting-edge technology. LAUSD Preferred Contractor Pierre Landscape has been serving Los Angeles, Ventura, San Bernardino, Orange, and San Diego Counties since C-27 and General A Licensed 1988. Our capabilities and experience allow us to take on Bonding Capabilities: 510M/530M both large and small scale projects, from design assistance to construction to maintenance. We are headquartered in Irwindale, California and have C-27 and General A licenses. BUSINESS EXCELLENCE `" �--� With the implementation of MAP Consulting Services H. 4.a(Management Action Programs), Pierre continually • �lq A- 64.- salves for re business excellence andlhas proven success I-MAI) Z as a three-time MAP Presidential Award Winner. This prestigious honor is granted annually to select rb companies who execute solid business fundamentals 2016 and empower leadership and passion through • accountability. For more information, please visit • www.mapconsulting.com. 5455 2nd Street, Irwindale,CA.91706 Phone(626)587-2121 Far(626)513-2220 www.pierrelandscape.gcd • LPIERRE s LANDSCAPE MAINTENANCE With over two decades of operating in Southern California, our expertise in this region's climate will result in the optimal care of your property. Our attentive landscape maintenance team works closely with you to ensure that work is completed on time, on budget, and to your satisfaction. We pride ourselves on the high performance standards and excellent communication practices that have consistently earned the respect and loyalty of our customers since 1988.We offer the following services: • Monthly or quarterly maintenance • Water use analysis • Landscape renovation • Day porter services • Irrigation management • Tree care and pruning p • Seasonal color rotation • Brush clearance • Fertilization programs • Conversion to sustainable landscapes WHO WE SERVICE Homeowners associations Corporate campuses Office buildings Industrial parks Apartment communities Hotels and resorts Retail centers Senior housing Hospitals Museums __ Schools Municipalities r INAthletic fields Private residences ,. — .01P* , Religious institutions 5455 2nd Street,Irwindale,CA:91706 Phone:(626)5$7.2121 Fax:(626)513-2220 www.p el6ddsgape.com 3 Li PIERRE LANDSCAPE May 31,2017 LANDSCAPE MAINTENANCE PROPOSAL AGREEMENT: This Agreement is entered into on or around May 31,2017 by and between Pierre Landscape,Inc., 5455 2"d Street,Irwindale,CA 91706 hereinafter referred to as"Contractor",and City of Rosemead,hereinafter referred to as "Owner/Agent". The parties wish to enter into an Agreement to define the terms and conditions under which Contractor will provide landscape maintenance services to Owner, as follows: SERVICES: Contractor agrees to perform the landscape management services as described on the "Landscape Management Specifications",for City of Rosemead, hereinafter referred to as the"Property". TERM: The term of this Agreement is for a period of 24 months from the date of execution of this Agreement, with the option to extend for up to three(3)additional one (I)year terms. CONSIDERATION/PAYMENT: Owner agrees to pay Contractor monthly in arrears for the agreed price on services performed at the Property.Invoices will be sent out on or around the first day of each month for services within that month and shall be due at the end of the month.A late charge of 1.5% per month shall be charged on all amounts 30 days past due. DESCRIPTION OF WORK: Contractor will furnish all labor, equipment, supervision and tools necessary to maintain the landscape areas in accordance with Exhibit"A" that is incorporated into and made a part of this contract. —543 56552°Street,Irwindale,CA 91706 Phone:1626)58/-2121 Fax:(626)513-2270 www.pierrelandscape.com Lic.638989 4 LE PIERRE LANDSCAPE PRICING Monthly Maintenance Service Maintenance Summary Monthly Price Service Crew Pierre Landscape,Inc.will provide all labor, $26,520.00 Month Six(6) Employees tools,equipment, and materials necessary $318,240.00 Year Monday—Friday to perform the specified work. ADDITIONAL SERVICES: Services performed and/or materials delivered,which are not specifically mentioned herein, will be deemed "Extra Work". Extra Work will be billed separately and all payments are due upon receipt.The performance of and payment for Extra Work are subject to all the terms and conditions of this Agreement. CONDITION OF PROPERTY: This Agreement is based on site conditions at time of bid, consisting of regularly scheduled maintenance. MATERIALS.SUPPLIES,AND EQUIPMENT: Contractor will furnish all materials, labor, supplies, and equipment necessary to perform the services specified. LAW AND ATTORNEY'S FEES: This Agreement shall be governed by the laws of the State of California.In the event of suit or action commenced to enforce the terms of the Agreement,the prevailing party shall be entitled to attorney's fees and costs, including any appeal. LIABILITY: Contractor is an independent contractor and Owner assumes no liability for injury to Contractor or Contractor's agents or employees, unless such injury is caused by Owner,Owner's agents,servants,or employees by negligence or intentional acts.It is further understood that Contractor is not liable for any damage of any kind whatsoever that is not caused by the negligence of Contractor, its agents,or employees. INSURANCE: ,,,,meq Contractor agrees to carry the required insurance as described under"General Conditions". lJ 50552"Street,Irwindale,CA 91706 Phone:(626)581-2121 Fax:(626)513-2220 www.pierrelandscape.com Lic.638989 5 Li PIERRE LANDSCAPE NOTIFICATION OF DEFICIENT WORK. If Owner believes Contractor is providing deficient work, Owner agrees to notify Contractor of deficiencies, in writing,within 30 days of said occurrence.If written notice is not received by Contractor within 30 days Owner knew or should have known of deficiencies, Owner agrees to have waived any and all claims to recover past payments and/or rights to withhold present or future payments due under this Agreement. Upon such notification, Contractor agrees to rectify deficiencies within 14 days.If Contractor corrects the deficiencies in accordance with the schedule, it shall not forfeit any amounts due under this Agreement. TERMINATION' It is agreed that either party may terminate this Agreement by giving written notice 30 days in advance.If Owner feels cause of cancellation is due to deficient work (see above section on notice prior to cancelation) by Contractor, it is agreed that the above corrective action shall cancel termination notice.It is further agreed that Contractor may immediately cease performance without termination notice if Owner refuses or fails to pay Contractor according to the terms of this Agreement. LANDSCAPE MAINTENANCE SPECIFICATIONS: Specifications when provided by Owner or Agent shall supersede in which Pierre Landscape, Inc.will perform all work based upon those specifications provided. In the event no specifications are provided, work will be performed according to the following specifications referred to as "Exhibit'A'"and cultural practices current with industry standards.The following specifications shall also serve as an addendum for any items not covered by Owner's/Agent's specifications. .n 54552 Street,Irwindale,CA 91706 Phone:(626)587-2121 Fax:(626)513-2220 www.pierrelandscape.com Lic.638985 PIERRE LANDSCAPE EXHIBIT "A" LANDSCAPE MANAGEMENT SPECIFICATIONS Pierre Landscape,Inc.will provide all labor,tools,equipment, and materials necessary to perform the specified work for Owner or designated Owner's Representative (hereinafter referred to as"Owner"). TURF MANAGEMENT: A. LAWN MOWING I. For all turf areas, Contractor will inspect and police the grounds for litter and debris prior to each mowing and dispose of it on-site in Owner-provided receptacle. 2.Turf will be mowed one time per week during active growing periods, and as often as required during slow periods of growth to maintain a neat and manicured appearance,weather permitting. 3. Mowing height for all irrigated lawn areas will be no less than 1 Y2" and no more than 2 '/z"for a finished cut height unless otherwise requested.Turf will be cut at a uniform height.Any excess clippings will be dispersed and/or collected to prevent damage and unsightly appearance of lawns.Clippings will be disposed of on-site in Owner-provided receptacle. B. EDGING AND STRING TRIMMING 1.All sidewalk curb lines,concrete slabs, tree circles, and bed edges will be edged as often as necessary to maintain a neat and manicured appearance. String trimming will be performed around all trees,shrubs, road signs,guard posts, utility poles, and other obstacles. SHRUB BED MAINTENANCE: A. Landscaped areas will be policed throughout the growing season for weeds, litter,and debris. Particular attention will be paid to entryways,focal points,and high traffic areas. B. Concrete swales(if applicable)will be kept clear of dirt and debris on regularly scheduled visits. C. Complete trimming, edging, and weeding of all shrubs and groundcover areas will be done on a cyclical basis. Major pruning will be done following flowering or during plants'dormant season. 1. Pruning to be performed by Pierre Landscape, Inc. staff who have been trained and demonstrate competency in proper techniques. 2. Prune shrubbery and hedges at established "maintenance' height. 3. Prune groundcover as required to"contain" perimeter growth to within bed areas where adjacent to walks, curbs, and structures. Mature groundcover will be maintained at a consistent appearance with a beveled or rolled edge at hard surfaces. 4. Shaping of plants will occur only where previous practice has been to shape, or as directed. 5. Removal of leaves and debris from lawns, planter beds, and walkways as needed. PLANT CARE: q A. SHRUB AND PLANT PRUNING (under 10 feet because of insurance restrictions) is included on shrubs, 11U•�Jl groundcovers, vines, trellised plants, containerized plants, and hedges. 0 B. PLANTERS will have chemical herbicides applied, if needed, to minimize weed growth. 5455 Street,1,'Gn96e,(A 91706 Phone:IG?G)582-2121 Fax (626)513-2220 www.pierrelandscape.com Gc 638989 -7 Li PIERRE LANDSCAPE TREE CARE A. TREE PRUNING: All trees will be skirted as needed to allow for pedestrian and vehicle clearance. Low branches will be removed when growth interferes with vegetation within the drip line.Tree ties and stakes shall be inspected regularly and adjusted as needed to support the trees.Tree stakes will be removed from trees when the trunks are able to support themselves. Trees growing next to walkways, driveways, and parking areas shall be trimmed up to a height of 7 feet unless otherwise directed by Owner.All trees less than 12 feet tall will be pruned as part of this Agreement.All trees over 12 feet will be considered extra. Proposals will be generated and sent to Owner/Owner's representative for approval. B.ANSI A300: Standards and ISA Best Management Practices (BMPs)will be followed to encourage proper branching structure and good tree health. IRRIGATION: Pierre Landscape, Inc.will adjust irrigation controllers, bubblers, and drip irrigation as necessary for proper watering and will perform warranty repairs as needed.All irrigation issues will be reported to city personnel when not performing efficiently. �yy 5455 2'°Street,Irwindale,CA 91706 Phone:(626)581-2121 Fax:(626)513.2220 www.oterrelandscaoe.com Llc.638989 5 PIERRE LANDSCAPE GENERAL CONDITIONS A. Owner is responsible for all costs associated with water. B. Contractor will provide uniformed staff supervised by fully trained Account Manager. Cellular phones and email communications will be in use during regular business hours, and emergency after-hours communication is available. C.Contractor will provide all payment of wages,workers'compensation insurance, social security tax, employment compensation tax,employer's liability insurance, and all other requirements of federal, state and local government. Contractor will carry the following types and amounts of insurance, at a minimum: Comprehensive General Liability $1,000,000 Bodily Injury/Property Damage Liability 81,000,000 Workers' Compensation $1,000,000 Umbrella Excess $1,000,000 C-27 License #638989 Debris generated by landscape activities will be deposited on-site in Owner's container unless other arrangements are made. Mulching mowers will be used where possible. EMERGENCY CALLS' Pierre Landscape,Inc.will respond to all after-hours emergency calls at the rate of$55.00 per hour with a 4 hour minimum. RAIN DAYS AND HOLIDAYS: A. During rain or extreme weather, only two (2) crew members will be dispatched. B. Two(2)crew members will be on site the following days: Memorial Day,July 4, Labor Day, Thanksgiving Day, Christmas Day, and New Years Day. C. No credit will be given due to rain days or holidays or any days missed due to no fault of Pierre Landscape,Inc. 5055 21-Street,Irwindale,CA 91706 Phcne'.(626)597-2121 Fa.:(626)513-2220 www.plerrelandscape.com Lic,638989 Cr Li PIERRE LANDSCAPE mom Time limit for acceptance of this Proposal is 60 days from the Proposal date, as this Proposal is based upon site conditions at the time of bid.Should this Proposal not be accepted within 60 days, another Property visit and Proposal may need to be provided at Contractor's discretion. ENTIRE AGREEMENT' Agreement incorporates all the terms and conditions which the parties intended to be included herein, and is hereby mutually agreed to be a fully integrated Agreement.Both parties have read this Agreement and fully understand the contents. This contract constitutes the final Agreement between City of Rosemead and Pierre Landscape,Inc. Requested service start date: TBD Customer Acceptance Signature Date Executed By Pierre Landscape, Inc. Date Prepared By: Maples Ramos Division Manager,Commercial Maintenance Dived 626478-28501 Cell 626-2086956 \llk mramos@pierrelandscape com C) 54552-r Street.Irwindale,CA 91706 Phone:1626)5812121 Fax:162615132220 www.oierrelandscape.com Li:.638989 It Li PIERRE LANDSCAPE Monthly Landscape Maintenance Reference Properties Property Name: Page Museum@ La Brea Tarpits Los Angeles County Museum of Arts LACMA- Muirfield (Corporate Houses) Wilshire Miracle Mile The above properties have been maintained by Pierre Landscape for over 10 years O 9 5455 2"Street.Irwindale,CA 91]06 Phone. 626}58/2121 Fax_ 626)513 2220 www.pierrelandscape.com Lic.638985 II PIERRE LANDSCAPE Joe Lowden President a coo Maynor Ramos Division Manager 626.478.2850 office 626.208.6956 cell mramos@pierrelandscape.com Marybei Torres Associate Manager 626.427.6720 office 626.221.4957 cell mtorres®piemelandscape.com Wall 2 Laborers 2 Laborers e 5455 2nd Street,Irwindale,CA 91706 Phone:(626)587-2121 Fax:(626)513-2220 www.pierrelandscape.com lit.638989 ig IZ Li PIERRE LANDSCAPE Service Summary • 6 employees, Monday through Friday • Turf Mowing and Edging • Includes regular shrub pruning, shearing or hand pruning where best utilized • Fertilizer applications for turf and shrub areas as needed for health and appearance • Weed control may involve a combination of chemical and manual means • Clearance pruning of trees up to 12'for vehicle and pedestrian clearance. • Irrigation adjustments, adjustment of controllers,turning off during periods of rain. • Monitor all planting areas for pests, rodents and disease and propose corrective actions • Dispose and recycle all debris off site • Certified Arborists overseeing our Arbor Care programs • Minor landscape pest control applications • Client feedback reporting tools • Consultative enhancement design using digital renderings • Account manager available by smartphone and email • Quality Audits using our quality control staff outside of normal crew • Management support with 24-hour Emergency response 5455 2"d Street, Irwindale,CA 91706 Phone:(626)587-2121 Fax:(626)513-2220 www.pierrelandscaDe.com Lic.638989 13 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD BID SCHEDULE Service Provider shall use the following rates of pay in the performance of the services: Location Address Approx. Annual Cost Acreage 1. Angelus Park 2200 Block of Angelus Ave. 0.25 $1,500.00 2. Ellis Park 3900 Block of Ellis Ln. 0.35 $2,100.00 3. Garvey Community Center 9108 Garvey Ave. 1.00 $5,700.00 4. Garvey Park 7900 Block of Emerson PI. 7.00 $36,240.00 5. Guess Park 8555 E. Mission Dr. 0.35 $2,100.00 6. Klingerman Park 8800 Klingerman Ave. 0.75 $3,480.00 7. Olney Park 8800 Block of Olney St. 0.35 $2,100.00 8. Rosemead Community 3936 N Muscatel Ave. 1 00 $5,700.00 Center Park 9. Rosemead Park/Skate 9100 Block of Mission Dr. 18.0 $82,080.00 Park 10. Sally Tanner Park 8343 E Mission Dr. 1.00 $5,700.00 11. Jess Gonzalez Sports 8471 Klingerman Ave. 3.50 $15,840.00 Complex 12. Triangle Park 800 Block of San Gabriel Blvd. 0.75 $3,480.00 13. Zapopan Park 3000 Block of Angelus Ave. 6.00 $23,160.00 14. Jay Imperial Park San Gabriel Blvd./Pine Ave., SCE 5.61 $27,540.00 Transmission Corridor Location Address Annual Cost 15. City Hall 8838 E Valley Blvd.-Exterior Landscape $8,100.00 16. Rosemead County Library 8800 E Valley Blvd.-Exterior Landscape $8,100.00 17. Dinsmoor House 9632 Steel St.-Exterior Landscape $2,700.00 18. Garvey Blvd.-Medians& New Ave to Rio Hondo Bridge Parkways and Sidewalk $5,700.00 Cleaning 19. Marshall St.-Medians 100'West of Rosemead Blvd.to Hart Ave. $1,320.00 20. Rosemead Blvd.- 10 Fwy to North City Limit Medians $2,700.00 21. Rush St.-Medians& Walnut Grove Ave.to San Gabriel Blvd. Parkways and Sidewalk $4,680.00 Cleaning 22. San Gabriel Blvd.- Hellman Ave.to Rush St. Parkways and Sidewalk $14,400.00 Cleaning 23. Valley Blvd.-Pathways Charlotte Ave.to Strang Ave. $18,000.00 and Sidewalk Cleaning 24. Walnut Grove Ave. East East side of Walnut Grove Ave.on both hillsides Slopes and Medians of Interstate 10 Fwy $6,960.00 25. Walnut Grove Ave.West West side of Walnut Grove Ave.on both hillsides Slopes and Medians of Interstate 10 Fwy $1,800.00 _ 26. Rosemead Blvd. Slopes West and East sides of Rosemead Blvd., north of FI and Medians nterstate 10 Fwy $1'800'00 ' _ 27. Del Mar Ave. Slopes and West and East sides of Del Mar Ave., south of Medians Interstate 10 Fwy $1,800.00 0 28. San Gabriel Blvd.Slopes West and East sides of San Gabriel Blvd., south $1,740.00 '--" of Interstate 10 Fwy 0 RFP 201707,Page 12 H REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD 29. Walnut Grove Ave.- Hellman Ave. to Marshall St. Medians $1,500.00 30. Walnut Grove Ave.- Marshall St. to Valley Blvd. Medians $1,500.00 31. San Gabriel Blvd.- West City Limit to State Route 60 Fwy Medians $1,500.00 32. Towne Center Dr.- San Gabriel Blvd to Montebello Blvd. Medians $1,500.00 33. Montebello Blvd.- Towne Center Dr.to South City Limit $1,500.00 Medians 34. Grand Ave.-Westbound Muscatel Ave. to Rosemead Blvd.(8800-8900) Easement and Sidewalk $2,700.00 Right of Way 35. N Ramona Blvd.- Hart Ave.to Rosemead Blvd. (9200-9300) Westbound Easement and $4,500.00 Sidewalk Right of Way —- 38. S Ramona Blvd.- Burton Ave.to Rosemead Blvd. (Along Fwy Easement Sound wall, 8600-8900) $5,700.00 37. N San Gabriel Blvd. and Southwest Corner $1,320.00 Garvey Ave. Service Address Annual Cost Rosemead Community 3936 North Muscatel Ave. Recreation Center(RCRC)- $35.00/flat Color Maintenance The Garvey Center-Color 9108 Garvey Ave. $35.00/flat Maintenance Public Safety Center-Color 8301 Garvey Ave. Maintenance $35.,.w, at Rosemead City Hall-Color 8838 East Valley Blvd. Maintenance $35.00/flat Service Provider may utilize subcontractors as indicated in this Agreement. The hourly rate for any subcontractor is not to exceed $ $125.00 per hour without written authorization from the City Manager or his designee. The total compensation for the Services shall not exceed$ $318,240.00 , as provided in Section 4'Compensation and Method of Payment'of this Agreement. TOTAL BASE BID PRICE(SCHEDULE BID PRICE): $ $318,240.00 Three hundred eighteen thousand two hundred forty dollars and 00/100 Dollar amount in written form _ Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to o stay within the budgeted amount of this project. r-r RFP 2017-07,Page 13 15 REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn far the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date,or until a Contract for the Work is fully executed by the Owner and a third party,whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five(5)Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted,it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act(15 U.S.C. Section 15)or under the Cartwright Act(Chapter 2 of Part 2 of Division 7 of the Business and Professional Code),arising from purchases of goods,materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders'final payment to the Contractor. Bidder understands and agrees that,when requested by Owner, he shall provide:(1)evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3)any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos, The Bidder understands and agrees that the Total Bid Price is inclusive of all labor,materials,and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted,the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds a dd accep - - Bid Price as compensation in full for all Work under the contract. By: _ - 5`1SS 2N° `;-.426;.-r— ' carit nature Business Street Address _" 0:z-'1%-1 aALEf CA 9170(0 Type or Print Name City, State and Zip Code V'ee..c. f cco L6305S7- 31a1 Title Telephone Number Bidders/Contractor's State of Incorporation: CA \( Partners or Joint Ventures: 0. O RFP 2011-07,Page 14 ((C REQUEST FOR PROPOSALS LANDSCAPE MAINTENANCE SERVICES CITY OF ROSEMEAD Bidder's License Number(s): C 21— 10x3`9$`9 NOTES: 1) By its signature on this Bid,the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint ventures. • END OF SECTION l� • RFP 2017417,Page 15 17 VN°It City of12Qsemeaii VI MIR MO IfVh. 1 ' IIIAAI )IuunA :•P+ 111\(11 N/1.%111116- VAI tl\I \II \U \IP JH\I\' I viA. ,. , IIIIPI AI .J., ADDENDUM No. 1 LANDSCAPE MAINTENANCE SERVICES RFP 2017-07 (Bid Opening Date: May 31, 2017 at 10:00 am) To All Prospective Bidders: Please note the following revisions on the specifications for the above project: ALSO, NOTICE IS HEREBY GIVEN That the City Staff will conduct a mandatory pre-bid meeting at the Public Work Corporate Yard at 2714 River Avenue, Rosemead, CA 91770 on May 241h, 2017 at 10:00 a.m. The addendum No. 1 forms a part of the Contract Documents for the above described project and shall supplement or supersede referenced sections of original plans and specifications. This Addendum No. 1 must be signed by the Bidder and submitted along with the Bidder's Proposal. Failure to acknowledge receipt of addendum will disqualify the Bidder. BY ORDER OF THE CITY OF ROSEMEAD Date: May 18, 2017. Rafael M. Fajardo City Engineer Acknowledgement: Bidder: z _ Date: 51)1417 0 Title: t1 (1>0 Pagel of 'S AsILM E �S 0 ' � '7 \ NC ` 0 bRPpp4EO %;g Attachment D LandCare Proposal LandCare 4134 Temple City Blvd., Rosemead, CA 91770 P 626.377-4845 LandCare.corn May 31, 2017 Mr. Rafael M. Fajardo, P.E. City Engineer City of Rosemead 2714 River Avenue Rosemead, CA 91770 Re: Request for Proposals RFP 2017-07 Landscape Maintenance Services Dear Mr. Fajardo: LandCare is pleased to submit the following proposal for Landscape Maintenance of Specified Areas within City Limits. LandCare Branch 202025 is located at 4134 Temple City Blvd, Rosemead, CA 91770. Our telephone number is (626) 377-4845 . Don Cully (Region Manager) is authorized to make presentations on behalf of LandCare (please see attached Designation of Representative). As you will see on the following pages, LandCare continues to be more than qualified to perform the services as specified in your Notice Inviting Proposals dated May 11, 2017. LandCare has the equipment and manpower to service the residents of the City of Rosemead in the professional manner they have come to expect. Thank you for allowing us the opportunity to submit this proposal. This submission is valid for 61 days. Respectfully suubbbmmitted, Don Cully Region Manager 12822 Yukon Avenue, Hawthorne, CA 90250 Office: 310-671-9585 Cell: 310-259-5598 Your land. Our Care. California Contractor License#970508 Prepared for the: City of Rosemead Notice Inviting Proposals for Landscape Maintenance of Specified Areas within City Limits Bid No. 2017-07 (dated May 11 , 2017) Submitted by: LandCare USA 4134 Temple City Blvd Rosemead, CA 91770 626-377-4845 Date of Submittal: May 31 , 2017 1 . INFORMATION/BACKGROUND 2 Proposal Summary City of Rosemead- Landscape Maintenance Services LandCare is proud to provide the City of Rosemead with this proposal for Landscape Maintenance Services. We are confident that as you survey our proposal and our pricing, as well as contact our references, you will find that our company has the relevant experience, staffing, and financial stability to expand our current scope of work to include all areas covered in this new scope of work. Included in this Proposal Summary are a few of the highlights of both our company and our proposal. 10+ Years of Experience with the City of Rosemead The biggest differentiator that sets LandCare apart from other vendors bidding on this contract is that we have been providing landscape maintenance services for the City of Rosemead for over a decade. This provides us with an intimate working knowledge of the landscape. Large Portfolio of Municipal Customers Another key differentiator setting our firm apart from our competitors is that we maintain several other large municipalities in Southern California. Our branch currently provides landscaping maintenance services for the City of Santa Monica, the City of Beverly Hills, the City of South Pasadena, the City of Norwalk, the City of Covina, the City of Gardena, and the City of El Segundo just to name a few. Our branch of LandCare is focused exclusively on the care and maintenance of municipal and other government related entities. Registered with E-VERIFY LandCare is registered E-VERIFY company. This ensures that in addition to our drug testing and criminal background pre-employment checks, all new hires have been cleared through the E-VERIFY process to ensure that they are legally authorized to work in the United States. Strong Local Presence with a National Reach LandCare has 11 branches in our Southwest Region and 50 branches nationwide. We are financially strong and are able to manage the ebbs and flows of an uncertain economic climate. 3 Commitment to Safety / Safety Manager Our Company's commitment to safe work practices starts with our CEO and permeates all the way down to our newest employees. Prior to beginning employment, all new hires are required to complete our company's extensive New Hire Safety Orientation. This training is a team effort that is spearheaded by our Safety Manager (SM). This FULL-TIME staff position is integral to driving a safety culture at our branch. In addition to the Orientation process, the SM conducts in-field safety audits known as Field Safety Reviews. These audits examine both work practices as well as condition of equipment, vehicles, and trailers. All Account Managers are also required to complete a Field Safety Review in an effort to increase our company's focus on working safely. We also conduct weekly "tailgate" training topics with all employees and "red flag"trainings whenever serious accidents occur. Training In addition to Safety Training, all employees are trained in our branches and on-the-job on the proper use of equipment and vehicle. This not only helps ensure we are working safely, but also ensures that our guys are getting the best use of their tools and equipment and educated in the proper selection of tools for any given task. Our branch utilizes ProStyle driving principles to ensure our drivers are utilizing driving techniques that help promote safe driving while also providing the best practices to ensure our vehicles are in top running condition. Competitive Pricing Our company's financial stability and national reach allow us to procure equipment and materials at lower prices than most of our competitors. This allows us to ultimately be competitive in the pricing that we are offering to our customers. In able to provide the City of Rosemead a more competitive bid. 4 Profile on LandCare There are no significant prior or ongoing contract failures or criminal litigations or investigations. LandCare is a party to several civil lawsuits, none of which are significant and all of which allege general liability claims. LandCare is fully covered for all litigations and expects the case to resolve either through settlements or successful court motions. 5 City of Rosemead— Landscape Maintenance Services Summary LandCare is one of the largest landscape maintenance services providers in the United States. We have over 5,000 employees in 50 locations across the country. LandCare, Branch 202025,a California General Partnership,founded September 1, 1999 through the successful acquisition of many top landscape companies, has over 40 years of experience and knowledge to serve our customers. We provide professional landscape maintenance to many city and public work projects Our local Branch(202025) is located 4134 Temple City Blvd, Rosemead,CA,91770. This branch provides landscape maintenance services for several municipalities in Southern California including but not limited to,the City of South Pasadena,the City of Rosemead, and several contracts with the County of Los Angeles. Our branch is focused exclusively on the maintenance of municipalities and other government entities. Local Organizational Structure Our Branch(202025) has one Branch Manager as part of our local senior leadership. We also have a total of 1 Account Manager, 1 Production Manager with a QAL,along with irrigation and enhancement crews. Our total employee count for our local branch (202025) is 45. Below is our proposed organizational chart for the work to be done in the City of Rosemead. Don Cully—Region Manager—8 years industry experience Cody Martin—Branch Manager—S years industry experience Cell: 818-669-2804 E-mail:cody.martinj landcare.com Esteban Palma—Production Manager—20 years industry experience Cell: 818-736-7966 E-mail: esteban.palmaalandcare.com Luis Martinez—Supervisor Rigoberto Chavez—Irrigation Tech Maintenance Crew Enhancement Crew(as needed) 5 full time crew members 2 full time crew members 6 2. KEY PERSONNEL 7 Staff Qualifications Region Manager: Don Cully • 8 Years in Landscape Industry Manages the operations for the Los Angeles Region. Over 20 years of customer service and general management experience. Serves as high level client relations and provides added layer of support to the local branch teams. Branch Manager: Cody Martin • 8 Years in Landscape Industry Holds a Bachelor of Science in Agricultural Development and Leadership/Landscape Horticulture. Manages the day to day workings of the branch ensuring the highest level of service possible from the office to the field. Production Manager: Esteban Palma • 20 Years in the Landscape Industry Manages the day to day operations and performance of the on-site maintenance crews. Handles high level conflict and provides resolutions that are beneficial to the client without negatively impacting the daily operations. Develops and maintains long term client relationships to ensure expectations are met and complaints are resolved throughout the duration of the contract. Available to meet with customers on a weekly basis. Communicates daily with on-site supervisor to ensure completion of all assigned tasks. 8 DONALD A. CULLY 7015 Blackbird Lane • Anaheim Hills, CA • 92807 Home (714) 281-8114 • Cell (310)259-5598 doncullyl@gmail.com Executive Summary Diversified leader in sales and operations management with broad experience in building relationships at all levels of the organization. Recognized for ability to lead a team,train and provide mentorship, attract and retain talented partners,exceed financial targets, and improve existing processes through lean transformational methods.Verifiable track record noting successful P&L management, best practices implementation,and driving performance initiatives that ensures sustainable results. Specialized in: • P&L Management/Budgetary Direction • Talent Development& Planning • Account Management • Multi-site Operational Leadership • Sales&Service/Operations Excellence • Change Management&Strategy Professional Experience LANDCARE(formally TruGreen LandCare),Regional Manager 2009-Present Full P&L responsibility of$14 million dollar region budget including organic sales growth, profitability, cost controls, financial budgeting and labor scheduling for landscape maintenance and construction services. • Manage multiple branches consisting of 6 direct reports and a team of over 300 employees. Facilitate strong cross communication between departments to achieve company goals • Achieved 98%customer retention rate by delivering exceptional customer service and building strong professional relationships • Selected by company President to define and share best practices that ensure high levels of satisfaction for commercial,residential and retail property owners and management companies • Responsible for administering OSHA safety requirements, loss prevention and regulatory compliance UNIVERSAL PROTECTION SERVICE,Director of Customer Service 2008 -2009 Recruited to restructure an underperforming Customer Communication Center and service department. Supervised relocation to a new, state-of-the-art facility and established corporate guidelines to maximize customer satisfaction. • Created a Customer Service Operations Manual. Revised all CSR communication techniques and standardized building emergency response protocol. Utilized daily quality control measures to maintain a high level of operational performance. • Surpassed company goal of a '24 Hour Response Time'through effective scheduling solutions for service and installation team. 9 • Managed a 24/7 call center with 16 customer service phone operators,4 service sales technicians and 3 installation technicians serving the Southern California region. CINTAS CORPORATION 1995-2008 First Aid and Fire Protection Services,General Manager(2005-2008) Full management responsibilities included sales growth, profitability, cost controls, financial forecasting, strategic planning, and development of subordinates.Serviced over 12,000 customers generating$16 million in annual sales. • Exceeded profit projections by over$600,000 over two years • Provided leadership to 10 direct reports and 125 sales and service employees. • Developed key inventory reduction initiatives that led to annual cost savings of$50,000. • Evaluates staff performance and administers disciplinary actions consistent with company policy. Ant Aid and Safety,Service Sales Manager(1999-2005) Hired, motivated, and developed 20 Service Sales Representatives supporting 4,000 corporate customers;generated $4.1 million annual sales in the Southern California area. • During first year, increased sales of first aid and safety products by 20%, increased gross profit from 55%to 71%,and exceeded profitability projections by 9%. • Converted route invoicing to portable computing, resulting in a 40%productivity increase. • Selected by division Vice President to help develop a Service Manager College implemented corporate-wide covering sales, customer service,operations management, hiring, and training. • Managed a monthly$400,000 product inventory. Uniform Division,Service Manager(1995—1999) Managed a team of 11 Route Service Sales Representatives and Customer Service Department serving 1400 customers. • Responsible for$4.6 million annual rental sales; increased territory profit by 2%through direct sales of auxiliary products. • Maintained of$900,000 annual service budget and a fleet of 40 service vehicles. • Reduced garment purchases by 3%resulting in$712,000 annual savings. • Recruited by corporate headquarters to develop a 12-week training certification program for Service Sales Representatives, implemented nationwide. DOLLAR RENT-A-CAR, Regional Manager 1993-1995 Facilitated company transition from retail based to a rental replacement based operation.Managed 6 offices, 30 employees, and 750 vehicles. • Formulated and executed branch-specific profit and loss statements and fleet tracking guidelines. • Designed recruiting materials; instituted new hiring practices;developed comprehensive 8-week training program for new employees. • Conducted advanced courses to upgrade selling skills of management team.Topics included up- selling techniques and damage waiver sales. ENTERPRISE RENT-A-CAR,Area Manager 1986-1993 Responsible for 150 accounts generating$7.8 million in annual sales. Managed 6 branches and a 40- person sales force. Supervised all accounts payable and receivable within the area.Created and 10 implemented marketing promotions and incentive sales programs. Led sales presentations and seminars at nationwide manager conferences and statewide employee functions. • Increased market share to 60%in three years. • Achieved 43%of gross sales out of a 4-area group. • Tripled branch offices from 2 to 6 and increased rental fleet from 200 to 700 in two years. • Expanded into corporate market and established nearly$1 million in new corporate sales. DICK'S IMPERIAL BIRD BATH,Principal 1979-1982 Owned and operated aircraft cleaning service at John Wayne/Orange County Airport while in high school.Serviced over 150 airplanes monthly. Mastered all aspects of running a small business. Education San Diego State University,San Diego,California, Bachelor of Science in Business and Marketing 11 CODY MARTIN LandCare USA Pasadena,CA Jan 2017-Present Branch Manager, Pasadena • Managed and stewarded a branch budget with approximately$3M in total revenue • Oversaw,developed,counseled,and disciplined full-time employees(2 salary/36 non- salary) • Fostered and maintained long-term client relationships and maintenance contracts • Tracked and forecasted branch performance accurately each week with corporate comptroller • Ensured all billing was completed in a timely and accurate manner • Developed and implemented effective sales strategies for potential clients The Brickman Group Houston,Tx/Orange County, Sept. 2008-Aug CA 2016 Project Leader-Market Optimization Team,Southern California, September 2015 - Present • Local project lead for Market Optimization events ▪ Managed 2 person team focused on all operational and administrative tasks • Served as change manager to coach Branch Managers and teams through change of roles and client transitions • Provided single point of contact for all issues and delivered solutions to problems and challenges Account Manager, Orange County, April 2014-September 2015 • Established and maintained long-term client relationships for approximately$1.5M portfolio • Proactively presented site enhancement ideas, resulting in significant sales and design/build • Created a tailored customer relation schedule with site walk-throughs and formal meetings • Advanced new maintenance contracts through diligent client relations,as well as cold calling • Created personalized client budgets to ensure increased revenue and proactive management Operations Manager, Orange County, November 2012 -April 2014 • Established and maintained long-term,loyal client relationships for approximately$1M portfolio • Proactively presented site enhancement ideas,resulting in significant sales and design/build • Created a tailored customer relation schedule with site walk-throughs and formal meetings • Trained,counseled,and disciplined 5 crew leaders and 15 crew members Branch Manager, Houston, March 2012 - November 2012 • Managed and stewarded a branch budget with approximately$5M in total revenue • Oversaw,developed,counseled,and disciplined full-time employees(9 salary/75 non- salary) • Fostered and maintained long-term client relationships and maintenance contracts • Tracked and forecasted branch performance accurately each week with corporate comptroller • Ensured all billing was completed in a timely and accurate manner • Developed and implemented effective sales strategies for potential clients 12 Account Manager, Houston, January 2011 — February 2012 • Established and maintained long-term,loyal client relationships for approximately$1M portfolio • Proactively presented site enhancement ideas,resulting in significant sales and design/build • Advanced new maintenance contracts through diligent client relations,as well as cold calling • Created a tailored customer relation schedule with site walk-throughs and formal meetings Operations Manager, Houston, January 2009 -December 2010 • Managed landscape maintenance jobs by coordinating materials,personnel and contractors • Stewarded accurate administrative records of all time sheets,material reports,and schedules • Trained,counseled,and disciplined 4 crew leaders and 16 crew members Maintenance Supervisor, Houston, September- December 2008 • Supervised,scheduled,and directed a crew of eight full-time employees • Ensured job site quality through coordination with Operations Manager • Maintained timesheets,vehicles,equipment,and punch lists Education Texas A&M University College station,ix 2002-2007 Bachelor of Science, Agricultural Leadership and Development, May 2007 Bachelor of Science, Landscape Horticulture, May 2007 13 Esteban Palma 15440 Citron Ave Fontana,CA 92335 Cell:818-736-7966 OBJECTIVE: Seeking a challenging opportunity where I can utilize my strong organizational skills, educational background,and ability to work well with people,which will allow me to grow personally and professionally. I am self motivated and able to work both independently and as collaborative team member. Class 1994 Saddleback H.S. Diploma-Santa Ana,CA 2003-2005 Lincoln Educational Center-Computer Assisted Drafting Certificate-Garden Grove, CA 2010-2014 LA Harbor College-Drafting Architecture Tech-Wilmington, CA Part time Dean's Honor List, Fall 2010-Spring 2010 Full time President's Honor List,Spring 2011-Fall 2011 2014-2016 El Camino College -Ornamental Horticulture-Torrance, CA SKILLS: - Architecture Drafting - Microsoft Word -AutoCad 2007-2011 - Industrial Design - Microsoft Excel - Resourceful - Solidworks Software - Outlook -Open to New Challenges - Blue Print Reading - Adobe Illustrator, Photoshop-Highly Motivated EMPLOYMENT LandCare USA.-4134 Temple City Blvd Rosemead,CA 91770 05/2016-present Production Manager Manage and coordinate activities of workers doing landscape maintenance and installation in areas such as parks, playgrounds, commercial properties,apartment complexes, municipal properties and other areas performing several duties such as: Ensuring delivery of quality service and customer satisfaction, Developing long-term relationships with clients to ensure open-line of communication, Performing formal and/or informal landscape quality audits to ensure client and company standards are met, Providing estimates for supplemental work&enhancements to improve the quality of landscape, Developing and maintaining crew member relationships to ensure a positive and productive work environment, Mentor and train the development of crew member talents and strengths,Assigning and re-directing work load for crew members, Monitoring operation expenses,and Developing& Coordinating plans for efficient use of personnel and resources. Brickman Group Ltd. -180015. Figueroa St. Gardena,CA 90248 06/2013- 05/2016 Operations Manager/Branch Safety Leader Manage landscape enhancement side of the branch. Responsible for overseeing multiple landscape enhancement crews,writing enhancement estimates, proposals and made sure the enhancements were done to professional standards. Maintained and prioritized project schedules. Made sure to order and secure all materials and equipment needed to complete projects as well as making sure projects were completed on time and within budget. I oversaw the firing,training and development of new crew members. Proficient with computer software programs including: word,excel,outlook,able to read 14 blueprints, landscape designs and have knowledge of plant materials. Have effective oral and written communication skills,great customer services,able to resolve and identify customer concerns, able to prioritize job duties as well as multi-task in a fast paced work environment. Always made sure employees,customers, and general public are in a safe work environment as a Safety Branch Leader. Ensured work was in compliance with all safety rules and regulations. Regularly inspected and replaced worn PPE in the field. Distributed and tracked weekly safety tailgate meetings. Tracked and controlled inventory for safety supplies need and made sure all management team was aware. I conducted regular safety meetings with field supervisors, crew leaders,and crew members as safety is very important to our company. Summit Inspections Services-2101 E. Pacific Coast Hwy Wilmington,CA 90744 4/2008-8/2012 LDAR Inspection Technician Monitored Fugitive Emissions of volatile organic compounds in oil refineries. Took Inventory control of CA rule 1173 and 1176 major components in an oil refinery. Monitored accessible and difficult to monitor components. Drove a manlift to inspect inaccessible components. Analyzed air containment emissions by performing Physical testing of sources. I re-Inspected sources found in non-compliance with south coast AQMD district, state health and safety codes,state and federal air quality regulations. ValleyCrest Maintenance-17813 5. Main St. Suite 105 Gardena,CA 90248 03/1997-04/2008 Foreman/Supervisor Responsible for safety and training of multiple maintenance crews in the field. Managed crew productivity on each job and ensured that jobs were completed on time. Conducted and managed safety training: monitored and enforced safety practices and policies by demonstrating role model behaviors on ethics and integrity as well as positively promoting the Company Culture Requirements. Planned,organized,directed and coordinated activities with employees to engage in landscape maintenance,such as planting and maintaining ornamental trees,shrubs,flowers, lawns,and applying fertilizers, pesticides, herbicides, and other chemicals according to contract specifications. Maintenance and repair of landscape irrigation systems, Programming of landscape irrigation timers. 15 Qualifications of Bidder LandCare, Branch 202025, a California General Partnership, founded September 1, 1999 through the successful acquisition of many top landscape companies, has over 40 years of experience and knowledge to serve our customers. We provide professional landscape maintenance to many city and public work projects. LandCare is qualified to provide landscape maintenance Services to the City of Rosemead with the most up-to-date horticultural practices keeping within the scope of work listed in the "Scope of Services-Technical Specification'. The following are municipalities that we currently perform work for: Agency/Company Contactfrtle Telephone 'A of Work Work Performed Total Project Costl Number Performed by Annualized LandCare City of Norwalk Inez Alvarado 562/929-5702 100% Landscape Contract Maintenance of $468,421 Administrator Parks,Medians and Landscaped Facilities City of Santa Monica Darrell Baker 310/458-8974 100% Landscape Public Landscape Maintenance of $1,475,532 Superintendent Parks,Medians,and Landscaped Facilities City of Cerritos Steven Bova 562/407-2656 100% Landscape Contract Maintenance of $320,796 Administrator Parks,Medians and Landscaped Facilities City of Beverly Hills David Garrard 310/285-2457 100% Landscape General Parks Maintenance of $398,056 Maintenance Parks,Streetscapes Supervisor and Landscaped Facilities LandCare shall adhere to the schedule and budget for the Notice Inviting Proposals for Landscape Maintenance of Specified Areas within City Limits Bid No. 2017-07. 17 4. UNDERSTANDING OF SCOPE OF WORK AND WORK PROPOSAL 18 Work Statement and Quality Control Plan City of Rosemead- Landscape Maintenance Services Work Statement As a contractor with 10 years of experience working with the City of Rosemead, LandCare fully understands the desired goals and the image that the City strives to project. We fully understand the entire scope of this contract from the maintenance and care of the turfgrass and planter areas to the cleanliness and care of the various park amenities. Our primary approach to providing these services in three-fold. First, we must create and follow appropriate schedules for service to ensure completion of all necessary tasks and that any areas requiring service on certain days or certain times are completed as required. Second, we must ensure that all equipment is in proper and safe working condition. We will not be able complete the first part of this process if we have deficient or downed equipment. Daily inspections of equipment and vehicles will help ensure this goal is met. Finally, we will utilize Supervisors, the Production Manager, and Branch Manager to conduct periodic inspections to ensure that we are meeting the expectations set forth in this scope of work. In addition, the Production Manager will attend weekly meetings with the Public Works staff to recap the work performed by the crew from the previous week, while identifying any extra tasks that need to be performed for the current week. Quality Control Plan The principle objective to any Quality Control Program is to establish and maintain a consistent level in the quality of services provided. Ensuring that work has been completed per specification is a task that rests with our Supervisors, Production Manager, Account Manager and Branch Manager. After each phase of the service has been completed the work will be inspected and evaluated by a Supervisor prior to moving to another location in the City. Throughout the day, our Production Manager will conduct spot inspections on locations throughout the City to ensure tasks are being completed per contract specifications and good horticultural practices. All work completed per service request will be inspected daily by the Supervisor responsible for that given area. This person will inspect prior to work commencing and once work has been completed. Follow-up communication confirming the service request's completion will come from the Account/Project Manager to the primary point person for the City of Rosemead. In addition to these inspections, the Production Manager, Account Manager, and Branch Manager will set regularly scheduled meetings to inspect areas of maintenance to ensure 19 specifications and expectations are being met. Documented punchlists will be generated to ensure all items covered in these walks are communicated with our crews and are completed within specified time frames. Another tool that we utilize is our Landscape Quality Audit (LQA). The LQA is an excellent way for both partners, LandCare and the City, to review all aspects of landscape at a given site or for the entire City. It is an excellent document that helps drive any necessary improvements that might be needed in service and quality. LQA's are entered into our internal systems and are monitored by Branch, Region, and Divisional Management. 20 5. BID SCHEDULE 21 BID SCHEDULE Service Provider shall use the following rates of pay in the performance of the services: Location Address Approx Annual Cost Acreage 1. Angelus Park 2200 Block of Angelus Park 0.25 $ 1,221.00 2. Ellis Park 3900 Block of Ellis Ln. 0.35 $ 1,678.00 3. Garvey Community Center 9108 Garvey Ave. 1.00 $ 4,884.00 4. Garvey Park 7900 Block of Emerson PI. 7.00 $ 34,032.00 5. Guess Park 8555 E. Mission Dr. 0.35 $ 1,678.00 6. Klingerman Park 8800 Klinaerman Ave. 0.75 $ 3,663.00 7. Olney Park 8600 Block of Olney St. 0.35 $ 1,678.00 8. Rosemead Community 3936 N Muscatel Ave. 1.00 Recreational Center $ 4,884.00 9. Rosemead Park/Skate Park 9100 Block of Mission Dr. 18.0 $ 86,989.00 10. Sally Tanner Park 8343 E Mission Dr. 1.00 $ 4,884.00 11. Jess Gonzales Sports 8471 Klingerman Ave. 3.50 Complex $ 16,787.00 12. Triangle Park 800 Block of San Gabriel Blvd. 0.75 $ 3,663.00 13. Zapopan Park 3000 Block of Anaelus Ave. 6.00 $ 29,150.00 14. Jay Imperial Park San Gabriel Blvd./Pine Ave., SCE 5.61 Transmission Corridor $ 23,275.00 Location Address Annual Cost 15. City Hall 8838 E Valley Blvd- Exterior Landscape $ 7,670.00 16. Rosemead County Library 8800 E Valley Blvd- Exterior Landscape $ 7,670.00 17. Dinsmoor House 9632 Steel St-Exterior Landscape $ 2,442.00 18. Garvey Blvd. -Medians 8 New Ave to Rio Hondo Bridge Parkways and Sidewalk Cleaning $ 5,646.00 19. Marshall St-Medians 100'West of Rosemead Blvd to Hart Ave $ 992.00 20. Rosemead Blvd- 10 Fwy to North City Limit Medians $ 992.00 21. Rush St-Medians & Walnut Grove Ave to San Gabriel Blvd Parkways and Sidewalk Cleaning $ 4,884.00 22. San Gabriel Blvd- Hellman Ave to Rush St Parkways and Sidewalk Cleaning $ 15,261.00 23. Valley Blvd- Parkways Charlotte Ave to Strang Ave and Sidewalk Cleaning $ 19,076.00 24. Walnut Grove Ave East East side of Walnut Grove Ave on both hillsides of Slopes and Medians Interstate 10 Fwy $ 7,325.00 25. Walnut Grove Ave West West side of Walnut Grove Ave on both hillsides of Slopes and Medians Interstate 10 Fwy $ 1,335.00 26. Rosemead Blvd Slopes West and East sides of Rosemead Blvd, north of and Medians Interstate 10 Fwy $ 1,335.00 27. Del Mar Ave Slopes and West and East sides of Del Mar Ave, south of Medians Interstate 10 Fwy $ 1,335.00 28. San Gabriel Blvd Slopes West and East sides of San Gabriel Blvd, south of Interstate 10 Fwy $ 1,335.00 22 29. Walnut Grove Ave— Hellman Ave to Marshall St Medians $ 992.00 30. Walnut Grove Ave— Marshall St to Valley Blvd Medians $ 992.00 31. San Gabriel Blvd— West City Limit to State Route 60 Fwy Medians $ 992.00 32. Towne Center Dr— San Gabriel Blvd to Montebello Blvd Medians $ 992.00 33. Montebello Blvd— Towne Center Dr to South City Limit Medians $ 992.00 34. Grand Ave—Westbound Muscatel Ave to Rosemead Blvd (8800-8900) Easement and Sidewalk Right of Way $ 992.00 35. N Ramona Blvd— Hart Ave to Rosemead Blvd (9200-9300) Westbound Easement& Sidewalk Right of Way $ 992.00 36. S Ramona Blvd— Burton Ave to Rosemead Blvd (Along Fwy Sound Easement Wall, 8600-8900) $ 992.00 37. N San Gabriel Blvd and Southwest Corner Garvey Ave $ 992.00 Service Address Annual Cost Rosemead Community 3936 North Muscatel Ave $ 300.00 Recreation Center(RCRC)— Color Maintenance The Garvey Center—Color 9108 Garvey Ave $ 300.00 Maintenance Public Safety Center—Color 8301 Garvey Ave $ 300.00 Maintenance Rosemead City Hall—Color 8838 East Valley Blvd $ 300.00 Maintenance Service Provider may utilize subcontractors as indicated in this Agreement. The hourly rate for any subcontractor is not to exceed $ 60.00 per hour without written authorization from the City Manager or his designee. The total compensation for the Services shall not exceed $ 305,892.00 , as provided in Section 4 "Compensation and Method of Payment" of this Agreement. TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $ Three hundred-five thousand eight hundred ninety-two and no/100's. Dollar amount in written form. Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. 23 The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated In the Notice inviting Bids from and after the bid opening date, or until a Contract for the Work n fully executed by the Owner and a third party,whichever is earlier. The undersigned also agrees that f there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act 05 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders' final payment to the Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractors license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the bwest responsible and responsive bidder. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so dentified by Bidder. Bidder further acknowledges that the Owner may, at is discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is nclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. By: 12822 Yukon Ave Signature Business Street Address Don Cully Hawthorne, CA 90250 Type or Print Name City, State and Zip Code Region Manager 310-671-9585 Title Telephone Number Bidder's/Contractor's State of Incorporation: Partners or Joint Ventures: Landcare USA, LLC Landcare Holdings ,Inc. 24 Bidders License Number(s):California Contractors License 970508 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint ventures. • END OF SECTION • 25