Loading...
CC - Item 7C - Landscape Maintenance Services Award of ContractROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGER _I -M DATE: JUNE 11, 2019 SUBJECT: LANDSCAPE MAINTENANCE SERVICES — AWARD OF CONTRACT SUMMARY The current contract for landscape maintenance services with Mariposa Landscapes Inc. will expire on June 30, 2019. The scope of work for this contract includes lawn mowing; tree pruning for pedestrian and vehicle clearance; blowing and sweeping of sidewalks and hardscapes; collecting and disposing of litter and debris; edging, string trimming and weeding all shrub and ground cover areas; fertilizing trees, turf; shrub and ground cover areas; and performing weed and pest control for the landscaping at the City parks, City facilities and the public right-of-way. A Request for Proposals was circulated to several landscape maintenance providers, and on May 29, 2019, five proposals were, received. Staff reviewed the proposals for completeness, understanding of scope of work, methodology, experience and cost; and is recommending the award of a new contract to Evergreen Landscaping in the amount of $343,740 per year. STAFF RECOMMENDATION Staff recommends that the City Council: 1. Authorize the City Manager to enter into a three-year contract with Evergreen Landscaping in the amount of $343,740 per year, with the option for up to two one-year extensions; 2. Appropriate an additional $85,000 in General Funds in the Fiscal Year 2019-20 to cover the cost of the new landscape maintenance contract; and 3. Take such additional, related action that maybe necessary. DISCUSSION The City of Rosemead currently has 14 parks and several City facilities that require regular maintenance of the surrounding landscaping including City Hall/Civic Center Plaza, Rosemead Community Recreation Center, and Garvey Center. In addition, along many of the City's arterial streets and some collector streets, the City has several median islands, parkway/sidewalk areas, and slope embankments adjacent to the I-10 Freeway that require regular landscape maintenance. AGENDA ITEM NO. 7.0 City Council Meefing June 11, 2019 Page 2 of 3 The scope of work for landscape maintenance services includes the following: lawn mowing; tree pruning for pedestrian and vehicle clearance; blowing and sweeping of sidewalks and hardscapes; collecting and disposing of litter and debris; edging, string trimming and weeding all shrub and ground cover areas; fertilizing trees, turf, shrub and ground cover areas; and performing weed and pest control for the landscaping at all City parks, City facilities and the public right-of-way. On June 27, 2017, the City Council awarded a two-year contract to Mariposa Landscapes Inc. to provide landscape maintenance services to the City. The contract is set to expire on June 30, 2019. Although the current contract allows for up to three one-year extensions, due to certain performance lapses related to Mariposa not providing the required manpower at times which resulted in incomplete or substandard work, staff opted to seek competitive bids from other providers to ensure the City is receiving the best landscape maintenance services available. Staff sent a Request for Proposals to several landscape maintenance providers. On May 2% 2019, the City received five proposals and the results were as follows: RANK CONTRACTOR 1 Evergreen Landscaping 2 Merchants Landscape Services Mariposa Landscapes Inc. Brightview Landscape Services Master Landscape & Maintenance LOCATION Los Angeles, CA Rancho Cucamonga, CA Irwindale, CA Gardena, CA Westminster, CA BID AMOUNT $ 343,740 $ 348,204 $ 403,216 $ 413,016 $ 498,320 Staff reviewed the proposals for completeness, understanding of. scope of work, methodology, experience and cost. While all the firms are well qualified to perform landscape maintenance services, Evergreen Landscaping provided the lowest cost proposal. Evergreen Landscaping has 15.years of experience providing landscape maintenance services, and currently works with the City of Los Angeles. Evergreen also maintains the landscaping for several large private properties, including many locations owned by UPS, Kinder Care Education, and 24-hour Fitness. It should also be noted that the owner of Evergreen Landscaping is a resident of Rosemead,, and who has expressed a personal interest and commitment to ensuring the City's public landscaping is maintained to the highest standards: FINANCIAL REVIEW In recent years, the City has expended. approximately $250,000 per year for Landscape Maintenance Services. However, due to increases in prevailing, wages, the cost for landscape maintenance services has increased significantly, as reflected in the proposals received. The proposed Fiscal Year 2019-20 Budget includes $260,000 in Public Works' Parks and Open Spaces Budget for Grounds Repair and Maintenance. Therefore, an additional appropriation of $85,000 in General Funds is requested to cover the cost of the new contract. City Council Meeting June 11, 2019 Page 3 of 3 ENVIRONMENTAL REVIEW Not applicable. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: Rey Alfonso, P.E. Director of Public Works Attachments: A. Request for Proposals B. Evergreen Proposal C. Merchants Proposal D. Mariposa Proposal E. Brightview Proposal F. Master Proposal CW EM 'Mi 7 CIVIC PRIDE PORATE019 Attachment A Request for Proposals MIci#4441;),./ MINUTES OF THE BID OPENING REQUEST FOR PROPOSALS - RFP NO. 2019-08 Landscape Maintenance Services TO THE PUBLIC WORKS DEPARTMENT Due Wednesday, May 29, 2019 at 10:00 a.m. A total of 5 bids were received. Contractor Date/Time Received City 1. BrightView Landscape Services May 29, 2019 Calabasas, CA @ 8:30 a.m. 2. Merchants Landscape Services, Inc. May 29, 2019 Santa Ana, CA @ 8:30 a.m. 3. Master Landscape & Maintenance, Inc. May 29, 2019 Westminster, CA @ 9:14 a.m. 4. Mariposa Landscapes, Inc. May 29, 2019 Irwindale, CA @ 9:21 a.m. 5. Evergreen Landscaping May 29, 2019 Los Angeles, CA @ 9:34 a.m. Submitted By: j\j\ja A1004\ Natalie Haworth'Deputy City Clerk MAYOR: s EMF City of Rosemead MARGARET CLARK o o MAYOR PRO TEM: 4� SANDRA ARMENIA8838 E.VALLEY BOULEVARD P.O BOX 399 vaioe COUNCIL MEMBERS: � ROSEMEAD,CALIFORNIA 91770 SEANG .rTELEPHONE(626)569-2100 POLL DLow -° FAX(626)307-9218 STEVEN LY To: Qualified and Interested Contractors REQUEST FOR PROPOSALS RFP 2019- 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, transportation, labor, all City licenses and 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 29, 2019 to: City Clerk's Office do Robert Chavez Public Works Manager City of Rosemead 8838 East Valley Boulevard Rosemead, California 91770 If you have any questions,please contact: Name: Robert Chavez Title: Public Works Manager Email: rchavez@cityofrosemead.orq Late proposals will not be accepted. Sincerely, Mok e (i%iauez Robert Chavez City of Rosemead LANDSCAPE MAINTENANCE SERVICES RFP 2019-00 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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: • Six (6) crew members minimum • Two (2) crew members minimum during rainy days for trash pickup, and to check the drains at all locations. • Deductions for reduced staffing and lack of service will be noted on monthly bills • Turf mowing and edging • Regular pruning, shearing or hand pruning of shrubbery. All roses shall be Dead Head 2 times a year and hard trimmed once a year in late January. • Fertilizer applications for trees in medians, turf and planter areas as needed for health and appearance as directed by City. • 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 pests, rodents and disease and propose corrective actions • Dispose and/or recycle all debris off site Landscape pest control services • 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 Sunday Description of Work I. Turf Management Lawn Mowing For all turf areas, the contractor shall inspect and police the grounds for litter and debris and dispose of it prior to each mowing. 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. Mowing during inclement weather is to be discussed with City representative prior to mowing. Mowing height for all irrigated turf areas shall be no less than 11/2"and no more LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 than 21/2" 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 bruising, tearing, and shredding are to be prevented. Mowing pattern shall be varied where possible to reduce rutting and compaction of soil. Any excess clippings shall be dispersed and/or collected to prevent damage and unsightly appearance of lawns. All turf areas are to be dethatched, lowered, aerated and over seeded once a year. A schedule shall be provided to the City. Edging & String Trimming All sidewalks, curb lines, concrete slabs,tree circles, and planter bed edges shall be edged weekly or as often as necessary to maintain a neat and manicured appearance. String trimming shall be performed around all road signs, guard posts, utility poles, and other obstacles that may be in the turf areas. Weeds around trees and tree wells shall be chemically or manually controlled. Cleaning of Walks and Hardscapes At the conclusions of each visit,walks adjacent to work areas shall be blown or swept clean. Garvey Ave. and Valley Blvd. sidewalks shall be blown off 24-hours or less in advance of scheduled street sweeping. Days and times will be determined by City. Skate Plaza, basketball courts, tennis courts, walking trails, and under bleachers shall be blown off a minimum of three times per week. Parking lots are to be maintained, which includes sweeping, leaf pickup,and litter pickup two times a week. II. Shrub and Planter Bed Maintenance Landscaped areas shall be patrolled for litter,debris,and weeds which shall be removed. 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 (where applicable) are to be kept clear of miscellaneous dirt, debris and weeds. Complete trimming, edging,and weeding of all shrub and ground cover areas shall be done on a roufirelycyclical basis. Major pruning shall be done following flowering or during plant's dormant season. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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. Prune groundcover as required to "contain" perimeter growth to within planted areas where adjacent to walks, curbs, and structures. Mature groundcover shall be maintained at a consistent appearance with a beveled or rolled edge toward the hard surfaces. Shearing of plants shall occur only where previous practice has been to shear, oras directed by City. 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 blow litter or debris into any bedded or ground cover areas. 2-inches of either shredded mulch or small chunk bark mulch shall be added to all slopes and bedding areas once a year or as directed by City. All Roses shall be hard pruned, 1/3 height reduction, once a year by the end of February of each year. Monitor and control pests and diseases (e.g. rust, powdery mildew, Aphids, Mites) throughout the year or as directed by City. Ill. 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. 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. (Depending on species) Pruning shall be performed by Contractor's staff that have been trained and demonstrate competency in proper pruning techniques. 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. Straighten or remove/replace and broken or leaning tree stakes so trees are properly supported Fertilize all trees once per year in the Spring. Perform weed control in tree wells on Valley Blvd., San Gabriel Blvd., and LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 Garvey Ave. as needed to keep them weed free. No tree shall be hedge trimmed into stark geometric shapes, they should be trimmed via both Thinning and heading cuts unless directed by the City 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. Trees are to be fertilized once per year in the Spring. Fertilizer product shall be selected based on plant type and season. Types and samples are to be provided to the City prior to fertilization. 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. All areas where chemicals are to be used are to be posted during and after until areas are dry to the touch, at which time the signs are to then be removed. Broadleaf turf weeds shall be treated as needed with applicable materials to keep turf areas weed free. 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. Planting areas shall be monitored for insect and disease infestations and addressed. 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. The Contractor is to comply, at all 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. VI. Irrigation Eauipment and Operation Contractor is to inform the City if the irrigation system, at all sites, are not performing efficiently. Controller programs shall be adjusted by City personnel. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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 by the Contractor at the Contractor's own expense. VII. Annual 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 in February, June, and November or as directed by City staff. A plant palette is to be provided to the City prior to planting for approval. Approximately 24 flats per change out. 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. Emergency after-hours communication is also to be available. Numbers are to be provided to the City. Contractor is to inspect site(s) on a regular basis and problems, if found, are too be reported to the City. Written, comprehensive inspection reports are to be submitted to the City at meetings scheduled one time per week between Public Services and Contractor's Representative. 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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: 1-3. Duration of Contract The Landscape Maintenance Services Contract for the City of Rosemead will be for a period of three (3) years with the option to extend the contract for up to two (2) additional one (1) year terms. The contract start date will be determined upon the approval of the agreement by the City of 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 proper insurance provisions as required throughout the duration of this 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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 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 State 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 7:00 a.m. to 6:00 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 call. 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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 9, 2019 Deadline for receipt of Questions May 23, 2019, 3:00 PM Deadline for receipt of Proposals May 29, 2019, 10:00 AM Contract awarded by City Council June 11 , 2019 1-13. Reference Contract Information A. Company Backaround Provide a minimum of three (3) references from other municipal, city, or county governmental agencbs s 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 city, 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. Neaative 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. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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 shall be a person with the official authority to bind the company. The cover letter shall state that the submittal is valid for 60 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 Backgrourdl and "Negative History" requirements listed above. 2. Key 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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., Wednesday, May 29, 2019. 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 or e-mail to: Robert Chavez Public Works Manager City of Rosemead 8838 East Valley Boulevard Rosemead, CA 91770 rchavez @ cityofrosemead.orq (626) 632-2167 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 23, 2019 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 determine if it meets the proposal requirements. Failure to meet the requirements of the Request for Proposals may be cause for rejection of the proposal. The evaluation committee may ask for interviews. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 Attendance at any such interview will be at the Proposer's 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 Reauirements 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 both bodily injury and property damage with a combined single limit of $2,000,000.The City shall be named as "additional insured" on all policies required to be furnished. 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. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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, indemnify, 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 • All 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 * LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 BID SCHEDULE Service Provider shall use the following rates of pay in the performance of the services: Approx. Annual Location Address Acreage Cost 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 Center 3936 N Muscatel Ave. 1.00 Park 9. Rosemead Park/ Skate Park 9100 Block of Mission Dr. 18.0 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 15. City Hall 8838 E Valley Blvd. - Exterior N/A Landscape 16. Rosemead Count Librar 8800 E Valley Blvd. - Exterior N/A y y Landscape 17. Dinsmoor House 9632 Steel St. - Exterior N/A Landscape 18. Garvey Blvd. - Medians & Parkways and Sidewalk New Ave to Rio Hondo Bridge N/A Cleaning 19. Marshall St. Medians 100' West of Rosemead Blvd. to N/A Hart Ave. 20. Rosemead Blvd. - Medians 10 Fwy to North City Limit N/A 21. Rush St. Medians & Walnut Grove Ave. to San Parkways and Sidewalk N/A Gabriel Blvd. Cleaning 22. San Gabriel Blvd. - Parkways and Sidewalk Hellman Ave. to Rush St. N/A Cleaning 23. Valley Blvd. - Parkways and Sidewalk Charlotte Ave. to Strang Ave. N/A Cleaning LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 Approx. Annual Location Address Acreage Cost 24. Walnut Grove Ave. East East side of Walnut Grove Ave. Slopes and Medians on both hillsides of Interstate 10 N/A Fwy 25. Walnut Grove Ave.West West side of Walnut Grove Ave. Slopes and Medians on both hillsides of Interstate 10 N/A Fwy 26. Rosemead Blvd. Slopes and West and East sides of Medians Rosemead Blvd., north of N/A Interstate 10 Fwy 27. Del Mar Ave. Slopes and West and East sides of Del Mar Medians Ave., south of N/A Interstate 10 Fwy West and East sides of San 28. San Gabriel Blvd. Slopes Gabriel Blvd., south pf Interstate N/A 10 Fwy 29. Walnut Grove Ave. Hellman Ave. to Marshall St. N/A medians 30. Walnut Grove Ave. medians Marshall St. to Valley Blvd. N/A 31. San Gabriel Blvd. medians West Y t City Limit to State Route 60 N/A 32. Towne Centre Dr. medians San Gabriel Blvd to Montebello N/A Blvd. 33. Montebello Blvd medians Towne Center Dr. To South City N/A Limit 34. Grand Ave. Easement, Westbound Muscatel Ave. to N/A Sidewalk and Right of Way Rosemead Blvd. (8800-8900) 35. N. Ramona Blvd. Hart Ave. to Rosemead Blvd. Westbound easement and (9200-9300) N/A sidewalk Right of Way Burton Ave. to Rosemead Blvd. 36. S Ramona Blvd. easement along Fwy Sound Wall (8600- N/A 8900) 37. N San Gabriel Blvd And Southwest Corner at Garvey N/A Ave. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 Service Address Annual Cost Rosemead Community Recreation Center(RCRC) - 3936 North Muscatel Ave. Color Maintenance The Garvey Center— 9108 Garvey Ave. Color Maintenance Public Safety Center— 8301 Garvey Ave. Color Maintenance Rosemead City Hall— 8838 East Valley Blvd. Color 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 City Manager or his/her designee. The total compensation for the Services set forth in this Agreement shall not exceed $ as provided in Section 4 "Compensation and Method of Payment" of this Agreement. TOTAL BASE BID 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 Standad Specifications to stay within the budgeted amount of this project. LANDSCAPE MAINTENANCE SERVICES 1 RFP 2019-00 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 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. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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: Bidders License Number(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 * LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 APPENDIX A SAMPLE CONTRACT LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 E M F ii., '9 ,,,, ,,.. CIVIC PRIDE NIillini iL 'NCORPORA C°) SAMPLE CONTRACT LANDSCAPE MAINTENANCE SERVICES, RFP 2019 (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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (CONTRACTOR) Page 3 of 10 Services under this Contract. 3.2.6 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. 3.2.7 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 inthe 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 and 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (CONTRACTOR) Page 4 of 10 performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving 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. 3.2.12 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 orotherwise 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. 3.2.12.3 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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 AM. Best's rating no less than A:VIIl 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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 anytime 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 forcause. 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. 3.5.2 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. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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 thisContract. 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. 3.5.7 Governing Law. This Contract shall be governed by the laws of the State of California. Venue shall be in LosAngeles 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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. Nosupplement,modification,oramendment 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 notdiscriminate 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. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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] LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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: LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (CONTRACTOR) EXHIBIT A SCOPE OFCONTRACT SERVICES SEE ATTACHED BID SCHEDULE/PROPOSAL AND PLANS AND SPECS LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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 shall 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 0001 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less than$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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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 of" the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on 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 LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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 toCity. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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 tobe 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. It is not LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 (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. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 S E M F O '9 ca.: CIVIC PRIDE ,.\\,....s_ IMMO *L -ATE-0; Attachment B Evergreen Proposal Evergreen Landscaping .. \ L.N 812795 OSE EAD Today's Small Town America 0 t CIVIC PRIDE 411C°Fi.PORA'ffa tig° Landscape Maintenance Services City of Rosemead Submittal Valid for 60 Days Total pages including cover letter: 19 pages 1 43110. Evergreen Landscaping sic a 842795 May 29, 2019 Public Works Division City of Rosemead 8838 East Valley Boulevard Rosemead, California 91770 Thank you for allowing us the opportunity to submit our monthly maintenance proposal for the City of Rosemead Landscape Maintenance Services. The possibility of partnering with you is exciting! We have carefully reviewed the RFP provided and have reviewed all sites to be sure that our proposal responds specifically to your expectations. Below are a few items that we understand are essential to you regarding working with your landscape service provider. o Maintain curb appeal through a high level of detail o Provide proactive communication and suggestions o Provide proper irrigation management o Provide fresh designs in areas that need to be upgraded o Review all sites for safety and liability concerns We would appreciate the opportunity to discuss this with you in person to understand any questions or comments you may have in order to earn your business. Thank you again for your consideration! Sincerely, /612( Maynor Ramos Director 323.691.7644 mramosRevergreenlandscaping•ca.com . ,. O1 0— 2 Evergreen Landscaping Lk 8 842795 WHO WE ARE: Evergreen Landscaping is a landscape construction and maintenance company providing services to educational, government, business, retail, resort, and amusement organizations,as well as residential estates,throughout Southern California.With over 15 years of in-field experience,we produce quality landscaping and strong partnerships with our clients. Upon successful project completion, our trained maintenance teams employ water and cost-saving techniques to ensure the year-round health and beauty of your landscape. At Evergreen Landscaping,we pride ourselves on building partnerships that facilitate seamless collaboration throughout the construction process. Fulfilling your needs is our top priority, and our team works with you closely to keep the experience simple and clear.We recognize the value in developing our employees'talents and inspire a culture of empowerment and mutual respect. Our employees work together to provide solutions that diminish costs for our clients. All our field staff is rigorously trained in the latest safety requirements and cutting-edge technology. Evergreen Landscaping has been serving Los Angeles,Ventura, San Bernardino, Orange,and San Diego Counties since 2004. Our capabilities and experience allow us to take on both large and small-scale projects,from design assistance to construction to maintenance.We are headquartered in Los Angeles, California and have C-27 licenses. 67-:,®Q 3 J Evergreen Landscaping Lic If 542795 1 1 I.. Mauro Ramos President Maynor Ramos Director Maggy Gomez Account Manager drade Production Manager Oscar Camacho Enhancement Manager Foreman 1 Foreman 2 2 Laborers 2 Laborers 1114 ttCP 4 41101 Evergreen Landscaping 842795 Service Summary ■ 6 employee(s), Monday through Friday ■ Support crew—As needed ■ 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 ■ 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 44 . 5 4110. Evergreen Landscaping Lic a 8-12:95 LANDSCAPE MAINTENANCE: The care of your property begins with a solid approach to the basics of landscape maintenance and consistent, proactive communication. Your Evergreen Landscaping Account Manager will provide you with exceptional personalized service. Every city site has its own unique needs and challenges. Through your input, our team will document your priorities and quality expectations on each. This approach ensures that we proactively match our services to your needs today and for years to come. Our crew members receive ongoing safety training, including weekly tailgate training sessions, which protect our associates, you as a customer, and Evergreen Landscaping as an employer. In addition, all employees are uniformed and must pass our onboarding training prior to being hired. Service quality is ensured by Management who review the service performed at your site with a Landscape Quality Audit(LQA). These audits are based on Evergreen's quality parameters, and what you have stated is most critical. Our aim is to work with you to improve the value and beauty of the city as we strive to provide an excellent return on your investment. TRAINING & SAFETY: At Evergreen Landscaping the safety of our employees and customers is of paramount importance. We issue each employee personal protective equipment (PPE), and mandate that it be worn at all times while working. We keep current on the latest OSHA guidelines and provide our crews ongoing safety training. In addition, we conduct site specific safety training sessions at the start of service for every new property to ensure the crew establishes safe working practices from day one. ARBOR CARE: Trees are an extremely valuable asset to your landscape, providing climate control, air quality improvements, ecosystem value, and aesthetic benefits. Long-lived mature specimens are often impossible to replace. Rely on our professionally trained tree care specialists for a well-managed program designed to keep trees healthy, strong, and beautiful. Throughout the year, we will provide clearance pruning for vehicles and pedestrians and other valuable tree care services. At your request, we can develop a more involved program based on your arbor care needs. A variety of additional services are available including planting, root pruning, special fertilization, insect& disease control, appraisals and supplemental watering. Our plan is to provide you with a comprehensive, easy to follow program based on expert assessment that will protect your trees and investment for years to come. eSP.4 G 6 Evergreen tandscaping N 842795 Monthly Landscape Maintenance Reference Properties Property Name: UPS (United Postal Service) Distributing Centers &Warehouses—Several Locations KCE (Kinder Care Education) Centers—Several Locations SCLARC (South Central Los Angeles Regional Center)—City of LA David Kordanski Galleries—Several Locations 24 Hour Fitness Centers—Several Locations nOs? 7 Evergreen Landscaping BID SCHEDULE Lir Y.642795 Service Provider shall use the following rates of pay in the performance of the services: Approx. Annual Location Address Acreage Cost 1. Angelus Park 2200 Block of Angelus Ave. 0.25 1800.00 2. Ellis Park 3900 Block of Ellis Ln. 0.35 2400.00 3. Garvey Community Center 9108 Garvey Ave. 1.00 6300.00 4. Garvey Park 7900 Block of Emerson PI. 7.00 37,200.00 5. Guess Park 8555 E. Mission Dr. 0.35 2700.00 6. Klingerman Park 8800 Klingerman Ave. 0.75 3900.00 7. Olney Park 8600 Block of Olney St. 0.35 2700.00 8. Rosemead Community Center 3936 N Muscatel Ave. 1.00 6900.00 Park 9. Rosemead Park/ Skate Park 9100 Block of Mission Dr. 18.0 82,800.00 10. Sally Tanner Park 8343 E Mission Dr. 1.00 6300.00 11. Jess Gonzalez Sports 8471 Klingerman Ave. 3.50 18,600.00 Complex 12. Triangle Park 800 Block of San Gabriel Blvd. 0.75 3900.00 13. Zapopan Park 3000 Block of Angelus Ave. 6.00 25,200.00 14. Jay Imperial Park San Gabriel Blvd./Pine Ave., SCE 5.61 30,000.00 transmission Corridor 15. City Hall 8838 E Valley Blvd. - Exterior N/A 8700.00 Landscape 16. Rosemead County Library 8800 E Valley Blvd. - Exterior Landscape N/A 8700.00 17. Dinsmoor House 9632 Steel St. - Exterior N/A 3000.00 Landscape 18. Garvey Blvd. - Medians & Parkways and Sidewalk New Ave to Rio Hondo Bridge N/A 6300.00 Cleaning 19. Marshall St. - Medians 100' West of Rosemead Blvd. to N/A 1800.00 Hart Ave. 20. Rosemead Blvd. - Medians 10 Fwy to North City Limit N/A 4500.00 21. Rush St. - Medians & Walnut Grove Ave. to San A Parkways and Sidewalk Gabriel Blvd. N/A 5100.00 li Cleaning 0 22. San Gabriel Blvd. - Parkways and Sidewalk Hellman Ave. to Rush St. N/A 15,600.00 Cleaning 23. Valley Blvd. - i Parkways and Sidewalk Charlotte Ave. to Strang Ave. N/A 19,200.00 Cleaning 8 Evergreen Landscaping Lic N 842795 Approx. Annual Location Address Acreage Cost 24. Walnut Grove Ave. East East side of Walnut Grove Ave. Slopes and Medians on both hillsides of Interstate 10 N/A 7500.00 Fwy 25. Walnut Grove Ave.West West side of Walnut Grove Ave. Slopes and Medians on both hillsides of Interstate 10 N/A 2100.00 Fwy 26. Rosemead Blvd. Slopes and West and East sides of Medians Rosemead Blvd., north of N/A 2100.00 Interstate 10 Fwy 27. Del Mar Ave. Slopes and West and East sides of Del Mar Ave., south of N/A 2100.00 Medians Interstate 10 Fwy West and East sides of San 28. San Gabriel Blvd. Slopes Gabriel Blvd., south pf Interstate N/A 1980.00 10 Fwy 29. Walnut Grove Ave. Hellman Ave. to Marshall St. N/A 1800.00 medians 30. Walnut Grove Ave. medians Marshall St. to Valley Blvd. N/A 1800.00 31. San Gabriel Blvd. medians West City Limit to State Route 60 N/A 1800.00 Fwy 32. Towne Centre Dr. medians San Gabriel Blvd to Montebello N/A 1800.00 Blvd. 33. Montebello Blvd medians Towne Center Dr. To South City N/A 1800.00 Limit 34. Grand Ave. Easement, Westbound Muscatel Ave. to N/A 3000.00 Sidewalk and Right of Way Rosemead Blvd. (8800-8900) 35. N. Ramona Blvd. Hart Ave. to Rosemead Blvd. Westbound easement and (g200=9300) N/A 4800.00 sidewalk Right of Way Burton Ave. to Rosemead Blvd. 36. S Ramona Blvd. easement along Fwy Sound Wall (8600- N/A 6000.00 8900) 37. N San Gabriel Blvd And Southwest Corner at Garvey N/A 1560.00 Ave. G� 0 9 14t# 1,1. Evergreen Landscaping tick 814795 Service Address Annual Cost Rosemead Community 180.00 Recreation Center(RCRC)- 3936 North Muscatel Ave. Color Maintenance The Garvey Center— 450.00 9108 Garvey Ave. Color Maintenance Public Safety Center— 180.00 8301 Garvey Ave. Color Maintenance Rosemead City Hall— 1350.00 8838 East Valley Blvd. Color Maintenance Service Provider may utilize subcontractors as indicated in this Agreement. The hourly rate for any Subcontractor is not to exceed $ 120.00 per hour without written authorization from City Manager or his/her designee. The total compensation for the Services set forth in this Agreement shall not exceed $ 343,740.00 as provided in Section 4 "Compensation and Method of Payment" of this Agreement. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 343,740.00 Three Hundred Forty-Three Thousand Seven Hundred Forty 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 stay within the budgeted amount of this project. 0� oG 10 Evergreen Landscaping Lic a ea2795 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 accept the Total Bid Price as compensation in full for all Wor ►er the contract. 0By: / 223 E Adams Blvd Signaturf Business Street Address Maynor Ramos Los Angeles, CA 90011 Type or Print Name City, State and Zip Code Director (323) 691 —7644 Title Telephone Number Bidder's/Contractor's State of Incorporation: CA Partners or Joint Ventures: Mauro Ramos Bidder's License Number(s): C-27 842795 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 * 4 • G° 1 12 4110, Evergreen Landscaping Lk K 8a2795 May 29, 2019 LANDSCAPE MAINTENANCE PROPOSAL AGREEMENT: This Agreement is entered, into on or around May 29, 2019 by and between Evergreen Landscaping, PO BOX 15331, Los Angeles, CA 90015 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 36 months from the date of execution of this Agreement,with the option to extend for up to two (2) additional one (1)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 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. COC 13 411(d4 Evergreen Landscaping Lk ft 842795 PRICING Monthly Maintenance Service Maintenance Summary Monthly Price Service Crew Evergreen Landscaping will provide all $28,645.00/M Six(6) Employees labor, tools, equipment, and materials $343,740.00/Y Monday— Friday necessary 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: Contractor agrees to carry the required insurance as described under"General Conditions". 44441( cc14 Evergreen Landscaping Lk N 842795 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 Evergreen Landscaping 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. • r. 15 Evergreen Landscaping Lk x 3.12795 EXHIBIT "A" LANDSCAPE MANAGEMENT SPECIFICATIONS Evergreen Landscaping 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 (If Applicable): A. LAWN MOWING 1. 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 '/z" 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 Evergreen Landscaping 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. Apo-4 16 icilW Evergreen Landscaping Lic#842795 PLANT CARE: A. SHRUB AND PLANT PRUNING (under 10 feet because of insurance restrictions) is included on shrubs, groundcovers, vines, trellised plants, containerized plants, and hedges. B. PLANTERS will have chemical herbicides applied, if needed,to minimize weed growth. 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 14 feet tall will be pruned as part of this Agreement. All trees over 14 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: Evergreen Landscaping will adjust irrigation controllers, bubblers, and drip irrigation as necessary for proper watering and will perform warranty repairs as needed. For any work needed to be completed proposals will be generated and sent to Owner/Owner's representative for approval. MULCH: Mulch will be raked/graded regularly to ensure as much proper coverage. When areas are bare and additional mulch is needed, required or requested per Owner/Owner's representative, a proposal will be submitted. Proposals will be generated and sent to Owner/Owner's representative for approval. ,,,,e4 r P 1 Pb' 17 <Mi► Evergreen Landscaping / Lic @ 842795 GENERAL CONDITIONS: A. Owner is responsible for all costs associated with water. B. Contractor will provide uniformed staff supervised by fully trained personnel. 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 $1,000,000 Workers' Compensation $1,000,000 Umbrella Excess $1,000,000 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: Evergreen Landscaping will respond to all after-hours emergency calls at the rate of $65.00 per hour with a 4-hour minimum. RAIN DAYS AND HOLIDAYS: A. During rain or extreme weather, crews will not be dispatched. B. Crews will not beon site the following days: Memorial Day,July 4, Labor Day,Thanksgiving Day, Christmas Day, and New Year's Day. C.When consecutive site visits are missed due to rain or holidays, every attempt will be made to re- schedule maintenance services. D. No credit will be given due to rain days or holidays or any days missed due to no fault of Evergreen Landscaping. *4 nO 18 Evergreen Landscaping iLk a 342795 LIMITS: Time limit for acceptance of this Proposal is 60 days from the Proposal date, as this Proposal is based upon site conditions at the time of bid. Should this Proposal not be accepted within 60 days, another Property visit, and Proposal may need to be provided at Contractor's discretion. ENTIRE AGREEMENT: Agreement incorporates all the terms and conditions which the parties intended to be included herein, and is hereby mutually agreed to be a fully integrated Agreement. Both parties have read this Agreement and fully understand the contents. This contract constitutes the final Agreement between City of Rosemead and Evergreen Landscaping. Requested service start date: TBD Customer Acceptance Signature Date Executed by Evergreen Landscaping Date Prepared By: Maynor Ramos Director 323.691.7644 mramos@evergreenlandscapixtg-ca.com .4 O01,,,,... � 19 t • • ",;� fl ' x F6�" r 3 r ? r ,; P F �g reg *� �'',7'„:;',.-i-4•,.:::-..".': ,� `"�� ""�� � Y r. - 7 a i,-..,,,,,_,,•4p.:4„;44,/ •' ,fit$° ',�. ` , S ,4 ,, - Sae Y+ , 4a Y y '.-':::'...i'.'1.- . 1 °�€-- s"'ri a ter sg', .$ r1-.-1,:,4,',. °, :: Aly a f E '� of M • - d. w ^w s r a f ( 7ef . _ - =A' '� r 'r k� t �, r' x18 ". dam'' �c •�� k c,so-a-3"y .t .t:n:� h '''E A yk"'r s '' '� t i • .off �, ,,:, R • r e - • `y a r _ rk t f1• ,. 4 4 _ r y y� 7 'h �''`i ^+F k A t U �. fi ;. J - tk k u � k t� fit. ��. 1 ' �7 • . iTr NeN} A'-',P f. 'R d q L ' �w' a' �, i: sn n p 'S2, r ; gp'r d ,-,, Af ,",,k.11 : i'� f ,y y i` +,•"$ t 1- s t `. • �+ AL bti: # ., mss .1kJ e k . .....- .':'''.,:.1.4-;.,,:i'?'-'..-' ! � V h�M 'h '::'..-.i �(F # �.fib. i;f • pyq L ,, �Fy ,, ,,, ,.-.,-...,.,,,...,,•.• .-.,-..i„;,.,-,. .,-:-:,-•,,,,Ift ..,.., . . . _ _,. , Y .,. . _H. ..........• 4.. , ..... ., _ •:, , ,,,, _•....„:7•,:,.. ..... . ,...;,......,...,„„;4t., ,,.... . ... , ,, .,., •.... ...4,..,,,,,iv.u.p...„ ... ,,.., .... ., ., ,:.• ..,.s.,... , . ,,,,........ .,... ..,,•.........,,,...,:;. :...,„:_;..„._ ,.... .„. . . , ..,..., : ....,... 4...34.... . ..„...... , ::„. .,, ,...,.„ . . . , .. ,,,,. . .....,..,,,, .,..„,,,...,. ../. ii. 9 F. .,..v, ,l,...,,,,,I,,,....=.,.. ,,,,..,.,.:,:. .. ., ., ,,... ... , _ ani �% ,+?Y z.,,_.si_o,„,;,,,,. ,. •k a b._ ti • r i t, a x ' ' 1' • r t J P.Y, d4• k .r s r „'.M t "C^'y � ` d Y 1' j ,',,,,.1.•,'¥ ri '� War r y .. � ;; � �� •••"':'4!!..-:.4,,,,4 .-...'..k y9 7 M } �.1 q L k C ,' `".n [5'' 1`� a!i5 `' �y ate'• - , -'.: `4 4 m^,,• T g'_ ';',..4,•.::- n',:•}F 5.. n • ,$. I'` €'R •,-.7 d.' b�-''.'" ? ',',',-4',.i.. r y fit',+. ,{ 4" !• c h ''$ Fey S �� of [ ,_ „ t 'K.'d" F r •tf - to r .r �. :; a �'' , „,,)':',''''';`,;f7,7;:';' � � ��� � h PrP � r k� "�>af ` 8 '3� � :� a�z • Jit u 9 A'' .'',V+'' 1..1. V y kd .YF i k a( Al • Y ''i yf '''?1:' ''-'; `f f J . k? t .�2 1 ''''' ' i f r «s "kr t ,'s( k r•yy 'N-.7';'".f."'''',,,a` 'S �s 1 'r” t v K'� r i' :�r :!•-..;''''',".".!:;,;,,,....,..',.,.„: ;';r ,,5, *g !' ,.r,'�.�,d y " r !...'',z:':.:,','''''''''''';''''''''''''''''''''' r d�^'4•;�'-�. �Y , [ t ,�"yps `5; a>:r"' n'' " 'k f tl' ,4 Fc 1, IfW f4 �`w 4 Fti - • 3.8 i ,$"1 5..1 6 rE k __�' � � E` .tNv'A@�E"� �Sn�"ro..�v i�e:y. .�!Baa a. S E M F O '9 ik. ca: CIVIC PRIDE -MiAr?' -.-°'-"Th' 9 oa1'OgATED.9b Attachment C Merchants Proposal DUPLICATE Proposal for CITY OFROSEMEAD Landscape Maintenance RFP 2019 Due Date: May 29, 2019 Time: 10:00 am Submitted By: • merchants landscape services, inc. 8847 W. 9th St. Rancho Cucamonga, CA. 91730 800-645-4881 Fax 909-981-1029 Contact Patrick Healy patrick@,merchantslandscape.com merchants landscape services, inc. May 29, 2019 Robert Chavez City of Rosemead 8838 East Valley Blvd. Rosemead, CA.91770 Re:Cover Letter Dear Mr. Chavez, Merchants Landscape Services is pleased to submit the following proposal for Landscape Maintenance Services.We have carefully reviewed all submitted specifications and have physically visited all sites.We have no exceptions to the specifications and our proposal will allow us to meet and exceed these specifications. We find the submitted Landscape Maintenance Services Agreement acceptable and will be ready to execute it upon award. Attached please find our Company Profile,Qualifications/Experience of Bidder, reference list and Service Methodology. Merchants Landscapes has no negative history and our proposal will be valid for 60 days. We look forward to the opportunity to provide Merchants Landscapes Services to the City of Rosemead. Sincerely, • Mark Brower President • 1510 South Lyon Street ® Santa Ana a CA 92705 ® Tel (800) 645-4881 • Fax-(714) 972-3185 CA Lic.765658 • . merchants landscape services, inc. City of Rosemead Landscape Maintenance Service Areas RFP: Technical Approach&Methodology Merchants Landscape will staff this contract according to the manpower required in this RFP.We will have 1,3-men mow/detail crew with a F350 full size truck and a trailer,and 1,2-men detail crew also with a F350 full size truck.The mow/detail crew will mow 2 days per week and then provide detail work on parks • and medians.The second detail crew will be working medians,parkways,and city sites 5 days per week. There will be 1,full time irrigator with at Chevy Colorado running through the irrigation systems each day. 1 Area Supervisor,Andrex Lopez will be directly responsible for any daily communication that may be required with the inspectors.He will be directly involved with inspecting the sites daily,while helping the crews to resolve any deficiencies and working to prevent their reoccurrence.Merchants Landscape will have a total of 240-man hours per week dedicated to this landscape maintenance RFP. During those events where employee's miss due to illness,Merchants will send.replacement employee's or have some of the crew work overtime. All foremen are equipped with Nextel radios/phones,and the supervisors additionally will have smart phones for e-mailing.We also maintain a 24-hour company manned dispatch center for any after hour needs.As you can see from our attached equipment inventory Merchants maintains over 2 million dollars worth of landscape equipment,ranging from numerous tractors and renovation equipment to over 100 rider mowers.All maintained by 10 company mechanics. , Itis the responsibility of the area supervisor to ensure that the onsite crews are meeting the contract specifications.He accomplishes this with our site inspection reports,which will be turned into the branch manager each Monday.The area supervisor uses these inspection sheets to ensure that he sees each site weekly and so he can schedule what areas may need specific attention.In addition,we will have schedules for each crew showing how they will be rotating through the city sites. Trucks and trailers for this contract 1- 2-F 350 trucks. 2- 1-16' dual axel mower trailer. 3- 1-Chevy Colorado,irrigation truck. Equipment: 1. 2-Laser Mowers with a 62"deck. 2. 4-Blowers. 3. 5-Weed eaters. 4. 1-Power Trim edger. 5. 2-Stick edgers. 6. 4-Extension hedge trimmers. . . 7. Miscellaneous Hand Tools. 8847 W. 9th St.,Rancho Cucamonga, CA 91730, Office-800-645-4881,Fax 909-981-1029 Information/Background merchants landscape services, inc. COMPANY PROFILE Merchants Landscape Services is a full service landscape maintenance contractor, which., currently operates Four Regional offices in Southern California. Merchants Landscape Services corporate headquarters is located in Santa Ana. Merchants Landscape is the largest provider of municipal landscape maintenance in Southern California. This growth was accomplished without a marketing department or acquisitions. MLS's corporate philosophy is based on service and client retention. Our Sun Valley branch service's LA and Ventura counties, the Santa Ana and Irvine branch's Orange County, the Rancho Cucamonga branch service's Riverside and San Bernardino counties. Merchants Landscape Services has over 400 employees and maintains a fleet of more than-200 trucks and trailers. Company annual sales will exceed$25,000,000.00 this year. We have hundreds of accounts encompassing a wide range of maintenance clients. Included are large regional Hospitals,school districts, and County contracts. However,nearly 100%of the company's revenue is generated from municipality landscape maintenance contracts. Merchants Landscape Services is currently servicing the cities of: • Mission Viejo - Moreno Valley Ontario County of Orange Irvine West Covina . Covina Manhattan Beach Orange Great Park Sierra Madre Huntington Beach Yorba Linda Chino Buena Park Hermosa Beach Fountain Valley Riverside Tustin Merchants welcomes any interested future clients to contact any of our current clients regarding Merchants services. Merchants Landscape Services is 1 of only 2 landscape maintenance companies in California that are self-insured for workers compensation insurance.Allowing Merchants to maintain a lower cost of operation and provide our clients with very competitive pricing. The contact leadperson for the City of Rosemead will be Patrick Healy, patrick@merchantslandscape.com. The office is located at 11220 1/2 Peoria St., Sun Valley, CA. 91352; Office#(800) 645-4881, Fax#(818) 504-2258. 1510 South Lyon Street o Santa Ana v CA 92705 ® Tel (800) 645-4881 o Fax (714) 972-3185 CA Lic.765658 4 \ Ira Qualifications/Experience of Bidder Merchants Landscape Services is the largest provider of municipal landscape maintenance in the United States. We currently have under long-term municipal contracts more than 300 parks encompassing more than 2,500 acres of municipal parks and maintain a total of over 5,000acres of municipal landscape. Our excellent reputation and extensive client list attests to our commitment to providing the highest quality municipal landscape maintenance in the industry.Many of our largest clients have renewed their contracts with Merchants with some in their 3rd terms of 15 years of service. City of Irvine-Merchants has provided complete landscape maintenance for all sports parks, parks and facilities since 2008 and recently executed a new third contract to continue through 2022. Merchants provides 7 day a week service for 26 sports parks and 27 parks totaling over 350 acres. Including, 34 soccer fields,43 ball fields,which are prepped daily by Merchants crews, and servicing over 700 trash cans daily. Our service also includes major monthly and annual renovation work, including monthly aerations varying from hollow tine, solid tine,verti- drain etc. Annually we install over 200,000 sq. ft.of sod and completely renovate all turf areas. In addition to the cities sports park system and all facilities,Merchants also maintains the Great Park and all medians,parkways and parks in the Villages of Turtle Rock,Woodbrige,Westpark,Woodbury,Northwoods,El Camino and Portola totaling over 1,100 acres. The City of Irvine spends over$10,000,000.00/year with Merchants to maintain their landscape. City of Ontario-Merchants has provided the landscape maintenance in Ontario for past 10 years and was recently awarded its third 5 year contract,to continue through 2022. We maintain facilities, medians,parkways and parks,totaling over 200 acres,including 7 days a week trash cans, opening/closing/cleaning restrooms, opening/closing parks and playgrounds daily. City of Orange-Merchants was recently awarded its third consecutive 5 year contract to continue maintaining the cities park system. Totaling 22 parks with over 200 acres of landscaping. Qualifications/Experience of Bidder—Cont. Great Park-Merchants was recently awarded a 5 year,$20 million dollar contract to maintain the Great Park. The Great Park is the largest municipal sports park in the United States, encompassing over 350 acres. Which includes 17 soccer fields,12 baseball fields,5 synthetic fields,27 tennis courts and volleyball courts. It also includes tournament stadiums for soccer, baseball,vollyball and tennis. Merchants Landscape also possesses a one of kind extensive inventory of landscape equipment. As the attached equipment inventory illustrates we own a very diverse and specialized equipment inventory. Having numerous tractors,renovators, aerators, dethatchers, slit-seeders,vacuums, top dressers and state of the art mowers. Our extremely unique portfolio of municipal park maintenance has resulted in a one of kind management staff with unparallel knowledge and experience in the art of sports turf management. Simply,municipal maintenance is what Merchants Landscape was built on and continues to grow with. Our total staff is committed to it and thrives on the challenge every day. Key Personnel/Qualifications Patrick D. Healy 310-864-9900 23518 Spires Street Fax 818-887-1242 West Hills, CA 91304 E-mail healyfamily5@att.net Patrick D. Healy Position Los Angeles/Pomona Regional Manager Experience 2009-Present Merchants Landscape Services L.A./,Pomona, CA. L.A./ Pomona Regional Manager • Grew two branches to revenue of over$450,000 per month. • • Organized branches, staffing, vehicles and equipment. • Organized municipal work, routes and financials to increase profit. • Trained and organized area supervisors to increase performance and profitability. • Provide C-27 license for Merchants Landscape. 2000-2009 Merchants Landscape Services L.A., CA. Los Angeles Branch Manager • Grew this division from$10,000 per month billing to over$200,000. • Organized all new employees,staffing,vehicles and branch location. • Organized routes and financials to increase profit. • Design and sold Landscape up-grades for commercial sites. 1988-2000 Tracerton Enterprises Inc. L.A. CA. President Landscape Division • Merged two companies together, reorganized routes to make profitable. • Grew the landscape division from a$600,000.00 per year division too a $2,000,000.00 per year division. • Developed a custom tree trimming truck, with a chipper, and crew that billed over$300,000.00 per year. • Promotion to Executive Vice President and partner, as well as President of the Landscape division, duties to include over seeing of accounts payable and accounts receivable. Facilities manager of the Corporations 17,000 square foot office building and management of the company's 50- vehicle fleet. Monthly billing at the time$900,000.00. 1983-1988 Southern Oak Landscape L.A. CA. Owner operator • • Developed from scratch, a landscape maintenance company billing $360,000.00 per year. • Passed C27 landscape contractors license test.• 1980-1983 Century Landscape Agoura CA. Landscape technician • Designed and installed irrigation systems. ■ Layout and install plant material from blue print drawings. • ■ Organized and ran five to ten man crews. Education 1978-1981 Pierce Junior College Winnetka CA. ■ Attended landscape architectural classes. • Attended horticultural and plant ID classes. • Attended general education classes. MLS 800-645-4881 112201/2 Peoria Street Fax 818-504-2578 Sun Valley, CA 91352 Rigobérto Mejia Position Los Angeles Branch Area Supervisor • Experience 2001-Present Merchants Landscape Services L.A., CA. Los Angeles Branch Area Supervisor ■ Area supervisor over seeing all operations. ■ Organized all crews and trained them on each route. ■ Quality control on all projects. 2000-2001 Venco Western,Landscape Inc. Camarillo CA. Area Supervisor ■ Supervised routes and crews in Thousand Oaks area. ■ Quality control on all projects. 1995-2001 Tracerton Enterprises Inc. L.A. CA. Area Supervisor • Supervised all of the northern L.A. area. • Quality control on all projects. ✓ Education 1970-1980 El Salvador • Attended elementary school. • Attended middle school. • Attended high school. And rex Lopez 310/720-6813 I Andrex®merchantslandscape.com 1422 W. 109th Street, Los Angeles, CA 90061 Objective Landscaping as an active employee, involving responsibility and working with others as a team member to achieve advancement and growth for the company Summary of Qualifications • Production Field Supervisor • Purchasing Production Supplies • Highly skilled to operate Landscaping equipment • Irrigation Tech / Repairs Et Installation • Ability to understand verbal and written instructions • Performance tracking and evaluation • • Team Building • Employee engagement Experience Field Supervisor 08/2008 to Current Merchants Landscape Services, Sun Valley,CA General Landscape Et Maintenance, Irrigation Tech, Perform other duties as assigned, Sod laying, mowing, trimming, planting, fertilizing, digging, raking and sprinkler installation. Customer follow up and weekly meetings, Manage employees to include all hiring and training. Supervise production employees in the field, Involved in safety programs for work force. Laborer 03/2003 to 08/2008 True Green - Gardena, CA General Landscape a maintenance, using various hand and power tools, equipment and machines to maintain grounds of properties. Mow and edge lawns • Bilingual: Spanish /English Past Experience/Reference ;A. a, _. µM7 cY....... MERCHANTS LANDSCAPE SERVICES,INC. References CITY OF ONTARIO CITY OF IRVINE 1425 S. Bon View Ave. P.O. Box 19575 Ontario, CA. 91761 Irvine, CA. 92623 Phone: (909) 395-2627 Contact: Ariel De La Paz Contact: Robert Perez Phone: (949) 724-7619 Project Completion: On going to 2022 Project Completion: On going to 2022 Project Size in $: 1,500,000.00/year Project size in $: $10,000,000/year All City Facilities, Parks, Medians, and City Parks & Sports Parks, West Park, Districts Village of Turtle Rock&Great Park, and Woodbridge CITY OF HERMOSA BEACH 1315 Valley Drive CITY OF MANHATTAN BEACH Hermosa Beach, CA. 90254 3621 Bell Avenue Contact: Ells Freeman Manhattan Beach, CA. 90266 Phone: (310) 629-1954 Contact: Juan Price Project Completion: On-going to 2019 Phone: (310) 802-5310 Project Size in $: $274,800/year Project Completion: Qn going to 2019 Project size in $: $500,0001year CITY OF CHINO All City Medians, Parks & Facilities 13220 Central Avenue Chino, CA. 91710 CITY OF WEST COVINA Contact: Bob Bodis 1444 West Garvey Ave., South Phone: (909) 573-8762 West Covina, CA. 91790 E-Mail: BBodis@cityofchino.org Contact: K. Yoshina Project Completion: On going to 2020 Phone: (626) 939-8458 Project size in $:550,000/year Project Completion: Ongoing to 2022 Landscape Maintenance Project Size in $: 426,800,000/year City Parks Bid Schedule 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: _ 1510 S. Lyon St. Signature Business Street Address Mark Brower. Sarita Ana, CA. 92705 Type or Print Name City, State and Zip Code President (800) 645-4881 • Title TelephoneNumber • Bidder's/Contractor's State of Incorporation: California • Partners or Joint Ventures: Bidder's LicenseNumber(s): 765658 ' 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) I f 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 * • • • • LANDSCAPE MAINTENANCE SERVICES RFP 2015.00 BID SCHEDULE Service Provider shall use the following rates of pay in the performance of the services: Approx. Annual Location Address Acreage Cost 1. Angelus Park 2200 Block of Angelus Ave. 0.25 $3,840.00 2. Ellis Park 3900 Block of Ellis Ln. 0.35 4,404.00 3. Garvey Community Center 9108 Garvey Ave. 1.00 6,948.00 4. Garvey Park 7900 Block of Emerson PI. 7.00 37,512.00 5. Guess Park 8555 E. Mission Dr. 0.35 4,440.00 6, Klingerman Park 8800 Klingerman Ave, 0.75 4,920.00 7, Olney Park 8600 Block of Olney St. 0.35 4,440.00 8. Rosemead Community Center 3936 N Muscatel Ave. 1.00 8,760.00 Park 9. Rosemead Park/SkatePark 9100 Block of Mission Dr. 18.0 51,720.00 10. Sally Tanner Park 8343 E Mission Dr. 1.00 8,820.00 11. Jess Gonzalez Sports 8471 Klingerman Ave. 3.50 31,320.00 Complex 12. Triangle Park 800 Block of San Gabriel Blvd. 0.75 4,740.00 13. Zapopan Park 3000 Block of Angelus Ave. 6.00 35,820.00 14. Jay Imperial Park San Gabriel Blvd./Pine Ave., SCE 5-61 34,920.00 transmission Corridor 15. City Hall 8838 E Valley Blvd. - Exterior N/A 8,100.00 Landscape 16. Rosemead Count Library8800 E Valley Blvd. - Exterior N/A 4,320.00 y Landscape 17. Dinsrnoor House 9632 Steel St. -Exterior N/A 4,920.00 Landscape 18. Garvey Blvd. - Medians &Parkways and Sidewalk New Ave to Rio Hondo Bridge N/A 11,400.00 Cleaning 19. Marshall St. - Medians 100' West of Rosemead Blvd. to N/A Hart Ave. 2,640.00 20. Rosemead Blvd. - Medians 10 Fwy to North City Limit N/A 3,540.00 21. Rush St. - Medians & Walnut Grove Ave. to San Parkways and Sidewalk N/A 4,500.00 Gabriel Blvd. • Cleaning 22. San Gabriel Blvd. - Parkways and Sidewalk Heilman Ave. to Rush St. N/A 11,100.00 Cleaning 23. Valley Blvd. Parkwaysand Sidewalk Charlotte Ave. to Strang Ave. N/A 11,040.00 Cleaning LANDSCAPE MAINTENANCE SERVICES I RFP 20 WOO Approx. , Annual Location Address Acreage Cost 24. Walnut Grove Ave. East EastsideofWalnutGroveAve.onb0 NIA $ 2,640.00 Slopes and Medians thhillsides of Interstate 10Fwy 25. Walnut Grove Ave,West 'WestsideofWalnutGroveAve.onb N/A 3,000.00 Slopes and Medians othhillsidesoflnterstate 10 Fwy Slopes and WestandEastsidesofRosemeadB 26. Rosemead Blvd. Slo p lvd.,northof N/A 2,580.00 Medians Interstate 10 Fwy . 27. Del Mar Ave. Slopes and West and East sides of Del Mar Ave., south of N/A 2,640.00 Medians Interstate 10 Fwy WestandEastsidesofSanGabriel N/A . 2,760.00 28. San Gabriel Blvd. Slopes Blvd.,south pf Interstate 10Fwy 29. Walnut Grove Ave. Hellman Ave. to Marshall St. N/A 4,152.00 medians 30. Walnut Grove Ave. medians Marshall St. to Valley Blvd. N/A 4,392.00 West City Limit to State Route 60 N/A 6,624.00 31. San Gabriel Blvd. medians Fwy San Gabriel Blvd to Montebello N/A 1 980.00 32. Towne Centre Dr. medians Blvd. ' 33. Montebello Blvd medians Towne Center Dr. To South City N/A 1,800.00 Limit 34. Grand Ave. Easement, Westbound Muscatel Ave.to NIA 2,100.00 Sidewalk and Right of Way Rosemead Blvd. (8800-8900) 35. N. Ramona Blvd. Hart Ave. to Rosemead Blvd, NIA 3,312.00 Westbound easement and (9200-9300) sidewalk Right of Way Burton Ave. to Rosemead Blvd. 36. S Ramona Blvd. easement along Fwy Sound Wall (8600- N/A 2,580.00 8900) And Southwest Corner at Garvey N/A 2,280.00 37. N San Gabriel Blvd Ave • LANDSCAPE MAINTENANCE SERVICES I RFP 2019.00 Service Address Annual Cost Rosemead Community Recreation Center(RCRC)- 3936 North Muscatel Ave. Color Maintenance _ $300.00 The Garvey Center-- 9108 Garvey Ave. $300.00 ColorMalntenance Public Safety Center— 8301 Garvey Ave. Color Maintenance $300.00 Rosemead City Hall— 8838 East Valley Blvd. $300.00 Color Maintenance Service Provider may utilize subcontractors as indicated in this Agreement. The hourly rate for any Subcontractor is not to exceed $ N/A per hour without written authorization from City Manager or his/her designee. The total compensation for the Services set forth in this Agreement shall not exceed $ as provided in Section 4"Compensation and Method of Payment" of this Agreement. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 348,204.00 Three hundred forty-eight thousand two hundred four 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 ofbiditemsabove,withinthelimitsdefineinSection3- • 2.2.1 oftheStandardSpecificationsto stay within the budgeted amount of this project. • • • • • LANDSCAPE MAINTENANCE SERVICES l RFP 2013.00 S E M F id '4 C� O CIVIC PRIDE Attachment D Mariposa Proposal M A R 1 P 0 S .A L A N DS C A P E S INC S E M F O '9 ..i,t,C- * CIVIC PRIDE 5 ,HCO�pORmeo A° CITY OF ROSEMEAD PUBLIC WORKS DEPARTMENT REQUEST FOR PROPOSAL RFP 2019 LANDSCAPE MAINTENANCE SERVICES Due: Wednesday, May 29, 2019 at 10:00 am Coils IT) y 43 CA CONTRACTOR'S LIC#592268 A,C-27,D-49 6232 Santos Diaz Street,Irwindale,CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com Our Core Values—Safety • Teamwork • Quality • Integrity M A R 1 P Os A L A N D S C A P E S I N C May 29,2019 City of Rosemead Robert Chavez, Public Works Manager 2714 River Avenue Rosemead,CA 91770 RE: Request for Proposal RFP 2019 Landscape Maintenance Services Thank you for the opportunity to submit our proposal. Mariposa currently maintains the City of Rosemead and is looking forward to continuing that relationship. Mariposa Landscapes, Inc.was established in the City of Rosemead and has been in business for over 40 years providing landscape services in most of Southern California where we proudly maintain numerous cities, counties, municipalities,government agencies and private entities. We believe the depth of knowledge and level of experience being brought to the City of Rosemead by Mariposa Landscapes, Inc. is unmatched by our competitors. Pest control advisors,certified irrigators,certified landscape techs and certified arborists are found throughout our field employee teams. Mariposa owns 90%of all vehicles and equipment used in its operations. Our entire fleet of equipment is less than 5 years old and well maintained by our in-house mechanics.Our company has met every financial obligation for over 4 decades and has established a corporate bonding capacity far in excess of any requirements across all business lines. We have sufficiently staffed this contract with well trained and competent workers as well as technicians and multiple layers of supervision. 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 look forward to continue servicing the City of Rosemead and its residents,with the best interest in the well- being of the community and its appearance. Respectfully submitted, 'II Terry Noriega, Presii-nt 4 CA CONTRACTOR'S LIC#592268 A,C-27,D-49 www.mariposa-ca.com 6232 Santos Diaz St., IRWINDALE,CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 Our Core Values-Safety • Teamwork • Quality • Integrity Table of Contents • Cover Letter 1 • Information Background on the Contractor 2 • Key personnel/Qualifications 9 • Past experience/References 11 • Understanding of Scope of work and Work Proposal 13 • Bid Schedule 18 4Ce CA CONTRACTOR'S LIC#592268 A,C-27,D-49 www.mariposa-ca.com 6232 Santos Diaz St., IRWINDALE, CA 91702 •TEL 800•794•9458 •FAX 626.960.8477 Our Core Values—Safety • Teamwork • Quality • Integrity INFORMATION BACKGROUND ON THE CONTRACTOR Our Core Values—Safety • Teamwork • Quality • Integrity Page j 2 Company Information President: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 City of Los Angeles LBE: 37858 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. Financial Resources Mariposa has been capable of meeting all financial obligations for over 40 years.A strong balance sheet supports$100 Million bonding capacity. Green Waste Processing Capability Mariposa Landscapes, Inc. has a recycling program for green waste and paper products. We implement this program at our local offices and at all job sites.Mariposa currently uses hybrid vehicles and electric equipment where required. Mariposa notifies allproject managers of the green initiatives prior to the award of contract. Our Core Values—Safety • Teamwork • Quality • Integrity PageI3 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 • 2019—Over 40 years in Business! Mariposa Landscapes, Inc. -40 years of Excellence! First Public Works Landscape Maintenance Project Branch Office Established In Ventura County 1982 P 2003 First Public Works Construction Project Branch Office Established in Orange 1984 i.County Corporate Location Established in Irwindale 2010 1991 Branch Office Established in Branch Office Established in the Inland .Palm Springs Area Mariposa Landscape was founded .Empire. 2013 OveMO Years1977 1994 `In Business ▪ Established Tree Division Operation Expanded to Arizona ▪ 1987 IP"2001 2019 1977 1977 1983 , 1989 ;1995 2001 ,2007 i 2013 _ _ 2019 Today Our Core Values—Safety • Teamwork • Quality • Integrity Page 14 Cig 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 rigoroushands-on'test administered under actual field conditions. With only a 20%first time pass rate,only the best workers areable 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: Calif Landscapeornia =• • CACM (California Association of Community Managers) Contractors . • CAI Orange County(Community Association Institute) ,• Association �`. American • CAI Los Angeles(Community Associations Institute) subcontractors • CAI Greater Inland Empire (Community Association Institute) =�\�oosTRvgsso� Association • CAI Coachella Valley (Community Association Institute) o �. 9Z • ASA(American Subcontractors Association) m BIH o • BIA Southern California (Building Industry Association) oxOERNcaV`F°P2 �I • BIA Orange County(Building Industry Association) BOM A • BOMA IE (Building Owners and Managers Association) IND=IFr` • CLCA(California Landscape Contractors Association) `-*- ssociation) w • ISA(International Society of Arboriculture) • CAPCA(California Association of Pest Control Advisors) /)) •o ,QP, ! BUSINESS PARTNER _ community ASSOCIATIONS INSTITUTE _- Licensing and Certifications • California Contractor License 592268 C27-Landscaping, Class A-Engineering • Certified Arborists on staff • Certified Tree Workers on staff M EM BEl� • Tree Work—Line Clearance Certified ,,,,„‘.....40Ii l' • Tree Work—Line Clearance Certified t `r c� ~ A Instructor • Certified Playground Equipment Inspectors ,/r` k4,ORIGJ�' - • Certified Water Auditor • Certified Backflow Inspectors International Society of Arboriculture I� . • Licensed Pest Control Company/Pest Control Advisor • Certified Pest Control Applicators on staff Our Core Values—Safety • Teamwork • Quality • Integrity Page 15 43 Our Services 'i • Landscape Maintenance k � - • v*. • Private,Commercial,Public Works and Homeowner !V lek p k' ;. e •) I w Associations f'^ G< �, ;eft' • Large Scale Mowing Operations ` - '' .i • Chemical,Mechanical,and Manual Weed Control. ,, y-- _ ' • Landscape Pest Control. _ _ — ;,ti. • Year-round Fertilization Application. - ' -�s Ts �7^ ..:... • Preparation of Requests for Proposal. � - �. • On-site Estimates - • Parking Lot Sweeping Tree Care " ' • On-site Diagnosis and Tree Work Recommendation. v., ,w�.. / = • Consultative Services with Certified Arborists. - • Development of Long-term Tree Care Programs. • Large-scale Tree Trimming Removal. -. • Diagnosis and Treatment of Tree Diseases and Pest �V •' Problems. sl • Stump Grinding and Disposal of Trimmings. • On-site Estimates _ " 2--'' - �—. Landscape Construction • Site Preparation,Demolition,Grading gand Drainage. • Irrigation Systems Installation,Repairs&Upgrades. _ • Computerized Irrigation Central Control Systems. ' . r`"" =,"= 'U=H_.._te -..1.---„.......:,r.- ._� --- - - • Irrigation Pump Installation. T '"'— • Native Plant Restoration and Habitat Rehabilitation. os.---"------ ..- • Hydro seeding,Sod planting. _ • Tree,Shrub,&Groundcover planting. ^ y Hardscape Construction • s A � v - • Concrete Poured-in-Place,Reinforced,Stamped and Seat ` , 1 Walls. • Flagstone,Tile,Masonry and Block Walls. • Drainage and Overhead Construction. `-' _ °'-` • Water Feature Pond Installation&Repair. a' �'. . • Monuments and Signage. --� • Low Voltage Lighting Design and Installation. Our Core Values—Safety • Teamwork • Quality • Integrity Page 16 4S1 Key Contacts Terry Noriega-President 6232 Santos Diaz Street Irwindale, CA 91702 (626)960-0196 (626) 960-8477 Antonio Valenzuela Luis Valenzuela David Hall VP Operations Maintenance Division Manager VP Business Development 6232 Santos Diaz Street 6232 Santos Diaz Street 6232 Santos Diaz Street Irwindale, CA 91702 Irwindale, CA 91702 Irwindale, CA 91702 (626)960-0196 (626) 960-0196 (626)960-0196 (626)960-8477 (626)960-8477 (626)960 8477 antonio@mariposa-ca.com luisv@mariposa-ca.com David.hall@mariposa-ca:com Office Locations Headquarters Irwindale Orange County San Bernardino County z St. 15529 Arrow Hi hway 1107 E.Walnut St 11093 Almond Avenue 6232 Santos Dia g Irwindale,CA 91702 Irwindale, CA 91706 Santa Ana,CA 92701 Fontana,CA 92335 Phone (626) 960-0196 Phone (626) 960-0397 Phone(626)960-0196 Phone(909)429-2546 Fax(626) 960-8477 Fax(626)960-3809 Fax(626) 960-8477 Fax(909)429-2749 Gardena North L.A. Ventura Palm Springs Arizona 1650 W. 130th Street 4790 E. Los Angeles Ave. 78355 Darby Rd 7677 N.67th Avenue Gardena, CA 90248 Somis,CA 93066 Bermuda Dunes,CA 92203 Glendale,AZ 85301 Phone (800) 794-9458 Phone (800) 794-9458 Phone (626) 960-0196 Phone (623)463-2200 Fax(626)960-8477 Fax(805)386-4140 Fax(626) 960-8477 Fax(623)463-2223 1�:r Ci E I t�G,� e am _, 44 y' ta � 7.- ' 9 t 4 nf9'Z - 4 Our Core Values—Safety • Teamwork • Quality • Integrity Page 17 4:-Sil Pending Litigations Mariposa Landscapes Inc. Pending and Settled Litigation Name Claim/Case No. Date Court Status Type Whetstone v.City of Los Angeles BC556062 April 21,2015 Superior,Los Angeles Settled by insurance GL Molina v.County of Los Angeles BC547750 June 16,2015 Superior,Los Angeles Dropped GL Kesselring v.City of Palmdale MCO25984 November 7,2016 Superior,Los Angeles Settled by insurance GL Cartwright v.City of San Dimas Pending June 5,2018 Unknown Pending GL Arvallo v.City of Corona RIC1810846 June 6,2018 Superior,Riverside Pending GL ft Our Core Values —Safety • Teamwork • Quality • Integrity Page 18 KEY PERSONNEL/QUALIFICATIONS Our Core Values—Safety • Teamwork • Quality • Integrity Page9 Primary Contact Tony Valenzuela 7; Account Manager C. (626) 252.4210 313 0. (626) 960.0397 Ext. ' F. (626) 960-3809 E. Tony.Valenzuela(Jmariposa-ca.com Tony Valenzuela, will be the person in-charge responsible for project management, communication with foreman, maintenance crew and primary contact with the City of Rosemead. He has over 10 years of work experience conducting and overseeing Public Works, Commercial and residential landscape maintenance work. Tony is responsible for all aspects of project management; emphasizing safety, high quality work, operational efficiency, and exemplary customer service. Tony also conducts walk-troughs to ensure that punch lists are completed and institutes improvements to enhance the quality of work. Certifications: • Qualified Applicator License: Category B, C • Certified Landscape Technician • Ornamental Maintenance • Irrigation Troubleshooting • Smart Water Manager • Qualified Water Efficient Landscaper Foremen—Juan Alvarado & Ismael Huizar Juan & Ismael have over 10 years' experience in the landscape industry Laborers—Gilbert Zamora, Armando Jimenez, Victor Serna & Luis Ramirez They have a minimum of 3 years' experience in the landscape industry *Above Crew is currently working for the City of Rosemead with added personnel to meet City of Rosemead current specifications Our Core Values—Safety • Teamwork •Quality • Integrity Page 110 PAST EXPERIENCE / REFERENCES Our Core Values—Safety • Teamwork • Quality • Integrity Page 111 4; i11 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. City of Newport Beach = ._. Address: 592 Superior Ave. Newport Beach, CA 92701 Contact:Anthony Petrarca Title: Landscape Manager Phone: (949) 644-3084 Email: apetrarca@newportbeachca.gov Dates: 2016-Current Amount: $2.8 Million Description: Landscape Maintenance- Irrigation , Turf, Groundcover, shrub, vine and tree maintenance, Hardscape, Sand/wood chip area and Drinking fountain maintenance. Specialty/Sports Athletic Area maintenance. City of Tustin Address: 300 Centennial Way, Tustin, CA 92780 Contact: Christine Zepeda Title: Supervisor Phone: (714) 573-3147 Email: czepeda@tustinca.org Dates: 1989- Current Amount: $774,000.00 Description: Landscape Maintenance of LMD areas City of Rancho Cucamonga Address: 9153 9th Street, Rancho Cucamonga, CA 91730 Contact:Steve Relph Title: Maintenance Supervisor Phone: (909) 477-2730 x 4116 Email: steve.relph@cityofrc.us Dates: 1989-Current Amount: $1,524,000.00 Description: Landscape Maintenance of Medians and Parkways-Shrub, Groundcover, Vine, mulch and Trees. Pest control,hardscape, restroom, drinking fountain and Pipe chase maintenance Our Core Values—Safety • Teamwork • Quality • Integrity Page 112 • 4re UNDERSTANDING OF SCOPE OF WORK AND WORK PROPOSAL Our Core Values—Safety • Teamwork • Quality • Integrity Page 113 Understanding of scope of work and Work proposal It is our intention to perform this contract per the City requirements as indicated in the proposal documents. We are confident that we will be able to continue providing a great level of landscape maintenance services to the City of Rosemead.Our proposal includes an outstanding 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 reviews the project specifications and visits 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. Prior to commencement of contract work we will thoroughly inspect and document deficiencies. After this is completed for each location, we will provide a detailed list. We will also include a proposal for restoring the area to its original condition if applicable. 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 including all the routine activities. After submission and approval of this schedule, we will be ready to start work. Our Core Values —Safety • Teamwork • Quality • Integrity Page I 14 4; g Labor Our proposal is calculated to provide full time employees 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. Mariposa has in its employment licensed arborists that handle all tree work, inspections and quality control for the company. 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 clearance,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 contract or 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 Core Values—Safety • Teamwork • Quality • Integrity Page I 15 cg STAFFING PLAN: This plan indicates the job titles, responsibilities and assigned number of employees,working Monday thru Friday only, full time& part time employees for the contract work with the City of Rosemead. 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 Technician will be available if necessary. Technician Account Handles all project management, including overseeing all Mariposa 1 Manager personnel working in the city and will be the direct contact with Our Core Values Safety • Teamwork • Quality • Integrity Page 116 Communication and Yard Location All communications will be routed through our main office and dispatch center. Our office is open for communication from 5:30 am to 4:30 pm Monday through Friday. Mariposa Landscapes has an answering service after hours,with on call staff to address emergency call outs who can rapidly respond to scheduling glitches or emergency situations within less than one hour. We will provide a 24-hour"800" number to the City of Rosemead and will use all of the current communication methods such as two-way radios and smart phones. Our response time will meet or exceed the City's expectations. We support a full staff of mechanics within 10 miles of The City of Rosemead.And we have a great depth of back-up equipment that allows us to stay very consistent within our schedule. Equipment Inventory List Vehicles, equipment and material to be used to perform the contract work. VEHICLES & EQUIPMENT Regular Periodic 1 3/4 Ton ext. cab truck(s) 1 200 Gallon tank sprayer 2 3/4 Ton stake bed truck(s) 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 truck 2 Edgers 3 Blowers 3 Line trimmers 2 Hedge trimmers MATERIALS Round up post emergent broadleaf chemical Pre-emergent Insecticides *List above is tentative and subject to change upon award of contract. Mariposa Landscapes, Inc. is financially sound to be able to allocate funds necessary to purchase any additionally needed vehicles, equipment and materials to perform this contract. Our Core Values—Safety • Teamwork • Quality • Integrity Page 117 BID SCHEDULE Our Core Values—Safety • Teamwork • Quality • Integrity Page 1 18 BID SCHEDULE Service Provider shall use the following rates of pay in the performance of the services: Approx. Annual Location Address Acreage Cost 1.Angelus Park 2200 Block of Angelus Ave. 0.25 $1,752.99 2. Ellis Park 3900 Block of Ellis Ln. 0.35 $2,454.17 3. Garvey Community Center 9108 Garvey Ave. 1.00 $7,011.92 4.Garvey Park 7900 Block of Emerson PI. 7.00 $49,815.45 5. Guess Park 8555 E. Mission Dr. 0.35 $2,454.17 6. Klingerman Park 8800 Klingerman Ave. 0.75 $5,258.94 7. Olney Park 8600 Block of Olney St. 0.35 $2,454.17 8. Rosemead Community Center 3936 N Muscatel Ave. 1.00 $7,011.92 Park 9. Rosemead Park/Skate Park 9100 Block of Mission Dr. 18.0 $124,722.59 10. Sally Tanner Park 8343 E Mission Dr. 1.00 $7,011.92 11. Jess Gonzalez Sports 8471 Klingerman Ave. 3.50 $24,541.73 Complex 12. Triangle Park 800 Block of San Gabriel Blvd. 0.75 $5,258.94 13. Zapopan Park 3000 Block of Angelus Ave. 6.00 $42,071.53 14. Jay Imperial Park San Gabriel Blvd./Pine Ave., SCE 5.61 $39,336.88 transmission Corridor 15. City Hall 8838 E Valley Blvd. - Exterior N/A $1,289.38 Landscape 16. Rosemead County Library 8800 E Valley Blvd. - Exterior Landscape N/A $2,079.91 17. Dinsmoor House 9632 Steel St. - Exterior N/A $395.35 Landscape 18. Garvey Blvd. - Medians & $1,133.40 Parkways and Sidewalk New Ave to Rio Hondo Bridge N/A Cleaning 19. Marshall St. - Medians 100' West of Rosemead Blvd. to N/A $86.76 Hart Ave. 20. Rosemead Blvd. - Medians 10 Fwy to North City Limit N/A $2,365.16 21. Rush St. - Medians & Walnut Grove Ave. to San $2,025.99 Parkways and Sidewalk N/A Gabriel Blvd. Cleaning 22. San Gabriel Blvd. - $225.36 Parkways and Sidewalk Hellman Ave. to Rush St. N/A Cleaning 23. Valley Blvd.- $347.70 Parkways and Sidewalk Charlotte Ave. to Strang Ave. N/A Cleaning LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 Approx. Annual Location Address Acreage Cost 24. Walnut Grove Ave. East East side of Walnut Grove Ave. $3,048.96 Slopes and Medians on both hillsides of Interstate 10 N/A Fwy 25.Walnut Grove Ave.West West side of Walnut Grove Ave. $18,111.23 Slopes and Medians on both hillsides of Interstate 10 N/A Fwy West and East sides of $12,985.90 26. Rosemead Blvd. Slopes and Rosemead Blvd., north of N/A Medians Interstate 10 Fwy 27. Del Mar Ave. Slopes and West and East sides of Del Mar $14,573.72 p Ave., south of N/A Medians Interstate 10 Fwy West and East sides of San $13,040.47 28. San Gabriel Blvd. Slopes Gabriel Blvd.,south pf Interstate N/A 10 Fwy 29. Walnut Grove Ave. Hellman Ave. to Marshall St. N/A $477.92 medians 30. Walnut Grove Ave. medians Marshall St. to Valley Blvd. N/A $386.33 31. San Gabriel Blvd. medians West City Limit to State Route 60 Fwy N/A $535.71 32. Towne Centre Dr. medians San Gabriel Blvd to Montebello N/A $466.82 Blvd. 33. Montebello Blvd medians Towne Center Dr. To South City N/A $4,821.58 Limit 34. Grand Ave. Easement, Westbound Muscatel Ave. to N/A $1,224.19 Sidewalk and Right of Way Rosemead Blvd. (8800-8900) 35. N. Ramona Blvd. $193.17 Westbound easement and Hart Ave. to Rosemead Blvd. N/A sidewalk Right of Way (9200-9300) Burton Ave. to Rosemead Blvd. $940.72 36. S Ramona Blvd. easement along Fwy Sound Wall (8600- N/A 8900) 37. N San Gabriel Blvd And Southwest Corner at Garvey N/A $382.95 Ave. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 Service Address Annual Cost Rosemead Community Recreation Center(RCRC)- 3936 North Muscatel Ave. $240.00 Color Maintenance The Garvey Center— 9108 Garvey Ave. $240.00 Color Maintenance Public Safety Center— 8301 Garvey Ave. $200.00 Color Maintenance Rosemead City Hall— 8838 East Valley Blvd. $240.00 Color 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 City Manager or his/her designee. The total compensation for the Services set forth in this Agreement shall not exceed $403,216.00 per year. as provided in Section 4 "Compensation and Method of Payment" of this Agreement. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$403,216.00 Four Hundred Three Thousand Two Hundred Sixteen 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. LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 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 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.N/A LANDSCAPE MAINTENANCE SERVICES RFP 2019-00 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 compensatio in full for all Work under the contract. By: ` 6232 Santos Diaz Street Signature Busi Terry Noriega Irwindale,California 91702 Type or Print Name City,State and Zip Code President (626)960-0196 Title Telephone Number Bidder's/Contractor's State of Incorporation:California Partners orJointV: Bidder's License Number(s):592268 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 * LANDSCAPE MAINTENANCE SERVICES I RFP 2019-00 Patty De Martinez Subject: Revised version From: Robert Chavez [mailto:rchavezPcityofrosemead.orq] Sent: Wednesday, May 8, 2019 1:50 PM To: Patty De Martinez Subject: Re: Revised version That would be the 29th.Thanks for letting me know. Sent from my iPhone On May 8, 2019, at 1:34 PM, Patty De Martinez<patty.demartinez@mariposa-ca.com>wrote: Robert, I believe there's a typo. Is the bid due date May 29th or May 31St? Page 1 shows: May 29th, 2019 at 10am Pages 8& 11 show: May 315t, 2017 at 10am Thank you, Patty De Martinez Bid Coordinator Tel (626)960-0196 Ext. 2722 Fax(626)960-8477 Email: patty.demartinez@mariposa-ca.com M A RIP 0 S A Safety I Teamwork I Quality I Integrity "We blend nature and craftsmanship to create ultimate outdoor settings and extremely satisfied customers." www.ma riposa-ca.com From: Robert Chavez [mailto:rchavez(@cityofrosemead.orq] Sent: Wednesday, May 8, 2019 12:47 PM To: Patty De Martinez; David Hall Subject: Revised version Hello, Patty and David, please disregard the last version I sent you of the RFP. This is the revised version. Sorry for the confusion. Let me know if you have any questions. Respectfully, Bob Robert Chavez Public Works Manager Public Works Department <image001.png> 8838 E.Valley Blvd. Rosemead,CA 91770 1 E M O '9 CIVIC PRIDE -44 *CC" ATE01 Attachment E Brightview Proposal 46. 0. OSE EAD LANDSCAPE MAINTENANCE SERVICES FOR CITY OF ROSEMEAD InghtView Landscape Services BrightView Landscape Services May 24, 2019 City of Rosemead c/o Robert Chavez Public Works Manager City of Rosemead 8838 East Valley Blvd. Rosemead, CA 91770 RE: Landscape Maintenance Services for City of Rosemead BrightView is pleased to submit a professional proposal for the Landscape Maintenance Services for the City of Rosemead. This proposal will demonstrate how BrightView will offer the City of Rosemead the highest quality maintenance program throughout the community by applying our progressive approach to landscape management. The City of Rosemead deserves great looking landscape for the community. BrightView is well equipped to oversee and manage the landscape. Our experience with city landscapes make BrightView the best partner for this job. In this proposal, we will detail our experience with municipalities, share our plan to perform the work and introduce our team. • We are confident our experience, resources and staff make us the best fit for the City of Rosemead. We are excited about the opportunity to work with you throughout the City of Rosemead. f cerely, Ji Yarnall Adam Budniak Regional K y Account Manager Vice President/General Manager (818) 468- 154 (310) 350-4953 Jim.Yarnall@BrightView.com Adam.Budniak@BrightView.com *This proposal is valid for 60 days from date of submittal. j\I Cover Letter Page 2 Table of Contents Page 3 Executive Summary Page 4 lnformati:.n background on the Contr.ctor Page 5 Key Personnel/Qualifications Page 6 Past Experiences/References Page 7 Understanding of Scope of 111l0rk and Work Proposal Page 8 Bid Schedule Page 11 3 EXECUTIVE SUMMARY Our local branches have been providing comprehensive landscape management programs to customers for over 40 years. The local branch of BrightView Landscape Services located in Gardena specializes in municipal accounts and our current portfolio includes the City of Signal Hill, Long Beach Exchange, City of Anaheim, various large homeowner associations, universities and schools, as well as commercial customers throughout the City of Rosemead. We are a quality-oriented company that offers full service for your complete landscaping needs. By formulating a Pro-Active Service Plan, directed by knowledgeable supervision, we are confident we can provide the Landscape Maintenance Services for the City of Rosemead with a highly detailed maintenance and management program at a competitive price that will ensure a beautiful landscape for the city. Some of the benefits you will receive by using the services of BrightView Companies are: • The financial security of the largest landscape company in the U.S. • An industry leader with a strong emphasis on safety • Excellent communication and strong management of personnel • A detailed work plan and schedule • 24 hours, 7 days a week emergency service • Specialized departments to assist onsite crew including: o Arbor Care Department overseen by ISA certified Arborists o Spray and Pest Control Department with 6 licensed applicators (QAL) o Irrigation Department overseen and trained by Certified Irrigation Auditor o Access to additional experts including agronomists and horticultural Ph.D.'s 4 INFORMATION BACKGROUND ON THE CONTRACTOR GENERAL INFORMATION Name of Business: BrightView Landscape Services, Inc. Business Address: 24151 Ventura Blvd. Calabasas, CA 91301 Branch Address: 17813 Main St Gardena, CA 90408 Stock Symbol: BV (NYSE) Business Telephone and Facsimile Numbers, Website address, email address: (310) 327-8700 office (310) 327-8767 Fax Name, title, telephone number, email address, person(s) authorized to represent business entity: Frank Annino Adam Budniak (Signatory) Senior Vice President Vice President & GM 818-964-2323 310-350-4953 Frank.Annino@BrightView.com Adam.Budniak@BrightView.com Gerrad Hill (contact regarding proposal) Branch Manager 17813 Main St. Gardena, CA 90408 310-925-0573 Gerrad.Hill@BrightView.com Federal Tax ID No.: 95-2651541 CA Contractor's/Business Licenses (C27, D49, other required licenses). BrightView Tree Care Services: License Number- 863659 (C61/D49) BrightView Landscape Services: License Number—266211 (C27, C31, C61/D49) Pest Control Business License: License Number—40109 Qualified Applicator Licenses: Mike Skopik License Number—QAL# 99111 Type of Business: Corporation Number of years in experience: 79 years Litigation — No negative history to report 5 KEY PERSONNEL/QUALIFICATIONS Gil Rocha-Lugo, Sr. Account Manager, Landscape Maintenance Gil is a veteran of the landscape industry. He has been managing landscape for over 20 years. Gil has great horticulture knowledge and communicates with his clients and crew very well. As a Senior Account Manager, Gil helps to mentor new managers and employees with our BrightPath imitative. Gerrad Hill, Branch Manager Gerrad has 10 years' experience in the green industry in the Southern California area. Gerrad began his career with BrightView as a Tree Care Services Manager. He is a certified arborist. He is in charge of the overall quality and financial performance in the branch. Gerrad's skill set include horticultural knowledge, leadership abilities, strong customer service skills, attention to detail, and the ability to mentor employees. Nina Ochoa, Branch Administrator Nina helps the branch with all administrative duties. This includes verification of documents helping to onboard training for new employees and billing. She also assists with any purchase orders needed by the field. Dustin Gilbert, Business Developer, Tree Care Services Dustin is our tree care services business developer. He helps the maintenance crews on any tree issues above 12 feet. He can also provide trimming proposals and removals. Dustin can help mitigate any safety or liability concerns with trees. Rene Rivera, Municipal Specialist Rene is a long time veteran of the landscape industry. He helps us with municipalities. He has helped us with the City of Ontario and Diamond Bar. Adam Budniak, Vice President& General Manager Adam has more than 19 years' experience in the landscape and irrigation industry in the Southern California area and 13 of those years have been at BrightView. He has experience overseeing the landscape maintenance at various large municipalities throughout Southern California. Adam is also responsible for BrightView complying with all current laws and contract requirements such as insurance coverage, licenses, worker's compensation and safety regulations. 6 PAST EXPERIENCE/REFERENCES City of Ontario Performance period of 7 years to current --annual value approx. $343,000 annually 303 East B Street Ontario, CA 91764 Contact: Roberto Perez (909) 395-2627 roperez@ontarioca.gov BrightView currently provides landscape maintenance and water management services at various public facilities throughout the city including public parks (including daily restroom maintenance), medians and parkways, various schools in the Mountain View School District, weed abatement, slopes, and dog parks. City •f Diamond Bar Performance period of 12 years to current—annual value approx. $450,000 annually 21825 Copley Drive Diamond Bar, CA 91765 Contact: Anthony Jordan (909) 839-7063 ajordan@diamondbarca.gov BrightView currently provides landscape maintenance at various public facilities throughout the city including public parks (including daily restroom maintenance), medians and parkways, schools, and the Diamond Bar Community Center totaling approximately 60 acres. City of Norco Performance period of 10 years to current—annual value approx. $670,000 annually 2870 Clark Ave Norco, CA 92860 Contact: Henk Koke (951) 310-7870 hkoke@ci.norco.ca.us BrightView currently provides landscape maintenance and water management services totaling approximately 120 acres in various locations throughout the city such as public parks (including daily restroom maintenance), parkways and medians, sports fields, slopes, trails, open space and Landscape Maintenance Districts (LMD's). 7 UNDERSTANDING OF SCOPE OF WORK AND WORK PROPOSAL The BrightView team provides support.that no other competitor can match. We leverage our size to able to deliver service where others can't. This should provide the City with the secure feeling BrightView is compliant to help it meet its requirements: for example — we are an equal opportunity, affirmative action compliant contractor and E-Verify all employees. SERVICE PLAN Due to the high visibility, the high traffic and the high quality level demanded by the City's constituents it is important that all areas are visually inspected every day. To accomplish these tasks at this level we divide the work as follows: • Trash, Hardscape and Buildings: o As Crew Leader and Production Manager, Rigoberto's experience with municipal work is an invaluable asset. On a daily basis, he visits each park, median and City Hall daily: • Checking for trash in planters, on hardscape, emptying trash cans ■ Alerting both BrightView and City staff of problems and potential issues • Park & Median Service o Rigoberto has in-depth knowledge for city parks. He is very interactive with Gil and Gerrad alerting them of issues, changes in scheduling to accomplish a certain task. o Experienced crews with safety and a key focus for BrightView using proper traffic control signage and cones with men working near traffic is always our focus on how to operate safely and efficiently as possible. o Irrigation o The crew is experienced in irrigation and will continue ongoing inspections so that problems can be identified, reported and proposed with added support from our Account Manager and Emiliano as Irrigation Manager. • Plant and Turf Maintenance o Team's equipped with proper equipment for the task with weekly mowing and edging during growing seasons and fertilizing 3x per year. o Use of broadleaf herbicide and pre-emergent to control weeds in turf and planter beds o Annual dethatching, aeriation and over seeding of turf scheduled in Sept-Oct o The plant palate at the City's facilities requires a knowledge of how to appropriately prune for a natural look, when it's appropriate to remove limbs or shrubs as they encroach into pathways and when it's appropriate to hedge plants. 8 DAAL SUPPORTS F TO CITY tiF READ o Regional Irrigation Advisor: Emlllano Ortiz has been with BrightView for 18 years. He supports our local branches to help with operational efficiency in Irrigation Systems and managing field technicians for scheduling. With his up to date training and education in Irrigation, we are able to provide the most cost effective and efficient repairs or upgrades to the sites, improving water usage. o Regional EH&S Manager: Amanda Bender is a certified OSHA trainer and has worked previously in an Account Management roll. She is a key person helping to lead BrightView's industry leading safety record she ensures that we are compliant with all OSHA safety regulations and goes above and beyond to hold our team to an even higher standard. She has helped reduce our TRIR rating to below 2.0, • Regional Director of Operation: Mark Haines is our efficiency and operational expert. He works with our crews on training, horticultural knowledge and job plans for each location we service. His background with golf course management has made him a valuable member of the team to help our teams produce better work. 9 ADDITIONAL REPORT FOR CITY OF ROSEMEAD • Quality Site Assessment (OSA) • To ensure a successful partnership, effective communication is one of our top priorities.We found the best way to keep our customers highly satisfied is to make sure we understand your current needs and priorities.We will continue to provide proactive communication on a regular basis that includes images, pricing and recommendations that will give you a full view of your landscape, • BrightView's proprietary QSA (Quality Site Assessment) app is used capture the various maintenance items found during the weekly walks including suggestions for improvements. The report contains pictures and notes and is emailed to Drew shortly after the walk is concluded. Included in the report are notes for the city for items that we find throughout our inspections unrelated to landscape maintenance but that may be important such as heaving concrete, vandalism, electrical issues, etc. • In addition to the QSA we will provide individual proposals for the enhancements and repairs we recommend therein.This will give staff the opportunity to view areas for improvements and allow them to make quick decisions for the benefit of a particular area. QualityQuality Site Assessment Site Assessment wrr:ry name .:a a.,. a ranrrrccmdt. Y,,,�,.rt - c�s umtrtaaa r T.: -c .-- r..a.� t e at 4 •! t .r- ....de-, sem. t aRmt•_h .}•- � tot „it- aV � v ua,>t?s:e -41 tyxt 10 BID SU= )JLE Location Address Approx. Annual Cost Acreage I Angelus Park 2200 Block of Angelus Ave. 0.25 $ 1,856.25 2 Ellis Park 3900 Block of Ellis Ln. 0.35 $ 1,856.25 3 Garvey Community Center 9108 Garvey Ave. 1 $ 14,850.01 4 Garvey Park 7900 Block of Emerson Pl. 7 $ 44 550.04 5 Guess Park 8555 E.Mission Dr. 0.35 $ 1,856.25 6 Klingerman Park 8800 Klingerman Ave. 0.75 $ 1,856.25 7 Olney Park 8600 Block of Olney St. 0.35 $ 1,856.25 8 Rosemead Community Center Park 3936 N Muscatel Ave. 1 $ 14,850.01 9 Rosemead Park/Skate Park 9100 Block of Mission Dr. i8 $ 87,243.83 10 Sally Tanner Park 8343 E Mission Dr. 1 $ 2,784.38 11 Jess Gonzalez Sports Complex 8471 Klingerman Ave. 3.5 $ 11,137.51 12 Triangle Park 800 Block of San Gabriel Blvd. 0.75 $ 3,712.50 13 Zapopan Park 3000 Block of Angelus Ave. 6 $ 29,700.03 14 Jay Imperial Park San Gabriel Blvd./Pine Ave.,SCE—trans. 5,61 $ 14,850.01 Corridor 15 City Hall 8838 E Valley Blvd.-Exterior Landscape $ 14,850.01 16 Rosemead County Library 8800 E Valley Blvd.-Exterior Landscape $ 14,850.01 17 Dinsmoor House 9632 Steel St.-Exterior Landscape $ 1,856.25 18 Garvey Blvd.-Medians&Parkways and New Ave to Rio Hondo Bridge $ 22,275.02 Sidewalk Cleaning 19 Marshall St.-Medians 100'West of Rosemead Blvd.to Hart Ave. $ 11,137.51 20 Rosemead Blvd.-Medians 10 Fwy to North City Limit $ 14,850.01 21 Rush St.-Medians&Parkways and Sidewalk Walnut Grove Ave.to San Gabriel Blvd. $ 11,137.51 Cleaning 22 San Gabriel Blvd.-Parkways and Sidewalk Hellman Ave.to Rush St. $ 11,137.51 Cleaning 23 Valley Blvd.— Parkways and Sidewalk Cleaning Charlotte Ave.to Strang Ave. $ 5,568.76 24 Walnut Grove Ave.East Slopes and Medians East side of Walnut Grove Ave.on both hillsides $ 7,425.01 of Interstate 10 Fwy 25 Walnut Grove Ave.West Slopes and Medians West side of Walnut Grove Ave.on both hillsides $ . 7,425.01 of Interstate 10 Fwy ' 26 Rosemead Blvd.Slopes and Medians West and East sides of Rosemead Blvd.,north of $ 7,425.01 Interstate 10 Fwy ' 27 Del Mar Ave.Slopes and Medians West and East sides of Del Mar Ave.,south of $ 7,425.01 Interstate 10 Fwy 28 San Gabriel Blvd.Slopes West and East sides of San Gabriel Blvd.,south $ 7,425.01 pf Interstate 10 Fwy ' 29 Walnut Grove Ave.medians Hellman Ave.to Marshall St. $ 7,425.01 30 Walnut Grove Ave.medians Marshall St.to Valley Blvd. $ 3,712.50 31 San Gabriel Blvd.medians West City Limit to State Route 60 Fwy $ 3,712.50 32 Towne Centre Dr.medians San Gabriel Blvd to Montebello Blvd. $ 3,712.50 33 Montebello Blvd medians Towne Center Dr.To South City Limit $ 3,712.50 34 Grand Ave.Easement,Sidewalk and Right of Westbound Muscatel Ave.to Rosemead Blvd. $ 3,712.50 Way (8800-8900) 35 N.Ramona Blvd.Westbound easement and Hart Ave.to Rosemead Blvd.(9200-9300) $ 3,712.50 sidewalk Right of Way . 36 S Ramona Blvd.easement Burton Ave.to Rosemead Blvd.along Fwy $ 3,712.50 Sound Wall(8600-8900) 37 N San Gabriel Blvd And Southwest Comer at Garvey Ave. $ 1,856.25 Total $ 413,016.00 11 Service Address Annual Cost Rosemead Community $870.00 Recreation Center(RCRC) - 3936 North Muscatel Ave. Color Maintenance The Garvey Center— $0.00 9108 Garvey Ave. Color Maintenance Public Safety Center— $0.00 8301 Garvey Ave. Color Maintenance Rosemead City Hall— $870.00 8838 East Valley Blvd. Color Maintenance Service Provider may utilize subcontractors as indicated in this Agreement. The hourly rate for any Subcontractor is not to exceed $ 0.00 per hour without written authorization from City Manager or his/her designee. The total compensation for the Services set forth in this Agreement shall not exceed $ 414,756.00 as provided in Section 4 "Compensation and Method of Payment" of this Agreement. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Four Hundred and Fourteen Thousand Seven Hundred and Fifty Six Dollars and Zero Cents. 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. 12 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 0 ntract wits e n cessary bonds and accept the Total Bid Price as compens9ti. in full fo all Wor under the contract. By: 17813 Main St. Signature \ Business Street Address Adam Budniak Gardena, CA 90408 Type or Print Name City, State and Zip Code Vice President 310-350-4953 Title Telephone Number Bidder's/Contractor's State of Incorporation: California Partners or Joint Ventures: Bidder's License Number(s): 266211 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 * S E ,y,-- E el,* '9 4. C I'vIC PRIDE \\.s........... Iiiitilkr, ,,...._..F.T. 0 Attachment F Master Proposal MASTER LANDSC 96 ; y, L• J NTENANCE, IC.. 14600 GOLDENWEST ST.#210-WESTMINSTER, CA 92683 -PH:714.531.0549-FAX:714.373.4816 EMAIL:INFO@MASTERLANDSCAPEMAINTENANCE.COM PROPOSAL FOR: REP 2019 LANDSCAPE MAINTENANCE SERVICES FOR THE ITY OF ROSEMEAD • ss y d M1 y x3 �• "fir 4'A`- , ' 1 .'• • 9-"ts J c�L 14;, 1`14. al S � i 1-' MASTER LANDSCAPE 6MAINTENANCE, INC. 2019 May 28,2019 City of Rosemead-Public Works C/O Mr.Robert Chavez 8838 East Valley Blvd. Rosemead,CA 91770 Re:Proposal for.City of Rosemead Landscape Maintenance Services Dear Mr.Chavez: Thank you for allowing Master Landscape&Maintenance,Inc.to provide this proposal for landscape maintenance services for the City of Rosemead,which is valid for 60 days.We look forward to providing our services to you,in acceptance of Appendix A,and would like to emphasize our ability to surpass our competition with the following: 1. On-Site Full-Time Supervision—with,both,cellular phone and a two-way radio. 2. Wholesale Plant Prices—savings passed onto our clients for any upgrades/repairs. 3. On-Staff Landscape Architect—to prepare and design any"re-landscape"areas. 4. On-Staff Certified Arborists —to correctly preserve your most costly asset. Enclosed you will find the following: Section I—Background Information Section II—Key Personnel/Qualifications Section III—Past Experience/References Section IV—Understanding of Scope of Work and Work Proposal Section V—Bid Schedule Thank you,again,for allowing us to submit this proposal.If you have any questions,please do not hesitate to contact us by phone,fax,or email at:info®masterlandscapemaintenance.com. We look forward to hearing from you! Sin cer y Rot 1 Whitecotton Pres dent Master Landscape&Maintenance,Inc. Ism MASTER LANDSCAPE MAINTENANCE,INC. 2019 TABLE OF CONTENTS Section I: Background Information 04-05 Section.II: Key Personnel/Qualifications 06-11 Section III: References/Past Experience 12-13 Section IV: Understanding of SOW and Work Proposal 14-15 Section V: Bid Schedule 16-20 �2 Information/Background MASTER LANDSCAPE e-MAINTENANCE, INC. 2019 COMPANY HISTORY Master Landscape&Maintenance, Inc.is a full-service professional landscape maintenance and landscape construction company. Established in 1980, and incorporated in 2002,we have been in business for 39 years. Our full landscape maintenance services encompass all phases of maintenance with high- quality detail,including but not limited to:mulch applications,pest control,herbicide treatment,turf mowing/edging, arboricultural services,irrigation services,trash/debris removal, fertilization, and pressure washing to maintain hardscape areas. On the construction side of our business,landscape renovation services include:removal and disposal of existing landscape (trees, shrubs, etc.), grading,tree trimming and removal, irrigation conversions,installation of complete irrigation systems,installation of pavers and concrete walkways, and installation of planters,benches,trash receptacles, and greenscreens. With 39 years of experience performing work akin to the scope required for this project,we are confident you will be beyond satisfied with our services. Our experience includes providing complete landscape and maintenance services to the cities of Irvine, Santa Ana, Cypress, Long Beach, Ontario, Garden Grove, County of Orange, and others.We have also completed landscape renovation projects for the cities of Ontario and Huntington Beach, while currently providing full landscape services to various property management companies for businesses and homeowner associations. Additionally,Master Landscape&Maintenance,Inc.has no negative history to report. g C/3 H tri Master Landscape & Maintenance Inc. r Organization Chart d c n Po tTi 4t R triH Z n rl Z i N 0 Key Personnel/Qualifications 0 MASTER LANDSCAPE a MAINTENANCE, INC. 2015 KEY PERSONNEL/QUALIFICATIONS RFP 2019 — Landscape Maintenance Services for City of Rosemead The proposed staff to complete the tasks outlined in the RFP are as follows: 1. President — Robert Whitecotton QAL 103661; CLIA 42616; ISA WE-3442A 2. Project Manager — Jose Ruiz 12 years of experience in landscaping; Certified Irrigation Technician; BTI Irrigation Technician 3. Foreman/Irrigator — Manuel Gomez 27 years of experience in irrigation repair and maintenance; Recycled Water On-Site Supervisor Training; Certified Irrigation Repair Technician; BTI Irrigation Training Program 4. Laborers — a. Brigido Martinez 20 years of experience in landscaping b. Tyler Whitney 5 years of experience in landscaping c. Alejandro Gomez 10 years of experience in landscaping d. Richard Perez 5 years of experience in landscaping 0 MASTER LANDSCAPE &MAINTENANCE, INC. 2019 JOSE RUIZ 1118 5 Minnie#6,Santa Ana,CA 92701 1714-788-2674 I SUMMARY -.. I like to work in the landscaping field LANDSCAPING SKILLS Irrigation •Troubleshooting,repairs,design,maintenance Landscaping •Power trimming,mowing,blowing.Tree trimming and shaping. EXPERIENCE 2008-Present Irrigator, Master Landscape&Maintenance,Inc. •Use both irrigation and landscaping skills to keep clients very happy 2007-2008 Irrigator, Oakleaf Landscape •Learned about irrigation systems and maintenance so that I could get a promotion at Master Landscape. • REFERENCES Available upon request 07 UN H 0 N AAAA4AAAAAAAAAAAA4 , 'A A -.': ;., 'IR Pr 111...').k Inland Empire Utilities Agency .141111 A MUNICIPAL WATER DISTRICT • NII r z I Certificate of Attendance V ZThe Inland Empire Utilities Agency certifies that 44 .4411 r r4 71V HJost Rutz a Z r c ; 11 attended the required r t NuiRECYCLED WATER ON-SITE SUPERVISOR TRAINING 't"''%' 0.41141 held at the offices of the r 44 Inland Empire Utilities Agenc% District V 7N116075 Kimball Avenue. Chino, CA 91708 V to A • I V z gSTEVEN SMITH.INSTRUCTOR DATE W H 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11PPr CA . MASTER LANDSCAPE e MAINTENANCE, INC. 2019 Manuel Gomez loot Camile Street#3 Santa Ana,CA 92701 714-547-7173 Objective I want a job doing irrigation and landscape work Skills • I have completed irrigation training classes Experience Master Landscape&Maintenance,Inc. 2004-Present • Landscape irrigation specialist • General landscape technician Tru-Green Landscape 2000-2003 • Landscape irrigation specialist • General landscape technician Commercial Landscape 1998-2000 • Landscape irrigation specialist in training • • General landscape technician O' Neill Landscape 1992-1998 • Landscape irrigation technician • • General landscape laborer References Available Upon Request .. , Trq 0 �°,_ p,�•.ry=aVPmo. ..tc,n� a h•nq. PGrn w.H'rn� .n B'bq. eq'rn„ t .y .1r r»�.. outrM fer.... I-I;/%I ;�%- ,,,.ti„,,, r ,1 ,•,e';.,1.Vr1� - t ,y::'' 1,��r��' S: '�” 1 t,,r" �:" 1'fir ' `r. ,��,1.1r'�i�'�;. I,fikii. 1 �►sAY,sii.„z,0 '� t„st ,,, i��`�t, "I� t !'/,`e1• r Pm e I: ' e•"1 i ;� 'SPS/ \111 1/ ♦0 Iii \1 li \.�+ ,,1� . \ //.. �„ It/( fk,,,w.�S ,,j I ' '.4ll'',� .�I',;;1T.N _,1 4��” ll,;e� 7!: 6'1iWiNir�1 - 0117• .\,II. \' .:�, " `� ^41"i4\ /, (� .24\, .,�I /�n./ " + !! t `+ a \I /'i,„A,. , A+L I'I - , ri' p'•11�/ + �Fj A. �, A••1`Ziit .l�i;�•'��C\�,� ac`,�1 ,-1` ��: ♦, �, A. � +�1 �\ �t,i l / I�/ {�1 �lll� �(11� �111J .�i .. 1 .�C- '� `<<;:1 ,111 111 ♦11,. ��}! .,..4� ^�Il. 11 i ►-J :. ''”.:�+:�:�eei♦es -yam�•rw� ',am....on" .6%,. .•,,,,jje` VNrai��ti s�:✓.Z�'•�?.rt:. .G��?S-.7*1`! _<'�'pr+►fl�Ari�.•-//��a- � F�r .�- �.^, v �`. ,yam.1rr.?�.• •'n�.`..f' ' Y v.•e,i,ti..•D...< 1 oa ,, -1?'`0�, � q` :''\�'Cq�'vJ:�"�..���.,"•h�1ia `\h�el.'1 .f ,"Jr:o}:�..s.. p$►S:..4`.1... t ...... 7'• .,..v, •c$'ac' 'rs� 'v.::. •avz`..��d'. -v,: v�w�vi:r:v..M?�'uva::l+r�Vv.-7�vcJ:v- rte' �..�,���•.�%�'.', �`F,Pt �:wi. .%jy�•i•�V `Gi:+n•y.��•t�r.1�t'�••�+.Y.. 11..�Y.. !. F 6.. CERTIFICATE OF ATTENDANCE >t l:p_ �Q11 g•V���t =`` + �4 TRAINING INSTITUTE 4.( " '' , Z ms_ ltd. P.it,( _.l tmp :f V 11 !-" {a��j�v �� VI This verifies that rte � 1 Oto tie\ Ai .. �q� i i. 6otilez. ?Amigez ,(4 4 1,yy�y.Y attended the , a Cog W AV ..u"yyl'l I�►' i ii 7 rainin g Pro i ani•. �AIrrz�at o b b' . 1 �t ,� / —44 ,..Q.,,,,,,,,, � a Valve Troubleshuo(ing ►�t!r Electrical Troubleshooting ,1yji�`y ,4' IF 1 -..i.i�1i {,''e!h ql�'y 31yf► 1 • BasicHydraulics al ,..- -• •` a is • v r,,..,,, ,��•�� S, Troubleshooting Sprinkler Performance .0tf ,;j30 % 04 --.5-•-e'-`,-...'=!:-: I '� • Water Management Practices 11<• 1 ��� �ll> ,► •• Irrigation Scheduling ►1'h., ` .`�j�Sttil •• Irrigation Budgeting �'''�, ,d � ' {u., "td's l�' ..'r 124 Controller�rogranuning PO - Nis,. —-- i' h`Sa. ``��1�bd+� presented by 6'44 ,`fn, 4r4 = 1 E�' T'he Bilingual Training Institute "''{�: / rr � 1i cl Xyy Y'• V ))Ir,�` i EE_c% '�`,',,. Antonia R. MonzOn, M.S.Soils&Irrigation Date l.ati11Ui,V ., f1{a,; Program Instructor F;+!.\Un lam, 's 'll w ♦. �P �.�A,w�w���rA� '�ti.A�fATr'4 r C�� ,.rar IP.— •• •--aa V. i...+. ;a •,.r,.^.,:p�,T,�;�.`!r�.T �� 1 Arta.,• c�L�µ';.�..,t+7f.T E�ilr; 7�' ..41.•4 ,'67. i•:t"F t v ?. .:+:40.4"Vrr +t -37Nrig 347: 2,k•Q`47. a' •ya11....�..�.a '•�".•.':�..i..:;,;`i'-..1'•�S �' ";:.....,:%.f:;i,;:,—;,:,:.V,7* %sq:.!.•.•i"•.:I r.\ > : �• ? ."r.Sc,. `:G.;c�1 r,i''?"+ -:+•.•.•bf.. ."c•.,�.fN.r.�,, .4`:%.::+>jFf'.�•,.,.}+.•: ..�?Cw•'.+`,.r�}�:c. .'�•�ti: 0�:.:.��.23•.�.•v�•. 'r"'�.^"='rf.''.rl �` &14 0111 y!c��q V.1.1.!4.• `40 r .n". -WZDIra:ti'-^y;-.;✓,iii:41�' ?,;;C::::.r��;:;`r.ii.W estriii:je w�0.4..►'•�':�:.�.•G':".'Z•►'� 51 4:� 4 i,!. per,/\f 4`` J-�V:�� �:�i-'��i'•;�C��.�♦•, �i i^a a.►i•"��i�'s �►��y;��i�� a�a r ��'�a�� � �.� .- •CII►......:-.._7A, '.vim_ �' ,1l, ,.1.1, �1'�'�w � :,'11\•",, ll --?"�� '1 ,��hd• , 1♦, � i1i•�-�-+1, /i1" ►'�•••�� -�,, i Wit �..,�. Jr l ♦ .%' :11•.•. 1 ;i/ l ,. X11 -r T� '"el b; '�' \�� 4.;��� ,...r.,17.41:1.461;,, -+,'/f,,i l ,r , f.`, s 'p \ • •I 1• + �� �` \ Y/i 1\ l ���. ��a• T/ \\. '� (%\‘v:14114%/461111114:414T; � i.I,,yI�11a u1i1\~ �` ,1' ,1 i/t p 1 ''/ 1`` s\. /� q ILII\ �� ( +'1\ �`1 ` ( 11, 0711/41V316/ 0 /1/•U4,11• .1, \t/t \\.I% t \v: \./Y ',1',`1 T; law �,7,r,�1��/ �I yS��/'lSl��z��!�! ����,�, �����11�;�'��I,ti ` �,3 ���, ���' •�c�r. ���� �� l �0' �1 �q � � ,, �d�. Ii"�1 •.e. + `•�'�.r..•'�,,..�'. ' . �'-...._ „•.i�'�•_...._....I'��.,.�-��•^.�_ fir I ...-%' ..• Gr CD pj, 4'11,rua` f+ti ;I ;jar^ ii.,,,t.. 4 iiii) I(urt ^�j 1 IN t f r 11 lifer, r '�_. moll (IIiiyyff g gg ,(�%yJ((/Jv�}y7y g 1(/t(}- ,(/11 {�/�/((J1+ �(yf�J(/%1�(j7��J(!%1��{,�1)((/.�(]/��lltty (/f�O11(/).1 (//yANggg.ii,,t „. .er ICT/j%�1 L�/%ry1(j%y�[/�-1r\:' • U � l.1V U1.]UU I� VU �1J��YrYyUy�JY+L7i�+A171 ��LJU'1JIr� ' \j ,f ��:l (///��J�(jf{�(�(/��/.►(J%\��I !t! 111K' i�sX41 'flit.:, P,, �4 p lirrogitor Tecin caD �rahi n Sch©d , .,z'i” ,0 Fr.� CertiU�ib n� ati n w t rl `'- • .•. \ r + 'I�i ,,tr� /\00.0 11,111 } �I a Repair lecb ic.,a,1 --. . { �} play; -; 4, 0.11,0 e4z TRAM, c,�� This is to Certify that . '� ..., C _ �I +;. Manuel Go 1 Fez �=n .. Fl has attended and successfully passed Certified Irrigation Repair Technician classes: "�:, = p ? .,1,;1'i 45, p7y AI r' I. Wire Tracking&Electrical Troubleshooting -2. Controller Programming, Maintenance, & Scheduling - ,:',"` ,, 8 L �-.�' gra au 3. Valve Repair&Maintenance 4, Water Management 5. Pipe Fitting and Maintenance •-'! 6, Irrigation Field Hydraulics- 7, Backflow Maintenance and Repair- ,.' ...-•,-,q. 8. Master Valves Maintenance&Repair-9. Basic "um. aintenance&Repair- rAl. ''"_s' 10. Soldering&Brazing Maint�ance& ,pair Cb 'J r,`?'' '4 ••^ Certificate Is valid for one year from ate of presentation. U , 4'` ' '- Date.03/10/2010 Instructor's Sig tures ` as��. 1�1� gyp .,t e! ,'F Ih��, to.t i:Jl �,: 'q. als. Y�if ,c "�. k{ X51 :+ yl C ,}, r'= ��� tf 4l II.r +b y. C 1 5 (� 1 IS 11' T.' -ti4;0.0' a I � l4 1't ':?. ''''_ '. • 'i.'°.;-1' . 1 $'.';'1 4 1*1. 1 vI' J f i �i.! .�: • `�. (_. Sr 11.C, ._r r 'ir{L yF"_ 7,r�V�tijl Past Experience/Reference (--„, ., , , .,, STET, LANDSCAPE 6MAINTENANCE, INC 11 REFERENCES RFP 2019 — Landscape Maintenance Services for City of Rosemead • John Wayne Airport 18601 Airport Way,Santa Ana,CA 92707 Martin Ness—(949)252-7566 — mness@ocair.com Description of services:Routine landscape maintenance,to include mulch applications,pest control,herbicide treatment,turf mowing/edging and aeration,arboricultural services,irrigation services,trash/debris removal,replanting,reseeding as necessary,irrigation inspection, installation,repair and maintenance,weed removal,hardscape maintenance,tree maintenance, slope maintenance and janitorial services. Length of time services provided:09/2015—Present Contract amount:$455,157.20/annual • City of Cypress—Parks and Facilities 5275 Orange Ave.,Cypress,CA 90630 Kirk Streets—(714)229-6760 —kstreets@cypressca.org Description of services:Routine landscape maintenance,to include mulch applications,pest control,herbicide treatment,turf mowing/edging and aeration,arboricultural services,irrigation services,trash/debris removal,replanting,reseeding as necessary,irrigation inspection, installation,repair and maintenance,weed removal,hardscape maintenance,playground maintenance,tree maintenance,slope maintenance and janitorial services. Length of time services provided:08/2016—Present Contract amount:5172,560.00/annual • Long Beach Airport 4100 Donald Douglas Dr.,Long Beach,CA 90808 Scott Garrett— (562)570-1255 — scottgarrett@longbeach.gov Description of services:Routine landscape maintenance,to include mulch applications,pest control,herbicide treatment,turf mowing/edging and aeration,arboricultural services,irrigation services,trash/debris removal,replanting,reseeding as necessary,irrigation inspection, installation,repair and maintenance,weed removal,hardscape maintenance,tree maintenance, slope maintenance and janitorial services. Length of time services provided:06/2017—Present Contract amount:$171,192.00/annual I.'13.._.... ( MASTER LANDSCAPE 6 MAINTENANCE, INC. `.015 ADDITIONAL PROJECT EXPERIENCE 1. City of Irvine— Quail Hill Park 35 Shady Canyon Drive,Irvine,CA 92603 Kirk Streets— (949)724-7600 Length of time services provided:07/2007—12-2012 Scope of work:Routine landscape maintenance at Quail Hill Park and Trail in Irvine,CA. 2. County of Orange—Roger Stanton Park Park Lane,Midway City,CA 92655 Kris Beard—(714)480-2837 Length of time services provided:02/2009 — 01/2014 Scope of work:Routine landscape maintenance at Roger Stanton Park in Midway City,CA. 3. City of Cypress-Tree Planting Program 5275 Orange Ave.,Cypress,CA 90630 Kirk Streets-(714)229-6760 Length of time services provided:2017-2018/2018-2019 Scope of work:Planting trees in various locations throughout the city of Cypress. 4. Total Property Management-HOAs 2301 Dupont Dr.,Irvine,CA 92612 Lisa Terry— (949)261-8282 Length of time services provided:2009 —present Scope of work:Routine landscape maintenance of various HOAs 5. Girard Community Management Services,Inc.-HOAs 1835 W.Orangewood Ave.#303,Orange,CA 92686 Tiffany Girard— (714)244-3277 Length of time services provided:2009 —present Scope of work:Routine landscape maintenance of various HOAs Scope of Work/Work Proposal c_ !Ill MASTER LANDSCAPE er MAINTENANCE INC. 7,011 (Th t UNDERSTANDING OF SCOPE OF WORK AND WORK PROPOSAL We propose the following work plan based on Section 1-1("Scope of Work")and Section 1-2("Description and Location of Work"): Master Landscape&Maintenance,Inc.will provide(1)supervisor,(1)irrigator,and(4) laborers to maintain City locations as scheduled.Work performed will include: a. Turf will be mowed weekly during active growing periods,and as needed during periods of slow growth. b_ Turf will be dethatched,lowered,aerated,and over seeded once a year. c. Sidewalks,curb lines,concrete slabs,tree circles,and planter bed edges will be edged weekly or as often as necessary to maintain a neat and manicured appearance. d. String trimming will be performed around all road signs,guard posts,utility poles,and other obstacles that maybe in the turf areas.Weeds around trees and tree wells will be chemically or manually controlled. e. At the conclusions of each visit,walks adjacent to work areas will be blown or swept clean.Garvey Ave.and Valley Blvd.sidewalks will be blown off 24-hours or less in advance of scheduled street sweeping. Skate Plaza,basketball courts,tennis courts,walking trails,and under bleachers will be blown off a minimum of three times per week Parking lots will be maintained with sweeping,leaf pickup,and litter pickup two times a week. f. Landscaped areas shall be patrolled for litter,debris,and weeds which shall be removed_Planter beds shall be groomed to promote an attractive and fresh appearance.Concrete swales(where applicable)are to be kept clear of miscellaneous dirt,debris and weeds.Complete trimming,edging,and weeding of all shrub and ground cover areas shall be done on a routinely cyclical basis.Major pruning shall be done following flowering or during plant's dormant season. g. Trees will be maintained as specified,to include skirting,removal of branches,pruning,monitoring, and fertilizing.Additionally,we will perform weed control in tree wells on Valley Blvd.,San Gabriel Blvd., and Garvey Ave.as needed to keep them weed free. h. We will provide all labor and materials to fertilize lawn,shrubs,and ground cover to maintain proper nutrient levels and provide a consistent,healthy appearance.Turfwillbe fertilized three times a year, shrubs and ground cover areas will be fertilized two times a year,and trees will be fertilized once per year in the Spring. F MASTER LANDSCAPE MAINTENANCE INC s ��r i. Broadleaf turf weeds will be treated as needed with applicable materials to keep turf areas weed-free.Weeds in shrub,planter beds,ground cover area,tree circles,and sidewalk cracks adjacent to landscaped areas will be controlled by a manual weeding program or by the use of • selective herbicides,including pre-emergent herbicides.Planting areas will be monitored for insect and disease infestations and addressed.Moles,field mice,ground squirrels,gophers,and other rodent activity will also be monitored. j. We will inform the City if the irrigation systems,at all sites,are not performing efficiently. Controller programs will be adjusted by City personnel.Upon inspection,any accidental damage or vandalism caused by others will be reported to the City promptly.Repair and/or replacement of any damaged or malfunctioning components beyond our control will be submitted to the City as an exti a. k. Color will be changed at the Rosemead Community Recreation Center(RCRC)building,the Garvey Center building,the Public Safety Center building,and at the Rosemead City Hall building three times a year in February,June,and November or as directed by City staff. 1. Sites will be inspected on a regular basis and problems,if found,will be reported to the City. Written,comprehensive inspection reports will be submitted to the City at weekly meetings. m. Service requests will be handled by our Customer Service Desk and Project Manager with 24- hour response time. If needed,additional staffing may be provided.The crew will arrive onsite at 6:30 am or earlier,daily, and work 8-hour days to complete the tasks.Resnm es for our key staff are enclosed in the section entitled"Key Personnel/Qualifications." Srsf Bid Schedule t MASTER LANDSCAPE 6MAINTENANCE, I Co 201c BID SCHEDULE Service Provider shall use the following rates of pay in the performance of the services: Approx. Annual Location Address Acreage Cost 1.Angelus Park 2200 Block of Angelus Ave. 0.25 $1,487.76 2. Ellis Park 3900 Block of Ellis Ln. 0.35 $1,487.76 3.Garvey Community Center 9108 Garvey Ave. 1.00 $9,918.40 4. Garvey Park 7900 Block of Emerson Pl. 7.00 $39,673.60 5.Guess Park 8555 E. Mission Dr. 0.35 $1,487.76 6. Klingerman Park 8800 Klingerman Ave. 0.75 $4,959.20 7. Olney Park 8600 Block of Olney St. 0.35 $1,487.76 8. Rosemead Community Center 3936 N Muscatel Ave. 1.00 $9,918.40 Park 9. Rosemead Park/Skate Park 9100 Block of Mission Dr. 18.0 $133,898.40 10. Sally Tanner Park 8343 E Mission Dr. 1.00 $94918.40 11.Jess Gonzalez Sports 8471 Klingerman Ave. 3.50 $24,796.00 Complex 12.Triangle Park 800 Block of San Gabriel Blvd. 0.75 $4,959.20 13.Zapopan Park 3000 Block of Angelus Ave. 6.00 $44,632.80 14.Jay Imperial Park San Gabriel BlvdJPine Ave., SCE 5.61 $39,673.60 transmission Corridor 15. City Hall 8838 E Valley Blvd.-Exterior N/A $3,471.44 Landscape 16. Rosemead CountyLibrary8800 E Valley Blvd.-Exterior N/A $1,487.76 Landscape 17. Dinsmoor House 9632 Steel St.-Exterior N/A $9,918.40 Landscape 18. Garvey Blvd.-Medians& Parkways and Sidewalk New Ave to Rio Hondo Bridge N/A $54,551.20 Cleaning 19.Marshall St.-Medians 100'West of Rosemead Blvd.to N/A $1,487.76 Hart Ave. 20. Rosemead Blvd.-Medians 10 Fwy to North City Limit N/A $2,975.52. 21.Rush St. Medians& 'Walnut Grove Ave.to San Parkways and Sidewalk Gabriel Blvd. N/A $4,463.28 Cleaning 22. San Gabriel Blvd.- Parkways and Sidewalk Hellman Ave.to Rush St. N/A $14,877.60 Cleaning 23.Valley Blvd. Parkways and Sidewalk Charlotte Ave.to Strang Ave. N/A $24,796.00 Cleaning :AND5W,FE Se^;.'r,5 1='219..".: -MASTER LANDSCAPE 6-MAIN.L ENANC_ E, INC 2 411 Approx. Annual Location Address Acreage Cost 24.Walnut Grove Ave. East East side of Walnut Grove Ave. Slopes and Medians on both hillsides of Interstate 10 N/A $3,867.36 Fwy 25.Walnut Grove Ave.West West side of Walnut Grove Ave. Slopes and Medians on both hillsides of Interstate 10 N/A $3,867.36 Fwy 26. Rosemead Blvd.Slopes and West and East sides of Medians Rosemead Blvd.,north of N/A $9,718.40 Interstate 10 Fwy 27.Del Mar Ave. Slopes and West and East sides of Del Mar Medians Ave.,south of N/A $9,718.40 Interstate 10 Fwy West and East sides of San 28. San Gabriel Blvd. Slopes Gabriel Blvd.,south pf interstate N/A $9,718.40 10 Fwy 29.Walnut Grove Ave. Hellman Ave.to Marshall St. N/A $1,387.76 medians 30.Walnut Grove Ave.medians Marshall St.to Valley Blvd. N/A $900.00 31. San Gabriel Blvd.medians FWNreyst City Limit to State Route 60 N/A $991.84 32.Towne Centre Dr. medians San Gabriel Blvd to Montebello N/A $991.84 Blvd. 33. Montebello Blvd medians Towne Center Dr.To South City N/A $1,487.76 Limit 34. Grand Ave. Easement, Westbound Muscatel Ave.to N/A $2,479.60 Sidewalk and Right of Way Rosemead Blvd. (8800-8900) 35. N.Ramona Blvd. Hart Ave.to Rosemead Blvd. Westbound easement and (9200-9340) N/A $991.84 sidewalk Right of Way Burton Ave. to Rosemead Blvd. 36. S Ramona Blvd.easement along Fwy Sound Wall(8600- N/A $2,479.60 8900) 37. N San Gabriel Blvd And Southwest Corner at Garvey N/A $991.84 Ave. L.:NES:AF_..AJNTEEMANCE SER.•_E t 2P. 7 MASTER LANDSCAPE ��T i so Service Address Annual Cost Rosemead Community i $600.00 'Colo{{Recreation Center(RCRC)- 3936 North Muscatel Ave. 'Color Maintenance r Garvey Center— 9108 GarveyAve. $600.00 ;Color Maintenance IPublic Safety Center— $600.00 Color Maintenance l 5301 Ganey Ave. Rosemead City Hall— 8838 East Valley Blvd. $600.00 ;Color Maintenance Service Provider may utilize subcontractors as indicated in this Agreement. The hourly rate for any Subcontractor is not to exceed 8_70.00 per hour without written authorization from City Manager or his/her designee. The total compensation for the Services set forth in this Agreement shall not exceed $_498,320.00 as provided in Section 4"Compensation and Method of Payment"of this Agreement. TOTAL BASE BID PRICE(SCHEDULE BID PRICE):$ 498,320.00 Four-hundred ninety-eight-thousand,three-hundred and twenty dollars and no cents 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 Standaid Specifications to stay within the budgeted amount of this project. t--irDScA E bt44Li;z1RMCE SE V SES MASTER LANDSCAPE`e MAINTENANCE, INC. 2015 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 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. N/A LANDSCAPE MA NTENA CE SERVICES?RF.P2 = I fit MASTER LANDSCAPE 6 MAINTENANCE, INC. 2019 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 mp nsation in full for all Work under the contract. By: 14600 Goldenwest St.#210 Signature Business Street Address Robert Whitecotton Westminster, CA 92683 Type or Print Name City,State and Zip Code President (714) 531-0549 Title Telephone Number Bidder's/Contractor's State of Incorporation: California Partners orJoint Ventures: N/A Bidder's License Number(s): 830979/C-27 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 OFSECTION = LANDSCAPE MAINTENANCE SERVICES'APP