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