Loading...
HomeMy WebLinkAboutPW Parkette Routine Landscape MaintenanceCity of San Rafael California Form of Contract Parkette Routine Landscape Maintenance This Agreement is made and entered into this ____ 1L day of 2019 by and between the City of San Rafael (hereinafter called City) and Rubicon Landscape Corporation. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: 1. Scope of the Work. The Contractor hereby agrees to furnish all the materials and all the equipment and labor necessary to perform the work as the Primary Contractor for the project entitled "Parkette Routine Landscape Maintenance," all in accordance with provisions of the Contract and the Request for Proposals dated December 20, 2018 attached hereto as Exhibit and incorporated herein by reference. 2. Prevailing Wages. Pursuant to the requirements of California Labor Code Section 1771, and San Rafael Municipal Code Section 1 1.50.180 (C), the general prevailing wage in the locality in which the work is to be performed, for each craft or type of worker needed to execute the contract, shall be followed. 3. Bond The Contractor shall provide and maintain during the course of the project, a Payment Bond issued by a surety admitted in California, to cover the work under this Agreement, in the amount of $68,369. The bond shall comply with the requirements of California Civil Code section 9554 and shall contain a waiver by the surety of any right to notice of changes or modifications to the Contract or of any other act or acts by the City or its authorized agents, under the terms of the Contract. 4. Time of Completion. (a) The work to be performed under this Contract shall be performed in compliance with the Request for Proposals for "Parkette Routine Landscape Maintenance" attached as Exhibit I. (b) The term of this contract shall commence on the date of this contract and shall terminate exactly one year later. (c) This contract can be extended twice for a period not to exceed two (2) years each time upon proper authorization by the Parties. (d) This contract may be terminated by City upon thirty (30) days' notice if the selected contractor is unable to fulfill the duties described in the Request for Proposals for "Parkette Routine Landscape Maintenance" attached as Exhibit I. 5. The Contract Sum. The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units for work in the following scheduled completed at the unit price stated in Attachment A to Exhibit 1 "Bid Proposal". The final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. Agreement • 1 BID ITEMS - SUMMARY Item Description Quantity All Parkettes Monthly Maintenance (April — I . October) All Parkettes Monthly Maintenance (November - 2. March) Total Monthly Unit Cost Total Cost 7 @ EA $6,973 — $48,811 5 @ EA $4,150 = $20,750 BID ITEMS — DETAIL (Table A.I in Attachment A to Exhibit 1 "Bid Proposal") Item Description Quantity Unit Unit Cost Total Cost 1. Hillview Parkette a. Monthly Maintenance (April October) 7 @ EA $301 - $2,107 b. Monthly Maintenance (November - March) 5 @ EA $176 = $880 2. Bay Trails Parkette a. Monthly Maintenance (April — October) 7 @ EA $285 = $1,995 b. Monthly Maintenance (November - March) 5 @ EA $285 $1,425 3. Bernard Hoffman Parkette a. Monthly Maintenance (April October) 7 @ EA $1,109 — $7,763 b. Monthly Maintenance (November - March) 5 a, EA $456 $2,280 4. Arbor Parkette a. Monthly Maintenance (April October) 7 @ EA $304 — $2,128 b. Monthly Maintenance (November - March) 5 @ EA $116 — $580 5. Spinnaker Parkette a. Monthly Maintenance (April — October) 7 @ EA $3,189 = $22,323 b. Monthly Maintenance (November - March) 5 @ EA $1,712 $8,560 Agreement • 2 Item Description 6. Munson Parkette a. Monthly Maintenance (April October) b. Monthly Maintenance (November - March) 7. Schoen Parkette Quantity 7 @ EA Unit Unit Cost 7 5 @ @ EA EA $596 $216 Total Cost — $4,172 $1,080 a. Monthly Maintenance(April— October) 7 @ EA $199 = $1,393 b. Monthly Maintenance (November - March) 5 @ EA $199 — $1,393 8. Andersen Drive Sidewalks and Medians c. Monthly Maintenance (April October) 7 @ EA $990 - $6,930 d. Monthly Maintenance (November - March) 5 @ EA $990 — $4,950 GRAND TOTAL SUM: $69,561 It is expressly understood that the Estimate Bid Price stated above is the Contractor's bid and was utilized as a basis of contractor selection. The total amount paid to the Contractor during the term of this Contract shall not exceed $69.561 based upon the amount of time expended for work at the Hourly Rates specified in the above bid table. The Hourly Rates stated in the above bid table shall not change for the work performed, except as adjusted by CPI changes in subsequent fiscal years if this contract is extended as provided in Section 4. Upon written approval by City, only the anticipated hours of work performed may be modified such that the total budget of $69,561 shall not be exceeded, except as agreed upon by the parties in subsequent fiscal years if this contract is extended as provided in Section 4. 6. Payments. (a) For the full performance of the services described herein by the Contractor, the City shall pay the Contractor on a time and materials basis for services rendered in accordance with the rates specified in the above bid table. (b) Payment will be made monthly upon receipt by the Project Manager of itemized invoices submitted by the Contractor. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 7. Insurance. (a). Scope of Coverage. During the term ofthis Agreement, Contractor shall maintain, at no expense to City, the following insurance policies: I A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. Agreement • 3 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. If it employs any person, Contractor shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. Contractor's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against City. (b) Other Insurance Requirements. The insurance coverage required of the Contractor in subparagraph (a) ofthis section above shall also meet the following requirements: I. The insurance policies shall be specifically endorsed to include the City, its officers, agents, employees, and volunteers, as additional insureds under the policies. 2. The additional insured coverage under Contractor's insurance policies shall be "primary and noncontributory" with respect to any insurance or coverage maintained by City and shall not call upon City insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in Contractor's policies shall be at least as broad as ISO form CG20 OJ 04 13. 3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, Contractor hereby grants to City a waiver of any right to subrogation which any insurer of Contractor may acquire against City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not City has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of City (if agreed to in a written contract or agreement) before City's own insurance or self- insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or more than the specified minimum insurance coverage requirements and or limits shall be available to City or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever isgreater. Agreement • 4 (c) Deductibles and SIR'S. Any deductibles or self-insured retentions in Contractor's insurance policies must be declared to and approved by the City, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR ►nay be satisfied by either the named insured or City or other additional insured party. At City's option, the deductibles or self-insured retentions with respect to City shall be reduced or eliminated to City's satisfaction, or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. (d) Proof of Insurance. Contractor shall provide to the City all of the following: ( I ) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. City reserves the right to obtain a full certified copy of any insurance policy and endorsements from Contractor. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by City. 8. Indemnification (a) Contractor shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by City, and hold harmless City, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of Contractor's performance of its obligations or conduct of its operations under this Agreement. The Contractor's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City indemnitees, the Contractor's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the Contractor's work or work product by the City or any of its directors, officers or employees shall not relieve or reduce the Contractor's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor's performance of or operations under this Agreement, Contractor shall provide a defense to the City Indemnitees or at City's option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. (b) The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period allowed by law. 9. Nondiscrimination Contractor shall not discriminate, in anyway, against any person based on age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the Performance of its duties and obligations wider this Agreement. 10. Compliance with All Laws Contractor shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. Contractor shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. Contractor shall release, defend, indemnify and hold harmless City, its officers, agents and employees from all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes orregulations. Agreement • 5 11. No Third -Party Beneficiaries City and Contractor do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 12. Notices All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: To City: Public Works Director City of San Rafael P.O. Box 151560 San Rafael, CA 94915 To Contractor: General Manager Rubicon Landscape Corporation 1952 Wright Ave., Richmond, CA 94804 13. Independent Contractor For the purposes, and for the duration, of this Agreement, Contractor, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the City. Contractor and City expressly intend and agree that the status of Contractor, its officers, agents and employees be that ofan Independent Contractor and not that ofan employee ofCity. 14. Entire Agreement; Amendments (a) The terns and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. (b) This written Agreement shall supersede any and all prior agreements, oral or written. regarding the subject matter between the Contractor and the City. (c) No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. (d) Tile terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the Contractor and the City. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions ofthis Agreement shall control. 15. Waivers The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance Agreement • 6 or regulation. 1 G. City Business License; Other Taxes Contractor shall obtain and maintain during the duration of this Agreement, a City business license as required by the San Rafael Municipal Code Contractor shall pay any and all state and federal taxes and any other applicable taxes. City shall not be required to pay for any work performed under this Agreement, until Contractor has provided City with a completed Internal Revenue Service Form W- 9 (Request for Taxpayer Identification Number and Certification). 17. Warranty: (a) Except as otherwise expressly provided in the Agreement, and excepting only items of routine maintenance, ordinary wear and tear and unusual abuse or neglect by City, Contractor warrants and guarantees all work executed and all supplies, materials and devices of whatsoever nature incorporated in or attached to the work, or otherwise provided as a part of the work pursuant to the Agreement, to be absolutely free of all defects of workmanship and materials for a period of one year after final acceptance of the entire work by the City. Contractor shall repair or replace all work or material, together with any other work or material that may be displaced or damaged in so doing, that may prove defective in workmanship or material within this one-year warranty period without expense or charge of any nature whatsoever to City. (b) If Contractor shall fail to comply with the conditions of the foregoing warranty within ten (10) days after being notified of the defect in writing, City shall have the right, but shall not be obligated, to repair, or obtain the repair of, the defect and Contractor shall pay to City on demand all costs and expense of such repair. Notwithstanding anything herein to the contrary, if any defect in workmanship or material covered by the foregoing warranty results in a condition that constitutes an immediate hazard to public health or safety, or any property interest, or any person, City shall have the right to immediately repair, or cause to be repaired, such defect, and Contractor shall pay to City on demand all costs and expense of such repair. The foregoing statement relating to hazards to health, safety or property shall be deemed to include both temporary and permanent repairs that may be required as determined in the sole discretion and judgment of City. (c) In addition to the above, the Contractor shall make a written assignment of any applicable manufacturers' and other product warranties to the City, prior to completion and final acceptance of the work by City. Agreement • 7 IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. CITY OF SAN RAFAEL: 1 JIM CHyTZ, City Man g ATTEST: LINDSAY LARA, City Clerk APPROVED AS TO FORM: ROBRT A4STN, &CijAWtto4jZa CONTRACTOR: Name: Lourdes Haro, General Manager Title: I Name: OScY co -n Title: C �, a p. o P tz i,, A'vt c L L CA 1p 2 nvXi V­':ON� LANDSCAPE GROUP Contractor License: 1044063 / 750715 / 633002 January 8, 2019 City of San Rafael, Public Works Dept. 111 Morphew St. San Rafael, CA 94901 ATTN: Talia Smith RE: City of San Rafael Parkette Routine Maintenance RFP Please direct questions regarding this proposal to: Steve Jeffery Email: steveiCa)rubiconaro¢rams.org 1952 Wright Ave., Richmond CA 94804 Desk: 510-221-4400 X 1771 Cell: 510-385-2537 Dear Selection Committee, Thank you for the opportunity to bid on this project. It is my pleasure to submit the enclosed proposal for maintenance services of the City's Parkettes and Median. We have received and reviewed Addendum No. 1, and our proposal includes any/all changes, edits reflected in this addendum. Our company currently provides grounds services to the City of EI Cerrito's parks. We made ourselves quite familiar with the required work and have provided similar services to other Bay Area municipalities. The maintenance crew assigned to carry out this work would be seasoned, capable staff, well —suited for your scope of work. Pricing in our proposals always offers more than a simple exchange of goods and services. Our landscape division has been in business over 30 years and our proceeds are directed to our parent company, Rubicon Programs. Your business helps thousands of people start their journey to long-lasting stability each year. To learn more about Rubicon Programs and what we do to break the cycle of poverty, please visit us at http://rubiconprograms.org/impact/success-stories Again, thank you for the opportunity to bring our business to your City. If you have any additional questions, please do not hesitate to contact me directly. Sincerely yours, Lourdes Haro General Manager 1952 Wright Ave., Richmond, California 94804, Tel. 510-221-4400, FAX: 510-412-1751, www.rubiconlandscape.com Exhibit I PT 1j, �11 H 11 LANDSCAPE GROUP Contractor License: 1044063 / 750715 / 633002 Proposal: City of San Rafael Parkette Landscape Maintenance Services Prepared for: City of San Rafael Public Works Department Proposal Due Date: November 16, 2018 10:00 a.m. Submitted by: Rubicon Landscape Corporation 1952 Wright Ave Richmond, CA 94804 Phone: (510) 221-4400 Phone: 510.221.2200 4 1952 Wright Ave., Richmond, Cnhfomia 94804 ♦ Pas' 510412.1751 w-%%,%v.RubiconLandsrme.com Comoanv Profile Rubicon Landscape was founded over 30 years ago as an enterprise of Rubicon Programs, and our proceeds are directed to our parent company, Rubicon Programs. As a Rubicon Landscape customer, you are part of more than a simple exchange of goods and services. You are part of our unique partnership with Rubicon Programs to break the cycle of poverty for Bay Area families. Doing business with Rubicon Landscape helps thousands of people start their journey to long-lasting stability each year. To learn more about Rubicon Programs and what we do to break the cycle of poverty, please visit us at littp:Hrtibiconprograms.org/impact/SLlgcess-stories. Rubicon Landscape Corporation is a licensed C-27 Landscape Contactor (#1044063), a licensed Agricultural Pest Control Business (#30870), and registered with the Department of Industrial Relations (#1000060936). Our supervising managers and crew leaders are Bay -Friendly Qualified landscape professionals and we have 50+ landscapers on staff, mobilizing out of service yards in Richmond, San Francisco, Palo Alto and Livermore. Rubicon has the proper licensing in pest control (#30870) with a Qualified Applicator and QAC on staff. The average tenure of our irrigation and pest management technicians is 9 years. Our pest control advisor is Dave Fagundes with Crop Protection Services. Rubicon Landscape's current annual revenues exceed $ 8 million, with its core line of business being landscape maintenance (commercial and government set asides). Rubicon Landscape offers comprehensive landscape management and maintenance services. Today our customers include the Cities of Pleasanton, Emeryville, EI Cerrito, San Leandro, Port of Oakland, The John Stewart Company (California's largest manager of multi -family housing developments), as well as grounds maintenance of large government campuses: Veterans Affairs (VA) Medical Systems, Palo Alto, Menlo Park and Livermore. As an extension of Rubicon's social mission, Rubicon Landscape also operates a training program in partnership with another non-profit (One Treasure Island) that is provides employment opportunities to formerly homeless residents, on Treasure Island, while maintaining the island's landscaping for the City and County of San Francisco. Comnanv Business Practices and Commitment to Quality Services Rubicon takes landscape maintenance work seriously. Rubicon has developed practices to ensure contract performance requirements and quality by effectively scheduling all services to be delivered; routine and periodic. This includes proper timing of important seasonal activities relevant to this contract. Rubicon currently services major landscape maintenance projects with the crew skill, size and complexity of the required in your scope. Many of Rubicon's projects, including those referred above, are long standing contracts with Rubicon and demonstrate our company's range of capabilities and ability to adapt to changing conditions and grow with the client. The size and complexity of our VA Palo Alto contract has grown considerably over the last decade as the VA medical system has expanded the specialty long-term rehabilitation services and facilities it offers veterans. In the past, we also worked with another long standing customer, the US Coast Guard to implement Guidelines forSustainable Landscaping for Federal Agencies at an environmentally sensitive property located in the Oakland Estuary. These guidelines 2 replaced specifications that were stagnant for several years. We provide a productive work staff and perform regular site inspections as part of our business practices to maintain consistent quality levels and to target possible concerns before they become a real problem. Rubicon considers every customer a partner in success, and a site report is critical to the overall health and achievement of a beautiful landscape. Communication with Clients and Public Our Account Manager is the person primarily responsible for communication with the client and the public. He/she is responsible for submitting all required reports on time, and responding for requests for follow-up. On large sites, the Crew Leader is responsible sub -site supervision and for responding to residents who want more information about what we do or who have special requests or complaints. If the request is more general, or beyond the Crew Leader's immediate responsibilities then the Crew Leader will discuss it with the Account Manager, or transfer the inquiry to the Account Manager. The Account Manager will also be the person responsible for responding and managing on-call/emergency calls relevant to this contract. Project Personnel (and Technical Team): Lourdes Haro, General Manager Lourdes brings over 12 years of progressive project management experience in construction, sales and training to her role as General Manager. She is responsible for guiding our service staff and support systems to achieve customer satisfaction, growth and sustainability consistent with Rubicon's strategic goals, social mission and core values. Lourdes possesses Bachelor of Arts in Rhetoric and International Area Studies from U.C. Berkeley, PMI -accredited Project Management certification through U.C. Berkeley Extension, and is a certified Green Building Professional (CGBP). Lourdes has been actively involved for many years with sustainability initiatives in her community serving on the Green Team with Habitat for Humanity's East Bay chapter and on the board of Keep Oakland Beautiful. Leeanna Schoeder, Deputy General Manager Leeanna brings over 35 years of experience in the horticultural and landscape industry. As a contributor to industry networking, she currently is serving as Secretary, and Newsletter Editor on the CLCA East Bay Chapter Board of Directors. She is a state Certified Nursery Professional with Advancement in insects, diseases, and weeds, a Designated Dealers Agent for the State of California, as well as a licensed C-27 Landscape Contractor. Leeanna received her BA in Business Leadership with a Minor in Marketing from Ashford University, and is a strong supporter of life-long learning opportunities. Timothy (Tim) Rivas, Manager, Operations 3 Tim Rivas has over three decades working in the Landscape industry and has been a licensed Contractor for 18 years. Tim's horticultural expertise is an important advantage in our industry. Tim possesses a thorough understanding of plants and trees and the conditions they require to survive. Tim has been featured on HGTV's Landscape Smart several times, as well as DIY's Yard Crashers, and Spaces Magazine, in addition to creating landscapes in a wide variety of styles, including Mediterranean, Japanese and Southwestern. Tim has special expertise with drought -tolerant gardens and employs xeriscape design principals where possible to maximize water conservation and ensure a flourishing landscape. Eric Hage, Account Management Eric was hired as a Foreman for Rubicon in 2013 and has over 10 years experience in the landscaping industry including. Eric has a B.A. in History from Chico St, and most recently, a degree in Environmental Horticulture at Foothills College in Los Altos. He is Bay -Friendly Qualified. Passionate about landscape improvement, and helping the environment, he is an impressive asset to the Rubicon team. He excels in customer service going the extra mile for our customers and staff. Jim Miranda, IPM & Safety Manager Jim has held a California Qualified Applicator's License for nearly 30 years in categories of Landscape Maintenance and Right of Way. Jim specializes in turf management and vegetation control. Jim instructs and trains all Rubicon employees in pest control that has a high focus on safety. Jim has worked for Rubicon for a total of 22 years. He has long term relationships with clients like the Port of Oakland, Jim will do whatever it takes to serve his clients and his company. He'll work nights, weekends, does light irrigation and enhancements. He enjoys life, loves to laugh and tries to bring smiles to those around him. He is a guitarist, vocalist and an active member in his church. Jim loves sports and is a big supporter of our local teams. Pedro Torrez, Irrigation & Operations Specializing in Irrigation, Pedro has over 10 years of experience troubleshooting and repairing a variety of irrigation systems, including drip irrigation, drainage repair and other landscape focused services. Pedro is familiar with most systems including Rainmaster, DX2, Sentinel, MC, I -Core, and ESP -LX controllers. A supporter of life-long learning, Pedro has attended factory trained classes provided by Rain Bird and Hunter. Pedro also has extensive training in Horticulture including plant, insect and disease identification. He believes in customer service and is always willing to go the extra mile to exceed expectations. An amateur soccer player, he understands the importance of a healthy and well-groomed playing field. Ignacio (Nacho) Navarro, Landscape Crew Leader Nacho is a valued long standing employee with Rubicon Landscape, managing individual site crews for Rubicon's long term contracts, including work for the City of EI Cerrito. Nacho prides himself in the work he does, he puts in long hours where necessary, and has range of gardening and basic irrigation skills. A native of Michocan, Nacho is a talented singer of traditional Mexican ballads. 4 Jose Cruz, Landscape Maintenance Gardener Jose Cruz has been with Rubicon over 5 years, and is skilled and trusted gardener. With Jose's intentional interest in learning advanced landscape gardening and irrigation techniques, he is quickly growing within our ranks. Our managers and crews enjoy working with Jose because he takes his work seriously and raises site issues quickly with his managers. Having played soccer in his youth, Jose enjoys going out to community parks with his family to see various local soccer matches. He is a fan of the Mexico's "America" soccer team. Estanislao (Danilo) Rodiles, Landscape Maintenance Gardener Even with only having been with Rubicon less than 5 years, Danilo has earned his place as a valued employee on important contracts. Danilo is a quick learner and efficient worker. When he is not working he enjoys spending time with his family and watching televised football games and soccer matches as well as live soccer matches in his local neighborhood. f✓1 u V 5S9 Ft f. -AS wo Y21 141 5 Attachment A Bid Proposal — Prices of Items Unless otherwise specifically noted in the bid list below, costs for all equipment, tools, vehicles, materials, maintenance, labor and appurtenances shall be included in the unit cost per Bid item and no additional compensation will be allowed. The contract will be awarded to the lowest responsible and responsive Bidder based upon the Grand Total Bid and meeting the minimum qualifications as specified in the provisions of the RFP. Table A.1 PRICE OF ITEMS Item Description Quantity Unit Unit Cost Total Cost 1. Hillview Parkette a. Monthly Maintenance (April — October) b. Monthly Maintenance (November - March) 2. Bay Trails Parkette a. Monthly Maintenance (April —October) b. Monthly Maintenance (November - March) 3, Bernard Hoffman Parkette a. Monthly Maintenance (April — October) b. Monthly Maintenance (November - March) 4. Arbor Parkette a. Monthly Maintenance (April — October) b. Monthly Maintenance (November - March) 5. Spinnaker Parkette a. Monthly Maintenance (April - October) b. Monthly Maintenance (November - March) 7 @ EA 301.00 2,107 5 @ EA 176.00 _ 880 7 @ EA 285.00 = 1,995.00 5 @ EA 285.00 = 1,425.00 7 a EA 1,109.00 = 7,763.00 5 @ EA 456.00 = 2,280.00 7 @ EA 304.00 = 2,128.00 5 @ EA 116.00 = 580.00 7 @ EA 3,189.00 = 22,323.00 5 @ EA 1,712.00 = 8,560.00 Ite►n Description Quantity Unit Unit Cost Total Cost 6. Munson Parkette a. Monthly Maintenance (April October) 7 @ EA 596.00 = 2,980.00 b. Monthly Maintenance (November - March) 5 Cq;• EA 216.00 = 1,080.00 7. Schoen Parkette a. Monthly Maintenance (April — October) 7 @ EA 199.00 = 1,393.00 b. Monthly Maintenance (November - March) 5 @ EA 199.00 = 995.00 S. Andersen Drive Sidewalks and Medians c. Monthly Maintenance (April -- October) 7 @ EA 990.00 = 6,930.00 d. Monthly Maintenance (November - March) 5 @ EA 990.00 = 4,950.00 Grand Total Bid $ 68,369.00 SIXTY-EIGHT THOUSAND THREE HUNDRED SIXTY-NINE (Grand Total Written in Words) "J_&A �,V44 91 tJ o YS V) Ic Qty Description Make Model Year Condition 1 Pick-Up Truck Ford/F150 2014 Excellent 1 12 Yard Dump Truck Chevy/W4500 2005 Good 2 Backpack Blower Stihl/BR600 2015 Excellent 1 lChain Saw Echo/CS341 2016 Excellent 2 Hedge Trimmer Shindaiwa/HT232 2017 Excellent 1 Irrigation Remote Promax/UA 2016 Excellent 1 Lawn Edger Shindaiwa/LE261 2017 Excellent 1 Pesticide Sprayer Solo/475 2017 Excellent 1 Power Pole Pruner Stihl/HT101 2016 Excellent 4 IString Line Trimmer Stihl/FS113R 2017 Excellent 2 lWalk Behind Mower ECS180CKA30000 2017 Excellent 1 Stand On Mower Scagg/STT52-221CA 2016 Excellent 1 Riding Mower Exmark/LZ5749EKC604A1 2018 Excellent 1 Chipper Bandit/65 2016 Excellent RA! r1, a hO WITH Amy CONTRACT ROUTING FORM INS'T'RUCTIONS: Use this cover sheet to circulate all contracts liar review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER Contracting Department: DPW Project Manager: TS Extension: 3354 _ Project Name: Parkelte Maintenance RFP Contractor's Contact: Steve leffery Contact's Email: SteveJfRrubicPnyr2&LgLs=or& RESPONSIBLE: Ste DEPARTMENT DESCRIPTION COMPLETED DATE REVIEWER (initials) a. Email PINS Introductory Notice to Contractor b. Email Contract (in Word) & attachments to City Attorney c/o I Project Manager Laraine.Gittens(iicilyolsanrafael.org I/I5i2019 IS a. Review, revise and comment on dratl agreement and return to Project Manager 1/22/2019 LG h. Confirm insurance requirements, create Job on PINS, send PINS 2 City Attorney insurance notice to contractor. 1/252019 LG Approval of final agreement tort to send to contractor. (Provide Dept. 3 Department Director Director Financial Sutninmr mI al;reentenl) 1/24i2019 I'S Forward three (3) originals of final agreement to contractor for their 4 Project Manager signature. U2412019 TS When necessary, contractor -signed agreement agendized tort Council approval r•irrCouncil appromlrequired.lin l'ru(crviuna/.1'rniccvaerrcuuncvand pnrc hasev ofg mil% and wrvire., real exceed $75.111111 and lin• 11uhlic 11 irks 5 Project Manager ( •annuets that evc•eed S175,pot1(Enlerdale o1 Council ,11ce&M) N/A PRINT CONTINUE ROUTING PROCESS 1V11'li IIARD COPT' Forward signed original agreement to City Attorney with printed copy of G Project Manager this routing I•onn 2 4 2019 'I'S 7 City Attorney Review and approve hard copy ofsigned agreement Review and approve insurance in PINS, and bonds (for public ci'orks 3 City Attorney contracts) City 9 Manager/Mayor Agreement executed by Council authorized official 3 C, 10 City Clerk Attest signatures, retains original agreement and forwards copies to project manager I I Project Manager Forward Final Copy to Contractor