Loading...
CC - Item 4I - Citywide Striping Maintenance Services - Award of Professional Service AgreementROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER DATE: DECEMBER 10, 2024 SUBJECT: CITYWIDE STRIPING MAINTENANCE SERVICES - AWARD OF PROFESSIONAL SERVICE AGREEMENT SUMMARY The City of Rosemead currently has a need to address the maintenance of roadway striping throughout the City. Roadway striping deteriorates over time due to wear and tear from motorist traffic and adverse weather conditions, causing it to fade and become difficult to see, especially at night, as it loses its luminosity. To address the issue, staff has solicited proposals from contractors to perform annual citywide roadway striping maintenance services. The selected contractor will work closely with Public Services staff to develop a comprehensive schedule for citywide striping. To ensure the visual integrity of pavement markings throughout the City, staff recommends entering into a maintenance agreement covering annual citywide roadway striping services for a 3 -year term. A Request for Proposals (RFPs) was released on August 27th, 2024. Staff has conducted a comprehensive review of the three proposals received. Based on the evaluation of the proposals, staff is recommending Superior Pavement Markings, Inc. as the selected contractor. If approved, the city will enter into a Professional Services Agreement (PSA) for a not -to -exceed contract amount of $75,000 per fiscal year through June 30, 2027. An RFP was posted to P1anetBids on August 27th, 2024. Proposals were received through the City's PlanetBids portal until 10:30 am on Wednesday, September 25th, 2024. The City received a total of three (3) proposals from the following contractors: Contractor Location Comparable Unit Costs 12" Wide Stripe emoval(Paint) 12" Wide Stripe 12" Wide Stripe (Thermoplastic) Superior Pavement Markings, Inc. Cypress, CA $4.88/LF $3.60/LF $3.85/LF Sterndahl Enterprises LLC Sun Valley, CA $10/LF $10/LF $15/LF WGJ Enterprises Inc. Azusa, CA $4/LF $3/LF $5/LF AGENDA ITEM 4.I City Council Meeting December 10, 2024 Page 2 of 3 The comparable unit costs listed for 12" Wide Stripe removal of striping, painting of striping, and installation of thermoplastic are anticipated to be the three most requested work items assigned to the selected contractor. Unlike the Public Bid process, Requests for Proposals (RFPs) take into account a contractor's experience, approach, and the quality of their services in addition to cost. By issuing an RFP, the city clearly outlines its needs, expectations, and desired outcomes. This allows contractors to submit detailed proposals that thoroughly address these requirements and encourages contractors to propose innovative solutions rather than simply bidding the lowest price. The objective is to select a contractor who is not only capable but also uniquely suited for the project. To achieve this, Staff conducted a thorough analysis of each proposal, evaluating its content and the contractor's ability to effectively meet the City's specific request as outlined in the RFP. Based on the evaluation process, Staff selected Superior Pavement Markings, Inc (SPM) as the most qualified contractor. SPM submitted a complete proposal in the required format that also conveyed their project understanding and approach. Furthermore, Superior Pavement Markings, Inc. submitted a proposal that detailed the necessary experience and qualifications that were requested in the Request for Proposals. Reference checks were also conducted and resulted in positive comments regarding Superior Pavement Markings, Inc's competence and performance in providing similar services for other municipal agencies in Los Angeles County. Based on the evaluation of the proposals and reference checks, Staff recommends entering into a Professional Service Agreement (PSA) with Superior Pavement Markings, Inc. in a not -to -exceed contract amount of $75,000 per fiscal year, through June 30, 2027. NX�wa99KOW MINO-1Zr 01211 It is recommended that the City Council: 1. Authorize the City Manager to execute a Professional Service Agreement with Superior Pavement Markings, for a total amount, not to exceed $75,000.00 per fiscal year through June 30, 2027. FINANCIAL IMPACT Funding for roadway striping maintenance services is available within the adopted Fiscal Year 2024-25 Budget including $75,000 in Gas Tax Funds. ENVIRONMENTAL REVIEW The proposed work involves the rehabilitation of an existing public facility; therefore, the project is exempt from the California Environmental Quality Act (CEQA) pursuant to a Class 1 (Section 15201, Existing Facilities), subsection (c) exemption, which includes the repair, maintenance, and/or minor alteration of existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities (this includes road grading for the purpose of public safety). The key consideration for a Class 1 exemption is whether the project involves negligible or no expansion of an existing use. City Council Meeting December 10, 2024 Page 3 of 3 STRATEGIC PLAN IMPACT The project is consistent with the City of Rosemead's Strategic Plan Goal C - Infrastructure and Facilities, which is to enhance streets, sidewalks, and public infrastructure; coordinate with relevant utility agencies regarding safety and enhancements; and modernize facilities by expanding the use of wireless network technology and renewable energy. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared y: — V611,51 Leonardo Martinez, Transtech Engineers Suhmitterl hv- Attachment A: Superior Pavement Markings, Inc. - Submitted Proposal Attachment B: Sterndahl Enterprises LLC - Submitted Proposal Attachment C: WGJ Enterprises Inc. (dba PCI) - Submitted Proposal Attachment D: Professional Service Agreement with Superior Pavement Markings Attachment E: RFP for Citywide Striping Maintenance Services (RFP NO. 2024-18) Attachment A Superior Pavement Markings, Inc. Submitted Proposal Is. pgPfoP Pavement Markings City of Rosemead 8838 Valley Boulevard Rosemead, Ca. 91770 Subject: RFP To Provide Striping Maintenance Services In The City of Rosemead, California (FY 24-25 to FY 26-27), RFP No. 2024-18 We are pleased to offer our company's proposal for the Striping Maintenance Services In The City of Rosemead, California (FY 24-25 to FY 26-27), RFP No. 2024-18 for the City of Rosemead which bids on Wednesday September 25, 2024 at 10:30 am. Superior Pavement Markings has been providing striping and signing services for twenty four (24) years now. Superior Pavement Markings has been in the striping and signing industry since March, 2000 and has been incorporated in the state of California since February 2006. We hold a C-32 "Parking and Highway Improvement" Contractors license as well as a C-31 "Traffic Control" License and a D42 "Non-Elctrical Sign Installation" License. Superior Pavement Markings Contractors license is 776306 and DIR #1000001476. As with all projects located within Orange County and Los Angeles County this project will be managed by Darren Veltz our Chief Financial Officer/Estimator, out of our Orange County office located at 5312 Cypress st, Cypress Ca 90630 (714) 995-9100. Darren V�eltzz,, Chief Financial Officer 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 CONTRACTORS CyC� STATE UCE S EBOARD ACTIVNSE 1w ,776306 -CORP SUPERIOR PAVEMENT MARKINGS INC a....m C32 C31 061/038 C81/D42 ,.....,.08/3112025 www.cslD.ca.9ov 9/23124, 2:56 PM Superior Pavement Markings Inc 1 CONOMFO eCPR Public Search Login Public Works Support Contractors Projects Register ..Ug= i Qntladw i Superior Pavement Markings Inc Superior Pavement Markings Inc Contractor Contractor business email lorena@superiorpavementmarkings.com Contractor c ation eff date 2023-07-01 Contractor first name Darren Contractor mailing city Cypress https:/Iservices.dir.ca.gov/gsp?id=dir_public_f6rm&table=x_cdoi2_letfcore_contractor_lookup&sys_id=c9Ob3aD8978b46lO59bd323deO53af2l 1/4 9!23/24, 2:56 PM SUPerbr Pavement Markings Inc Contractor mailing state CA Contractor mailing zip 90630 Contractor physical city Cypress Contractor physical state CA Contractor physical zip 90630 Contractor certify date 2023-06-28 Contractor company type Corporation Contractor craft legacy Parking Highway Improvement Contractor craft snow Contractor c ation exp date 2025-06-30 Contractor date deactivated Contractor dba name ht4m:llsorvices.dir.mgov/gsp'Md=dir.public__form&tabie=x—cdot2�_leff_mreL_contMCW—lookup&sysjd=c9Ob3aO897Bb461059bd323deO53al2I 214 923124.2'56 PM Superior pavement Markings Inc Contractor entity number 48587745 Contractor ID 1000001476 Contractor last name i Veltz Contractor mailing address2 Contractor physical addressl 5312 Cypress St Contractor physical address2 Contractor source SNOW Contractor we cert date 2023-06-01 Contractor we exp date 2024-06-01 Contractor we policy number SUWC457593 Contractor we selection Insured by carrier Contractor legal entity name haps://services.dins.govlgsp?id�diryublic—torm&tab[e )X cdoi2_letF eore�_contractw_lookup&sys id=c90b3a08978b461059bd323de053af21 314 9123/24, 2:56 PM Superior Pavement Markings Inc Contractor mailing addressl 5312 Cypress St Contractor we carrier Patriot Risk & Insurance Services Checked kms & Condition; Privacy Pnliry Di584i.81mr i`i.4041��imination N_q�e A c>;,�essjpjJ,i�! dirca.aov Superior Pavement Markings Inc Copyright 2024 State of California Mtps://services.dic®.govlgrp?Id=dirjmbic form&table=x—cdoi2_IeU owe—eantractoi lookup&sys_id=c9Ob3aO89T8b461059bd323deO53at2l 414 PL) lgfigfiP Pavement Markings "Statement of Qualifications" Superior Pavement Markings has been providing striping and signing services for twenty one years now. Superior Pavement Markings has been in the striping and signing industry since March, 2000 and has been incorporated in the state of California since February 2006. We hold a C-32 "Parking and Highway Improvement" Contractors license as well as a C-31 "Traffic Control" License. Superior ownership (John Lucas & Darren Veltz) have a combined forty eight years of experience in the striping industry. Our Vice President Robert Garcia has twenty eight years of striping experience. Superior has a total of forty field employees with a total of thirty seven Journeymen from local 1184. Superior has over forty specialty trucks that provide various type of striping, signing, markings, traffic control, and removals required to perform this project. Superior Pavement Markings does not foresee the need to use any subcontractors for this project. Superior has all the equipment and experience to provide, paint striping, thermoplastic striping, paint markings, thermoplastic markings, signing, reflective pavement markings, non reflective pavement markers, curb painting, striping removals, and sweeping in house. Superior usually has a two week backlog of work already on our schedule. This being said Superior will always move Glendale to the top of the list. If something is urgent Superior will jump on immediately to handle the situation to make everything safe. The rest of the work will be scheduled in a timely manner. Superior has a location in Cypress that is less that forty miles away from Glendale and frequently has crews passing by Glendale on their way to or from another project. Safety is always at the top of our list of importance. Superior currently has a MOD rate of 85. Superior also has arrow boards on every truck. We also use hi levels and traffic cones to keep our workers and citizens safe. "METHODOLOGY" As with all of our projects, constant communication with the City's representative is crucial in determining and prioritizing areas and roadways that are in most urgent need of attention. As areas are identified and completed, the City's representative will be notified upon 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 completion and advised to inspect the work performed to ensure (as we go along) that the work was performed to the City's satisfaction. It is our intention to identify any small problems early on and rectify immediately. It will be the responsibility of the City's representative to provide us weekly or monthly updated list's, map's, location's the City has identified as Roadway's in need of maintenance. In order to maximize production and be most cost effective, it is within the City's best interest to ensure a significant amount of work be provided with each area request so that we can maximize full use of our specialized equipment and personnel and limit the amount of mobilizations, thereby reducing the impact on traffic. Superior Pavement Markings Inc. also likes to keep our customers updated with the latest technology and material improvements in order to ensure our customers are aware of all available options. It is not anticipated that Superior Pavement Markings Inc. would require the use, purchase or renting of any City owned facilities. 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 tbpDcgr=#ori Pavement Markings Technical Competence Superior Pavement Markings, Inc. utilizes Planswift software for quantitative take -offs. In addition, Superior Pavement Markings, Inc. uses File Maker software for estimate build-ups and cost analysis. Superior Pavement Markings, Inc. has exhibited the ability to draw upon multi -disciplinary staff to address the services requested in this RFP for in excess of twenty (20) years. 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 0prgP®orU Pavement Markings Related Experience Superior Pavement Markings has been performing citywide striping contracts for various cities in Southern California for over fifteen years. Superior knows how important it is to complete the various work orders provided by the city with quality work in a timely manner. Superior will always put our best effort forward to complete these tasks. Below are some of cities that Superior currently has maintenace contracts with. Please feel free to contact any of these cities or any other city in the reference section to verify Superior's ability to deliver on time with quality work. We currently provide roadway striping and maintenance services for 27 different cities including Irvine, Covina, West Covina, Montebello, Ontario, Downey, Murrieta, La Quints, Jurupa Valley, Lancaster, Banning, Palm Desert, Palm Springs, Beverly Hills, Stanton, San Fernando, Westminster, Duarte, San Dimas, La Verne, Santa Monica, Chino Hills, Claremont, Los Alamitos, Baldwin Park, Placentia as well as the City of Costa Mesa. City of Irvine Byron Gemmell (949) 337-7019 Bgemmell@cityofirvine.net City of Westminster Tuan Pham (714) 548-3456 Tpham@ci.westminster.ca.us City of Anahiem German Rodriguez (714) 765-6860 Grodriguesz@aiiaheim.net 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 rpc�r��oP Pavement Markings Experience 2023 City of San Dimas Esau Ramos, (909) 208-9431, eramos@sandimasca.gov Project Name: Striping on San Dimas and Lone Hill Completed: 12/2023 Contract Amount: $48,004.00 City of Covina Hugo Guerrero, (626) 705-6300, hguerrero@covinaca.gov Project Name: Annual Striping Maintenance Contract FY 2019/2020 Completed: 10/2023 Contract Amount: $33,754.91 City of Murrieta Jason Morrell, (951) 461-6400, JMorrell@murrieta.org Project Name: On -Call Street Striping & Pavement Marking Maintenance Services 2023 -2024 Completed: 0812023 Contract Amount: $26,718.00 City of Signal Hill Arvin Pacheco, (562) 335-9513, Apacheco@cityofsignalhill.org Project Name: Segment B Striping Measurement Completed: 07/2023 Contract AMount: 28,216.33 City of San Dimas Esau Ramos, (909) 208-9431, eramos@sandimasca.gov Project Name: Arterial Restripe in Various Locations at the City of San Dimas Completed: 0612023 Contract Amount: $98,927.46 City of Irvine Jose Alvarado, (562) 762-5711, jaivarado@cityofirvine.org Project Name: As -Needed Street Striping Services 21-3028 Completed: 0712023 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 Contract Amount: $588,572.93 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 c0rFaoP Pavement Markings Experience 2024 City of Baldwin Park Anthony Vazquez, (626) 960-3993, AVazquez@baldwinpark.com Project Name: Los Angeles Street Repainting Little John St to Park Ave) Completed: 01/2024 Contract Amount:$13,846.00 City of Arcadia Dave Thompson, (626) 254-2726, Dthompson@arcadiaca.gov Project Name: Street Striping and Pavement Marking Services Completed: 02/2024 Contract Amount: $113,264.00 City of San Marino Chris Gutierrez, (626) 300-0793, cgutierrez@cityofsanmarino.org Project Name: Restriping Los Robles Completed: 03/2024 Contract Amount: $29,870.00 City of Costa Mesa Henry Granados, (714) 327-7472, henry.granados@costamesaca.com Project Name: Street Striping & Thermoplastic Markings (22-09) Completed: 04/2024 Contract Amount: $159,612.00 City of San Dimas Esau Ramos, (909) 208-9431, era mos@sandimasca.gov Project Name: Repaint Citywide Schools Completed: 06/2024 Contract Amount: $26,837.60 City of Irvine Jose Alvarado, (562) 762-5711, jalvarado@cityofirvine.org Project Name: As -Needed Street Striping Services 21-3028 Completed: 06/2024 Contract Amount: $588,572.93 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 City of Culver City Andrew Maximous, (310) 253-5628, Andrew.Maximous@culvercity.org Project Name: Safe Route to School Striping Project, PZ941 Completed: 05/2024 Contract Amount: $396,792.32 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 UpgPfoff 3 Pavement Markings References Project Name:Citywide Slurry Seal (Phase 3) Project FY2023-2024, City of Lynwood Completed: 01/2024 Contact: All American Asphalt, Augustine De Los Reyes (951) 736-7600 Amount: $190,981.44 Project Name: 2022-2023 Street Rehabilitation, City of Monterey Park Completed: 04/2024 General Contractor Contact: All American Asphalt, Maurice Ramirez (951) 736-7600 Amount: $138,892.45 Project Name: Road Maintenance and Rehabilitation & Slurry Seal Project, Cit of Wildomar Completed: 04/2024 General Contractor Contact: All American Asphalt, Gordon Kline (714) 995-9100 Amount: $145,484.00 Project Name: Annual Streets Program FY 22/23, City of San Gabriel Completed: 04/2024 General Contractor Contact: Excel Paving, Edwin Magada (562) 599-5841 Amount: $72,332.00 Project Name: SB1 CDBG Street Reconstruction Project, City of Huntington Park Completed: 06/2023 General Contractor Contact: Excel Paving, Louis Flores (562) 599-5841 Amount: $180,435.00 Project Name: Malvern Avenue Rehabilitation Project, City of Buena Park Completed: 11/2022 General Contractor Contact: Excel Paving, Jake Phillips (562) 599-5841 Amount: $85,963.45 Project Name: SOLV Oberon Rice Rd Street Improvement, Riverside County Completed: 03/2024 General Contractor Contact: Granite Construction, Sibel Salazar (760) 775-7500 Amount: $63,549.00 Project Name: Box Canyon Road Washout, Riverside County Completed: 11/2023 General Contractor Contact: Granite Construction, Sibel Salazar (760) 775-7500 Amount: $25,210.90 Project Name: Date Palm Or Pavement Rehab Project (City Project No. 8840), Cathedral City Completed: 04/2024 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 General Contractor Contact Granite Construction, Sibel Salazar (760) 775-7500 Amount: $62,643.00 Project Name: East Main Street Evan Hewes Hwy Rehabilitation Project CRASL5169(057), EI Centro Completed: 04/2024 General Contractor Contact: Vance Corp., Kurt Akabod (909) 355-4333 Amount: $34,532.00 Project Name: Edwards Street Improvement, Westminster Completed: 02/2024 General Contractor Contact RJ Noble, Jacob Breedlove (714) 637-1550 Amount: $42,637.00 Project Name: Annual Slurry Seal At Various Locations, Orange Completed: 03/2024 General Contractor Contact: Pavement Coatings, Michelle Lee (714) 826-3011 Amount: $114,289.85 Project Name: Rowland Avenue Street Rehabilitation Project, Covina Completed: 03/2024 General Contractor Contact: Gentry Bros., Nickola Smith (626) 357-9631 Amount $100,339.82 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 PD l9bPff9,F Pavement Markings Review of Scope Services: Superior Pavement Markings Inc. fully understands they city's needs and expectations. As you will see in the references section Superior has extensive experience in providing striping maintenance to cities. When work is assigned to us we would meet with a city representative to go over the work needed. Once we start Superior will continue working consecutive days until all work is completed to the satisfaction on the city. With Superior's contracting yard being close to the city of Rosemead we would be able to properly respond should emergency striping be needed. Superior has experienced office and field personnel to meet the city's needs. Superior has a large expanding fleet of equipment to complete all work. As with all of our projects, constant communication with the City's representative is crucial in determining and prioritizing areas and roadways that are most urgent need of attention. As areas are identified and completed, the City's representative will be notified upon completion and advised to inspect the work performed to ensure (as we go along) that the work was performed to the City's satisfaction. It is our intention to identify any small problems early on and rectify immediately. It will be the responsibility of the City's representative to provide us weekly or monthly updated list's, maps, locations the City has identified as roadways in need of maintenance. In order to maximize production and to most cost effective, it is with the City's best interest to ensure a significant amount of work be provided with each area request so that we can maximize full use of our specialized equipment and personnel and limit the amount of mobilizations, thereby reducing the impact on traffic. Superior Pavement Markings, Inc. also likes to keep our customers updated with the latest technology and material improvements in order to ensure our customers are aware of all available options. Superior Pavement Markings has over forty work trucks that complete various phases of traffic striping, including but not limited to, five longline paint trucks for restripe and maintenance, six paint marking stencil trucks for repaint of markings and two water blasters that could be used for all the city's removal needs, it is much cleaner than sandblasting and causes less damage than grinding. We will provide Daily Work Orders that will describe the materials, equipment and personnel used each day as well as the work description and quantities performed. Darren Veltz, Chief Financial Officer 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 PD 9T#9? Pa vement Markings "STAFFING AND QUALIFICATIONS" We currently provide roadway striping and maintenance services for 27 different cities including Irvine, Covina, West Covina, Montebello, Ontario, Downey, Murrieta, La Quinta, Jurupa Valley, Lancaster, Banning, Palm Desert, Palm Springs, Beverly Hills, Stanton, San Fernando, Westminster, Duarte, San Dimas, La Verne, Santa Monica, Chino Hills, Claremont, Los Alamitos, Baldwin Park, Placentia as well as the City of Costa Mesa. Its management has a combined 140 Years of construction and striping experience and employs an office staff of 26 and 42 field employees. Superior owns 47 trucks specially outfitted for street and highway striping. The City's main points of contact for this project would be as follows Darren Veltz, Chief Financial/Estimator- (714) 471-1071 Darren@superiorpavementmarkings.com James Camacho, Superintendent - (909) 908-6091 James@superiorpavementmarkings.com Taylor Heeney, Payroll/Accounts Receivable/Billing - (714) 995-9100 Ext. 104 taylor@superiorpavementmarkings.com Superior Pavement Markings Locations: Cypress Corporate Office 5312 Cypress Street Cypress, Ca. 90630 Beaumont Yard 650 E. 1 st Street Beaumont, Ca. 92223 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 pt�P��P Pavement Markings Hourly Rates All work to be done on Time and Material per the attached sheet 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 SUPERIOR PAVEMENT MARKINGS 5312 Cypress Street CYPRESS, CA 90630 (714) 995-9100 (FAX) 995-9400 ATfN: PHONE: PROJECT: ITEM# DESCRIPTION CONTRACT PRICE CONTRACT QUANTITY QTY. PREV. REPORTED QTY. THIS ESTIMATE AMT. THIS ESTMATE TOTAL QTY. TODATE TOTAL AMT. TO DATE 1 LABOR (SUN. NIGHT THROUGH FRI. DAY) $109.33 0 0 $ - 0 $ - 2 LABOR (FRI. NIGHT THROUGH SAT. DAY) $119.60 0 O $ 0 $ - 3 LABOR (SAT. NIGHT THROUGH SUN. DAY) $151.40 0 0 $ - 0 $ - 4 PAINTSTRIPING TRUCK $51.47 0 0 $ 0 $ - 5 PAINT MARKING TRUCK $36.70 0 0 $ 0 $ - 6 THERMOPLASTIC STRIPING TRUCK $176.95 0 0 $ 0 $ - 7 THERMOPLASTIC MARKING TRUCK $55.47 0 0 $ 0 $ - 8 RAISED PAVEMENT MARKER TRUCK $40.20 0 0 $ - 0 $ - 9 SIGN TRUCK $48.26 0 0$ e S - 10 SWEEPER (4 HOUR MINIMUM) $71.75 0 0 $ 0 $ - 11 UTILITY TRUCK $35.00 0 0 $ - 0 $ - 12 PAINT (Price Includes Glass Beads) $19.31 0 0 $ - 0 $ - 13 THERMOPLASTIC (PRICE INCLUDES BEADS) $1.07 0 0 $ - 0 $ - 14 REFLECTWE PAVEMENT MARKER S1.41 0 0 $ - 0 S - 15 NON-REFLECTWEPAVEMENTMARKER $0.98 0 0 $ - 0 S 16 WATERBLASTER $125.15 0 0 S - 0 $ - 17 BOBCAT, DUMP TRUCK, 8 SCHIBECI GRINDER $125.15 0 0 $ - 0 $ - $ 0 $ $ 0 $ $ 0$ IF 0$ $ 0 $ NOTE CONT' ACTOR WILL BE BILLED FOR ALL IF - 0 S - INCLUDING LOAD TIME AND TRAVEL $ - 0 $ $ 0 $ $ 0 $ Is 0$ JOB NUMBER TOTAL $ - $ - KIM FROM. LESS RETENTION 0% IF - $ - /NVWENUMBER LESS PREVIOUS BILLED DATE AMOUNTDUE ® L� bp go =#Lgy Pavement Markings City of Rosemead 8838 Valley Boulevard Rosemead, Ca. 91770 Subject: RFP To Provide Striping Maintenance Services In The City of Rosemead, California (FY 24-25 to FY 26-27), RFP No. 2024-18 We are pleased to offer our company's cost proposal for the Striping Maintenance Services In The City of Rosemead, California (FY 24-25 to FY 26-27), RFP No. 2024-18 for the City of Rosemead which bids on Wednesday September 25, 2024 at 10:30 am. Darren Veltz, Chief Financial Officer 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 Superior Pavement Markings, Inc. telephone number, title, and signature of the firm's contact person for this proposal. 2. Statement of Qualifications - Provide qualifications of prime consulting firm and sub -consultants. 3. References: Provide three (3) Public Agency references for similar projects. 4. Approach and Scope of Work: Provide your understanding of the project and describe your company's project approach. Provide a detailed scope of work that your company will utilize in providing requested services in an efficient and cost-effective manner. In your approach, describe methods that you will use for quality control, schedule control, and document control. 5. Project Team, Key Personnel: Provide an organization chart showing the names and responsibilities of key personnel and subconsultants. 6. Hourly rates- please provide an hourly rate schedule for all work to be done within the Scope of Services and for any additional work asked to be performed by the Director of Public Works. 7. Fees- Provide a unit cost price by filling out the following tables for each item description: Notes: 1. Blank white cells in the "UNIT COST" columns are to be filled out by the Contractor. 2. For standard "Detail" striping, all Unit Costs shall include the labor and materials for reflective markers, when appropriate. Bid Item Item Description Unit Unit Cost 1 Removal of Striping, Markings, and Reflectors 1.01 Curb Painting (Red; Blue; Green; Yellow, etc.) LF $ 24.80 1.02 Pavement Marking SF $ 4.88 1.03 12" Wide Stripe LF $4.88 1.04 8" Wide Stripe LF $ 3.70 1.05 6" Wide Stripe LF $2.90 1.06 4" Wide Stripe LF $1.88 1.07 Detail 2 - Yellow Centerline LF $1.26 1.08 Detail 9 - Lane Line LF $1.26 1.09 Detail 21 - No Passing Zones LF $ 3.05 1.10 Detail 22 - No Passing Zones LF $ 3.05 1.11 Detail 23 - No Passing Zones Markers LF $ 3.05 $54.71 Page 8 Bid Item Item Description Unit Unit Cost 1.12 Detail 24 - Left Edge Line LF $1.88 1.13 Detail 25 - Left Edge Line LF $1.88 1.14 Detail 25A - Left Edge Line LF $1.88 1.15 Detail 27B - Right Edge Line LF $1.88 1.16 Detail 27C - Right Edge Line Extension LF $1.88 1.17 Detail 28 - Median Islands LF $ 5.89 1.18 Detail 29 - Median Islands LF $5.89 1.19 Detail 32 - Two-way Left -Turn Lane LF $ 3.78 1.20 Detail 36 - Exit Ramp Neutral Area LF $ 6.30 1.21 Detail 36B - Entrance Ramp Neutral Area LF $ 6.30 1 1.22 Detail 37B - Lane Drop Markings LF $ 4.15 1.23 Detail 38 - Channelization Line LF $ 4.15 1.24 Detail 39 - Bike Lane (Non -Skid) LF $ 2.90 1.25 Detail 39A - Bike Lane Intersection Line (Non - Skid LF $ 2.90 1.26 Detail 40 - Lane Line Extension LF $ 3.05 1.27 Detail 41 - Centerline Extension LF $ 3.05 2 Painting of Striping and Marki 2.01 Curb Painting (Red; Blue; Green; Yellow, etc. LF $ 3.48 2.02 Parking Ts or L's EA $15.74 2.03 Bike Lane Markings & Arrows (Non -Skid) SF $ 7.40 2.04 Pavement Marking SF $ 6.05 2.05 12" Wide Stripe LF $ 3.60 2.06 8" Wide Stripe LF $ 2.40 E2.07 6" Wide Stripe LF $2.10 2.08 4" Wide Stripe LF $ 1.90 $100.43 Page 9 Bid Item Item Description Unit Unit Cost 2.09 Detail 2 - Yellow Centerline LF $0.44 2.10 Detail 9 - Lane Line LF $0.44 2.11 Detail 21 - No Passing Zones LF $ 0.90 2.12 Detail 22 - No Passing Zones LF $1.52 2.13 Detail 24 - Left Edge Line LF $ 0.85 2.14 Detail 25 - Left Edge Line LF $ 1.10 2.15 Detail 25A -Left Edge Line LF $ 1.10 2.16 Detail 27B - Right Edge Line LF $ 0.85 2.17 Detail 27C - Right Edge Line Extension LF $ 0.85 2.18 Detail 28 - Median Islands LF $ 1.82 2.19 Detail 29 - Median Islands LF $ 2.89 2.20 Detail 32 - Two-way Left -Turn Lane LF $ 2.70 2.21 Detail 36 - Exit Ramp Neutral Area LF $ 4.70 2.22 Detail 36B - Entrance Ramp Neutral Area LF $ 4.70 2.23 _4 Detail 37B - Lane Drop Markings CF - F24 2 Detail 38 - Channelization Line LF $ 1.60 2.25 Detail 39 - Bike Lane (Non -Skid) LF $1.12 2.26 Detail 39A - Bike Lane Intersection Line (Non - Skid LF $ 1.12 2.27 Detail 40 - Lane Line Extension LF $ 4B8 2.28Detail 41 - Centerline Extension LF $ 4.88 3 Installation of Thermoplastic Striping and Markings 3 0 Install Blue Marker for Fire Hydrants EA $ 25.00 3.02 Parking T's or L's FA $ 38.00 3.03 Bike Lane Markings & Arrows (Non -Skid) SF $ 15.86 3.04 Pavement Marking SF $11.81 $130.73 Page 10 Bid Item Item Description Unit Unit Cost 3.05 12" Wide Stripe LF $3.85 3.06 8" Wide Stripe LF $ 2.87 3.07 6" Wide Stripe LF $ 2.56 3.08 4" Wide Stripe LF $ 1.87 3.09 Detail 2 - Yellow Centerline LF $ 0.74 3.10 Detail 9 - Lane Line LF $ 0.74 3.11 Detail 21 - No Passing Zones LF $ 1.84 3.12 Detail 22 - No Passing Zones LF $ 2.40 3.13 Detail 24 - Left Edge Line LF $1.41 3.14 Detail 25 - Left Edge Line LF $ 1.87 3.15 Detail 25A - Left Edge Line LF $ 1.87 3.16 Detail 27B - Right Edge Line LF $1.41 3.17 Detail 27C - Right Edge Line Extension LF $ 1.87 3.18 Detail 28 - Median Islands LF $3.64 3.19 Detail 29 - Median Islands LF $ 3.97 3.20 Detail 32 - Two-way Left -Tum Lane LF $ 3.74 3.21 Detail 36 - Exit Ramp Neutral Area LF $ 5.78 3.22 Detail 36B - Entrance Ramp Neutral Area LF $ 5.78 3.23 Detail 37B - Lane Drop Markings LF $ 2.44 324 Detail 38 - Channelization Line LF $ 2.44 3.25 Detail 39 - Bike Lane (Non -Skid) LF $1.56 3.26 Detail 39A - Bike Lane Intersection Line (Non - Skid LF $ 1.56 3.27 Detail 40 - Lane Line Extension LF $ 5.57 3.28 Detail 41 - Centerline Extension LF $ 5.57 $67.35 Page 11 Attachment B Sterndahl Enterprises LLC Submitted Proposal STERNDAHL ENTERPRISES, INC.:: Making Roads Safer Since 1982 file:///C:/Users T)ennY/Documents/STERNDAHIP/*20ENTERP U'... w Home Trucks & Equipment Signs & Devices Our Work About Sterndahl Contact Us Welcome to sterndahl Enterprises Stemdahl Enterprises, Inc. is centrally located 30 minutes north of downtown Los Angeles in Sun Valley. We are situated near the 210, 118, 5, 405 & 170 Freeways, with easy access to all major freeways connecting Southern California. On a 3.5 acre lot with a 20,000 square foot warehouse and office complex, Stemdahl is able to dispatch a large variety of equipment and materials from one central location. Check out our map for easy directions to our facility. Mapis in PDF format which requires Adobe Acrobat Reader to view. Map is `r. In 2012 Griffith / Stemdahl IV was awarded the LAX Airfield Marking rehabilitation Project at Los Angeles International Airport. This project required removing & repainting all markings within the airfield within stringent time frames while working around the active airfield. This included Runways, Taxiways, Service roads & Aprons throughout the airport. As a result of the successful completion of this project we were awarded the AGC 2013 Meeting the Challenge of a Difficult lob by a Specialty Contractor Award. Congratulations to all the crews of Griffith / Stemdahl IV, and Thank you! TRUCKS 8. EQUIPMENT:) SIGNS 8; - DEVICES American Traffic Safety llllliCServices Association ak SE1SE1 t� a in is work. r..a.ra at SternEahl come join us AGC Home I Tmcks I Signs I Our Work I About Stemdahl I Contact Us _ 2— — 02023 STERNDAHI ENTERPRISES, INC. ... 11861 Brartond St, Sun lk9ey, CA 91362 - 8164348199 ... Sib M EN IofI 9/24/2024, 5:00 PM STERNDAHL ENTERPRISES, INC.:: Making Roads Safer Since 1982 file:///C:/Users/D=Y/Documents/STERNDAHL%20ENTERPRIS... Home Trucks & Equipment Signs & Devices Our Work AE4_-Js.STERNEIAH.L About Sterndahl Stemdahl Enterprises, Inc. is a full service Striping, Stripe Removal & Traffic Control Company. Started In 1980 by Dennis S. Sterndahl, we are now one of the larger companies involved in the Traffic Safety Industry in airport Southern California. we specialize in major freeway,highway, construction and rehabilitation projects as well as smaller local projects. SEI has a full line of Striping and Stripe Removal Equipment capable of installing a wide variety of materials including thermoplastic, paint, raised pavement markers, and signs to meet the needs of all projects. K -rail and Crash Cushion rental is available and we provide delivery and installation to your jobsite. We also provide services and/or specialty rentals for the motion picture industry. SEI takes pride in providing your job with Certified Traffic Control Technicians and Supervisors. Our goal is to provide highly trained crews who will complete your project in a timely and professional manner while keeping the safety of the workforce and the motoring public as a top priority. Welcome to our site, Dennis S. (Chip) Stemdahl, President 711, 1011110 Contact Us come]mn- LAX Pavement Marking Rehab Project See Sternaah'S DeSt of ME ces: SEX Fun Home I Trucks I Signs I Our Work I About stemdahl I Contact Us_ 01023sTERNDAHL ENTERPRISES, INC.... 11861 lkadttunla d St. SMr. CAS1352 ' B18 -83x8199 SR- by EMA loft ►+ w 9242024, 5:01 PM STERNDAHL ENTERPRISES, INC.:: Making Roads Safer Since 1982 file:!(/C:/Users/DennyMocumentslSTERNDAHLa/°20ENTERPRIS... Home Trucks & Equipment Signs & Devices Our Work OUR PAST WORK About Sterndahl Contact Us Stemdahl EMerprisCS, Inc. has been striping freeways, highways, streets and airports in California, Arizona & Nevada for over 30 years. one of Stemdahis Enterprises early projects was the painting of the athletic fields for the 1984 Olympics. Stemdahl Enterprises, Inc. prides itself on quality of work and craftsmanship. Every project we 90 to will be a lasting representation of SEI and we hope to be remembered for just one thing: professionalism. Here are some photos of our workmanship. n WN Click here to vbw the LAX Prat Painting shoulders at LAX totaling slurry Sam Hot Tape Cross walk at Califomie Speedway Route 40 pairs salphg Route 178 double yellow striping i e1stelNg K-ras on Placerda Cyn r' Pr Route 40 thermoplastic Installing RPMS on Route 41 ,"am Installing slurry seal Route 178 white edge line ! ..... OBOE & go- -1 M LAX Painting detail LAX paint striping LAX runway relocation LAX rurmaY pairrt � r Pier400 K -rel Crew in Santa Claim Painting red curb seeping LAX rawer relocation project 0 LAdelour signs Point striping Oxnard Airport Pian 400 LA paint seeping Long Beach pe 46. Santa Claita paint striping Questa Grade paint striping Kindergarten play court Pier 400 paint singing Pier 400 mad 924/2024, 5:00 PM 1 of 2 STERNDARL ENTERPRISES, INC.:: Making Roads Safer Since 1992 file:///C:/Users/Dmy[Documents/STERNDAHI-a/a20ENTERPRIS... Playground paint striping Bobcat removes stripes 5000ft of Stemdahl K rail along the 14 freeway is "I Installing detour tape n -Tv Route 170 profile grind and nuAri a project Bike lane in San Fernando Ontario airport Home I Ttrucks I Signs I Our Work I About Stemdaht I Contact Us 0 2025 STERNDAHL ENTERPRISES, INC. ... 71887 Brertfard St., Sun Vegey, CA91352 -. 816494-6198 " Sind M E 2of2 Sign installatun 9/24/2024, 5:00 PM STERNDAHL ENTERPRISES, INC.:: Making Roads Safer Since 1982 file:///C:/Users/Denny/Documents/STERNDAHL/o20ENTERPRIS•- T_RV CKR_ -t-E-Q U I_P I+1_E ILT ices Our Work About Sterndahl Contact Us Over the last 25 years Sterndahl Enterprises, Inc. has built one of the largest inventories of striping and removal equipment in Southern California. we take great pride in the care and maintenance of our equipment to ensure that our crews are able to get the job done. SEI's fleet includes layout trucks, Flatbeds and pickups with changeable message signs or arrow boards, sandblasters, bobcat's, paint A thermoplastic stripers, raised pavement marker trucks and traffic control trucks just to name a few. This equipment is used daily by our work force and is available for studios to rent. Check out some of our equipment in the pictures below; If you don't see what you're looking for just call Troy Hill at 818/834-8199. Thermo Delei Truck Long Line Thermoplastic Striping Truck 8000 Las Raised Pavement Marker Truck 12000 Lb Thermoplastic Stipa 0 Dump Truck Paint Striper 130 Gallons Flafbed With CMS Board Thermoplastic Detad Truck Sala Similar t; Truck Mounted Crash Truck Long Line Paint Stiper 270 Gallons Thmmoplasiic Legend Truck Long Line Paint Truck 640 Gallons �e t�. Raised Pavement Marker Truck with TMCC cam. A. Oum p Truck with Bobcat Truck mounted crash atanuator Water BlasterSign-Bucket Truck Sweeper Traffic Control Truck Layout Truck M-se 1T Paint Striper Tractor taller supply truck flatbed utility truck 9/24/2024, 5:01 PM 1 of 2 STERNDAHL ENTERPRISES, INC.:: Making Roads Safer Since 1982 file:///C:[UserdDemy/Documents/STERNDAk]Lo�o20ENTERPR"... OL Enekraed Cab Bobcat with Parking bl striper Stripe rtmoval Albchmenl Nome I Tmcks I Signs I Our Work I About Stemdahl I Contact Us _ — 02023 SrERNDAliL ENTERPRMES, INC. 11881 BrerNord St, SmWlby, CA91352 818-831-8198 "' Sib bl E 9/24/2024,5:01 PM 2of2 kers ll be Measurement will be performed rforrmed nathe fieldlby�theninstallation. install Contractor completion and checked by the Engineer. Installation of Parking T's or L's will be measured per each (EA) installation. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Installation of any type of pavement marking (aside from Parking T's or L's) will be measured per square foot (SF) installed. The quantity of square footage for specific pavement markings shall be what is indicated in the most recent version of the Caltrans Standard Plans. b. Payment The contract unit price paid per linear foot, each, or square foot for installation of striping and markings shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying thermoplastic traffic stripes, pavement markers, complete in place, including any necessary cat tracks, dribble lines, alignment for stripes, layout work and temporary traffic stripes and pavement markers, as directed by the Engineer and no additional compensation will be made thereof. Payment for thermoplastic striping and markings shall be paid as part of this bid item. The contract unit price shall include full compensation for mobilization and no additional compensation will be allowed thereof. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing the work involved in the procurement, setup and maintenance of the staging area shall be considered as included as part of "Mobilization". The contract unit price shall include full compensation for pedestrian and traffic control. Work associated with pedestrian and traffic control shall include all planning, drafting of plans, costs for labor, materials, equipment and incidentals necessary to provide construction area signs, temporary traffic control including, but not limited to, lane closures and rerouting and other measures to control and maintain traffic during daily operations. Flaggers are a requirement of pedestrian and traffic control. Full compensation for traffic control systems include all costs to maintain ones, affic by placing and removing temporary signs, striping, Hagg barricades, etc., and as directed by the Engineer, and no additional compensation will be allowed thereof. D. PROPOSAL SUBMISSION FORMAT The Technical Proposal shall be submitted in the following format: 1. Cover Letter: A cover letter summarizing the proposal — emphasis strong points of the project team and the firm's experience. Include name, address, Page 7 telephone number, title, and signature of the firm's contact person for this proposal. 2. Statement of Qualifications — Provide qualifications of prime consulting firm and sub -consultants. 3. References: Provide three (3) Public Agency references for similar projects. 4. Approach and Scope of Work: Provide your understanding of the project and describe your company's project approach. Provide a detailed scope of work that your company will utilize in providing requested services in an efficient and cost-effective manner. In your approach, describe methods that you will use for quality control, schedule control, and document control. 5. Project Team, Key Personnel: Provide an organization chart showing the names and responsibilities of key personnel and subconsultants. 6. Hourly rates- please provide an hourly rate schedule for all work to be done within the Scope of Services and for any additional work asked to be performed by the Director of Public Works. 7. Fees- Provide a unit cost price by filling out the following tables for each item description: Notes: 1. Blank white cells in the "UNIT COST" columns are to be filled out by the Contractor. 2. For standard "Detail" striping, all Unit Costs shall include the labor and materials for reflective markers, when appropriate. Bid Item Item Description Unit Unit Cost 1 Removal of Striping;, Markings, and Reflectors — 1.01 1.02 Curb Painting (Red; Blue; Green; Yellow, etc.) Pavement Marking LF SF $ $ — 1.03 1,04 1.05 1.06 12" Wide Stripe 8" Wide Stripe 6" Wide Stripe 4" Wide Stripe LF LF LF LF $ — _$ 5r — -- $ y 1.07 Detail 2 - Yellow Centerline LF $ z� 1.08 1.09 Detail 21 - No Passing Zones Detail 9 -Lane LineHFL 3 -- 1.10 1.11Detail Detail 22 - No Passing Zones 23 - No Passing Zones Markers $117 Page 8 Z5:SV3 Page 9 Bid Item Item Description Unit Unit Cost Um 2.11 2.12 2.13 2.14 2.15 2.16 2.17 2.18 2.19 2.20 2.21 2.22 2.23 2.24 2.25 2.26 2.27 2 2.28 3.01 3.02 3.03 3.04 Detail 21 - No Passing Zones Detail 22 - No Passing Zones Detail 24 - Left Edge Line Detail 25 - Left Edge Line Detail 25A - Left Edge Line Detail 27B - Right Edge Line Detail 27C - Right Edge Line Extension Detail 28 - Median Islands Detail 29 - Median Islands Detail 32 - Two-way Left -Tum Lane Detail 36 - Exit Ramp Neutral Area Detail 3657- Entrance Ramp Neutral Area Detail 37B - Lane Drop Markings Detail 38 - Channelization Line Detail 39 - Bike Lane (Non -Skid) Detail 39A - Bike Lane Intersection Line (Non - Detail 40 - Lane Line Extension erline Extension Thermoplastic Striping k Hit Install Blue Marker for Fire Hydrants Parking T's or L's Bike Lane Markings & Arrows (Non -Skid) Pavement Marking LF LF LF LF LF LF LF LF LF LF LFS LF LF LF LF LF3 EA $ x _ $ $ — $ yJ _ $ y — $ $ !a — $ 1,-- $443 Page 10 $245 Page 11 Description 12" Wide Stripe Unit LF Unit Cost Bid Item Item # 3.05 3.06 8" Wide Stripe LF 3 9^ 3.07 6" Wide Stripe LF 3.08 4" Wide Stripe LF — 3.09 Detail 2 - Yellow Centerline LF $ 3.10 Detail 9 - Lane Line LF $ 3.11 Detail 21 - No Passing Zones LF $ R' 3.12 Detail 22 - No Passing Zones LF $ ��-- 3.13 Detail 24 - Left Edge Line LF 3.14 Detail 25 - Left Edge Line LF $ 3.15 Detail 25A - Left Edge Line LF $ '7- 3.16 Detail 27B - Right Edge Line LF 3.17 Detail 27C - Right Edge Line Extension LF $ S = 3.18 Detail 28 -Median Islands LF 3.19 Detail 29 -Median Islands LF $ }' 3.20 Detail 32 -Two way Left -Turn Lane LF $ 3.21 Detail 36 - Exit Ramp Neutral Area LF $ J1 — 3.22 Detail 36B - Entrance Ramp Neutral Area LF /1- 3.23 Detail 37B - Lane Drop Markings LF 1 3.24 Detail 38 - Channelization Line LF $ /1- -- 3.25 Detail 39 - Bike Lane (Non -Skid) LF $ >r� 3.26 3.27 Detail 39A- Bike Lane Intersection Line (Non - Skid Detail 40 - Lane Line Extension LF LF $ f !rte 3.28 Detail 41 - Centerline Extension LF $ l r $245 Page 11 Electronic or Hardcopy proposals will be accepted as follows: Hardcoov Proposal Submittals: Proposals shall be submitted in 2 separate sealed envelopes as follows: 1. Technical Proposal, 4 bound copies and 1 PDF file on thumb drive 2. Cost Proposal, 1 bound copy and 1 PDF file on thumb drive Hardcopy proposals shall be addressed to: City of Rosemead -City Hall City Clerk's Office 8838 E. Valley Blvd. Rosemead, CA 91770 Attn : Ericka Hernandez, City Clerk Electronic Proposal Submittals: Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https:Hpbsystem.t)lanetbids com/portal/54150/portal home Proposal submittal due date is: September 25, 2024, by 10:30 AM. Late Proposals will not be accepted. E. STANDARD CITY CONTRACT AND INSURANCE REQUIREMENTS City's Standard Professional Services Agreement is provided as Attachment. Please review and provide any comments you have. City does not guarantee that any revisions to contract will be accepted. F. CONSULTANT SELECTION METHODOLOGY The City will evaluate the Proposals submitted and select the most qualified consultant. In evaluating the Proposals, the City may consider the following factors: Page 12 CRITERIA MAXIMUM POINTS Completeness of the RFP and compliance with the required 30 format. Project understanding and approach to provide the requested 35 services efficiently. Ex rience andualifiications of the project team members. 20 Experience and qualifications of the firm. 10 Experience in local area and project requirements and 5 _process. TOTAL 100 Page 12 REFERENCES City of Glendale David Lew 818 548-3950 Annual striping and marking maintenance Contract value $1,200,000.00 Contract on-going Caltrans Juan Arias 562-401-3333 EXT 260 Remove and Replace Pavement Delineation on Rt. 405 Contract #07-4W4204 Contract Value $5,247,000.00 Completed July 2019 City of Los Angeles Manny Viramontes 213216-6239 Annual Striping and marking maintenance Contract Value $4,000,000.00 Contract on-going Caltrans Ramon Robillos 562 345-9901 Remove and Replace Pavement Delineation on Rt. 210 Contract 907-4W4004 Contract Value $3,199,545.00 Contract completed August 2020 City of Santa Clarita Erven Jarramilla 661510-1137 Installation of Bike Lane Striping and Signage Contract value $128,600.00 Contract Completed September 2020 Key Personnel Dennis Sterndahl vice President 30 years experience Certified Pavement Marking Technician Certified Traffic Control Supervisor Troy Hill Project Manager 37 years experience Certified Pavement Marking Technician Certified Traffic Control Supervisor Chris Cook Superintendent 25 years experience Certified Pavement Marking Technician Certified Traffic Control Supervisor/Certified Flagger OSHA 10 & OSHA 30 hour safety training Peter Brandt Foreman 23 years experience Certified Pavement Marking Technician Certified Traffic Control Supervisor/Certified Flagger OSHA 10 & OSHA 30 hour safety training Attachment C WGJ Enterprises Inc., (DBA PCI) Submitted Proposal r�_ 9� 0 Striping • Sealmat A NO,, h Wgpway �mpmvemem [omnna. Cover Letter September 25, 2024 Re: Request for Proposals To Provide Citywide Striping Maintenance Services in the City of Rosemead To Whom It May Concern, It is PCI's pleasure to submit for consideration a cost proposal and its qualifications for the Citywide Striping Maintenance Services in the City of Rosemead. This submittal is valid of 120 days PCI is a State of California licensed contractor, No. 415490, C-32 classification (Parking and Highway Improvement Contractor). The company was formed in 1992 putting us in business for 32 years. William G. Jacob is the sole proprietor for PCI and is authorized to bind prospective contracts. Project Manager / Estimator: Jaime Villegas Address: 975 W I' Street, Azusa, CA 91702 Number: 562-218-0504 Email: ivillegasglineuppci.com 22 years' experience of Parking Lot and Highway Improvements. In charge of providing original proposal, all billing, negotiating any additional work and customer satisfaction. PCI "Staffing and Oualifications" PCI has been in the Striping and Signing industry since 1992. PCI holds a C-32 "Parking and Highway Improvements" contractor's license. PCI employs 35 field employees, all field staff are safety CPR certified along with OSHA 10 certified and supervisors OSHA 30 certified. William G. Jacob, President: 40 years' experience of Parking lot and Highway Improvements. In charge of scheduling and ensuring client satisfaction. John Davey, General Superintendent: 30 years' experience of Parking Lot and Highway Improvements. In charge of all field personal and quality control. Davana Leavitt, Contract Administrator: In charge documents control i fr✓ William G. Jacob - President Jaime Villegas - Project Manager P 975 VV 1 �1 S1 Azusa, CA 91702 Offices (562) 213-0504 Fax 16621 218-0634 www.lineuppci corn License Striping • Sealcoat A Nd,i g & Nlghway Improvomam Conpac�o% September 25, 2024 City of Rosemead — City Hall Attn: Ericka Hernandez, City Clerk 8838 E. Valley Blvd. Rosemead, CA 91770 To Provide Citywide Striping Maintenance Services in the City of Rosemead FY 24-25 to FY 26-27 To Whom It May Concern, It is PCI's pleasure to submit for consideration a cost proposal and its qualifications for Pavement Delineation Services. PCI is a State of California licensed contractor, No. 415490, C-32 & C -61/D- 42 classification (Parking and Highway Improvement Contractor). The company was formed in 1992. William G. Jacob is the sole proprietor for PCI and is authorized to bind prospective contracts. Company correspondence information is as follows: Mailing and Physical Address: PCI 975 W. 1 st Street Azusa, CA 91720 Phone Number: (562) 218-0504 Fax Number: (562) 218-0634 Web Site: www.lineuppci.com E-mail: bjacob lineuppci.com Contacts: William G. Jacob Davana Leavitt Jaime Villegas President Contracts Administrator Estimator/Project Manager Extension 13 Extension 20 Extension 14 AT�z A7 roA�r 975 VV 1 st S1 Ansa, CA 917c2 Office: 15621 218-0504 Fax 15621 218-0634 ,vv,,w Imeuppci com Llcense Striping • Sealcoat A perking & Highway Improvement Comranor PCI has performed a wide range of pavement marking and striping type projects from: airports, road striping, parking lot striping and game courts. PCI's work includes installation of raised pavement markers, signs, posts, legends, arrows, and curb painting along with removal by sandblasting or grinding. PCI's insurance limits are as follows: General Liability: $1,500,000.00 Errors and Omissions: Not Applicable Automotive Comprehension: $1,500,000.00 Workman's Compensation: Statutory Limits As our field superintendent, John Davey is responsible for all quality control issues. His primary function with the company is to be out overseeing the workforce and work being performed. PCI work force of over 35 field employee can meet all Agency requirements and needs with PCI forces. No work will be outsourced to any subcontractors. It is agreed that PCI will adhere to all federal laws and regulations notwithstanding any state or local laws and regulations. In case of conflict between federal, state, or local laws or regulations, the strictest shall be adhered to. PCI will comply with the use of materials that are pre -approved as per 2018 Caltrans Standard Specifications and Standard Plans (or latest edition when directed by the City) California Manual on Uniform Traffic Control Devices (MUTCD) 2014, Rev. 4 and FHWA Manual on Uniform Traffic Control Devices (MUTCD 2009 Edition, Revised 2014, the 2018 Edition of the Standard Specifications for Public Works Construction by the Southern California Chapter American Public Works Association and the Southern California Districts of the Associated General Contractors (SSPWC) of California, or as pre -approved by the City Engineer. PCI will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin, PCI will comply with the California Labor Code. Pursuant to said regulations entitled: Federal Labor Standards provisions; Federal Prevailing Wage Decision; and State of California Prevailing Wage Rates, respectively. Office: 15621 218-0504 Fax 15621218-0634 #Q License Striping • Sealcoat A Perking 5 Hi,h., Improvement C nue , PCI has the administrative and fiscal capability to provide and manage the proposed services. PCI has no outstanding or pending complaints as determined through the Better Business Bureau, State of California Department of Consumer Affairs. PCI has no outstanding litigations. PCI will identify, obtain and provide any and all licenses, permits, clearances, reports and documents required to complete the project and perform the services within required timeline. PCI will comply with the statement that the proposal shall remain valid for a period of not less than 60 days from the date of this submittal. Thank you for considering PCI for your Citywide Striping Maintenance Services Program. William G. Jacob — President Attachments-. Resume for John Davey References DIR Registration 975 W. I" Sheet Phone (552) 239-8384 Azusa, CA 91702 E-mail Ideveyalineuppcl.com .1011.1 Davey Work 111997 — Current PCI Azusa, CA expederme General SupednhmWeid ■ Plan and manage the construction and implementation of construction projects including responsibility for Insuring scheduled completion, cost containment, project performance and results; and ensures project is completed as planned and on-time. • Approve work schedules, and construction materials and methods; coordinate work with General contractors to avoid errors or delays; review contract plans and documents; resolve Issues related to plans and specifications; monitor and approve payments of various projects. • Review engineering reports and specifications; coordinate work with the City Construction Inspectors; Project Engineer and the General Contractor during construction. ■ Develop reports, memoranda, letters, and other documents regarding project issues for both internal and extemal distribution; work with engineers, architects and construction contractors regarding normal and unusual project problems and phases; ensure and maintain detailed records of project activities, findings, progress and results. ■ Ensured that the assigned project compliance with Federal, State and local laws, regulations and policies. CwWacuftm • OSHA 30 Hour for Construction Industry • First Aid CPR AED • ATSSA certified for IrafBc control == oae— � Striping •Sealcoat a. AParking& HigbwaY Improvement Contreaor IMI mn urr vert 43z380d 1) Owner: Address: Type of Project: Contact Person: Contract Amount: Date Completed: 2) Owner: Address: Type of Project: Contact Person: Contract Amount: Date Completed: 3) Owner: Address: Type of Project: Contact Person: Contract Amount: Date Completed: City of Claremont 207 Harvard Ave. Claremont 91711 Street strioing Imorovements foe - 909-917-4045 $92,700 07/2020 City of Rolling Hills Two Portuguese Bend Road. Rolling Hills, 90274 Install New Traffic Striping Alan Palermo: 310-717-3244 $75,385 05/2020 City of West Holl3mood 8300 Santa Monica Blvd.. West Holl3mood Traffic Striping and Road Markings Walter Davis - (3231848-6328 $272,764.00 8/3/2021 dilPF Department of Industrial Relations STATE OF CALIFORNIA APPLICATION FOR PUBLIC WORKS CONTRACTOR REGISTRATION Registration Information Type: Public Works Period: 07/01/2023 06/30/2025 Contractor Information Contractor Name: WGJ Enterprises, Inc Trade Name: PCI License Type Number: PW -LR -1000813536 Contractor Physical Address Physical Business Country: United States of America Physical Business Address: 975 W 1st Street Contractor Mailing Address Mailing Country: United States of America Mailing Address: 975 W 1st Street Contact Info Physical Business City/ Azusa Province: Physical Business State: CA Physical Business Postal 91702 Code: Mailing City/Province: Azusa Mailing State: CA Mailing Postal Code: 91702 Daytime Phone: Daytime Phone Ext.: Mobile Phone: Business Email: payroll@lineuppci.com Applicants Email: payroll@lineuppci.com Registration Services:: Page 1 of 2 6/19/2023 1:53:10 PM Workers' Compensation Professional Employer Organization (PEO) Do you lease employees through Professional Employer Organization? No Workers' Compensation Overview Carrier: Starstone National Insurance Inception Date: 11/01/2021 Policyholder Name: Starstone National Insurance Expiration Date: November 1, 2023 Company Policy Number: 710211116 Certification Yes I certlfy that I do not have any delinquent liability to an employee orthe state for any assessment of back wages or related damages, Interest, fines, or penalties pursuant to any final Judgment, order, or determination by a court or any federal, state, or local administrative agency, Including a confirmed arbitration award Yes I certify that the contractor Is not currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes I certify that one of the following Is true: (1) 1 am licensed by the Contractors State License Board (CSLB) In accordance with Chapter 9 (commencing with Section 7000) of the Business and Professions Code; or (2) my business or trade is not subject to licensing by the CSI -B. I understand refunds are not authorized I, Toni Elllthorpe, the undersigned, am , WGJ Enterprises, Inc with the authority to act for and on behalf of the above named contractor. I certify under penalty of perjury that all of the above Information provided Is true and correct. I further acknowledge that any untruthful Information provided In this application could result In the certification being canceled. I certify this on: 1:52 PM Legal Entity Information Legal Entity Type: Corporation Name: WGJ Enterprises, Inc Registration Services:: Page 2 of 2 ..®VNN Sea "= 1 soe,= rum Striping •Sealcoat A Perking & HigM1wey Improvement Convector PCI "Methodology" PCI's approach to all our projects, is constant communication and good working relation with the City / Agency representatives. It is crucial to have good communication in determining and prioritizing areas and roadways that are safety hazard areas to commuters and residents. As locations are identified and completed, City / Agency representative will be notified immediately upon completion and advice to inspect PCI work performed to ensure that the work is being performed to the City / Agency satisfaction and standards. It is PCI's intention to identify any small problems early on and rectify immediately. PCI would request that the City / Agency representative provide us weekly or monthly updated list, maps and location the City / Agency has identified as roadways are needing of maintenance. In order to maximize production and be most cost effective with the City / Agency, it is within the City / Agency's best interest to ensure a significant amount of work be provided with each area request so that PCI can maximize full use of PCI specialized equipment and PCI personnel and limit the amount of mobilizations, thereby reducing impact on traffic. PCI "Staffing and Qualifications" PCI has been in the Striping and Signing industry since 1992. PCI hold a C-32 "Parking and Highway Improvements" contractor's license. PCI employs an office staff of 12 and field employees of 35. PCI owns 45 trucks specially manufactured for street and highway striping. All field staff are safety CPR certified alone with OSHA 10 certified and supervisors OSHA 30 certified. The City / Agency main points of contacts for this project would be as followed: William B. Jacob, President: 30 years' experience of Parking lot and Highway Improvements. In charge of scheduling and ensuring client satisfaction John Davey, General Superintendent: 25 years' experience of Parking Lot and Highway Improvements. In charge of all field personal and quality control. Jaime Villegas 24 years' experience of Parking Lot and Highway Improvements. In charge of providing original proposal, all billing, negotiating any additional work and customer satisfaction. Davana Leavitt, Contract Administrator: In charge documents control. PCI "Service Priority and Response Time" Emergency - Unscheduled corrective activities that require immediate attention to restore striping, markings, raised pavement markers and or signage that could threaten the safety of pedestrian, property, and vehicle damage Target Response Time: Immediate Urgent —The problem reporting is not a safety issue, but striping, markings, raised pavement markers and or signage are needed now. Target Response Time: 72 Hours Routine — Maintenance for discolored / faded striping and markings. Target Response Time: 5 days PCI HOURLY RATES CREW MEMBERS GET PAID A 4 HOUR MINIMUM CREW MEMBERS GET PAID TRAVEL TIME, PORT TO PORT. LABOR WILL HAVE A 35% MARKUP LABOR: TW24 - fir -MM EQUIPMENT IST HOURLY RATE OT PT GRP 1 APPR $ 49.93 $ 666.89 $16.96 GRP 2 APPR $ 55.115 $ 75.69 ,;$19.84 GRP 3 APPR $ 63.66 $ 85 $2'1.59 GRP" 4 APPR $ 66.63 $ $9.66 $23.0.3 GRP i JRNYMN $ 82.93 $ 109.81 $26.88 !P 2 JRNY N $ 94.50 $ 112.13 $27. P 3 JRN NMN $ $6.92 $ 115.71 $28.79 {QIP 4 JRNYMNi $ 89.02 1 $ 1111.81 1 $.n.79 4M IS 91.43,1$ 12238 1 $ 30.95 EQUIPMENT WILL HAVE A 15 MARKUP EQUIP * EQUIPMENT HOURS HOURLY RATE EMTENOEO AMOUNT 140-01 H droblastin Truok $ 560.00 - 137-01 Griridn Truck $ 455.00 $ - 106-01 Sandblast 105.00 S - 136-01 Road Striper 105.00 $ - 154-01 Sweeper $ 150.00 $ - 155-01 Stencil $ 65.00 $ 127-01 Utility$ 70.40 $ ' 162-01 TraffioControl $ 59100 $ - j A SUBTOTAL $ - CITY OF ROSEMEAD REQUEST'FOR PROPOSALS (RFP) TO PROVIDE CITYWIDE STRIPIN161MAIIXTENANCE SERVICES IN THE CITY OF ROSEMEAD, CALIFORNIA (FY 24-25 to FY 26-27) RFP NO. 2024-18 SUBMITTALS: Four (4) bound copies and one (1) electronic PDF file on flash drive or CD of the proposal in sealed envelope(s) must be received by the City of Rosemead's City Clerk's Office by: no later than September 2591, 2024, at 10:30 AM. or Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsVstem.planetbids.com/portal/54150/portal-home Proposals submitted through PlanetBids Vendor Portal shall be submitted no later than September 2591, 2024, at 10:30 AM. CONTACT PERSON: Sevan Petrossian, Associate Engineer City of Rosemead 8838 E. Valley Boulevard Rosemead, California 91770 (626) 569-2159, spetrossian(r�citvofrosemead. oro PROPOSALS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE CONSIDERED. FACSIMILE AND E-MAIL PROPOSAL WILL NOT BE ACCEPTED. Please direct questions or concerns regarding this RFP on the City's PlanetBids Vendor Portal no later than 1 week prior to RFP due date. Answers to submitted questions will be posted on the City's website and Planetbids. This RFP is posted on the City's website and Vendor Portal Hosted by PlanetBids at: https://pbsystem.l)lanetbids.com/portal/54150/portal-home Please review the requirements of the RFP and submit your proposal by the date specified. Issued by: Albert Leung, Interim City Engineer City of Rosemead Page 1 CITY OF ROSEMEAD REQUEST FOR PROPOSALS TO PROVIDE CITYWIDE STRIPING MAINTENANCE SERVICES IN THE CITY OF ROSEMEAD, CALIFORNIA RFP NO. 2024-18 A. INTRODUCTION/OBJECTIVE The purpose of the Request for Proposals for Striping Services is to ensure the visual integrity of roadway markings throughout the City of. Rosemead. Roadway striping deteriorates throughout the years due to wear and tear from traffic and adverse weather conditions, and this affects the striping luminosity that is important for nighttime drivers and providing roadway delineation. The City's striping services are primarily performed by a consultant. The selected consultant would coordinate closely with Public Works Staff to schedule a recurring ongoing citywide striping schedule to ensure proper maintenance. This maintenance schedule is necessary to ensure Safety and mobility for.all roadway users. B. BACKGROUND ABOUT THE CITY The City of Rosemead is an urban suburb located in the San Gabriel Valley, 10 miles east of downtown Los Angeles. It is bounded on the'north by the cities of Temple City and San Gabriel, on the west by Monterey Park, Alhambra, and the unincorporated Los Angeles County, community of South San Gabriel, on the south by Montebello, plus by EI,Monte and South Ef Monte on the east. The City is 5.2 square miles (3,328 - acres) in size;.` Rosemead is a working-class suburb with a diverse population base. According to the 2020 Census, the City, had a papulation of 51,185. The estimated makeup of the City was 4.7% White, 0.3% African American, 60.3% Asian, 33% Hispanic/Latino (of any race), and 0.7% Non -Hispanic Other. As a substantially built -out city, Rosemead only added 259 residents to Its population during the last decade (2000-2010). Rosemead's appeal as a new kind of small town in the heart of an urban environment is accomplished by honoring tradition, uniting in diversity, and evolving for the future. This is evident in Rosemead's Key Organizational Goals which aim to: improve public areas including infrastructure and community facilities; enhance public safety and the overall community environment and opportunities for residents through programs, services, education, and recreation; and ensure the City's financial stability in order to continually meet these goals and provide basic services to the community. Page 2 Today, the city boasts that its goals include the improvement of quality of life offered in, Rosemead in a business -friendly atmosphere conducive to continued economic growth and prosperity. The city offers a desirable and affordable community in which to live and a dynamic and expanding business sector that is an economic growth engine for West Coast commerce. C. DESCRIPTION OF PROJECT AND SCOPE OF SERVICES The following is a general outline of the scope of work to be provided by the consultant. While it is intended that the following scope of work include all elements essential to develop the maintenance schedule, those submitting proposals are advised to perform their own field reconnaissance and include any item which they feel is overlooked. Beginning in FY 24-25, the program will expand to a citywide striping program and allocate a budget this program. The selected consultant will alternate their focus each year, with Group A including all underpass locations within Caltrans Right -of -Way and Group B including addressing open requests submitted to City for :maintenance. Current and future maintenance will be planned out and quantified to align with the yearly budget (not to exceed $75,000) to address maintenance concerns, per City Quadrant, as necessary. Various residential streets, arterial streets/collector roads will also be included in the annual rotation, as necessary. See Attachment B — City of Rosemead Quadrant Map. I. The scope of work includes traffic striping of yellow centerlines (including reflectors), whits edge lines, stop bars and legends, stop ahead legends, solid white and yellow lines, white direction arrows,.bike lane markings, and crosswalk stripes on public roadways, The City has not conducted a citywide street re -striping program in the last few years. During Fiscal Year 24-25, the striping program will mainly focus on the fQlfowing intersections near Caltrans Right -of -Way, which will require for the selected contractor to coordinate directly with District 7 permit department to obtain a traffic control encroachment permit to conduct roadway striping: • Walnut Grove, Avenue, south of Marshall Street (including 1-10 freeway underpass lane striping in both directions) to Hellman Ave. • The intersection of Hellman Avenue, east and west of Walnut Grove Avenue, -including striping along Hellman Avenue near 1-10 offramp. • San Gabriel Blvd from the 1-10 freeway (including underpass lane striping in both directions) to Hellman Avenue. • Del Mar Avenue, south of the 1-10 freeway (including underpass lane striping in both directions) to Hellman Avenue. • The intersection of Hellman Avenue east and west of Del Mar Avenue. • San Gabriel Blvd, NW of 60 freeway. • San Gabriel Blvd, SE of 60 freeway. • Montebello Town Center Drive, west of San Gabriel Blvd near 60 freeway Page 3 on/off ramps. No additional compensation will be provided to the awarded contractor for the required Caltrans oermit. The awarded contractor will be relied on an on-call basis from FY 24-25 through FY 26-27, and in general, involves work related to pavement markings and striping. The on-call striping services will not exceed $75,000 each fiscal year. The usage of the services are on an as -needed basis, so if the demand is not there, then the services will not be requested. Scope includes the following items of work: removal and installation of pavement striping, pavement marking, raised pavement markers (reflectors), pedestrian and traffic control, placement of temporary no parking signs, and other associated work. 1. General The Work shall comply in all aspects with the latest edition of the California Manual on Uniform Traffic Control Devices and Caltrans Standard Plans and Standard Specifications. The Standard Specifications issued by the State of Califomia, Department of Transportation will hereinafter be referred to as "Standard Specifications", "State Standard Specifications", or "Caltrans Standard Specifications". 2. Removal of Striping, Markings, and Reflectors a. Method of Measurement Removal of striping or standard Details will be measured per linear foot (LF) along the line of the traffic stripe or standard Detail, without deductions for gaps in broken traffic stripes. For traffic stripe details requiring multiple lines, the composite section will count as a lineal foot of striping for payment, not the total length of the individual component lines. For standard Details that contain a mix of striping and reflectors, the cost to remove reflectors shall be included in the removal. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Removal of any type of pavement marking will be measured per square foot (SF) removed. The quantity of square footage for specific pavement markings shall be what is indicated in the most recent version of the Caltrans Standard Plans. b. Payment The contract unit price paid per linear foot or square foot for removal of striping, markings and reflectors shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work for removal, providing storage and disposal of removed Page 4 3. material, and as directed by the Engineer, and no additional or separate compensation will be made thereof. Full compensation for removal and disposal of raised pavement markers, white thermoplastic striping, and white thermoplastic markings shall be considered as included in the contract unit price paid for "Remove Striping and Markings" and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing the work involved removing and disposal of materials, and no separate payment will be made thereof. The contract unit price shall include full compensation for mobilization and no additional compensation will be allowed thereof. Full compensation for furnishing all labor, materials, tools, equipment, and. incidentals and for doing the work involved in the procurement, setup and maintenance of the staging area shall be considered as included as part of "Mobilization". The contract unit price shall include full compensation for pedestrian and traffic control. Work associated with pedestrian and traffic control shall include all planning, drafting of plans, costs for labor, materials, equipment and incidentals necessary to provide construction area signs, temporary traffic control including,but not limited to, lane closures and rerouting and other measures to control and maintain traffic during daily operations. Flaggers are a requirement of ,pedestrian and traffic control. Full compensation for traffic control systems include all costs to maintain traffic by placing and removing temporary signs, striping, flaggers, cones, barricades, etc., as specified in the Standard Specifications of the State of California; and as ttirected by the Engineer, and no additional compensation will be allowed thereof. The contract unit price shall include full compensation for providing a written work plan and for doing all the work involved and no separate payment will be made thoreof. Painting of Striping and Markings a. Method of Measurement Painting of striping or standard Details will be measured per linear foot (LF) along the line of the traffic stripe or standard Detail, without deductions for gaps in broken traffic stripes. For traffic stripe details requiring multiple lines, the composite section will count as a lineal foot of striping for payment, not the total length of the individual component lines. For standard Details that contain a mix of striping and reflectors, the cost to install reflectors shall be included in the painting. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Page 5 Painting of Parking T's or L's will be measured per each (EA) installation. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Painting of any type of pavement marking (aside from Parking T's or L's) will be measured per square foot (SF) painted. The quantity of square footage for specific pavement markings shall be what is indicated in the most recent version of the Caltrans Standard Plans. b. Payment The contract unit price paid per linear foot, each, or square foot for painting of striping and markings shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying thermoplastic traffic stripes, pavement markers, complete in place, including any necessary cat tracks, dribble lines, alignment for stripes, layout work and temporary traffic stripes and pavement markers, and as directed by the Engineer and no additional compensation will be made thereof. Payment for thermoplastic striping and markings shall be paid as part of this bid item` The contract unit price shall include full compensation for mobilization and no additional compensation will be allowed thereof., Full compensation for furnishing all labor, materials, tools, equipment andincidentals and fordoing the work involved in the procurement, setup and maintenance of the staging area shall be considered as included as part of "Mobilization". The contract unit price shall include full compensation for pedestrian and traffic%control. Work associated: with pedestrian and traffic control shall include all planning, drafting of pians, costs for labor, materials, equipment and incidentals necessary to provide construction area signs, temporary traffic control including, but not limited to, lane closures and rerouting and other measuresto control and maintain traffic during daily operations. Flaggers are a requirement of pedestrian and traffic control. Full compensation for traffic control systems include all costs to maintain traffic by placing and removing temporary signs, striping, flaggers, cones, barricades, etc., and as directed by the Engineer, and no additional compensation'will be allowed thereof. 4. Installation.of Thermoplastic Striping and Markings a. Method of Measurement Installation of striping or standard Details will be measured per linear foot (LF) along the line of the traffic stripe or standard Detail, without deductions for gaps in broken traffic stripes. For traffic stripe details requiring multiple lines, the composite section will count as a lineal foot of striping for payment, not the total length of the individual component lines. For standard Details that contain a mix of striping and reflectors (and/or markers), the cost to Page 6 install reflectors and/or markers shall be included in the installation. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Installation of Parking T's or L's will be measured per each (EA) installation. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Installation of any type of pavement marking (aside from Parking T's or L's) will be measured per square foot (SF) installed. The quantity of square footage for specific pavement markings shall be what is indicated in the most recent version of the Caltrans Standard Plans. b. Payment The contract unit price paid per linear foot, each, or square foot for installation of striping and markings shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying thermoplastic traffic stripes, pavement markers, complete in place, including any necessary cat tracks, dribble lines, alignment for stripes, layout work and temporary traffic stripes and pavement markers, as directed by the Engineer and no additional compensation will be made thereof. Payment for thermoplastic striping and markings shall be paid as part of this bid item. The contract unit price shall include full compensation for mobilization and no additional compensation will be allowed thereof. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing the work involved in the procurement, setup and maintenance of the staging area shall be considered as included as part of "Mobilization". The contract unit price shall include full compensation for pedestrian and traffic control. Work associated with pedestrian and traffic control shall include all planning, drafting of plans, costs for labor, materials, equipment and incidentals necessary to provide construction area signs, temporary traffic control including, but not limited to, lane closures and rerouting and other measures to control and maintain traffic during daily operations. Flaggers are a requirement of pedestrian and traffic control. Full compensation for traffic control systems include all costs to maintain traffic by placing and removing temporary signs, striping, flaggers, cones, barricades, etc., and as directed by the Engineer, and no additional compensation will be allowed thereof. D. PROPOSAL SUBMISSION FORMAT The Technical Proposal shall be submitted in the following format: 1. Cover Letter: A cover letter summarizing the proposal — emphasis strong points of the project team and the firm's experience. Include name, address, Page 7 telephone number, title, and signature of the firm's contact person for this proposal. 2. Statement of Qualifications - Provide qualifications of prime consulting firm and sub -consultants. 3. References: Provide three (3) Public Agency references for similar projects. 4. Approach and Scope of Work: Provide your understanding of the project and describe your company's project approach. Provide a detailed scope of work that your company will utilize in providing requested services in an efficient and cost-effective manner. In your approach, describe methods that you will use for quality control, schedule control, and document control. 5. Project Team, Key Personnel: Provide an organization chart showing the names and responsibilities of key personnel and subconsultants. 6. Hourly rates- please provide an hourly rate schedule for all work to be done within the Scope of Services and for any additional work asked to be performed by the Director of Public Works. 7. Fees- Provide a unit cost price by filling out the following tables for each item description: Notes: 1. Blank white cells in the "UNIT COST" columns are to be filled out by the Contractor. 2. For standard "Detail" striping, all Unit Costs shall include the labor and materials for reflective markers, when appropriate. Bid Item Item Description Unit Unit Cost 1 Removal of Striping, Markings, and Reflectors 1.01 Curb Painting (Red; Blue; Green; Yellow, etc.) LF $ 25.00 1.02 Pavement Marking SF $ 5.00 1.03 12" Wide Stripe LF $ 4.00 1.04 8" Wide Stripe LF $ 2.50 1.05 6" Wide Stripe LF $ 1.33 1.06 4" Wide Stripe LF $ 0.89 1.07 Detail 2 - Yellow Centerline LF $ 0.66 1.08 Detail 9 - Lane Line LF $ 0.66 1.09 Detail 21 - No Passing Zones LF $ 2.65 1.10 Detail 22 - No Passing Zones LF $ 2.65 1.11 Detail 23 - No Passing Zones Markers LF $ 4.00 $49.34 Page 8 Bid Item Item Description Unit Unit Cost 1.12 Detail 24 - Left Edge Line LF $ 0.89 1.13 Detail 25 - Left Edge Line LF $ 0.89 1.14 Detail 25A - Left Edge Line LF $ 0.89 1.15 Detail 27B - Right Edge Line LF $ 0.89 1.16 Detail 27C - Right Edge Line Extension LF $ 0.89 1.17 Detail 28 - Median Islands LF $ 5.30 1.18 Detail 29 - Median Islands LF $ 5.30 1.19 Detail 32 - Two-way Left -Tum Lane LF $ 5.30 1.20 Detail 36 - Exit Ramp Neutral Area LF $ 1.76 1.21 Detail 36B - Entrance Ramp Neutral Area LF $ 1.76 1.22 Detail 37B - Lane Drop Markings LF $ 1.19 1.23 Detail 38 - Channelization Line LF $ 2.50 1.24 Detail 39 - Bike Lane (Non -Skid) LF $ 1.33 1.25 Detail 39A - Bike Lane Intersection Line (Non - Skid LF $ 0.86 1.26 Detail 40 - Lane Line Extension LF $ 3.00 1.27 Detail 41 - Centerline Extension LF $ 3.00 2 Painting of Striping and Markings 9 2.01 Curb Painting (Red; Blue; Green; Yellow, etc. LF $ 1.85 2.02 Parking T's or L's EA $ 40.00 2.03 Bike Lane Markings & Arrows (Non -Skid) SF $ 18.00 2.04 Pavement Marking SF $ 7.00 2.05 12" Wide Stripe LF $ 3.00 2.06 8" Wide Stripe LF $ 0.40 2.07 6" Wide Stripe LF $ 0.30 2.08 4" Wide Stripe LF $ 0.20 $106.5 Page 9 Bid Item Item Description Unit Unit Cost 2.09 Detail 2 - Yellow Centerline LF $ 0.20 2.10 Detail 9 - Lane Line LF $ 0.20 2.11 Detail 21 - No Passing Zones LF $ 0.45 2.12 Detail 22 - No Passing Zones LF $ 0.63 2.13 Detail 24 - Left Edge Line LF $ 0.20 2.14 Detail 25 - Left Edge Line LF $ 0.26 2.15 Detail 25A - Left Edge Line LF $ 0.33 2.16 Detail 27B - Right Edge Line LF $ 0.20 2.17 Detail 27C - Right Edge Line Extension LF $ 1.00 2.18 Detail 28 - Median Islands LF $ 0.66 2.19 Detail 29 - Median Islands LF $ 0.96 2.20 Detail 32 - Two-way Left -Tum Lane LF $ 1.19 2.21 Detail 36 - Exit Ramp Neutral Area LF $ 1.40 2.22 Detail 36B - Entrance Ramp Neutral Area LF $ 0.65 2.23 Detail 37B - Lane Drop Markings LF $ 1.50 2.24 Detail 38 - Channelization Line LF $ 0.45 2.25 Detail 39 - Bike Lane (Non -Skid) LF $ 0.40 2.26 Detail 39A - Bike Lane Intersection Line (Non - Skid LF $ 0.40 2.27 Detail 40 - Lane Line Extension LF $ 1.00 2.28 Detail 41 - Centerline Extension LF $ 1.00 Installation of Thermoplastic Striping and Markings 3.01 Install Blue Marker for Fire Hydrants EA $ 25.00 3.02 Parking T's or L's EA $ 50.00 3.03 Bike Lane Markings & Arrows (Non -Skid) SF $ 26.00 3.04 Pavement Marking SF $ 9.40 $123.72 Page 10 Bid [tem Item Description Unit Unit Cost 3.05 12" Wide Stripe LF $ 5.00 3.06 8" Wide Stripe LF $ 1.50 3.07 6" Wide Stripe LF $ 0.80 3.08 4" Wide Stripe LF Y S 0.60 3.09 Detail 2 - Yellow Centerline LF: ' ; $ 0.60 3.10 Detail 9 - Lane Line LF $ 0.60 3.11 Detail 21 - No Passing Zones :. Lh $'•. 1.10 3.12 Detail 22 - No Passing Zones LF $ 1.18 3.13 Detail 24 - Left Edge Line LF $ 0.60 3.14 Detail 25 - Left Edge Line LF $ 0.60 3.15 Detail 25A- Left Edge Line LF $ 0.60 3.16 Detail 27B - Right Edge Line LF ~ $ 0.60 3.17 Detail 27C - Right Edge Line Extension LF' $ 0.60 3.18 Detail 28 - Median I�_nds LF $ 1.78 3.19 Detail 29 -Median I LF $ 2.07 3.20 Detail32 TW6. Luft-TtLin:Larfe LF $ 2.29 Detail �6-Exit Ramp''"tral Area LF $ 1.99 3.22 '' Detail 36B -Entrance Rattip Neutral Area LF $ 4.00 3.23 Detail 37B - Lane Drop Markings LF $ 1.75 3.24 Detail 3$. - Channelization Line LF $ 1.50 3.25 Detail 39.,-,,Eli a Lane (Non-Skid) LF $ 0.80 3.26 Detail 39A - Bike Lane Intersection Line (Non- LF $ 0.80 3.27 Detail 40 - Lane Line Extension LF $ 3.00 3.28 Detail 41 - Centerline Extension LF $ 3.00 $37.36 Page 11 Electronic or Hardcopy proposals will be accepted as follows: Hardcopy Proposal Submittals: Proposals shall be submitted in 2 separate sealed envelopes as follows: 1. Technical Proposal, 4 bound copies and 1 PDF file on thumb drive 2. Cost Proposal, 1 bound copy and 1 PDF file on thumb drive Hardcopy proposals shall be addressed to: City of Rosemead -City Hall City Clerk's Office 8838 E. Valley Blvd. Rosemead, CA 91770 Attn : Ericka Hernandez, City Clerk Electronic Proposal Submittals: Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Proposal submittal due date is: September 25, 2024, by 10:30 AM. Late Proposals will not be accepted. E. STANDARD CITY CONTRACT AND INSURANCE REQUIREMENTS City's Standard Professional Services Agreement is provided as Attachment. Please review and provide any comments you have. City does not guarantee that any revisions to contract will be accepted. F. CONSULTANT SELECTION METHODOLOGY The City will evaluate the Proposals submitted and select the most qualified consultant. In evaluating the Proposals, the City may consider the following factors: Page 12 CRITERIA MAXIMUM POINTS Completeness of the format. RFP and compliance with the required 30 Project understanding services efficiently. and approach to provide the requested 35 Experience and qualifications of the ro'ect team members. 20 Experience and qualifications of the firm. 10 Experience in local process. area and project requirements and 5 TOTAL 100 Page 12 During the evaluation process, the City may also contact listed references (or request additional references), and include the feedback received in the evaluation factors listed above as applicable. H. PROTEST PROCEDURES This section sets forth the protest remedies available with respect to the RFP. Each prospective consultant, by submitting its Proposal, expressly recognizes the limitation on its rights to protest contained herein, and expressly waives all other rights and remedies. Each prospective consultant agrees that the decision on any protest, as provided herein, will be final and binding on the protestant. All protests and related statements described in this section shall be submitted to: City of Rosemead -City Hall 8838 E. Valley Blvd. Rosemead, CA 91770 Attn: Ericka Hernandez, City Clerk I. PUBLIC RECORDS ACT Proposals may be subject to public disclosure under the California Public Records Act and other public records laws, and by submitting a proposal, the proposer waives all rights to confidentiality of any information submitted in'the proposal and agrees to any and all such disclosures required or permitted by law. Proposals become the property of the City when submitted and by submitting a proposal, the proposer agrees that the City may use any infbrmatiorf documentationor writing contained in the proposal for any the City purpose. J. PRE -CONTRACTUAL EXPENSES RESPONDING TO THE RFP PREPARATION The City is not liable for any pre -contractual expenses incurred by any proposer or by any selected consultant.; Each proposer shall protect, defend, indemnify, and hold harmless the City from any and all liability, claims, or expenses whosever incurred by, or on behalf of the entity participating in the preparation of its response to this RFP. Pre-contractual'skpe.nses are defined as expenses incurred by proposers and the selected consultant, if any, in: • Preparing and submitting information in response to this RFP • 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 proposer/consultant prior to the date of award and a formal notice to proceed. Page 13 The City reserves the right to amend, withdraw and cancel the RFP. The City reserves the right to reject all responses to this request at any time prior to contract execution, or only award a partial. ATTACHMENTS: Attachment A - Standard City Contract and Insurance Requirements Attachment B — City of Rosemead Quadrant Map Page 14 Attachment A - Standard City Contract and Insurance Requirements Attachment A - Page 1 M9 A Parking & Highway Improvement Contractor. Serving all of Southern California. License# 415490 �� Toll Free (800) 214.0240 • Office (562) 218-0504 • www.lineuppci.com ORGANIZATIONS: `BLUEBOOK UN C TCSA LJ:�a �ONTPACTOPS P 'h CERTIFICATIONS: iv /1Rf: C l� —i1Fi1 ISM J 4p �a 30 HOUR �9M��� uxrv[asm CERTEVIED trFto SOCIAL MEDIA: You 5 t7 E i J W W O = O h O Y J N =3C3 0 ¢ w ZQ �y W U a ¢ Z O¢ ¢ O Q Q Q ¢ QH 2 wQ vw CD 0 c ¢ w Z_ C7 Q N Z y w Z h w M � y U J =CD 2 O y H W _ Z LL U Q 2¢ Oy 0 W U cm m ¢ Y Q Q Q d EE d N CQ7 m O GOC d i i z x J d Z W co p_ ¢ W CDZh ¢ N = j;z ¢ W V¢2 Z } daC C:) H O J y y ti C7 H Ri� W C7 C7w O Q yWgy Z Q m w j O W C3 2 2 Q Q Y Y Q O y GOC Q ti Q ¢ W VOjZ W J QQ ' N AR v ma'<aw� rn O = m m OI dl O) m = C 6 d N d d 6 N Y j m y AR Ol d X Y m d O q X �' E m o n a •� 3 m d � v c 'O = L N y L U O_ N N a d L n N d d m= d d an d73 C d O N N n N m- w O d an d V m m V OI N m n O! m O m E N Q U N Y N an d .H d Ctn L� C L Q Y O t y m o m cZ O o tO m c 6 0 O! 0= m EQ U= E a 12 n« 5 t7 E i Attachment D Professional Service Agreement with Superior Pavement Markings PROFESSIONAL SERVICES AGREEMENT STRIPING MAINTENANCE SERVICES FY 24-25 TO FY 26-27 (SUPERIOR PAVEMENT MARKINGS, INC.) 1. PARTIES AND DATE. This Agreement is made and entered into this _ Day of , 2024 (Effective Date) by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and Superior Pavement Markings, Inc. with its principal place of business at 5312 Cypress Street, Cypress, California 90630 ("Consultant'). City and Consultant are sometimes individually referred to herein as 'Party" and collectively as 'Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing roadway striping and pavement marking services to public clients, is licensed in the State of California and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such ongoing professional roadway striping and pavement marking maintenance services ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. Superior Pavement Markings, Inc. Page 2 of 19 3.1.1 General Scope of Services: Consultant 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 roadway striping and pavement marking maintenance services necessary under still agreement, herein referred to a "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 Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from the Effective Date shown above to June 30, 2027, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant 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: Consultant shall perform the Services expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. Superior Pavement Markings, Inc. Page 3 of 19 3.2.3 Conformance to Applicable Requirements: All work preformed by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel: Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. 3.2.5 City's Representative: The City hereby designates the City Manager, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Agreement. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative: Consultant hereby designates Darren Veltz or his/her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for ail purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her professional 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 Services under this Agreement. 3.2.7 Coordination of Services: Consultant 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. 3.2.8 Standard of Care; Performance of Employees: Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant represents that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant 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, and Superior Pavement Markings, Inc. Page 4 of 19 that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant 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 Consultant's failure to comply with the standard of care provided for herein. 3.2.9 Laws and Regulations: Consultant shall keep itself fully informed of and in compliance with applicable local state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any liability to the extent found to be arising out of any failure to comply with such laws, rules or regulations. 3.2.10 Insurance: Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. 3.2.11 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 Consultant 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 its employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation: Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed Seventy -Five Thousand Dollars ($75,000) and in accordance with consultant's proposal submitted on September 24th, 2024. Consultant's proposal is hereby incorporated and found in Exhibit "A". Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this agreement. Superior Pavement Markings, Inc. Page 5 of 19 3.3.2 Payment of Compensation: Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. 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 30 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses: Consultant 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 Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which 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 Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Consultant 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" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws to the extent they are applicable to Consultant. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant 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 Consultant's principal place of business and at the project site. Consultant 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. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection: Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. Superior Pavement Markings, Inc. Page 6 of 19 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination: City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant 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 Agreement 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 Agreement 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: CONSULTANT: Superior Pavement Markings, Inc. 5312 Cypress Street Cypress, CA 90630 Attn: Darren Veltz Tel: (714) 995-9100 CITY: City of Rosemead 8838 Valley Boulevard Rosemead, CA 91770 Attn: Ben Kim Superior Pavement Markings, Inc. Page 7 of 19 Such notice shall be deemed made when personally delivered or when mailed, forty- eight (48) hours by certified mail or 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. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property: This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. The Documents & Data are intended for use solely with respect to the project for which they were prepared. Any reuse or modification by City shall be at City's sole risk. 3.5.3.2 Confidentiality: All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts: The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. Superior Pavement Markings, Inc. Page 8 of 19 3.5.5 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 Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all costs of such action as part of prevailing party's total damages as determined by court of competent jurisdiction or as agreed upon by the parties in settlement. 3.5.6 Indemnity and Defense. a. Indemnity and Defense To the fullest extent permitted by law, Consultant shall indemnify and hold harmless Agency and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel's fees and costs, to the extent caused by the negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or subconsultants (or any agency or individual that Consultant shall bear the legal liability thereof) in the performance of services under this agreement. Consultant's duty to indemnify and hold harmless Agency shall not extend to the Agency's sole or active negligence. b. Duty to Defend In the event the Agency, its officers, employees, agents and/or volunteers are made a party to any action, lawsuit, or other adversarial proceeding arising from the performance of the services encompassed by this agreement, and upon demand by Agency, Consultant shall defend the Agency at Consultant's cost or at Agency's option, to reimburse Agency for its costs of defense, including reasonable attorney's fees and costs incurred in the defense of such matters to the extent the matters arise from, relate to or are caused by Consultant's negligent acts, errors or omissions. Payment by Agency is not a condition precedent to enforcement of this provision. In the event of any dispute between Consultant and Agency, as to whether liability arises from the sole or active negligence of the Agency or its officers, employees, or agents, Consultant will be obligated to pay for Agency's defense until such time as a final judgment has been entered adjudicating the Agency as solely or actively negligent. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. 3.5.7 Entire Agreement: This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. Superior Pavement Markings, Inc. Page 9 of 19 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants: City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns: This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer: Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement 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 attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions: Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement 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 work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. 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 Agreement. 3.5.14 Amendment; Modification: No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 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, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. Superior Pavement Markings, Inc. Page 10 of 19 3.5.17 Invalidity; Severability: If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests: Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant 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 Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment: Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant 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. 3.5.20 Labor Certification: By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which 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. 3.5.21 Authority to Enter Agreement: Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. Superior Pavement Markings, Inc. Page it of 19 3.6.1 Prior Approval Required: Consultant shall not subcontract any portion of the work required by this Agreement, 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 Agreement. [Signatures on next Page] Superior Pavement Markings, Inc. Page 12 of 19 CITY OF ROSEMEAD Ben Kim, City Manager Date Attest: Ericka Hernandez, City Clerk Date Approved as to Form: Superior Pavement Markings, Inc. -02 Name: Title: [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] 0 Name: Rachel Richman Date City Attorney Title: Superior Pavement Markings, Inc. Page 13 of 19 EXHIBIT A SCOPE OF SERVICES/ RATE SCHEDULE Superior Pavement Markings, Inc. Page 14 of 19 EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant 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 agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant 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 coverages. 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 Superior Pavement Markings, Inc. Page 15 of 19 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 Consultant, subconsultants 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 but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must include work performed under this agreement. 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 Named Insured. The policy retroactive date shall be on or before the effective date of this agreement. 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 Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: 1. Consultant agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 (or otherwise consistent with the insurer's endorsement). Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant 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 agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. Superior Pavement Markings, Inc. Page 16 of 19 4. None of the coverages 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 parry 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. Consultant 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 coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. 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 agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. A ten (10) day notice to City shall apply to nonpayment of premiums. Consultant 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 agreement that all insurance coverage (except Professional Liability and Workers' Compensation) required to be provided by Consultant 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. Superior Pavement Markings, Inc. Page 17 of 19 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant 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. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant 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 agreement to self -insure its obligations to City. If Consultant'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 Consultant, 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 Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement 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 Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant 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. Consultant 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 agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this Superior Pavement Markings, Inc. Page 18 of 19 obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement 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 Consultant'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 coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement 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 Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any parry involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not 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. Superior Pavement Markings, Inc. Page 19 of 19 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. 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. Attachment E Request for Proposal CITY OF ROSEMEAD REQUEST FOR PROPOSALS (RFP) TO PROVIDE CITYWIDE STRIPING MAINTENANCE SERVICES IN THE CITY OF ROSEMEAD, CALIFORNIA (FY 24-25 to FY 26-27) RFP NO. 2024-18 SUBMITTALS: Four (4) bound copies and one (1) electronic PDF file on flash drive or CD of the proposal in sealed envelope(s) must be received by the City of Rosemead's City Clerk's Office by: no later than September 25th, 2024, at 10:30 AM. or Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsVstem.planetbids.com/portal/54150/portal-home Proposals submitted through PlanetBids Vendor Portal shall be submitted no later than September 25th, 2024, at 10:30 AM. CONTACT PERSON: Sevan Petrossian, Associate Engineer City of Rosemead 8838 E. Valley Boulevard Rosemead, California 91770 (626) 569-2159, spetrossian(Dcityofrosemead. org PROPOSALS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE CONSIDERED. FACSIMILE AND E-MAIL PROPOSAL WILL NOT BE ACCEPTED. Please direct questions or concerns regarding this RFP on the City's PlanetBids Vendor Portal no later than 1 week prior to RFP due date. Answers to submitted questions will be posted on the City's website and Planetbids. This RFP is posted on the City's website and Vendor Portal Hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Please review the requirements of the RFP and submit your proposal by the date specified. Issued by: Albert Leung, Interim City Engineer City of Rosemead Page 1 CITY OF ROSEMEAD REQUEST FOR PROPOSALS TO PROVIDE CITYWIDE STRIPING MAINTENANCE SERVICES IN THE CITY OF ROSEMEAD, CALIFORNIA RFP NO. 2024-18 A. INTRODUCTION/OBJECTIVE The purpose of the Request for Proposals for Striping Services is to ensure the visual integrity of roadway markings throughout the City of Rosemead. Roadway striping deteriorates throughout the years due to wear and tear from traffic and adverse weather conditions, and this affects the striping luminosity that is important for nighttime drivers and providing roadway delineation. The City's striping services are primarily performed by a consultant. The selected consultant would coordinate closely with Public Works Staff to schedule a recurring ongoing citywide striping schedule to ensure proper maintenance. This maintenance schedule is necessary to ensure safety and mobility for all roadway users. B. BACKGROUND ABOUT THE CITY The City of Rosemead is an urban suburb located in the San Gabriel Valley, 10 miles east of downtown Los Angeles. It is bounded on the north by the cities of Temple City and San Gabriel, on the west by Monterey Park, Alhambra, and the unincorporated Los Angeles County community of South San Gabriel, on the south by Montebello, plus by EI Monte and South EI Monte on the east. The City is 5.2 square miles (3,328 - acres) in size. Rosemead is a working-class suburb with a diverse population base. According to the 2020 Census, the City had a population of 51,185. The estimated makeup of the City was 4.7% White, 0.3% African American, 60.3% Asian, 33% Hispanic/Latino (of any race), and 0.7% Non -Hispanic Other. As a substantially built -out city, Rosemead only added 259 residents to its population during the last decade (2000-2010). Rosemead's appeal as,a new kind of small town in the heart of an urban environment is accomplished by honoring tradition, uniting in diversity, and evolving for the future. This is evident in Rosemead's Key Organizational Goals which aim to: improve public areas including infrastructure and community facilities; enhance public safety and the overall community environment and opportunities for residents through programs, services, education, and recreation; and ensure the City's financial stability in order to continually meet these goals and provide basic services to the community. Page 2 Today, the city boasts that its goals include the improvement of quality of life offered in Rosemead in a business -friendly atmosphere conducive to continued economic growth and prosperity. The city offers a desirable and affordable community in which to live and a dynamic and expanding business sector that is an economic growth engine for West Coast commerce. C. DESCRIPTION OF PROJECT AND SCOPE OF SERVICES The following is a general outline of the scope of work to be provided by the consultant. While it is intended that the following scope of work include all elements essential to develop the maintenance schedule, those submitting proposals are advised to perform their own field reconnaissance and include any item which they feel is overlooked. Beginning in FY 24-25, the program will expand to a citywide striping program and allocate a budget this program. The selected consultant will alternate their focus each year, with Group A including all underpass locations within Caltrans Right -of -Way and Group B including addressing open requests submitted to City for maintenance. Current and future maintenance will be planned out and quantified to align with the yearly budget (not to exceed $75,000) to address maintenance concerns, per City Quadrant, as necessary. Various residential streets, arterial streets/collector roads will also be included in the annual rotation, as necessary. See Attachment B — City of Rosemead Quadrant Map. I. The scope of work includes traffic striping of yellow centerlines (including reflectors), white edge lines, stop bars and legends, stop ahead legends, solid white and yellow lines, white direction arrows, bike lane markings, and crosswalk stripes on public roadways. The City has not conducted a citywide street re -striping program in the last few years. During Fiscal Year 24-25, the striping program will mainly focus on the following intersections near Caltrans Right -of -Way, which will require for the selected contractor to coordinate directly with District 7 permit department to obtain a traffic control encroachment permit to conduct roadway striping: • Walnut Grove Avenue, south of Marshall Street (including 1-10 freeway underpass lane striping in both directions) to Hellman Ave. • The intersection of Hellman Avenue, east and west of Walnut Grove Avenue, including striping along Hellman Avenue near 1-10 offramp. • San Gabriel Blvd from the 1-10 freeway (including underpass lane striping in both directions) to Hellman Avenue. • Del Mar Avenue, south of the 1-10 freeway (including underpass lane striping in both directions) to Hellman Avenue. • The intersection of Hellman Avenue east and west of Del Mar Avenue. • San Gabriel Blvd, NW of 60 freeway. • San Gabriel Blvd, SE of 60 freeway. • Montebello Town Center Drive, west of San Gabriel Blvd near 60 freeway Page 3 on/off ramps. No additional compensation will be provided to the awarded contractor for the required Caltrans permit. The awarded contractor will be relied on an on-call basis from FY 24-25 through FY 26-27, and in general, involves work related to pavement markings and striping. The on-call striping services will not exceed $75,000 each fiscal year. The usage of the services are on an as -needed basis, so if the demand is not there, then the services will not be requested. Scope includes the following items of work: removal and installation of pavement striping, pavement marking, raised pavement markers (reflectors), pedestrian and traffic control, placement of temporary no parking signs, and other associated work. 1. General The Work shall comply in all aspects with the latest edition of the California Manual on Uniform Traffic Control Devices and Caltrans Standard Plans and Standard Specifications. The Standard Specifications issued by the State of California, Department of Transportation will hereinafter be referred to as "Standard Specifications", "State Standard Specifications", or "Caltrans Standard Specifications". 2. Removal of Striping, Markings, and Reflectors a. Method of Measurement Removal of striping or standard Details will be measured per linear foot (LF) along the line of the traffic stripe or standard Detail, without deductions for gaps in broken traffic stripes. For traffic stripe details requiring multiple lines, the composite section will count as a lineal foot of striping for payment, not the total length of the individual component lines. For standard Details that contain a mix of striping and reflectors, the cost to remove reflectors shall be included in the removal. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Removal of any type of pavement marking will be measured per square foot (SF) removed. The quantity of square footage for specific pavement markings shall be what is indicated in the most recent version of the Caltrans Standard Plans. b. Payment The contract unit price paid per linear foot or square foot for removal of striping, markings and reflectors shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work for removal, providing storage and disposal of removed Page 4 material, and as directed by the Engineer, and no additional or separate compensation will be made thereof. Full compensation for removal and disposal of raised pavement markers, white thermoplastic striping, and white thermoplastic markings shall be considered as included in the contract unit price paid for "Remove Striping and Markings' and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing the work involved removing and disposal of materials, and no separate payment will be made thereof. The contract unit price shall include full compensation for mobilization and no additional compensation will be allowed thereof. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing the work involved in the procurement, setup and maintenance of the staging area shall be considered as included as part of "Mobilization". The contract unit price shall include full compensation for pedestrian and traffic control. Work associated with pedestrian and traffic control shall include all planning, drafting of plans, costs for labor, materials, equipment and incidentals necessary to provide construction area signs, temporary traffic control including, but not limited to, lane closures and rerouting and other measures to control and maintain traffic during daily operations. Flaggers are a requirement of pedestrian and traffic control. Full compensation for traffic control systems include all costs to maintain traffic by placing and removing temporary signs, striping, flaggers, cones, barricades, etc., as specified in the Standard Specifications of the State of California, and as directed by the Engineer, and no additional compensation will be allowed thereof. The contract unit price shall include full compensation for providing a written work plan and for doing all the work involved and no separate payment will be made thereof. 3. Painting of Striping and Markings a. Method of Measurement Painting of striping or standard Details will be measured per linear foot (LF) along the line of the traffic stripe or standard Detail, without deductions for gaps in broken traffic stripes. For traffic stripe details requiring multiple lines, the composite section will count as a lineal foot of striping for payment, not the total length of the individual component lines. For standard Details that contain a mix of striping and reflectors, the cost to install reflectors shall be included in the painting. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Page 5 Painting of Parking T's or L's will be measured per each (EA) installation. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Painting of any type of pavement marking (aside from Parking T's or L's) will be measured per square foot (SF) painted. The quantity of square footage for specific pavement markings shall be what is indicated in the most recent version of the Caltrans Standard Plans. b. Payment The contract unit price paid per linear foot, each, or square foot for painting of striping and markings shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying thermoplastic traffic stripes, pavement markers, complete in place, including any necessary cat tracks, dribble lines, alignment for stripes, layout work and temporary traffic stripes and pavement markers, and as directed by the Engineer and no additional compensation will be made thereof. Payment for thermoplastic striping and markings shall be paid as part of this bid item. The contract unit price shall include full compensation for mobilization and no additional compensation will be allowed thereof. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing the work involved in the procurement, setup and maintenance of the staging area shall be considered as included as part of "Mobilization". The contract unit price shall include full compensation for pedestrian and traffic control. Work associated with pedestrian and traffic control shall include all planning, drafting of plans, costs for labor, materials, equipment and incidentals necessary to provide construction area signs, temporary traffic control including, but not limited to, lane closures and rerouting and other measures to control and maintain traffic during daily operations. Flaggers are a requirement of pedestrian and traffic control. Full compensation for traffic control systems include all costs to maintain traffic by placing and removing temporary signs, striping, flaggers, cones, barricades, etc., and as directed by the Engineer, and no additional compensation will be allowed thereof. 4. Installation of Thermoplastic Striping and Markings a. Method of Measurement Installation of striping or standard Details will be measured per linear foot (LF) along the line of the traffic stripe or standard Detail, without deductions for gaps in broken traffic stripes. For traffic stripe details requiring multiple lines, the composite section will count as a lineal foot of striping for payment, not the total length of the individual component lines. For standard Details that contain a mix of striping and reflectors (and/or markers), the cost to Page 6 install reflectors and/or markers shall be included in the installation. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Installation of Parking T's or L's will be measured per each (EA) installation. Measurement will be performed in the field by the Contractor upon completion and checked by the Engineer. Installation of any type of pavement marking (aside from Parking T's or L's) will be measured per square foot (SF) installed. The quantity of square footage for specific pavement markings shall be what is indicated in the most recent version of the Caltrans Standard Plans. b. Payment The contract unit price paid per linear foot, each, or square foot for installation of striping and markings shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in applying thermoplastic traffic stripes, pavement markers, complete in place, including any necessary cat tracks, dribble lines, alignment for stripes, layout work and temporary traffic stripes and pavement markers, as directed by the Engineer and no additional compensation will be made thereof. Payment for thermoplastic striping and markings shall be paid as part of this bid item. The contract unit price shall include full compensation for mobilization and no additional compensation will be allowed thereof. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing the work involved in the procurement, setup and maintenance of the staging area shall be considered as included as part of "Mobilization". The contract unit price shall include full compensation for pedestrian and traffic control. Work associated with pedestrian and traffic control shall include all planning, drafting of plans, costs for labor, materials, equipment and incidentals necessary to provide construction area signs, temporary traffic control including, but not limited to, lane closures and rerouting and other measures to control and maintain traffic during daily operations. Flaggers are a requirement of pedestrian and traffic control. Full compensation for traffic control systems include all costs to maintain traffic by placing and removing temporary signs, striping, flaggers, cones, barricades, etc., and as directed by the Engineer, and no additional compensation will be allowed thereof. D. PROPOSAL SUBMISSION FORMAT The Technical Proposal shall be submitted in the following format: 1. Cover Letter: A cover letter summarizing the proposal — emphasis strong points of the project team and the firm's experience. Include name, address, Page 7 telephone number, title, and signature of the firm's contact person for this proposal. 2. Statement of Qualifications — Provide qualifications of prime consulting firm and sub -consultants. 3. References: Provide three (3) Public Agency references for similar projects. 4. Approach and Scope of Work: Provide your understanding of the project and describe your company's project approach. Provide a detailed scope of work that your company will utilize in providing requested services in an efficient and cost-effective manner. In your approach, describe methods that you will use for quality control, schedule control, and document control. 5. Project Team, Key Personnel: Provide an organization chart showing the names and responsibilities of key personnel and subconsultants. 6. Hourly rates- please provide an hourly rate schedule for all work to be done within the Scope of Services and for any additional work asked to be performed by the Director of Public Works. 7. Fees- Provide a unit cost price by filling out the following tables for each item description: Notes: 1. Blank white cells in the "UNIT COST" columns are to be filled out by the Contractor. 2. For standard "Detail" striping, all Unit Costs shall include the labor and materials for reflective markers, when appropriate. Bid Item Item Description Unit Unit Cost Removal of Striping, Markings, and Reflectors $ 1.01 Curb Painting (Red; Blue; Green; Yellow, etc.) LF 1.02 Pavement Marking SF $ 1.03 12" Wide Stripe LF $ 1.04 8" Wide Stripe LF $ 1.05 6" Wide Stripe LF $ 1.06 4" Wide Stripe LF $ 1.07 Detail 2 - Yellow Centerline LF $ 1.08 Detail 9 - Lane Line LF $ 1.09 Detail 21 - No Passing Zones LF $ 1.10 Detail 22 - No Passing Zones LF $ 1.11 Detail 23 - No Passing Zones Markers LF $ Page 8 Bid Item Item Description Unit Unit Cost 1.12 Detail 24 - Left Edge Line LF $ 1.13 Detail 25 - Left Edge Line LF $ 1.14 Detail 25A - Left Edge Line LF $ 1.15 Detail 27B - Right Edge Line LF $ 1.16 Detail 27C - Right Edge Line Extension LF $ 1.17 Detail 28 - Median Islands LF $ 1.18 Detail 29 - Median Islands LF $ 1.19 Detail 32 - Two-way Left -Turn Lane LF $ 1.20 Detail 36 - Exit Ramp Neutral Area LF $ 1.21 Detail 36B - Entrance Ramp Neutral Area LF $ 1.22 Detail 37B - Lane Drop Markings LF $ 1.23 Detail 38 - Channelization Line LF $ 1.24 Detail 39 - Bike Lane (Non -Skid) LF $ 1.25 Detail 39A - Bike Lane Intersection Line (Non - Skid LF $ 1.26 Detail 40 - Lane Line Extension LF $ 1.27 Detail 41 - Centerline Extension LF $ 2 Painting of Striping and Markings 2.01 Curb Painting (Red; Blue; Green; Yellow, etc. LF $ 2.02 Parking T's or L's EA $ 2.03 Bike Lane Markings & Arrows (Non -Skid) SF $ 2.04 Pavement Marking SF $ 2.05 12" Wide Stripe LF $ 2.06 8" Wide Stripe LF $ 2.07 6" Wide Stripe LF $ 2.08 4" Wide Stripe LF $ Page 9 Bid Item i Item Description Unit I Unit Cost 2.09 Detail 2 - Yellow Centerline LF $ 2.10 Detail 9 - Lane Line LF $ 2.11 Detail 21 - No Passing Zones LF $ 2.12 Detail 22 - No Passing Zones LF $ 2.13 Detail 24 - Left Edge Line LF $ 2.14 Detail 25 - Left Edge Line LF $ 2.15 Detail 25A - Left Edge Line LF $ 2.16 Detail 27B - Right Edge Line LF $ 2.17 Detail 27C - Right Edge Line Extension LF $ 2.18 Detail 28 - Median Islands LF $ 2.19 Detail 29 - Median Islands LF $ 2.20 Detail 32 - Two-way Left -Turn Lane LF $ 2.21 Detail 36 - Exit Ramp Neutral Area LF $ 2.22 Detail 36B - Entrance Ramp Neutral Area LF $ 2.23 Detail 37B - Lane Drop Markings LF $ 2.24 Detail 38 - Channelization Line LF $ 2.25 Detail 39 - Bike Lane (Non -Skid) LF $ 2.26 Detail 39A - Bike Lane Intersection Line (Non - Skid LF $ 2.27 Detail 40 - Lane Line Extension LF $ 2.28 Detail 41 - Centerline Extension LF $ 3 Installation o _ hermoplastic &PW6 and Markings a 3.01 Install Blue Marker for Fire Hydrants EA $ 3.02 Parking T's or L's EA $ 3.03 Bike Lane Markings & Arrows (Non -Skid) SF $ 3.04 Pavement Marking SF $ Page 10 Bid Item Item Description Unit Unit Cost 3.05 12" Wide Stripe LF $ 3.06 8" Wide Stripe LF $ 3.07 6" Wide Stripe LF $ 3.08 4" Wide Stripe LF $ 3.09 Detail 2 - Yellow Centerline LF $ 3.10 Detail 9 - Lane Line LF $ 3.11 Detail 21 - No Passing Zones LF $ 3.12 Detail 22 - No Passing Zones LF $ 3.13 Detail 24 - Left Edge Line LF $ 3.14 Detail 25 - Left Edge Line LF $ 3.15 Detail 25A - Left Edge Line LF $ 3.16 Detail 27B - Right Edge Line LF $ 3.17 Detail 27C - Right Edge Line Extension LF $ 3.18 Detail 28 - Median Islands LF $ 3.19 Detail 29 - Median Islands LF $ 3.20 Detail 32 - Two-way Left -Turn Lane LF $ 3.21 Detail 36 - Exit Ramp Neutral Area LF $ 3.22 Detail 36B - Entrance Ramp Neutral Area LF $ 3.23 Detail 37B - Lane Drop Markings LF $ 3.24 Detail 38 - Channelization Line LF $ 3.25 Detail 39 - Bike Lane (Non -Skid) LF $ 3.26 Detail 39A - Bike Lane Intersection Line (Non - Skid LF $ 3.27 Detail 40 - Lane Line Extension LF $ 3.28 Detail 41 - Centerline Extension LF $ Page 11 Electronic or Hardcopy proposals will be accepted as follows: Hardcopy Proposal Submittals: Proposals shall be submitted in 2 separate sealed envelopes as follows: 1. Technical Proposal, 4 bound copies and 1 PDF file on thumb drive 2. Cost Proposal, 1 bound copy and 1 PDF file on thumb drive Hardcopy proposals shall be addressed to: City of Rosemead -City Hall City Clerk's Office 8838 E. Valley Blvd. Rosemead, CA 91770 Attn : Ericka Hernandez, City Clerk Electronic Proposal Submittals: Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Proposal submittal due date is: September 25, 2024, by 10:30 AM. Late Proposals will not be accepted. E. STANDARD CITY CONTRACT AND INSURANCE REQUIREMENTS City's Standard Professional Services Agreement is provided as Attachment. Please review and provide any comments you have. City does not guarantee that any revisions to contract will be accepted. F. CONSULTANT SELECTION METHODOLOGY The City will evaluate the Proposals submitted and select the most qualified consultant. In evaluating the Proposals, the City may consider the following factors: Page 12 CRITERIA MAXIMUM POINTS Completeness of the format. RFP and compliance with the required 30 Project understanding services efficiently. and approach to provide the requested 35 Experience and qualifications of the project team members. 20 Experience and qualifications of the firm. 10 Experience in local process. area and project requirements and 5 TOTAL 100 Page 12 During the evaluation process, the City may also contact listed references (or request additional references), and include the feedback received in the evaluation factors listed above as applicable. H. PROTEST PROCEDURES This section sets forth the protest remedies available with respect to the RFP. Each prospective consultant, by submitting its Proposal, expressly recognizes the limitation on its rights to protest contained herein, and expressly waives all other rights and remedies. Each prospective consultant agrees that the decision on any protest, as provided herein, will be final and binding on the protestant. All protests and related statements described in this section shall be submitted to: City of Rosemead -City Hall 8838 E. Valley Blvd. Rosemead, CA 91770 Attn: Ericka Hernandez, City Clerk I. PUBLIC RECORDS ACT Proposals may be subject to public disclosure under the California Public Records Act and other public records laws, and by submitting a proposal, the proposer waives all rights to confidentiality of any information submitted in the proposal and agrees to any and all such disclosures required or permitted by law. Proposals become the property of the City when submitted and by submitting a proposal, the proposer agrees that the City may use any information, documentation or writing contained in the proposal for any the City purpose. J. PRE -CONTRACTUAL EXPENSES RESPONDING TO THE RFP PREPARATION The City is not liable for any pre -contractual expenses incurred by any proposer or by any selected consultant. Each proposer shall protect, defend, indemnify, and hold harmless the City from any and all liability, claims, or expenses whosever incurred by, or on behalf of, the entity participating in the preparation of its response to this RFP. Pre -contractual expenses are defined as expenses incurred by proposers and the selected consultant, if any, in: • Preparing and submitting information in response to this RFP • 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 proposer/consultant prior to the date of award and a formal notice to proceed. Page 13 The City reserves the right to amend, withdraw and cancel the RFP. The City reserves the right to reject all responses to this request at any time prior to contract execution, or only award a partial. ATTACHMENTS: Attachment A - Standard City Contract and Insurance Requirements Attachment B — City of Rosemead Quadrant Map Page 14 Attachment A - Standard City Contract and Insurance Requirements Attachment A - Page 1 PROFESSIONAL SERVICES AGREEMENT [INSERT TYPE OF PROFESSIONAL SERVICE] [INSERT COMPANY NAME] PARTIES AND DATE. This Agreement is made and entered into this this _ Day of , 20 (Effective Date) by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and [INSERT COMPANY] a [INSERT TYPE OF ENTITY - CORPORATION, PARTNERSHIP, SOLE PROPRIETORSHIP OR OTHER LEGAL ENTITY] with its principal place of business at [INSERT ADDRESS] ("Consultant'). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing [INSERT TYPE OF SERVICE] consulting services to public clients, is licensed in the State of California and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such ongoing professional [INSERT NAME OF PROJECT] ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services: Consultant 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 [INSERT TYPE OF SERVICES] services necessary for the Project, herein referred to a "Services". The Attachment A - Page 2 Services are more particularly described in Exhibit [INSERT EXHIBIT LETTER] attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be for a [INSERT WRITTEN YEARS] [(INSERT YEAR IN NUMBER)] year period from the Effective Date shown above, with [INSERT WRITTEN YEARS] [(INSERT YEARS)] extension at the sole and absolute discretion of the City, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant 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: Consultant shall perform the Services expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant 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 Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel: Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall Attachment A - Page 3 be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. 3.2.5 City's Representative: The City hereby designates the City Manager, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Agreement. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative: Consultant hereby designates [INSERT NAME], or his/her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her professional 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 Services under this Agreement. 3.2.7 Coordination of Services: Consultant 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. 3.2.8 Standard of Care; Performance of Employees: Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant represents that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant 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, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant 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 Consultant's failure to comply with the standard of care provided for herein. 3.2.9 Laws and Regulations: Consultant shall keep itself fully informed of and in compliance with applicable local state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and Attachment A - Page 4 regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any liability to the extent found to be arising out of any failure to comply with such laws, rules or regulations. 3.2.10 Insurance: Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. 3.2.11 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 Consultant 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 its employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation: Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed [INSERT WRITTEN AMOUNT] Dollars [(INSERT NUMERIC AMOUNT)] and in accordance with consultant's proposal dated [INSERT DATE]. Consultant's proposal is hereby incorporated and found in Exhibit "A". Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation: Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. 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 30 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses: Consultant 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 Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, Attachment A - Page 5 but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Consultant 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" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws to the extent they are applicable to Consultant. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant 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 Consultant's principal place of business and at the project site. Consultant 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. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection: Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination: City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to Attachment A - Page 6 provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services: In the event this Agreement 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 Agreement 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: CONSULTANT: [INSERT COMPANY NAME] [INSERT ADDRESS] Attn: [INSERT PRIMARY CONTACT] Tel: [INSERT PHONE NUMBER] CITY: City of Rosemead 8838 Valley Boulevard Rosemead, CA 91770 Attn: [INSERT CITY CONTACT] Such notice shall be deemed made when personally delivered or when mailed, forty- eight (48) hours by certified mail or 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. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property: This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. The Documents & Data are intended for use solely with respect to the project for which they were prepared. Any reuse or modification by City shall be at City's sole risk. Attachment A - Page 7 3.5.3.2 Confidentiality: All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts: The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 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 Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all costs of such action as part of prevailing party's total damages as determined by court of competent jurisdiction or as agreed upon by the parties in settlement. 3.5.6 Indemnity and Defense. a. Indemnity and Defense To the fullest extent permitted by law, Consultant shall indemnify and hold harmless Agency and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel's fees and costs, to the extent caused by the negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or subconsultants (or any agency or individual that Consultant shall bear the legal liability thereof) in the performance of services under this agreement. Consultant's duty to indemnify and hold harmless Agency shall not extend to the Agency's sole or active negligence. b. Duty to Defend In the event the Agency, its officers, employees, agents and/or volunteers are made a party to any action, lawsuit, or other adversarial proceeding arising from the performance of the services encompassed by this agreement, and upon demand by Agency, Consultant shall defend the Agency at Consultant's cost or at Agency's option, to reimburse Agency for its costs of defense, including reasonable attorney's fees and costs Attachment A - Page 8 incurred in the defense of such matters to the extent the matters arise from, relate to or are caused by Consultant's negligent acts, errors or omissions. Payment by Agency is not a condition precedent to enforcement of this provision. In the event of any dispute between Consultant and Agency, as to whether liability arises from the sole or active negligence of the Agency or its officers, employees, or agents, Consultant will be obligated to pay for Agency's defense until such time as a final judgment has been entered adjudicating the Agency as solely or actively negligent. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. 3.5.7 Entire Agreement: This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants: City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns: This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer: Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement 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 attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions: Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement 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 work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. 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 Agreement. 3.5.14 Amendment; Modification: No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. Attachment A - Page 9 3.5.15 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, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity; Severability: If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.18 Prohibited Interests: Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant 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 Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment: Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant 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. 3.5.20 Labor Certification: By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which 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. 3.5.21 Authority to Enter Agreement: Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. Attachment A - Page 10 3.5.22 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required: Consultant shall not subcontract any portion of the work required by this Agreement, 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 Agreement. [Signatures on next Page] CITY OF ROSEMEAD [INSERT COMPANY NAME] By: Ben Kim, City Manager Date Name: Attest: Title: Ericka Hernandez, 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 Richman Date City Attorney Title: Attachment A - Page 11 EXHIBIT A SCOPE OF SERVICES/ RATE SCHEDULE Attachment A - Page 12 EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant 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 agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant 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 coverages. 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 Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of Attachment A - Page 13 City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must include work performed under this agreement. 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 Named Insured. The policy retroactive date shall be on or before the effective date of this agreement. 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 Vll. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: Consultant agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 (or otherwise consistent with the insurer's endorsement). Consultant also agrees to require all contractors, and subcontractors to do likewise. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant 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. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages 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. Attachment A - Page 14 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant 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 coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. 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 agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. A ten (10) day notice to City shall apply to nonpayment of premiums. Consultant 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 agreement that all insurance coverage (except Professional Liability and Workers' Compensation) required to be provided by Consultant 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. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant 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. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant 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 Attachment A - Page 15 of work on the project contemplated by this agreement to self -insure its obligations to City. If Consultant'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 Consultant, 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 Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement 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 Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant 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. Consultant 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 agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement 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 Consultant'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 coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. Attachment A - Page 16 18. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement 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 Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant 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 Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not 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. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. 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 Attachment A - Page 17 Attachment B — CITY OF ROSEMEAD QUADRANT MAP Attachment B - Page 1 CITY OF ROSEMEAD QUADRANT MAP Grarrd Ave 1A °astl <� s � s I a = = I e Be, a Z a Nel l; st Edlevvnd Or I 2A 1 B m % eve Nn Ave a I eerneI Ave 9 Q rei WIIH f V:,llt. i m Steele e st Irl a Guess st 4s GeaGt '9 RnIpM1 St ail1 Ralp}St 8 m Sher. PI EWe Vllll. Or 2 tle Rtlala,a Noreaatl PI 1 C ,.yrznal St6 u a a E D LORus or GlelWm iaY t Ol mey stA Ol rey St ,�nn =It RR — 1 tS — .y4e �r artwn st_ Hell.an Ave QQ Fier sn, St q Q 1 4 3B w m < a Er"' P' 3A — i Eme—Pla NtaoreQt m wnutmore sL; vs Garver nw. 11 a e.r.ar Aver _ 1 m� m 3 a v �atla L� m j egley Aver c Newmark PveV 6 p 3C m M PernPt i Q a Y u Q$ D� ai,lmar Pl b n 8< 5 g m;d c a `•4 Nelroae Ave �A � E Graves Ate ^� — — Legend: — — — QUADRANT DIVISION LINES I Graves Ave xnm st ' N Rusn Sc f LarylS 4D Attachment B - Page 2 0 0.25 . 4 O 0.5 Miles